Loading...
HomeMy WebLinkAbout99-124 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 99-124 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Dagmar Construction, Markham, Ontario, for the construction of Westside Creek Bridge and Cove Road. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON HEREBY ENACTS AS FOLLOWS: 3. THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington with the Corporation Seal, a contract between Westside Creek Bridge and Cove Road., and said Corporation; and 4. THAT the contract attached hereto as Schedule "A" form part of this By-law. By-law read a first and second time thisl9 day of July , 1999. By-law read a third time and finally passed this 19day of July , 1999. Mayor Clerk MUNICIPALITY OF arin ton ONTARIO � a totten sims hubicki associates engineers architects and planners CORPORATION OF ' THE MUNICIPALITY OF CLARINGTON WESTSIDE CREEK BRIDGE AND COVE ROAD CONSTRUCTION ' CONTRACT NO. CL99-8 ' MAY 1999 1 totten sims hubicki associates ' Engineers, Architects and Planners TSH No. 12-10717 ' AGREEMENT THIS AGREEMENT made in quadruplicate this 6th day of July 1999 ' BETWEEN: DAGMAR CONSTRUCTION INC. of the Regional Municipality of York and Province of Ontario hereinafter called the "Contractor" THE PARTY OF THE FIRST PART ' and - the CORPORATION OF THE MUNICIPALITY OF CLARINGTON hereinafter called the "Purchaser" THE PARTY OF THE SECOND PART tWITNESSETH, 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, Iequipment, 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 1 purposes as though all the stipulations thereof have been embodied herein. ' Page 1 of 3 DESCRIPTION OF THE WORK AND LIST OF DOCUMENTS ' CONTRACT NO. CL99-8, WESTSIDE CREEK BRIDGE AND COVE ROAD CONSTRUCTION 1 ADDENDUM NO. 1 - June 17, 1999 ADDENDUM NO. 2 - June 21, 1999 A. TENDER FORM: General Pages 1 and 2 Itemized Bid Pages 3 - 7 Bonds Schedule of Tender Data Page 9 B. INSTRUCTIONS TO TENDERERS Pages 1 to 5 C. SPECIAL PROVISIONS - GENERAL Pages 1 to 30 D. SPECIAL PROVISIONS - TENDER ITEMS Pages 1 to 21 E. STANDARDS F. PLANS: Drawings No. Sl - S9 & 1 - 3 & L1 G. STANDARD SPECIFICATIONS: the applicable edition of the following Ontario Provincial Standard Specifications. OPSS No. Date OPSS No. Date OPSS No. Date 102 Oct. 1992 506 May 1994 902 Dec. 1983 127 Current 510 Oct. 1993 903 Dec. 1983 128 Current 540 Feb. 1990 904 Jan. 1995 201 Feb. 1996 552 Jul. 1991 905 May 1994 206 Dec. 1993 559 Aug. 1994 908 Mar. 1998 310 Mar. 1993 565 Apr. 1988 909 Feb. 1993 314 Dec. 1993. 570 Aug. 1990 913 Sept. 1993 351 Sept. 1996 571 Aug. 1990 914 Mar. 1998 353 Sept. 1996 572 Aug. 1990 922 Feb. 1993 405 Feb. 1990 577 Feb. 1996 1350 Jan. 1995 421 Jan. 1995 601 Mar. 1993 1860 Mar. 1998 501 Feb. 1996 H. GENERAL CONDITIONS: OPS General Conditions of Contract (August 1990) 1 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 before the expiration of seventy-three (73) working days from the commencement date of August 23, 1999. Page 2 of 3 IN CONSIDERATION WHEREOF said party of the second part agrees to pay to the Contractor for all work done, the unit prices on the Tender. iThis 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. 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 DA g6k ''ypT Y ' UCTIO INC. �ONUp■■■■■pe■■■ uu■u •■ ■• ■■■■■■.,,.•n■u■.■. SIRE TOR in the presence of ) SIGNED and sealed by the Purchaser Diane Hamre, Mayor in the presence of ) i Page 3 of 3 CONTRACT NO. CL99-8 MUNICIPALITY OF CLARINGTON West Side Creek Bridge and Cove Road Construction ADDENDUM NO. 1 1 of 2 Contractors are hereby notified of the following modifications to Contract No. CL99-8. Please note that the Closing Date for receiving tenders has been extended to: WEDNESDAY, JUNE 23, 1999. ITEMIZED BID Page 4 - Item No. A23 - Silt Fence Barriers Add "SP" to the Spec. No. column. Page 5 - Item A25 - Curb Outlets Add "SP" to the Spec. No. column. Revise the quantity from "b" to "4". INSTRUCTIONS TO TENDERERS Page 1 - 1.General 1 Delete "Friday, June 18, 1999" and insert "Wednesday, June 23, 1999". 3.Tender Deposits Delete the first paragraph and the tender deposit table and replace with the following: "All tenders shall be accompanied by a certified cheque or a bid bond issued by a surety approved by and in a form containing terms satisfactory to the Municipality's Treasurer, in the minimum amount defined below, made payable to the Authority, as a guarantee for the execution of the Contract. SCONTRACT NO. CL99-8, MUNICIPALITY OF CLARINGTON ADDENDUM NO. 1 2 of 2 tal en mount Minimum.: K To T der..; Depc�s:.: :::: RCcluural $ 20,000.00o r 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 Page 5 - 21. Material Supply The Phone Number listed in the last paragraph should be revised from 905-623-1772 to 905-623-1722. 1 SPECIAL PROVISIONS - TENDER ITEMS Page 2 - Hot Mix H.L.-3, H.L.4 and H.L.-3A - Item No. A40 Change "Item No. A40" to "Item No. A4". rPage 6 - Planting - Item No. A28 Add the following: "All shrubs to be planted in a continuous shrub bed." Page 14- Concrete in Deck Topping, Sidewalk and Curb - Item No. B8 Add the following: ' "g) supply and placing of 100 mm rigid PVC ducts as per OPSS 603, OPSS 913 and the contract drawings" All tenders must be submitted on the basis of these modifications. This Addendum shall remain attached to and form part of all tenders submitted. Totten Sims Hubicki Associates 513 Division Street, P.O. Box 910 COBOURG, Ontario. K9A 4W4 June 17, 1999 17Wm13/c CONTRACT NO. CL99-8 MUNICIPALITY OF CLARINGTON West Side Creek Bridge and Cove Road Construction ADDENDUM NO. 2 1 of 2 Contractors are hereby notified of the following modifications to Contract No. CL99-8. TENDER FORM Add the attached Current Market Price Assessment Form to the Tender Form after the Itemized Bid. Failure to complete this form will result in rejection of the Bid. INSTRUCTIONS TO TENDERERS Add the following: 23. Current Market Price Assessment Form The Current Market Price Assessment Form included in the Tender Form must be completed by all bidders. Failure to do so will result in rejection of the bid. SPECIAL PROVISIONS - TENDER ITEMS Prestressed Beams (Type BIV-1220 Precast Box Girders) - Item No. B7 Add the following after the last paragraph: Note: Also reference the stipulations regarding the supply of materials in the Information to Tenderers Section, Clause No. 21. Rock Protection and River Run Stone - Item No. B14 and B15 (Provisional) Add the following after the last paragraph: Note: Also reference the stipulations regarding the supply of materials in the Information to Tenderers Section, Clause No. 21. All tenders must be submitted on the basis of these modifications. This Addendum shall remain attached to and form part of all tenders submitted. Totten Sims Hubicki Associates 513 Division Street, P.O. Box 910 COBOURG, Ontario. K9A 4W4 June 21, 1999 17669mr3ic 1 CURRENT MARKET PRICE ASSESSMENT - FORM CONTRACT NO. CL99-8 ' Clause 21 - Material Supply, of the Instructions to Tenderers Section, requires that all concrete and aggregate materials for this project be supplied by Blue Circle Canada Inc., at current market prices. The Itemized Bid should be completed on this basis. rTo assist the Municipality in assessing current market prices Table 1 below must be completed as part of the Bid. Should Blue Circle not be able to supply some of the material listed in Table 1 the unit price from the alternate supplier may be carried in the Itemized Bid. TABLE 1 Item Description of Item Alternate Supplier Unit Quantity Unit Price Total No, I other than Blue Circle ' A5 Granular `A' C.D.R. Young t 3,000 11.80 35,400.00 A6 Granular `B', Type 1 C.D.R. Young t 4,000 9.01 36,040.00 FA7 Select Subgrade Material C.D.R. Young t 7,000 6.81 47,670.00 B6 Concrete in Abutments and Blue Circle (CBM) LS Win walls B7 Prestressed Concrete Beams Blue Circle (CBM) (Type BIV-1220 Precast LS Concrete Box Girders) B8 Concrete in Deck Topping, Blue Circle (CBM) LS Sidewalk and Curb B9 Concrete in Parapet Walls Blue Circle (CBM) LS B10 Concrete in Approach Slabs Blue Circle (CBM) LS I B13 Granular Backfill to C.D.R. Young LS 9,309.75 Structure B14 Provisional- Rock Blue Circle (CBM) - Protection,300 mm depth mZ 100 B15 Provisional - River Run Blue Circle (CBM) Stone, 150 mm depth m2 50 Total Amount (A) $128,419.75 Total Value of above Items from Itemized Bid (B) $169,764.50 ' Ptttelnt y CB 1x34�iaSavMlit A) $€ The Low Bid will be determined by reviewing the Total Tender Amount as listed on Page 7 of the Tender Form which has been submitted by the lowest qualified bidder. If the cost savings identified on Table 1 above indicate to the Municipality that pricing provided by Blue Circle is not current market price, the Municipality will consider use of the alternate supplier. If an alternate supplier is used, the Contractor will be credited with 20% of the savings realized upon substantial performance of the contract. This Form must be completed as part of any bid submitted. Failure to complete the Form will result in resection of the Bid. PROJECT: TENDER FOR CONTRACT NO. CL99-8 WESTSIDE CREEK BRIDGE AND ' COVE ROAD CONSTRUCTION AUTHORITY: CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT ADMINISTRATOR: TOTTEN SIMS HUBICKI ASSOCIATES ' ENGINEERS, ARCHITECTS and PLANNERS 513 DIVISION STREET, P.O. BOX 910 COBOURG, ONTARIO. K9A 4W4 ' Telephone: 905: 372-2121 Fax: 905: 372-3621 TENDERER: DAGMAR CONSTRUCTION INC. 1 Name 7350 Markham Road, P.O. Box 510 MARKHAM, Ontario. L3P 3R1 1 Address (include Postal Code) 1 905-294-7480 905-294-8414 Telephone and Fax Numbers Dino D'Alessandro Name of Person Signing Director Position of Person Signing ' TENDERS RECEIVED BY: Mrs. Patti Barrie, Clerk Corporation of the Municipality of Clarington Municipal Administration Centre 40 Temperance Street BOWMANVILLE, Ontario. L1C 3A6 17623Alr►/PC 1 Page 1 of 9 pages 1 TENDER CONTRACT NO. CL99-8 ' To: The Mayor and Members of Council Corporation of the Municipality of Clarington 1 ' Re: Contract No. CL99-8, Westside Creek Bridge and Cove Road Construction Dear Mayor and Members of Council: 1 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 certified cheque in the amount specified in Clause 3 of the Instructions to Tenderers, made payable to the Authority. This cheque 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 9 pages ITEMIZED BID CONTRACT NO. CL99-8 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified ' for Contract No. CL99-8 for the following unit prices. 1 Spec. No. - 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 ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. SECTION A - ROADWORKS Al. 201 Clearing and Grubbing LS 9,640.00 9,640.00 1 SP A2. 206 Earth Excavation(Grading) m3 5,700 9.03 51,471.00 SP A3. 212 Earth Borrow m3 8,500 1.02 8,670.00 SP ' A4. 310 Hot Mix Asphalt SP a) H.L.-4 t 680 34.40 23,392.00 SP b) H.L.-3 t 530 35.25 18,682.50 ' SP c) H.L.-3A t 100 62.00 6,200.00 A5. 314 Granular `A' t 3,000 13.83 41,490.00 SP A6. 314 Granular `B', Type 1 t 4,000 11.58 46,320.00 SP AT 314 Select Subgrade Material t 7,000 10.13 70,910.00 SP A8. 353 a) Concrete Curb and Gutter in 260 37.55 9,763.00 SP (OPSD 600.04) 310 b) Asphalt Gutter in 335 1.75 586.25 SP A9. 421 300 mm dia. CSP Culvert SP including excavation, Type 1 in 10 85.04 850.40 Bedding and Granular Backfill. ' A10. 421 380 mm dia. CSP Culvert SP including Excavation, Type 1 in 26 121.21 3,151.46 Bedding and Granular ' Backfill Page 3 of 9 pages ITEMIZED BID CONTRACT NO. CL99-8 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified ' for Contract No. CL99-8 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. ' All. 421 600 mm dia. CSP Culvert, in 16 123.62 1,977.92 SP including Excavation, Type 1 Bedding and Granular ' Backfill Al2. 501 Water for Compaction and in 400 3.00 1,200.00 ' Dust Suppression A13. 506 Calcium Chloride Flake kg 3,300 0.50 1,650.00 ' A14. 510 Removal of Pipe Culverts in 26 1.00 26.00 A15. 510 Concrete Pad for Mailbox LS 406.92 406.92 SP A16. 555 Eccentric Loader Guiderail m 2 2,350.00 4,700.00 ' End Treatment Assembly A17. 559 Extruder Guiderail End ea 2 3,700.00 7,400.00 Treatment Assembly ' A18. 552 Single Rail Steel Beam Guide Rail in 132 79.00 10,428.00 A19. SP Provisional LS 15,000.00 15,000.00 Miscellaneous Works A20. 570,572 Topsoil (imported) and Sod SP i) Unstaked m2 1,650 3.62 5,973.00 SP ii) Staked m2 1,250 3.74 4,675.00 A21. 577 Rock Check Dams including SP Sediment Ponds ea 4 646.25 2,585.00 A22. 577 Rock Check Dams SP ea 2 500.00 1,000.00 ' A23. 577 Silt Fence Barriers SP i) Light Duty Type in 230 17.96 4,130.80 ' ii) Heavy Duty Type in 180 19.89 3,580.20 Page 4 of 9 pages t ITEMIZED BID CONTRACT NO. CL"-8 t In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL99-8 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. ' A24. 577 Silt Fence Flow Check in 80 20.00 1,600.00 SP ' A25. 310 Curb Outlets SP 351 i) 45' Concrete Outlet ea 4 450.00 1,800.00 with Asphalt Spillway ' A26. 577 Dewatering Trap ea 2 2,055.75 4,111.50 SP A27. 351 Concrete Sidewalk rn2 240 33.36 8,006.40 t SP A28. SP Planting a) Shadblow Serviceberry ea 18 240.00 4,320.00 b) White Ash ea 5 209.00 1,045.00 tc) Sunburst Locust ea 9 245.00 2,205.00 d) Golden Weeping Willow ea 7 240.00 1,680.00 ' e) Washington Hawthorn ea 5 240.00 1,200.00 f) Purpleleaf Sandcherry ea 20 45.00 900.00 g) Rugosa Rose ea 20 22.00 440.00 h) Staghorn Sumac ea 14 18.00 252.00 i) Emerald Cedar ea 12 48.00 576.00 j) Black Willow ea 9 40.00 360.00 k) Red Osier Dogwood ea 40 14.00 560.00 1) Meadowsweet ea 40 14.00 560.00 M) Woolly Headed Willow ea 30 14.00 420.00 n) Riverbank Grape ea 30 9.00 270.00 o) New England Aster ea 40 9.00 360.00 P) Flat Topped Aster ea 40 8.00 320.00 q) Swamp Aster ea 1 60 1 9.00 540.00 r) Canadian Blue Joint ea 40 8.00 320.00 t Page 5 of 9 pages ITEMIZED BID CONTRACT NO. CL99-8 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified ' for Contract No. CL99-8 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. ' s) Joe-Pye-Weed ea 40 8.00 320.00 A29. SP Provisional ea 100 10.00 1,000.00 ' Native Plants Relocation ' Total Section A - (carried to Summary Page) $389,025.35 SECTION B - STRUCTURE B1. 902 Earth Excavation for m3 35 114.86 4,020.10 SP Structure Foundations B2. 902 Unwatering Structure LS 84,296.44 84,296.44 SP ' B3. 903 Supply Equipment for LS 18,000.00 18,000.00 Driving Piles B4. 903 Steel `H' Piles (HP 310 x in 120 147.00 17,640.00 SP 110) B5. 903 Driving Shoes ea 12 74.00 888.00 SP B6. 904,905 Concrete in Abutments and LS 97,043.60 97,043.60 SP Wingwalls - B7. 909,922 Prestressed Concrete Beams ' SP (Type BIV-1220 Precast LS 168,300.00 168,300.00 Concrete Box Girders) B8. 904,905 Concrete in Deck Topping, LS 78,401.20 78,401.20 ' SP Sidewalk and Curb B9. 904,905 Concrete in Parapet Walls LS 22,192.24 22,192.24 ' SP B10. 904,905 Concrete in Approach Slabs LS 10,173.84 10,173.84 SP ' B11. 908 Steel Parapet Rails LS 4,707.04 4,707.04 SP ' Page 6 of 9 pages ITEMIZED BID CONTRACT NO. CL99-8 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified ' for Contract No. CL99-8 for the following unit prices. ' Item Spec. Description of Item Unit Quantity Unit Price Total No. No. ' B12. 405 Subdrain SP i) 150 mm Dia. Perforated CSP Subdrain with in 16 26.23 419.68 Filter ii) .150 mm Dia. Non- , Perforated CSP m 6 41.93 251.58 Subdrain B13. 314,501 Granular Backfill to Structure LS 11,044.50 11,044.50 ' 902,SP B 14. 511 Provisional SP Rock Protection, 300 mm m2 100 59.26 5,926.00 ' depth B15. 511 Provisional 1 SP River Run Stone, 150 mm m2 50 54.20 2,710.00 depth B16. 914 Asphalt Membrane 1112 230 12.00 2,760.00 ' Waterproofing B17. 914 Form and Fill Grooves m 20 25.00 500.00 Total Section B - carried to Summa Page) $529,274.22 ( Summary g SUMMARY: Total Section A - Roadworks $389,025.35 ' Total Section B - Structure $529,274.22 ' Total (excluding GST) $918,299.57 GST (7% of Total) $64,280.97 ' TOTAL TENDER AMOUNT $98 ,S84,S4 ' Tenderer's GST Registration No. R121964290 Page 7 of 9 pages ' AGREEMENT TO BOND (to be completed by Bonding Company) CONTRACT NO. CL99-8 ' BOND NO. 83-0658-0063-99 WE, the Undersigned, HEREBY AGREE to become bound as Surety for DAGMAR CONSTRUCTION INC. ' in a Performance Bond totalling ONE HUNDRED PERCENT (100%) of the Total Tender Amount, and 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. CL99-8 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 Scarborough this 8th day of June 1999. ' CGU Insurance Company of Canada Name of Bonding Company Jamie Nichols Signature of Authorized Person Signing for Bonding Company (BONDING COMPANY SEAL) ' Attorney-in-fact Position (This Form shall be completed and attached to the Tender Submitted). Page 8 of 9 pages SCHEDULE OF TENDER DATA CONTRACT NO. CL99-8 ' The work specified in the Contract shall be performed in strict accordance with the following Schedule: A. TENDER FORM: General Pages 1 and 2 Itemized Bid Pages 3 - 7 Agreement to Bond Page 8 Schedule of Tender Data Page 9 B. INSTRUCTIONS TO TENDERERS Pages 1 to 5 ' C. SPECIAL PROVISIONS - GENERAL Pages 1 to 30 D. SPECIAL PROVISIONS - TENDER ITEMS Pages 1 to 21 ' E. STANDARDS F. PLANS: Drawings No. S1 - S9 & 1 - 3 & L1 ' G. STANDARD SPECIFICATIONS: ' It shall be the Contractor's responsibility to obtain the applicable edition of the following Ontario Provincial Standard Specifications. ' OPSS No. Date OPSS No. Date OPSS No. Date 102 Oct. 1992 506 May 1994 902 Dec. 1983 ' 127 Current 510 Oct. 1993 903 Dec. 1983 128 Current 540 Feb. 1990 904 Jan. 1995 201 Feb. 1996 552 Jul. 1991 905 May 1994 ' 206 Dec. 1993 559 Aug. 1994 908 Mar. 1998 310 Mar. 1993 565 Apr. 1988 909 Feb. 1993 314 Dec. 1993 570 Aug. 1990 913 Sept. 1993 ' 351 Sept. 1996 571 Aug. 1990 914 Mar. 1998 353 Sept. 1996 572 Aug. 1990 922 Feb. 1993 405 Feb. 1990 577 Feb. 1996 1350 Jan. 1995 421 Jan. 1995 601 Mar. 1993 1860 Mar. 1998 ' 501 Feb. 1996 H. GENERAL CONDITIONS: OPS General Conditions of Contract (August 1990) ' The Contractor, by this Tender, offers to complete the work of this Contract in strict accordance with the terms contained herein. ' By my/our signature hereunder, I/we hereby identify this as the Schedule of Tender Data, Plans and Specifications, for Contract No. CL99-8, executed by me/us bearing date the 23rd day of June 1999. DAGMAH C : a : no 04C. ' SIGNATURE �Sppp�appaa •aus •• aaaaauauu• •nasaasa POSITION Dl TOR ' (COMPANY SEAL) NAME OF FIRM: DAGMAR CONSTRUCTION INC. ' This is Page 9 of 9 Pages to be submitted as the Tender Submission for Contract No. CL99-8. F THE MUNICIPALITY OF LARIN T CORPORATION O C G ON CONTRACT NO. CL99-8 INSTRUCTIONS TO TENDERERS 1762411713lG10717 INDEX INSTRUCTIONS TO TENDERERS CONTRACT NO. CL99-8 CLAUSE SUBJECT PAGE ' 1. GENERAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 2. BLANK FORM OF TENDER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 3. TENDER DEPOSITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ' 4. BONDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 5. RIGHT TO ACCEPT OR REJECT TENDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 6. UNACCEPTABLE TENDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ' 7. ABILITY AND EXPERIENCE OF TENDERER . . . . . . . . . . . . . . . . . . . . . . . . . . 2 8. PROVINCIAL SALES TAX 2 9. GOODS AND SERVICES TAX (GST) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ' 10. EXECUTE CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . 3 11. COMMENCEMENT OF WORK 3 12. LOCATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ' 13. SOILS INFORMATION AND CROSS-SECTIONS . . . . . . . . . . . . . . . . . . . . . . . 3 14. TENDERERS TO INVESTIGATE 3 15. INQUIRIES DURING TENDERING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ' 16. AWARD OF THE CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 17. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACT ADMINISTRATOR . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ' 18. ADDENDA. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 19. UTILITIES 4 20. ENVIRONMENTAL PROTECTION PLAN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 21. MATERIAL SUPPLY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 22. PRE-CONSTRUCTION SURVEY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ' CORPORATION OF THE MUNICIPALITY OF CLARIN T CORPORA O G ON tCONTRACT NO. CL99-8 ' SPECIAL PROVISIONS - GENERAL 17625/17/3/G10717 INDEX SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL99-8 CLAUSE SUBJECT PAGE ' 1. PLAN QUANTITY-ITEMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 2. GUARANTEED MAINTENANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ' 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE . . . . . . . . . . . . . . . . . : . : : 2 5. OPS GENERAL CONDITIONS 2 6. REVISION TO OPS GENERAL CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ' 7. LAYOUT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 8. LABOUR CONDITIONS 3 9. RESTRICTIONS ON OPEN BURNING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ' 10. SUPPLY OF MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 11. PAYMENTS 9 12. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND ' USED BY THE CONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . i . . . . . . . . . . 10 13. UTILITIES 11 14. HAUL ROADS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 15. DUST CONTROL . . . . . . . . . . . . . 11 ' 16. TRAFFIC CONTROL, FLAGGING . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . 12 17. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS . . . . . . . . . . . . . . . . . . . 12 18. MAINTENANCE OF TRAFFIC . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 ' 19. EMERGENCY AND MAINTENANCE MEASURES . . . . . . . . . . . . . . . . . . . . . . . 13 20. ENGINEERING FIELD OFFICE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 21. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL . . . . . . . . . . . . . . . . . 15 ' 22. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 23. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM(WHMIS) . . . . . 16 ' 24. SPILLS REPORTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 25. PROTECTION OF WATER QUALITY 17 26. TRAFFIC AND STREET SIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 ' 27. GARBAGE COLLECTION ' . . . • . . . • . • . . . . • . . . . . • . . • . • • . . . • . • . • . . • . 18 28. ASPHALT MIX DESIGNS 18 29. CONCRETE MIX DESIGNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 30. TREE PROTECTION . . . . . . . . . . . . . . . . . 20 . . . . . . . . . . . . . . . . . . . . . . . . . . 31. APPLICABLE STANDARD SPECIFICATIONS 21 32. AMENDMENT TO OPSS 102 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 ' 33. GOVERNMENTAL REQUIREMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 34. DELIVERY OF TEST SAMPLES 22 35. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES . . . . . . . . . . . . . . . . . . . . . . . . 23 . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36. REVIEW OF SHOP/WORKING DRAWINGS 23 37. AMENDMENT TO OPSS 1301 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 38. USE OF GROUND GRANULATED BLAST-FURNACE SLAG . . . . . . . . . . . . . . . . 25 ' 39. AMENDMENT TO OPSS 353 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 40. AMENDMENT TO OPSS 570 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 41. COMPLIANCE WITH THE OCCUPATIONAL HEALTH AND SAFETY ACT . . . . . . 26 42. ENGINEERING ARBITRATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 43. ENTRY ONTO PRIVATE PROPERTY 28 44. CONSTRUCTION LIEN ACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 45. WORKPLACE SAFETY AND INSURANCE BOARD : . . . . . . . . : . : . . . : . . . . . 29 46. STORAGE AREAS 29 47. ENVIRONMENTAL PROTECTION PLAN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 48. CONSTRUCTION STAGING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 ' PAGE ONE SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL99-8 ' 1. PLAN Q UANTITY 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 ' The Contractor shall guarantee and maintain the entire work called for under this Contract for a period of twenty-four(24) months in accordance with Section GC7.15.02 of the General Conditions. 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 duffing 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. ' T TIME AND LIQUIDATED 3. CONTRACT DAMAGES Q (1) Time Time shall be the essence of this contract. For purposes of this Contract, GC1.04 of the General Conditions is revised, in that Contract Time means the time stipulated herein for Completion of the Work as defined in Clause GC1.06. (2) Progress of the Work and Contract Time The charging of working days shall commence on August 23. 1999 and the Contractor shall diligently prosecute the work on this contract to completion on or before the expiration ' of Seventy-three (73) working days from the date of commencement. If the contract time above specified is not sufficient to permit completion of the work by the Contractor working a normal number of hours each day or week on a single daylight shift basis, it is expected that additional and/or augmented daylight shifts will be required throughout the life of the contract to the extent deemed necessary by the Contractor to ' insure that the work will be completed within the contract time specified. Any additional costs occasioned by compliance with these provisions will be considered to be included in the prices bid for the various items of work and no additional compensation will be allowed ' therefore. SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL99-8 2. Working days shall be charged until the date of completion of the work as set out in the ' Certificate of Completion issued in accordance with GC8.02.03.06. (3) Worldng Day Working Day as defined in GC1.04 is modified by the addition of the following under Paragraph (a): Except any day from inclusive, even though the Contractor may elect to carry out any approved work as called for under this Contract during this period. The Contract Administrator will furnish to the Contractor for his signature a weekly "Statement of Record of Working Days". The Contractor will be allowed two weeks in which to file a written protest setting forth in what respects the said weekly statement is incorrect, otherwise, the statement shall be deemed to have been accepted by the Contractor as correct. (4) 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 within the number of working days as set forth in the special provisions or as extended in accordance with Section GC3.07 of the General Conditions, a loss or damage will be sustained by the Authority. Since it is and will be impracticable and extremely difficult to ascertain and determine the actual loss or damage which the Authority will suffer in the event of and by reason of such delay, the parties hereto agree that the Contractor will pay to the Authority the sum of FOUR HUNDRED DOLLARS ($400.00) as liquidated damages for each and every calendar day's delay in achieving completion of the work in excess of the number of working days 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 number of working days. 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 GC7.01.07 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, August 1990. ' ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL"-8 3. 6. REVISION TO OPS GENERAL CONDITIONS Payment on a Time and Material Basis: Section GC8.02.04.01, Definitions, is hereby revised by the addition of the following under "Payroll Burden": Payment in respect of payroll burden shall be made at the following rates currently in effect: (i) Road Work- 26 percent of the wages and salary portion of the labour costs. (ii) Structure Work - 30 percent of the wages and salary portion of the labour costs. ' 7. LAYOUT Section GC7.02, Layout, is hereby revised by the deletion of Parts 03), 04), 05), and 06), and by the addition of the following: The Contract Administrator shall lay out and establish the primary alignment and grade controls necessary for construction. The Contractor shall provide the Contract Administrator with sufficient advance notice of his requirements to permit appropriate scheduling of the layout work. The layout performed by the Contract Administrator shall be sufficient to permit construction of the work by the Contractor in compliance with the Contract Documents, but shall not relieve the Contractor of his responsibility for the provision of qualified personnel and normal tools of the trade, as necessary for the transfer or setting of the secondary lines and grades from the primary controls provided. Tools of the trade are interpreted to include but not necessarily be limited to hand and line levels, boning rods, tape measures, lasers, etc. 8. LABOUR CONDITIONS General This Special Provision is to be read in conjunction with Section GC8.02.06, Payment of Workers, of the General Conditions of the Contract and is subject to The Industrial Standards Act, The Employment Standards Act, 1980 and the regulations made thereunder. The wage rates set out in the Roads and Structures Fair Wage Schedule are subject to change periodically. Any increase in costs incurred by a change in the wage rates shall be borne by the Contractor. SPECIAL PROVISIONS -GENERAL , CONTRACT NO. CL99-8 4. I Definitions For the purposes of this Special Provision, (a) "regular rate" means, (i) the hourly rate paid to an employee for their normal non-overtime work week, or; (ii) in the case of an employee to whom sub-clause (i) does not apply, the amount obtained by dividing their total earnings for the week by the number of hours they worked in the week. (b) "work on roads" means the preparation, construction, finishing and construction maintenance of roads, streets, highways and parking lots and includes all work incidental thereto other than work on structures; and; (c) "work on structures" means the construction, reconstruction, repair, alteration, remodelling, , renovation or demolition of any bridge, tunnel or retaining wall and includes the preparation for and the laying of the foundation of any bridge; tunnel or retaining wall and the installation of equipment and appurtenances incidental thereto; provided, however, that the Minister of Labour, Ontario may at his/her sole discretion determine whether any particular work is to be classified as work on roads or as work on structures and such decision may be made notwithstanding the definitions herein contained. Hours of Work and Wages The regular work week for a person employed on work on roads being done under this Contract or any other Contract subject to these or similar labour conditions shall not exceed 55 hours and all time worked by such person in excess of 55 hours a week shall be overtime except that part of the hours of work in excess of 55 hours a week which together with the hours worked in the preceding week do not exceed 55 hours in that preceding week. But, in no case shall the number of hours that can be included in the hours of work for that preceding week exceed 22 hours. The regular work week for a person employed on work on structures being done under this Contract or any other Contract subject to these or similar labour conditions shall not exceed 50 hours and all time worked by such person in excess of 50 hours a week shall be overtime except that part of the hours of work in excess of 50 hours a week which, together with the hours worked in the preceding week do not exceed 50 hours in that preceding week. But, in no case shall the number of hours that can be included in the hours of work for that preceding week exceed 22 hours. Every person employed by the Contractor or a sub-contractor or other person to do any part of the work contemplated by this Contract shall be paid while employed on such work at not less than the wage rate set out in the Roads and Structures Fair Wage Schedule hereunder for the appropriate classification of such work or not less than such other wage rates as, during the SPECIAL PROVISIONS - GENERAL CONTRACT NO, CL99-8 5. continuance of the work, are fixed by the Minister of Labour, Ontario, for hours of work that are not overtime and shall be paid one and one half times his/her regular rate for all hours of work that are overtime. Notwithstanding that a Contractor pays wages in excess of the wage rates set out in the Roads and Structures Fair Wage Schedule hereunder, he shall not, in computing overtime wages payable to an employee, set off against such overtime wages any part of the wages earned by the employee in respect of their regular work period. Where a person is working on more than one Contract that is subject to these conditions, including any municipal Contract that contains similar labour conditions, the regular work week and the entitlement to overtime for that person shall be based upon the total hours worked on all 1 such Contracts and if, on this basis, overtime is worked on this Contract the Contractor shall pay such person at the overtime rate and no waiver by that person of this entitlement to overtime wages and no interposition of a third party by way of an employment agency or as the nominal employer of that person shall relieve the Contractor of his/her obligation to pay that person the overtime wages. Decisions by Minister of Labour Where there is no appropriate classification set out in the Roads and Structures Fair Wage Schedule for any particular class of work, the Minister of Labour, Ontario, may designate or establish the appropriate classification and the wage rate. The Contractor, upon receipt of notice of any decision of the Minister of Labour, Ontario, made under this Contract, shall immediately adjust the wage rates, hours and classification of work so as to give the effect to such decision. Fair Wage Schedule The Contractor shall make applicable to this Contract and post, in accordance with Section GC7.11 of the General Conditions of the Contract, the current edition of the Ontario Ministry of Labour's Roads and Structures Fair Wage Schedule and any amendments thereto. Contractor to Keep Records Which are to be Open for Inspection The Contractor shall keep proper books and records showing the names, trades, addresses and hourly wage rates of all workers in his/her employ or employed on this Contract through an employment agency and the wages paid to and time worked by such workers both at regular wage rates and at overtime wage rates, and the books or documents containing such records shall be open for inspection by officers of the Government at any time it may be expedient to the Minister of Labour to have the same inspected. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL99-8 6. Ministry Requirements Before Payments Made to Contractor t The Contractor shall from time to time upon request furnish the Ministry with such detailed information and evidence as may be required in order to establish that these labour conditions have been complied with not only by him/her but by any sub-contractor or other person doing any part of the work contemplated by the Contract. Off Site Work The Labour Conditions are intended for application primarily to work on the Contract site. Work that is carried out on sites that are not in the immediate vicinity of the Contract site or that are not used exclusively for the purposes of Contracts including Municipal Contracts, containing similar labour conditions will not be subject to the Labour Conditions. Training Period for Equipment Operators (a) Employees, other than students, learning to operate equipment are classified as "Apprentice Equipment Operators" during, (i) their first three months operating equipment which does not require a licensed operator; or (ii) their first 18 months operating equipment which requires a licensed operator. (b) The wages for apprentice equipment operators are as follows: Windsor Zone The wage rate for Cement Improver Hamilton Zone The wage rate for Asphalt Raker Toronto Zone The wage rate for Asphalt Raker Ottawa Zone The wage rate for Skilled Labourer Provincial Zone The wage rate for Skilled Labourer. Pile Driver Employees other than an operator are to be classified as "Pile Driver Men" and shall be entitled to the wage rate for "Labourer" - Structure Section. Servicing of Equipment by Operator "On Site" The Operator shall be entitled to his/her wage rate for the work in accordance with the terms of the "Special Provisions - Labour Conditions." ' SPECIAL PROVISIONS - GENERAL CONTRACT NO, CL99-8 7. Travelling Time Travelling time will not be subject to the Fair Wage Schedule. The hours and wages or monies paid for travelling time are to be deleted from the wage record of an employee in computing his/her wage entitlement. Gravel and Chip Spreader - Provincial Zone Employees engaged in this classification of work shall be paid the wage rate of Equipment and Maintenance Operator, Group 'B'. Room and Board Allowance The amount of room and board allowance will be negotiated between the employer and employee but in no case will the net amount of wages due to an employee be less than such wages an employee in General Construction work would receive at the minimum wage and overtime at one and one-half times that rate for hours worked in excess of forty-four a week and the maximum deduction for Room and Board per week as allowed by Regulation under the Employment Standards Act. Farm or Industrial Tractors with Attachments The attachment must be power operated and be an integral part of the tractor. Wage Rates for Students (a) S tudents employed as FLAGPERSONS or WATCHPERSONS shall be entitled to the wa g e rate for these classifications. (b) Students performing work in positions that are classified in the Fair Wage Schedule, other than FLAGPERSONS or WATCHPERSONS, shall be entitled to receive the student rate, notwithstanding the rate set out in the Schedule for the classification applicable to the work. (c) Students employed for more than three months in a classified position shall then be entitled to the wage rate for that classification. (d) Students performing work in positions that are not classified in the Fair Wage Schedule shall be entitled to receive the student rate, regardless of the location of the Contract. 1 SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL99-8 8. 9. 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. 10. SUPPLY OF MATERIALS All materials necessary for the proper completion of the work shall be supplied by the Contractor, except as specifically noted, and the payment provided in the Contract shall be deemed to include full compensation for the supply of such materials. Materials listed in OPSS 128 and as amended from time to time, shall be supplied only from sources designated in the Ministry of Transportation Manual of Designated Sources for Materials. Amendment to OPSS 128 Section 128.05.02 of OPSS 128 is amended in that the list of materials to be supplied from designated sources is revised: (1) By the deletion of the following; 6.85.25 Flasher Beacon, Aluminum (121.310) 9.20.10 Coal Tar Epoxy (2) By the addition of the following: 9.20.10 (Structural Steel) Coal Tar Epoxy 9.20.15 (Structural Steel) Coal Tar Epoxy SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL"-8 9. 11. 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 21h percent of the total value of work performed beyond the expiration of 45 days from the date of completion of the work as established by the Completion Certificate, 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 to 2-112%, the Contractor shall supply a Statutory Declaration as defined in GC8.02.03.07 03(b) and advertise the Certificate of Substantial Performance per GC8.02.03.04(03). The Completion Payment Certificate to include statutory holdback release, will be issued within 120 days after the date for completion as specified under GC 1.06. The date for interest due to late payment shall commence following 180 days after the date of completion of the work. As a condition of the final holdback payment, the Contractor shall provide the required Property Owner's Releases as specified elsewhere, as appropriate. 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 the executed Payment Certificates. For the purposes of certification of substantial performance and release of holdback, the works completed in 1999 will be considered as a separate contract. L SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL99-8 10. 12. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND i 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 any purpose in conjunction with the Contract, as follows: Date ....................... To: ........................................... ........................................ Municipal Administration Centre Corporation of the Municipality of Clarington 40 Temperance Street Bowmanville, Ontario. L1C 3A6 Re: Contract No. CL99-8 Dear .............:. I hereby certify that (Name of Contractor) has fulfilled the terms of our agreement and has left my property in a satisfactory condition. I have accepted their final payment and release (Name of Contractor) and the Corporation of 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. ' SPECIAL PROVISIONS - GENERAL CONTRACT NO, CL99-8 11. j13. UTILITIES Sections GC2.01 and GC7.12 02) of the General Conditions are deleted in their entirety and are replaced by the following: The Contractor shall be responsible for the protection of all utilities at the job site during the ttime 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. 14. HAUL ROADS When so required by.the Contract Administrator, payment for maintenance and restoration of haul roads will be made for the materials provided and the work performed as specified, at tender prices, or at negotiated prices. 15. DUST CONTROL tAs 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. 1 The cost of all such preventative measures shall be borne by the Contractor except however where water or calcium chloride is used to reduce the dust caused by traffic on a roadway which 1 it is the Contractor's responsibility to maintain for public traffic, the cost of such quantities of water and calcium chloride as are authorized by the Contract Administrator to restrict dust to acceptable levels, shall be paid for by the Authority at the contract prices for Application of Water or Application of Calcium Chloride. SPECIAL PROVISIONS - GENERAL 1 CONTRACT NO. CL"-8 12. 16. TRAFFIC CONTROL, FLAGGING Flagging for traffic control on this Contract shall be in conformance with the procedure outlined in the pamphlet entitled "Correct Methods for Traffic Control" issued by the Construction Safety Associations of Ontario. Copies of this pamphlet may be obtained by request from the Ministry of Transportation's District Office. Each flagman shall, while controlling traffic, wear the following: (i) an approved fluorescent blaze orange or fluorescent red safety vest, and (ii) an approved fluorescent blaze orange or fluorescent red armband on each arm, and (iii) an approved fluorescent blaze orange or fluorescent red hat. 17. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS In accordance with Section GC7.06 of the General Conditions, the Contractor is responsible for the supply, erection, maintenance and subsequent removal of all temporary traffic controls, including signs, lights, barricades, delineators, cones, etc., required on the work. Traffic controls shall be provided in general accordance with the latest edition of the "Manual of Uniform Traffic Control Devices", Division 5. As a minimum requirement and without restricting the Contract Administrator or the Authority in requiring further controls, the following signs shall be supplied: - >:::: Sigh Nxunber Sign l i+e age : Iumber' eel . .....< TC1 CONSTRUCTION (AHEAD) 5 TC-7t ROAD CLOSED 3 TC-8t LOCAL TRAFFIC ONLY 3 TC-41A CONSTRUCTION ZONE BEGINS 3 TC-41B CONSTRUCTION ZONE ENDS 3 TC-52 CONSTRUCTION MARKER 25 TC 51B TRAFFIC CONES 25 Traffic controls shall be operational before work affecting traffic begins. 18. MAINTENANCE OF TRAFFIC The construction to finished granular elevation of Cove Road shall be completed in three separate segments so that residents always have good vehicular access to either Street A, B or West Beach Road. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL99-8 13. In all areas under construction at least one lane shall remain open at all times with traffic control measures in place. Pedestrian traffic shall be maintained at all times within the contract limits. It is the intention of the Contract that every reasonable effort shall be made to provide vehicular access to homes and other properties within the limits of work operations at the end of each working day. It is understood that implementation of traffic controls will require ongoing review and adjustment to suit construction operations. No deviation from the above procedure will be allowed except with the approval of the Engineer. Notwithstanding the preceding, the Contractor shall at all times maintain the roadway surface within the contract limits in a condition satisfactory to the Engineer and such that any emergency vehicles may have immediate access to any building located within the limits of this contract. The Contractor shall be responsible for all signing at the contract limits and within the contract limits. The Contractor shall ensure the signing is properly maintained while in use. It shall be the Contractor's responsibility to directly notify Police, Fire, Hospital and Ambulance services of road restrictions at-least 24 hours in advance of such restrictions and to notify these same authorities when lane reductions are no longer in effect. It is the Contractor's responsibility to advertise all road closures in local newspapers a minimum r of one week in advance of such closure. The newspaper advertisement shall indicate the date of closing of the roadway and the length of time for which the road will be closed. This advertising is in addition to the notification required for Police, Fire, Hospital and Ambulance as indicated above. The Contractor shall also be responsible for all signing of detour routes. 19. 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. 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. 1 1 SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL99-8 14. 20. 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 in clear of the ground. The office shall be fitted with a minimum of two glazed windows, both of which can be opened and are fitted with screens. The door shall have a reliable lock, all keys for which shall be in the care of the Contract Administrator. The Contractor shall supply electric light, and heat when required, to the Contract Administrator's satisfaction and shall furnish the office with a minimum of one desk, one drafting table, two chairs, two drafting stools, one filing cabinet and a broom. Where the Contractor elects to supply a combination office for the use of the Contract Administrator and his own staff, the minimum requirements for the Contract Administrator's accommodation as outlined shall be met. In addition, separate outside access for each office shall be provided and the Contract Administrator's office shall be partitioned off from that of the Contractor, on the inside. Any inside connecting door between the two offices shall be fitted with a lock or closer on the Contract Administrator's side. Where the field office is situated remote from a built-up area and where alternate toilet facilities are not available, the Contractor shall also supply an acceptable chemical or equivalent dry toilet, in a location convenient to the Contract Administrator's office. The field office and other facilities shall be provided at the site within 14 days of the Date of Notification to Commence Work or on the date of the Contractor's actual commencement of work, whichever date occurs first, and shall remain at the site, if the Contract Administrator so requires, for a period of up to two months after the completed work is accepted by the Authority. With the office the Contractor shall also include the supply of an OKI Model 710 portable cellular phone complete with carrying case as supplied by Rogers Cantel or approved equal, complete with batteries, charger, cigarette lighter adapter and operations manual, for the use of the Contract Administrator. Any alternate model must have the same features as those on the noted model and must be approved by the Contract Administrator. The phone shall remain with the Contract Administrator for the duration of the work. The Contractor shall make all necessary applications and pay all charges and fees related to the Cellular phone. Failure to supply a cellular phone may result in the Contract Administrator renting a phone and charging all costs incurred back to the Contractor. For the purpose of this tender, bidders shall assume an average monthly cost of$300.00 for air time and long distance calls. The Contractor shall not be entitled to extra compensation nor shall he be asked for a credit should the actual usage charges differ from this amount. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL99-8 15. 21. 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 by Re-Use, 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. (Reference applicable forms at the end of these Special Provisions - General) 22. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES In accordance with the requirements of Section 18a(1) of the Occupational Health and Safety Act, the Authority has determined that the designated substances as listed hereunder are present on the site and within the limits of this Contract. '` fed u mss:.Stt . ton Id. o `rice;:;::::::. . : >»tai' :::::::::::.:.:::::::::::::::::.:::::::::::::::: :: .;:.;; : Acrylonitrile No Arsenic No Asbestos No Benzene No Coke Oven Emissions No Ethylene Oxide No Isocynates No Lead No Mercury No Silica No Vinyl Chloride No SPECIAL PROVISIONS -GENERAL I CONTRACT NO. CL99-8 16. 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 1A8, 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 have been addressed. -.- I All costs associated with the removal and disposition of Designated Substances herein identified, shall be deemed to be included in the appropriate tender items. Should a Designated Substance not herein identified be encountered in the work, then management of such substance shall be treated as Extra Work. ' 23. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHIVIIS) Reporting 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 labelled. The Contractor shall notify the Contract Administrator of changes to the list in writing and provide the relevant Material Safety Data Sheets. 24. 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 deemed in the Environmental Protection Act R.S.O. 1980. 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 SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL99-8 17. all spills or discharges from this equipment that are a result of the Contractor's operations shall, unless otherwise indicated in the Contract, be assumed to contain PCB's and shall forthwith be reported to the Contract Administrator. This reporting will not relieve the Contractor of his legislated responsibilities regarding such spills or discharges. 25. PROTECTION OF WATER QUALITY At-all times the Contractor shall maintain existin g stream flows and shall control all construction work so as not to allow sediment or other deleterious materials to enter streams. No waste or surplus organic material including topsoil is to be stored or disposed of within 30 metres of any watercourses. Run-off from excavation piles will not be permitted to drain directly into watercourses but shall be contained and directed by silt fence through sediment ponds outletting to vegetated areas. Where this measure is not sufficient or feasible to control sediment entering the watercourses, geotextile coverage over the pile surfaces will be required. If dewatering is required, the water shall be pumped into a dewatering trap. ' No machinery shall enter the creek bed of any watercourse for any reason. Movement of construction equipment in the vicinity of any creeks shall be limited to the minimum required for construction. In the vicinity of the wetland areas, disturbance by construction activities shall be limited to the area designated by the silt fences shown on the drawings. The Contractor shall not carry out equipment maintenance or refuelling or store fuel containers within 30 metres of any watercourse. The Contractor shall not stockpile construction debris or empty fuel/pesticide containers within the Contract limits. The requirements stipulated in the "Environmental Protection Plan" (Special Provisions-General) as well as the "Unwatering Structure Excavations" (Special Provisions-Tender Items) should be referenced in addition to the requirements of this Clause. 26. TRAFFIC AND STREET SIGNS The Contractor will be responsible for the removal and salvage of existing traffic and street signs, and their delivery to the Authority's Works Department Yard, for re-erection by the Authority following completion of the work. Scheduling for sign removal shall be as approved in advance by the Contract Administrator. Regulatory signs such as "Stop" and "Yield" must be maintained throughout. SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL99-8 Z8. 27. GARBAGE COLLECTION The Contractor will be responsible for ensuring that garbage collection, including recyclables, is maintained and when necessary, the Contractor shall make arrangements directly with the collecting agency, to permit and coordinate pick-up. Garbage pick-up is handled by BFI Disposal, McKnight Road, Courtice at 905-433-5075. Recyclable material is handled by Miller Waste Systems at 905-475-6356. 28. 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. , 29. CONCRETE MIX DESIGNS The Contractor shall be responsible for the concrete mix design except for low slump concrete overlays and latex modified concrete overlays which the Authority will design, and for providing concrete of the specified properties. Concrete shall conform to the requirements of OPSS 1350 except as noted below: (1) Sub-section 1350.07.07.01 is deleted and replaced by the following: 1350.07.07.01 Contractor Designed Mix Mix proportions shall be selected in accordance with A.C.I. Standard 211.8-81 "Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concretes" and the requirements of this special provision. The values given in Table 5.3.6 of the A.C.I. standard for the determination of the volume of coarse aggregate in the concrete mix shall be increased by not less than 10 percent except where the concrete is deposited using a pump. At least three weeks prior to the placement of concrete the Contractor shall submit to the Contract Administrator a statement indicating the source of coarse and fine aggregate to be used in the concrete work. i 1 SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL99-8 19. ' The mix proportions, for each class of concrete, shall be submitted to the Contract Administrator at least seven days prior to the placement of concrete. They shall be submitted in the standard Form PH-CC-433. Contractor Designed Concrete Mix Mix Proportions shall be expressed as follows: (i) Portland Cement - Type, Source and Content in kilograms per cubic metre of concrete. (ii) Cementitious - Percent Slag, Source and Content in ' Hydraulic Slag kilograms per cubic metre of concrete. (iii) Coarse Aggregate - Nominal maximum size, Relative Density (Dry) Source, Content in kilograms per cubic metre of concrete and Dry Rodded Density in kilograms per cubic metre of concrete. (iv) Fine Aggregate - Fineness Modulus, Relative Density (Dry), Source and Content in kilograms per cubic metre of concrete. ' (v) Water - Content in kilograms per cubic metre of concrete. (vi) Chemical - Source, Type and Dosage per 100 Admixture kilograms cement. (vii) Air Entraining- Source and Type. Admixture ' Mix proportions shall be based on an aggregate in an oven dry condition. 1 (2) Sub-section 1350.08.01.02 is deleted and replaced by the following: j1350.08.01.02 Sampling of Mix Design Materials For Contractor designed mixed samples of acceptable aggregates, cement, water, chemical admixtures and air entraining admixtures representative of the materials to be used in the work shall be provided to the Contract Administrator when requested at the time the proposed mix proportions are submitted to the Authority. (3) Sub-section 1350.07.07.03, Part (b), is deleted and replaced by the following: 1350.07.07.03 High Strength Concrete (b) Contractor Design Mix SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL99-8 20. The proposed mix proportions shall meet the requirements of revised Sub-section ' 1350.07.07.01 above and in addition shall be tested in a full size field trial batch of concrete. When the concrete is mixed within a ready mixed truck, the size of the trial batch shall be that volume of concrete normally mixed in the truck. When the Contractor elects to use a source of ready mix concrete the trial batch of concrete shall originate from the same plant that will be used for the supply of high strength concrete and the trial batch shall be delivered to the site of the work and tested. Where access to the site of the work is not possible the Contract Administrator will designate a suitable location for testing. The testing of the field trial batch of concrete shall be the responsibility of the Contractor. Strength test data from the field trial batch shall consist of at least one set of standard cylinders tested at 7 days and one set of standard cylinders tested at 28 days. For mixes with cementitious hydraulic slag the strength test data shall also include one set of standard cylinders tested at 3 days. The air content, temperature and slump of the samples of concrete used to fabricate the test cylinders shall be stated. When approved by the Contract Administrator, the concrete from the trial batch may be incorporated into parts of the structure. Basis of Payment ' All costs for the above work shall be included in the contract price for the appropriate concrete item(s). 30. TREE PROTECTION General Constraints/Requirements Protection from the Contractor's operations of trees not designed for removal shall be ensured ' by, but not restricted to, the following: The Contractor shall ensure that his operations do not cause flooding or sediment deposition on areas where trees not designated for removal are located. Unless the contract requires work within the dripline of trees not designated for removal, equipment shall not be operated within that dripline area. When the Contract requires work within the dripline of trees not designated for removal, operation of equipment within the dripline area shall be kept to the minimum necessary to perform work required. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL99-8 21. ' Equipment or vehicles shall not be parked, repaired or refuelled, construction materials shall not be stored, and earth materials shall not be stockpiled within the dripline area of any tree not ' designated for removal. Tree Repair Work Repair work to trees not designated for removal shall be performed in accordance with approved horticultural practice as follows: Bark that is damaged by the Contractor's operations shall be neatly trimmed back to uninjured bark, without causing further injury, within five calendar days of damage. ' Branches 25 nun or larger in diameter that are broken by the Contractor's operations, shall be cut back to a neat surface within one calendar day of breakage; branches to be removed completely shall be set back to within 10 mm of their bases. Roots 25.mm or larger in diameter that are exposed by the Contractor's operations shall be cut back cleanly to the soil surface within one calendar day of exposure and the cut ends shall be 1 covered with topsoil or granular dependent on location. Basis of Payment ' Compensation for all costs associated with the above work shall be deemed to be included in the Contract prices for the various tender items of the Contract. No additional payment will be ' made. The dripline of a tree shall be considered to be the ground surface directly beneath the tips of its ' outermost branches. 31. APPLICABLE STANDARD SPECIFICATIONS Ontario Provincial Standard Specifications (OPSS) governing the work of this Contract shall be as listed in the 'Schedule of Tender Data', Section G, with the applicable date of issue as ' indicated for each Specification. With the exception of OPSS 127 and 128, these Specifications shall remain in effect throughout the duration of this Contract, whether or not they be modified or re-issued by the responsible agency subsequent to the tender advertising date. The issues of OPSS 127 and 128 which are current at the time the work is performed or material furnished, shall govern. SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL99-8 22. 32. AMENDMENT TO OPSS 102 , Scale Accuracy ' Section 102.08.01 of OPSS 102 is amended by the addition of the following: Scale accuracy tolerances and Limits of Error are defined as follows: ' SCALE ACCURACY TOLERANCES FOR PERFORMANCE TESTS LIMITS OF ERROR ACCEPTANCE IN-SERVICE 30 DAYS AFTER REPAIR , PORTABLE SCALE 0.15% 0.20% 0.15% PERMANENT SCALE 0.075% 0.1% 0.075% % OF INDICATED LOAD Notes: - "Indicated" load refers to the weight of the vehicle used in conducting the performance test when measured at the centre of the platform. ' - "Acceptance" Limits of Error are used for the original approval of the design of the device or at the time of its first use in trade and for 30 days after the device has undergone repairs. ' 33. GOVERNMENTAL REQUIREMENTS The Contractor shall obey all Federal, Provincial and Municipal laws, Acts, Ordinances, Regulations, Orders-in-Council and By-Laws, which could in any way pertain to the work outlined in the Contract or to the Employees of the Contractor. Without limiting the generality of the foregoing, the Contractor shall satisfy all statutory requirements imposed by the Occupational Health and Safety Act and regulations made thereunder on a contractor, a ' constructor and/or an employer with respect to or arising out of the performance of the Contractor's obligations under this Contract. 34. DELIVERY OF TEST SAMPLES The Contractor shall include in his tender prices for the cost of delivery of concrete test cylinders and asphalt samples to a designated testing laboratory. For this contract test cylinders shall be delivered to 513 Division Street, Cobourg, Ontario, K9A 4W4. ' SPECIAL PROVISIONS - GENERAL CONTRACT NO, CL99-8 23. ' 35. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES Clause GC7.01.06 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. ' 36. REVIEW OF SHOP/WORKING DRAWINGS For the portions of the work to be done under this Contract where detail drawings are to be supplied by the Contractor, six(6) copies of same, together with specifications, llus such additional copies as the Contractor and his subcontractors may require, shall be submitted to the Contract Administrator for review. The Contractor or his Subcontractor shall check and initial all shop drawings before submission to the Contract Administrator so as to intercept and correct any major errors or omissions. Shop drawings will not be reviewed by the Contract Administrator unless they have been previously checked by the Contractor. The review by the Contract Administrator is for the sole purpose of ascertaining conformance with the general design concept. This review shall not mean that the Contract Administrator approves the detail design inherent in the shop drawings, responsibility for which shall remain with the Contractor submitting same, and such review shall not relieve the Contractor of his responsibility for errors or omissions in the shop drawings or of his responsibility for meeting all requirements of the Contract Documents. The Contractor is responsible for dimensions to be confirmed and correlated at the job site, for information that pertains solely to fabrication processes or to techniques of construction and installation and for coordination of the work of all subtrades. Work which relates to the shop drawings shall not be carried out before the Contract Administrator's review of the shop drawings is complete. SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL99-8 24. 37. AMENDMENT TO OPSS 1301 Section 1301.01 "Scope" of OPSS 1301 is deleted and replaced with the following: , The specification covers the requirements for Portland cements, blended hydraulic cements and supplementary cementing materials together with the method of sampling, testing, delivery, handling and storage, prior to proportioning. The following types of cementing materials are covered by this specification: Portland Cements: Type 10 - Normal - Intermediate Grind , Type 20 - Moderate Type 30 - High Early - Strength Type 40 - Low Heat of Hydration Type.50 - • Sulphate Resistant Blended Hydraulic Cements: , Type 10-S - Portland Blast Furnace Slag Cement Type 10-SM - Slag-Modified Portland Cement Type 10-P - Portland Pozzolan Cement ' Supplementary Cementing Materials: Slag - Type G - Ground Granulated Blast Furnace Slag Fly Ash - Type F - Fly Ash normally produced from burning anthracite or bituminous coal Type C - Fly Ash normally produced from burning lignite or sub- bituminous coal Section 1301.01 "References" of OPSS 1301 is amended by the deletion of the reference to CSA Standard "A363-M83 Cementitious Hydraulic Slab". Sub-Section 1301.05.01 "Physical and Chemical Requirements" of OPSS 1301 is amended by deleting the first paragraph and replacing it with the following: Except as modified herein, cementing materials shall conform to the physical and chemical requirements of CAN3-A5, CAN3-A362 or CAN-A23.5 depending on the cementing material type used. Fly ash and ground granulated blast furnace slag shall also conform to the supplementary optional chemical and physical requirements of CAN3-A23.5 with the exception of the requirements for "Re-activity with Cement Alkalies". ' SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL99-8 _ 25. ' 38. USE OF GROUND GRANULATED BLAST-FURNACE SLAG For concrete used in this contract, the requirements of OPSS 1350 shall apply except that the cement shall conform to the following: Where normal Portland Cement (Type 10) is specified, it may be replaced by a blend of Normal Portland Cement and ground granulated blast-furnace slag (referred to in this special provision as slag). Slag material shall comply with the requirement of OPSS 1301. 1. For concrete other than as specified in Items 2, 3 and 4 below, slag may be used as a replacement for up to 25% by mass of the quantity of portland cement. ' 2. For precast reinforced concrete catchbasins, manholes and ditch inlets, slag may be used according to the requirements of Subsection 1351.05.02 of OPSS 1351, 3. For concrete pipe, slag may be used according to the requirements of Section 1820.05 of OPSS 1820. ' 4. For lean concrete base, slab is not acceptable. 5. Mix designs using slag in cement shall be the responsibility of the Contractor according to the requirements of OPSS 1350. The Contractor shall produce satisfactory test date for 3 day, 7 day and 28 day compressive tests from either a laboratory test program or a field trial batch. 6. Concrete batching plants will be required to have a separate storage facility for slag and the slag shall be weighed separately from the portland cement. In the concrete materials weighing process the portland cement shall be weighed prior to the slag. Slag may be weighed on the same scale as the portland cement. The Authority will not specify the use of slag in any work; the choice will be that of the 1 Contractor. Under most conditions the early strength gain of concrete containing slag in cement will be ' slower than that of concrete containing only Type 10 Portland Cement. SPECIAL PROVISIONS - GENERAL ' CONTRACT NO. CL99-8 26. 39. AMENDMENT TO OPSS 353 Air Content of Concrete 353.05.01 Concrete Subsection 353.05.01 of OPSS 353, September 1996, is amended by the addition of the 1 following: The air content of concrete placed by extrusion methods shall not be less than 4.5% when tested in place in a plastic state. 40. AMENDMENT TO OPSS 570 , Sub-section 570.05.01 of OPSS 570, August 1990 is amended by the addition of the following: The topsoil shall be analyzed to ensure there are no deficiencies with respect to fertility levels. The soil shall consist of a minimum 4% organic matter. The phosphorous level shall be 30 , ppm, t 2 ppm. The potassium level shall be 235 ppm, f 30 ppm. The soil shall have a base saturation of calcium of 75%, f 10%. The base saturation of sodium shall be a maximum of 0.5%. The pH level shall be between 6.0 and 7.0. A copy of the topsoil testing report shall be provided to the Contract Administrator. If the topsoil does not meet all of the fertility elements the soil shall be treated with the required , amendments as recommended by the topsoil analysis report. 41. COMPLIANCE WITH THE OCCUPATIONAL HEALTH AND SAFETY ACT Clause GC7.01.06 of the OPS General Conditions of Contract is deleted and replaced by the following: 06) The Contractor shall execute the terms of the Contract in strict compliance with the requirements of the Occupational Health and Safety Act, RSO 1990, c.0.1 (the Act) and ' Ontario Regulation 213/91 (Construction Projects) and any other regulations under the Act (the Regulations) which may affect the performance of the Work, as the Constructor or Employer, as the case may be. The Contractor shall ensure that: ' (a) worker safety is given first priority in planning, pricing and performing the Work; (b) its officers and supervisory employees have a working knowledge of the duties of a Constructor and Employee under the Act and the provisions of the Regulations applicable to the Work, and a personal commitment to comply with them; ' SPECIAL PROVISIONS - GENERAL CONTRACT NO, CL99-8 27. ' (c) a copy of the most current version of the Act and the Regulations are available at the Contractor's office within the Working Area, or, in the absence of an office, in the possession of the supervisor responsible for the performance of the Work; (d) workers employed to carry out the Work possess the knowledge, skills and protective devices required by law or recommended for use by a recognized industry association ' to allow them to work in safety; (e) its supervisory employees carry out their duties in a diligent and responsible manner ' with due consideration for the health and safety of the workers; and (f) all subcontractors employed by the Contractor to perform part of the Work and their ' employees are properly protected from injury while they are at the work place. The Contractor shall provide the Owner with a copy of its health and safety policy and program ' at the pre-start meeting, and shall respond promptly to requests from the Owner for confirmation that its methods and procedures for carrying out the Work comply with the Act and Regulations. The Contractor shall cooperate with representatives of the Owner and inspectors appointed to ' enforce the Act and the Regulations in any investigations of worker health and safety in the performance of the Work. The Contractor shall indemnify and save the Owner harmless from any additional expense which the Owner may incur to have the Work performed as a result of the Contractor's failure to comply with the requirements of the Act and the Regulations. t m w ne be used with OntU10 prowul Standard Spcnr"uon 'S0 IrwASTE QUANTITY REPORT For Solid Nonhazardous Industrial and Commercial Waste Contract No. ' Contratxor• Location of Disposal She and Quantity of Materials Material Description Certificate of Approval Number OPSF 1805 Ontano Prcmncial Standard Form December 1993 J'nv. Axm to be used Kith Ontario Prcn-jnctat Standard Spcafication 180 ' SITE SELECTION NOTIFICATION FOR MANAGEMENT AS DISPOSABLE FILL ' Contrucf Information Contract No, Owner The following describes the notification process between the Owner of the Contract and the Contractor. wherein the Contractor formally notifies the Owner that agreement has been reached with a third party property owner for the disposition.of Contract generated excess material. Such excess material, managed as disposable rill shall be limited to one of or a combination of: earth;aggregate;swamp material; rock; natural wood and debris from open fires, provided the conditions on management are satisfied. Site Information Property Owner(s) for the subject property- The subject property. Loc N •Concess� Township of County/Region/District' ct Ouanti ty ad Type of Excess Material used as fill:- This is to notify you. as Owner. that permission has been obtained from the property owners) named herein for the management of excess materiats from this Contract. The property owner has also been ptovidcd with a copy of this form and has been advised that a Property Ownces Release Form,OPSF 1803.will be required.The use of this management site will comply with the follaMag. Conditions on Managcirunt . Bituminous pavement,coo=te,masonry.wood wvhicb has been treated,coated or glu4 and metal,plastic,and pobuyrene products vM not be accepted for management as dtsposabtc fin. Swamp material managed as disposable fin vM be tap covered by a minimum of 300 mm of eartb or topsoil Swamp material managed as disposable 60 may only be ptaced: a. a minimum of 2 m above the kvel of ground water. b. a minimum of 30 m frost writer bodies; G a minimum of 100 m from any water wrens;and d. a minimum of loo in from residences. '13ese conditions do not supersede any constraints imposed on this property by Federal,Provincial or Municipal statute or regulations and bylaws made thereto. .1 Dated this _day of 19._ Print Contractor's Name & Field Representative's Name Contractor's Field Reprosentaitve signature Property Owner(s)Signature(s) cc: Contract Administrator.Property Owner(s).Contractor OPSF 1800 December 1993 Ontario Provincial Standard Form 1 T%d form u;be used uuh Ontario Provincial Standard Speetr"tion 180 SITE SELECTION NOTIFICATION FOR MATERIALS STOCKPILING Corttnacr Information ' Contract No. Owrcr. ' The following describes the notification process between the Owner of the Contract and the Contractor. twherein the Contractor, formally notifies the Owner that agreement has been ruched with a third party property owner for the stockpiling of Contract generated excess material. Such excess material,stockpiled for re-use, may be one of or a combination of: earth; aggregate; swamp material; rock: concrete; masonry. 1 bituminous pavement; natural wood; metal. plastic.and polystyrene;wood which has been treated,coated or glued and debris from open fires, provided the conditions on management are satisfied. Site Injomwtion Property Owner(s) for the subject property. The subject Pr�nY ' Lot .concession .Township of County/Region/Disuict at ,Ouamtity and Type of Excess Material uockp'kd This is to notify you,as Owner, that permission has been obtained from the Voperty owners) named berein for the 1 mamgetnettt of excess materials from this Contract The property owner has also been provided with a copy of this form I and has been advised that a Property Owners Release Foan,OPSF 1803,will be required.The use of this management site will comply with the following: GOtiditionS on Mai'IagC17iCv ' It is understood that materials are uoegacd to be roused or held for disposal at a certified wwc disposal site.Stockpiles of natural.good,manufactured wood,debris from open Gres and Swamp material may ocdy be located: a. a minimum o(2 m above the level of grouod grata. b. a minimum of 30 m hom.rater booties; C. a minimum of 100 m from any grater wens:and d. a minimum of 100 m from residences. ' Stockpiles of bituminous pavement,concrete and masonry may only be located a. a minimum of 30 m from wester bodies;and b. a minimum of 100 m from residences unless 1. on property with a boundary common to a right-of-way.within the contract limits,for a period no.exceeding 120 calendar days,cc 2 such stockpiles arc located within a provincial or municipal works yard or in a commercially licensed pit or quarry. These conditions do cot supersede any constraints Imposed on this property by Federal, Provincial or Municipal statute or rqulatioas and bylaws made thereto. Dated this day of 19 Print Contractor's Name&Field Representative's Name Contractor's Field Representative signature Property Owner(s)Signature(s) oe: Contract Administrator,Property Owner(%).Contractor OPSF 1801 December 1993 Ontano Provincial Standard Form This form to be used with Ontario rro"ncut Standard Spenf"tan 180 ' PROPERTY OWNER'S RELEASE ' Contract No. Work Description: I/We ing the owner(s) of Lot . Concession P Townshi of . and County/Region /District of l . verify that the Contractor for the above noted work has placed excess material from the above noted Contract on my/our property with my/our permission. I/We have been advised by the Contractor of the 'Conditions on Management' described in tification for Management as Disposable Fill,or Site OPS Forms 1800 or 1801. 'Site Selection No Selection Notification for Materials Stockpiling'.respectively,or both,and have been assured by the Contractor that these conditions have been met. Where materials are managed disposable fill, UWe agree to be responsible for any subsequent g as p� relocation and management of the material so placed. Where materials are to be stockpiled,I/We agree that the stockpile($)will be removed by the date(s) ' herein noted. Dated thii day of 19_ Print Contractor's Name & Field Representative's Name Contractor's Feld Representative signature Property Owner(s) Signature(s) Copies to: Contract Administrator.Property Owner(s).Contractor OPSF 1803 December 1993 Ontario Provinciat Standard Form SPECIAL PROVISIONS - GENERAL CONTRACT NO, CL99-8 30. ' over or close to the water without adequate barrier measures in place beforehand. The Contractor shall he the Engineer in advance of placement of any stockpiled material so ' that the Engineer can determine what protective measures, if any, are necessary. Construction work carried out during the breeding season for any migratory birds frequenting the work area (or temporary storage areas) shall be done in such a manner as to ' minimize the disturbance to their nesting activities. No in-water work shall take place within the Westside Marsh or its outlet channel into Lake Ontario; works within the existing wetland areas will be confined to within 1.0 in of the design toe-of-slope imprint for the proposed road embankment. The only exception to this will be the area where the existing earth and rubble pathway is to be removed as indicated on the drawings. Sediment control measures have been located on the drawings which encompass this proposed work area. All activities, including maintenance procedures, must be controlled to prevent the entry of petroleum products, silt, debris, rubble, concrete or other deleterious substances into the watercourse. Vehicular refuelling and maintenance must be conducted 30 in away from the watercourse banks and wetland areas. ' Maintenance of all proposed vegetation, once established, will be a critical component of the contract during the 24 month guarantee period. All temporary erosion and sediment control ' structures constructed (excepting the dewatering trap) will remain in place during this period unless the Engineer requests their removal. Prior to the end of the guarantee period, if all vegetation has established successfully, these measures shall be removed (upon notification by the Engineer) as noted under their particular item in the Special Provisions- Tender Items. • All dewatering discharges must be directed to the dewatering trap. Materials from the ' excavation of the trap shall be removed from the site or controlled as the Engineer directs. The Contractor will be wholly responsible for the adequate design and maintenance of the dewatering system related to the construction of the bridge abutments and wingwalls (i.e., pumps, sheeting, etc.). The design will be subject to the review and approval of the Engineer before any work on these bridge components proceeds. ' • All construction work in areas which in the Engineer's opinion may have adverse effects on the watercourse or wetlands shall be monitored by a designated representative of the Contractor to ensure compliance with the Plan. Clause 25 of the Special Provisions-General and Contract Items specifying the construction/placement of erosion and sediment controls form an integral part of the project Environmental Protection Plan. 48. CONSTRUCTION STAGING ' Roadworks on Cove Road shall not proceed until the bridge abutments have been formed and poured. 1 SPECIAL PROVISIONS - GENERAL CONTRACT NO, CL99-8 28. ' 42. ENGINEERING ARBITRATION ' The Contractor's attention is drawn to Clause GC3.15 of the General Conditions of Contract. In the event that dispute cannot be resolved by negotiation, arbitration procedures will be followed in this Contract. All parties shall agree to binding arbitration to resolve outstanding ' claims. 43. 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. 44. CONSTRUCTION LIEN ACT The Contractor shall give the Authority notice in writing, immediately, of all lien claims or potential lien claims coming to the knowledge of the Contractor or his agents. When a claim for lien is filed by a Subcontractor, labour or material supplier or equipment ' renter acting under the Contractor, and proceedings are commenced by the Authority to vacate the lien, the Contractor agrees and shall forthwith pay to the Authority, in addition to their reasonable legal fees therefore, all interest costs and expenses incurred by the Authority and an ' additional sum equal to ten percent (10%) of the sum found to be owing as liquidated damages, and such remedy shall be in addition to any other remedy available to the Authority under the Contract Documents. Where any lien claimant asks from the Authority the production for inspection of the Contract Documents or the state of the accounts between the Authority and the Contractor, the Contractor shall be liable for an administration fee of Two Hundred Dollars ($200.00) for each request ' made as compensation for the preparation of such accounting or for the preparation of the Contract, or both, as the case may be, and the Contractor acknowledges that such administrative fee shall be properly deductible, if the Authority should so choose, from monies otherwise ' payable to the Contractor under the terms of the Contract Documents. Where an application is brought to a judge of a competent jurisdiction to compel production of any particular document to a lien claimant, the Contractor further agrees to indemnify the Authority from reasonable legal fees incurred in appearing on such an application and in addition agrees to pay to the Authority its reasonable costs incurred in producing such documents to the extent that the same is made necessary under the disposition of the matter by sauch 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. i i SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL99-8 29. 45. WORKPLACE SAFETY AND INSURANCE BOARD All references in the General Conditions of Contract to "Workers' Compensation Board" shall now read "Workplace Safety and Insurance Board". , 46. STORAGE AREAS ' Clause GC3.06.01 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. 47. ENVIRONMENTAL PROTECTION PLAN The Contractor's attention is drawn to the following environmental protection requirements which will impact construction activities within or in close proximity to existing wetlands and the Westside Creek watercourse. These measures are in addition or complimentary to the works included for erosion and sediment control under several items in the Tender. , • Sediment and erosion control items included in this contract shall be implemented prior to or immediately after any other construction period activity, to prevent any sediment from entering the watercourse due to construction(including soil from exposed banks) and to ' prevent any downstream transport of resuspended sediment. All disturbed areas shall be stabilized upon completion of works or attainment of final grades. • Temporary erosion and sedimentation works should be maintained until vegetation has been re-established to a sufficient degree so as to provide adequate protection to disturbed work areas. ' • All sediment traps, check dams and silt fence will be cleaned, as a minimum, when they are 50% filled. Maintenance of these devices is essential. Lack of cooperation on the part of the Contractor will be considered as a major violation to the Plan and the Contract and result in a shut down of the project operations until maintenance is performed to the Engineer's satisfaction. ' • All disturbed areas shall be topsoiled(if necessary) and revegetated immediately after final grading is completed. ' • Construction procedures and handling/storage of toxic materials shall conform to Ontario Ministry of the Environment and Energy regulations. • Stockpile or spoil materials necessary for road construction and placement of the proposed bridge shall be prevented from entering the creek. No grading or concrete pours shall occur i CONTRACTOR SAFETY POLICY AND PROCEDURE Schedule "B" ' CONTRACTOR HEALTH AND SAFETY WARNING/STOP WORK-'ORDER ' The purpose of this form is to: (issuer to check one of the following) ❑ Provide warning to the contractor to immediately discontinue the unsafe work ' practice described below ❑ Direct the contractor to immediately cease all work being performed under this ' contract due to the unsafe work practice described below. FAILURE TO COMPLY WITH THIS WARNING/STOP WORK ORDER SHALL CONSTITUTE A BREACH OF CONTRACT PART"A"- DETAILS OF CONTRACT ' CONTRACT/P.O. # DESCRIPTION: ' NAME OF FIRM: ' PART*B"- DETAILS OF INFRACTION (TO BE COMPLETED BY ISSUER) CONTRACTOR SAFETY POLICY AND PROCEDURE Schedule -A- HEALTH AND SAFETY PRACTICE FORM To Contractor(s): The Municipality of Clarington is committed to a healthy and safe working environment for all workers. To ensure the Municipal workplace is a healthy and safe working environment,contractors,constructors and subcontractors must have knowledge of and operate in compliance with the Occupational Health and Safety Act and any other legislation pertaining to employee health and safety. In order to evaluate your company's health and safety experience, please provide the accidentlincident and/or Workers'Compensation (WCB) informatioRnoted below,where applicable. • The New Experimental Experience Rating (NEER) - The WCB experience rating system for non-construction rate groups ............................................................................................. • The Council Amended Draft #7 (CAD-7) Rating - The WCB experience rating system for construction rate groups .................................................:........................................... • Injury frequency performance for the last two years - This may be available from the contractor's trade association • Has the contractor received any Ministry of Labour warnings or orders in the last two years? (if the answer is yes, please include the infraction). • r Confirmation of Independent Operator Status -The WCB independent operator number assigned: (Bidders to include the letter confirming this status and number from WCB with their bid submission.) ' CONTRACTOR SAFETY ' POLICY AND PROCEDURE CONTRACTOR'S STATEMENT OF RESPONSIBILITY As a contractor working for the Municipality of Clarington,.N. &ie.will comply with all procedures and requirements of the Occupational Health and Safety Act, Municipal safety policies, department and site specific policies and procedures and other applicable legislation or regulations. I/we will work safely with skill and care so as to prevent an accidental injury to ourselves, fellow employees and ' -members of the public. 1. The contractor/successful tenderer certifies that it, its employees, its ' subcontractors and their employees, - - a) are aware of their respective duties and=obligations under the Occupational Health and Safety Act, as amended from time to time, and all Regulations thereunder (the "Act's; and ' b) have sufficient knowledge and training to perform all matters required pursuant to this contract/tender safely and in compliance wwith the Act'. 2. In the performance of all matters required pursuant to this contract/tender, the contractor/successful tenderer shall, a) act safely and comply in all respects to the Act, and b) ensure that its employees, it subcontractors and their employees act safely and complying all respects with the Act. 3. The contractor/successful tenderer shall rectify any unsafe act or practice and any non-compliance with the Act at its expense immediately upon ' being notified by any person of the existence of such act, practice or non- compliance. 4. The contractor/successful tenderer shall permit representatives of the Municipality and the Health and Safety Committee on site at any time or times for the purpose of inspection to determine compliance with this ' contractor/tender. r i r __ ' PAGE ONE INSTRUCTIONS TO TENDERERS ' CONTRACT NO. CL99-8 ' 1. GENERAL ' SEALED Tenders plainly marked "Contract No. CL99-8" will be received until: 2:00 P.M., LOCAL TIME, FRIDAY, JUNE 18, 1999 ' and shall be addressed to: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington ' Municipal Administration Centre 40 Temperance Street Bowmanville, Ontario. L1C 3A6 2. BLANK FORM OF TENDER ' One copy of the Tender, on the forms provided, shall be submitted. All,information requested shall be shown in the tender, in the space provided. 3. TENDER DEPOSITS All tenders shall be accompanied by a certified cheque in the minimum amount defined below, made payable to the Authority, as a guarantee for the execution of the Contract. >: 'Tttfal' ener Amournt 1Vlinimlrm,Ilposi ' $ 20,000.00 or less $500.00 20,000.01 to 50,000.00 1,000.00 50,000.01 to 100,000.00 2,000.00 ' 100,000.01 to 250,000.00 9,000.00 250,000.01 to 500,000.00 19,000.00 500,000.01 to 1,000,000.00 40,000.00 ' 1,000,000.01 to 2,000,000.00 75,000.00 2,000,000.01 and over 150,000.00 All deposits will be returned within ten days after the Tenders have been opened except those which the Authority elects to retain until the successful tenderer has executed the Contract ' Documents. The retained tender deposits will be returned when the successful Tenderer has fully complied 1 with the conditions outlined in the Contract Documents. INSTRUCTIONS TO TENDERERS ' CONTRACT NO. CL99-8 2. 4. BONDS ' The Contractor is required to provide a Performance Bond, and a Labour and Material Payment ' Bond, each in an amount equal to 100 percent of the Total Tender Amount, including Goods and Services Tax, to guarantee his faithful performance of this Contract and his fulfilment 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. 5. RIGHT TO ACCEPT OR REJECT TENDERS The Authority reserves the right to reject any or all tenders or to accept any tender should it be deemed to be in its best interest to do so. Tenders which are incomplete, conditional or obscure, or which contain additions not called for, ' erasures, alterations, or irregularities of any kind, may be rejected as informal. Tenders will not be accepted unless submitted in the envelopes provided. ' 6. UNACCEPTABLE TENDERS ' Each item in the Tender Form shall include a reasonable price for such item. Under no , circumstances will an unbalanced tender be considered. The Authority and the Contract Administrator will be the sole judge of such matters, and should any tender be considered to be unbalanced, then it will be rejected by the Authority. , 7. ABILITY AND EXPERIENCE OF TENDERER The Authority reserves the right to reject any tender where satisfactory evidence of sufficient ' capital, plant and experience to successfully prosecute and complete the work in the specified time, is not furnished by the Tenderer. , 8. PROVINCIAL SALES TAX ' Provincial Retail Sales Tax shall be included in tendered prices for material supplied under this Contract. , 9. GOODS AND SERVICES TAX (GST) , The Tenderer shall NOT include any amount in his tender unit prices for the Goods and Services Tax. The GST will be shown on each payment certificate and will be paid to the ' INSTRUCTIONS TO TENDERERS CONTRACT NO. CL99-8 3. ' Contractor in addition to the amount certified for payment and will therefore not affect the Contract unit prices. 10 EXECUTE CONTRACT Tenders shall be open for acceptance for a period of 30 days after the closing date. After this time the tender may only be accepted with the consent of the successful Tenderer. The successful Tenderer shall execute the Contract Documents and furnish the required bonds within 10 calendar days of receipt of notification of Acceptance of Tender. Failure by the successful Tenderer to meet the above requirements will entitle the Authority to cancel the award of the Contract and to retain the tender deposit as compensation for damages sustained due to the successful Tenderer's default. The Authority may then award the Contract to one of the other Tenderers or take such other action as it chooses. ' 11. COMMENCEMENT OF WORK The successful Tenderer shall commence work at the site within 7 calendar days of the official commencement date as specified in the written order issued in accordance with GC7.01.02 of the General Conditions. ' 12. LOCATION The work is located on Cedarcrest Beach Road, Cove Road and West Beach Road, Lots 11 ' AND 12, Concession "Broken Front" former Township of Darlington, Municipality of Clarington. 13. SOILS INFORMATION AND CROSS-SECTIONS ' A foundation investigation has been undertaken on behalf of the Authority and the report and other findings are available for review at the office of the Contract Administrator. The information provided is for guidance only and is not guaranteed by the Authority. Design cross-sections may also be viewed for information purposes at the same location. No test pits will be excavated for this Contract. 14. TENDERERS TO INVESTIGATE STenderers 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. INSTRUCTIONS TO TENDERERS , CONTRACT NO. CL99-8 4. The Tenderer shall carefully examine all plans and profiles so that the unit prices tendered are ' commensurate with the nature of the work. It shall be the Contractor's responsibility to thoroughly inspect the site of the proposed works, , determine the location of any buried or obstructing services and make satisfactory arrangements for interference with such service with the proper jurisdictional agency. 15. INQUIRIES DURING TENDERING The Tenderer is advised that inquiries regarding the interpretation of the plans or specifications, ' shall be directed to the Contract Administrator, Totten Sims Hubicki Associates, Telephone: 905-372-2121, attention: Will McCrae, P.Eng. for Part `A' and Mike Shallhorn, P.Eng. at 905-668-4021, Ext. 236, for Part `B'. ' 16. AWARD OF THE CONTRACT The award of this Contract is subject to the approval of the Ministry of Transportation, Ontario and the Corporation of the Municipality of Clarington. 17. DEFINITION OF OWNER/AUTHORITY AND ' ENGINEER/CONTRACT ADMINISTRATOR Wherever the word "Owner" or "Authority" or "Corporation" appears in this Contract, it shall be interpreted as meaning the "Corporation of the Municipality of Clarington". ' Wherever the word "Ministry", "M.T.C." or "M.T.O" appears it shall be deemed to mean the "Ministry of Transportation, Ontario" or the "Corporation of the Municipality of Clarington". , Wherever the word "Contract Administrator" or "Engineer" appears in this Contract it.shall be deemed to mean the Consultants, Totten Sims Hubicki Associates, or such other officers, as may , be authorized by the Authority to act in any particular capacity. 18. ADDENDA ' The Contractor shall ensure that all addenda issued during the tendering period are attached as part of the submitted bid. Failure to do so will result in disqualification of the bid. 19. UTILITIES ' Plans illustrating proposals for the relocation of utilities are available for inspection at the office ' of the Contract Administrator. For additional information regarding existing utilities the Contractor may contact the following personnel: Ontario Hydro: Bell Canada: Clarington Hydro: , Mr. Jim Hisson Mr. Mark Clarey Mr. Bob Scanlan Tel: 905-623-1071 Tel: 905-433-3632 Tel: 905-623-4451 i 1 INSTRUCTIONS TO TENDERERS CONTRACT NO. CL99-8 5. ' 20. ENVIRONMENTAL PROTECTION PLAN The Contractor's attention is directed to the requirements of the Contract Environmental ' Protection Plan which are stipulated in the Special Provisions-General, Clause No. 47. 21. MATERIAL SUPPLY The Tenderer is advised that the following materials required under this Contract shall be ' supplied only by Blue Circle Canada Inc. at current market prices. i) Concrete (including precast structures) ii) Granular "A" ' iii) Granular "B" iv) Select subgrade material ' Blue Circle may be contacted at Tel. No. 905-623-1772, for pricing and other information regarding supply of these materials. ' 22. PRE-CONSTRUCTION SURVEY The Contractor shall include in his bid for the undertaking a pre-construction survey o all properties within the construction limits or others which he feels may be disturbed by his operation. This work shall be performed by a qualified Consultant approved by the Contract Administrator and the survey must be completed prior to commencement of construction. CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... 5. No act or omission by any representative of the Municipality shall be deemed to be an assumption of any of the duties or-obligations of the contractor/successful tenderer or any of its subcontractors under the Act. 6. The contractor/successful tenderer shall indemnify and save harmless the Municipality, a) from any loss, inconvenience, damage or cost to the Municipality P �y which may result from the contractor/successful tenderer or any of its employees, its subcontractors or the_ it employees failing to act safely or to comply in all respects with the Act in the performance of any matters required pursuant to this contract/tender; b against any action or claim and costs related thereto, brought against the Municipality by any person arising out of any unsafe act or practice or any non-compliance with the Act by the contractor/successful tenderer or any of its employees, its subcontractors or their employees in the performance of any matter required pursuant to this contract/tender; and c) from any and all charges, fines, penalties, and costs that may be incurred or paid by the Municipality (or any of its council members or employees) shall be made a party to any charge under the Act in relation to any violation of the Act arising out of this contract/tender. ..................................................... . ...................................................................................... Contractor Name of Person Signing for Contractor .............................................................................................................................................. Signature of Contractor Date ' 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. CL99-8 SPECIAL PROVISIONS - TENDER ITEMS 17626117/3/G10717 PAGE ONE ' SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL99-8 SECTION A - ROADWORKS: ' CLEARING AND GRUBBING - ITEM NO. Al The Engineer will mark out on site all individual mature trees and bush to be removed from the Cove Street and Cedarcrest Beach Road right-of-ways. No work shall commence under this Item until the trees have been marked. Removal of various dead or interfering tree limbs will be considered for payment under the "Miscellaneous Work" item. The Contractor shall not run heavy equipment outside the road grading area or ditch. All trees over 100 mm in diameter shall be cut into manageable lengths and stockpiled within the right-of-way for 48 hours for removal by private homeowners. Tree branches, other debris and stockpiled material not removed within the specified time frame shall be disposed of off site by the Contractor. All trees and shrubs not designated for removal shall be protected from injury by the Contractor. EARTH EXCAVATION (GRADING) - ITEM NO. A2 Payment under this Item shall include for the following work: All excavation (grading) work required to complete the items under Section "A" Removal and disposal of earth, granular, boulders of any size and bituminous material including sawcutting as required at the limits of construction and the removal of asphalt on private entrances. Removal and disposal of muck (organics) and silt materials as indicated on the drawings. Proof rolling of subgrade. It is assumed that no on-site material will be suitable as fill material and that all excavated material will be disposed off site by the Contractor. EARTH BORROW - ITEM NO. A3 The Contractor is advised to contact Blue Circle with respect to availability of borrow material. Measurement for payment shall be by truck box measure loose. Trucks shall be strictly monitored to ensure that full loads are delivered. I SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL99-8 2. HOT MIX H.L.-3, H.L.4 and H.L.-3A - ITEM NO. A40 Asphalt shall be penetration grade 85/100. Existing paved entrances shall be restored with 50 mm depth of H.L.-3A. Existing gravel entrances shall be paved with 50 mm of H.L.-3A to a point 2 m ' from edge of road asphalt. Roads shall be paved with 50 mm H.L.4 and 40 mm H.L.-3. The full driveway length south of the west bridge approach and the mail box shall be paved with one 50 mm course of H.L.-3. The work shall include the construction of a 300 mm x 40 mm stepped joint at limits of full construction on existing paved streets. GRANULAR `A', GRANULAR °B' TYPE 1 AND SELECT SUBGRADE MATERIAL - ITEM I NOS. A5, A6 AND A7 Payment shall also be made under these items for the supply, placing and compacting of Granular `A' and Granular `B' Type 1 in private entrances, shoulders, road base and sub-excavated areas. The Contractor shall note the requirements related to supply in the "Information to Tenderers" section - Clause No. 21. The following construction standards shall apply. • Private entrances shall be restored with 200 mm of Granular `A'. • Road bed shall be constructed with 150 mm of Granular `A' and 300 mm of Granular `B', Type 1 except where existing frost susceptible/organic soil deposits occur. • Mail bay area shall be constructed with similar granular section as the road. • The specified areas of deleterious soil excavations shall be filled and compacted using select subgrade material to the required depths as shown on the drawings. CONCRETE CURB AND GUTTER -ITEM NO. A8a) i The unit price under this Item shall include for construction of 45° gutter outlets at Sta. 0+634 and 0+825 approximately. Where sidewalk abuts curb, a 50 mm wide key shall be constructed at the back of the curb in accordance with the Standard. The outlet structure work is contained in a separate Item. , LSPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO, CL"-1 3. Note: . Only the curb lengths outside the limits of the bridge deck areas will be considered for payment under this Item. Curb within the limits of the bridge deck is part of the works under Section "B". The Contractor shall note the requirements related to Supply in the-"Information to Tenderers", Section, Clause No. 21. ASPHALT GUTTER - ITEM NO. ASb) Asphalt gutter shall be formed in general conformance to OPSD 601.01, Type `A' but at a reduced width of 0.5 m. Payment for this item shall include for labour and materials required to form and pour the gutter with the exception of asphalt which will be paid under Item A4. CULVERTS - ITEMS NO. A9, A10 and All All culverts excepting the CSPA shall be plain galvanized, 1.3 mm gauge and constructed with Type 1 bedding. Backfill and cover shall be Granular `B', Type 1 paid for under Item No. A5. The CSPA shall be 2 mm gauge with similar bedding and backfill requirements. The works to place the 600 mm diameter culvert shall include a storm sewer outlet grate in accordance with standard S204 placed on the north end of the culvert. The grate shall be bolted as shown to the CSP. The unit prices bid will include for any minor ditch grading adjustments required to provide satisfactory inlet and outlet flow conditions at each culvert. CONCRETE PAD FOR MAILBOX - ITEM NO. A15 1 Payment under this Item shall include for the following work: Supply and place 30 MPa concrete with reinforcement as shown on the Contract drawings. ' Note: . Excavation(grading) and granular works for the foundation necessary to complete the placement of the slab will be considered for payment under their respective Items. The Contractor shall note the requirements related to supply in the "Information to Tenderers" section, Clause No. 21. MISCELLANEOUS WORKS -ITEM NO. A19 (Provisional) Payment under this Item shall include for the following work: Sawcut and removal of dead or dangerous tree limbs at the Engineer's direction. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL99-8 4. Replacement or adjustment of various types of existing curbs at driveway entrances. Removal and relocation of fencing. Square cut all roots of existing trees to be preserved which have a diameter larger than 4 cm. Also, all severed roots are to be immediately covered with soil or granular to prevent drying. Removal and disposal of all.earth and rubble including concrete and reinforcing steel contained within the embankment forming the existing walkway area. All rubble or boulders regardless of size will be considered for payment as part of this Item. This area is located along the north side of the proposed road alignment from Stations 0+780 to 0+250 as shown on the drawings. The final grade shall match elevations of the Westside Marsh and the wetland immediately south of the road. No excavation shall occur within the Westside Marsh area to the north of the existing walkway embankment area. All earth and rubble from the walkway excavation shall be disposed of off the site of-the works at a location arranged for by the Contractor. Works completed under this Item shall be undertaken only at the Engineer's discretion and will be , considered for payment on a "time and material" basis. The Contractor is advised that the Owner reserves the right to delete all or part of the work under this Item. TOPSOIL AND SOD - ITEM NO. A20 Payment shall be made under this Item for the supply and placing of a minimum depth of 100 mm of imported topsoil and sodding with nursery sod in all disturbed grassed areas or on design earth grades in staked or unstaked condition in accordance with OPSD 218.01. The Contractor's attention is drawn to Section 40 of the Special Provisions-General with regard to supply of topsoil. ROCK AND SILT FENCE FLOW CHECKS, SEDIMENT TRAPS AND DEWATERING TRAP - ITEMS NO. A21, A22, A24 and A26 , The Contractor shall supply and install flow checks, sediment traps and a dewatering trap at the locations indicated and in accordance with details shown on the Contract drawings, and as directed by the Engineer. These facilities shall normally be required in ditchlines or at toe of embankments as soon as rough grading is complete and prior to any dewatering operation. Cleaning of the facilities shall be performed by the Contractor and payment for cleaning, hauling and disposing of the sediment shall be included in the unit price bid for this Item. Sediments shall be removed once they reach one-half the depth of the check dam, or at the direction of the Engineer. 1 ' SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO, CL99-11 5. ' The material removed shall be disposed of outside the right-of-way at a location arranged for by the Contractor, unless otherwise approved by the Contract Administrator. Rock, filter cloth and any accumulated sediments shall be removed at the direction of the Contract Administrator and disposed of off the site. This will normally be required once permanent ground cover is established. The site shall be graded to conform to surrounding contours without damaging tadjacent ground cover. The Contractor shall be paid 50% of the unit price for construction and 50% each for maintenance and removal. The Contractor's attention is drawn to the further requirements under the Contract's Environmental ' Management Plan noted in the "Instructions to Tenderers" section. SILT FENCE BARRIER - ITEM NO. A23 The Contractor shall, prior to commencing work on the site, supply and install silt control fences at the location indicated on the Drawings. The Contractor will be responsible for the installation and maintenance of the silt fence within the contract limits. Silt fence beyond the contract limits will be supplied and maintained by the Authority. If necessary, the Contractor will be required to supply and install additional silt control fences at locations within the Contract Limits as directed by the Contract Administrator. ' Silt control fences shall be installed in accordance with detail drawings (or approved equal) to prevent sedimentation from the construction area entering the adjacent property and/or waterways. Any accumulated sediment shall be removed at the direction of the Contract Administrator and be disposed of off the site. The silt control fences shall be left in place after completion of the Contract, and will be maintained until the seeding and mulching has been completed and growth has been successfully established in revegetated and seeded areas, and all other construction has been completed. ' The Contractor shall be paid 50% of the unit price for construction and 50% for maintenance and removal. CURB OUTLETS - ITEM NO. A25 j Under this Item and for the Contract price, the Contractor shall supply and place concrete and asphalt to construct the outlet at 45° and spillways as shown on OPSD's 605.03 and 605.04. Also, a 2 in x 1 in x 0.2 in splash pad of 150 mm dia. rock protection on geotextile (Terrafix 270 or equal) shall be placed at the downstream spillway limit. The rock protection will be considered for payment as part of this Item. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL"-8 6. Note: Also reference supply of materials requirement stated in the "Information to Tenderers", Clause No. 21. CONCRETE IN SIDEWALK - ITEM NO. A27 Section 351.01.01 of OPS 351 is amended in that Granular `A' foundation for sidewalk shall be paid for under the Granular `A' item. Note: Only the sidewalk area outside the limits of the bridge deck area will be considered for payment as part of this Item. Sidewalk within the limits of the bridge deck is part of the works under Section W. • Also reference-supply of materials requirement stated in the "Information to Tenders", Clause No. 21 PLANTING - ITEM NO. A28 Supply, place, stake and mulch all trees and shrubs as shown on the plans and as directed by the Engineer. Plants shall be supplied as specified on the Plant List. Substitutions will not be allowed unless approved in writing by the Engineer. Prior to ordering plant materials, the Contractor shall review the quantities and types necessary with the Site Engineer. Final inspection of all plantings shall be made at the end of the specified guarantee period. At the time of inspection, all plants shall be alive and in a healthy, satisfactory growing condition. All plants shall be guaranteed for a period of one (1) year commencing on the date of acceptance. All plant materials found dead, or not in a healthy, satisfactory growing condition or which in any other way, do not meet the requirements of the specifications, shall be replaced by the Contractor at his own expense, where maintenance during the guarantee period is the responsibility of the Contractor. All required replacements shall be by plants of the same size and species as specified on ' the plant list and shall be supplied and planted in accordance with the drawings and specifications. All manufactured materials such as fertilizers, bonemeal, mulches, etc., shall be delivered to and stored on the site in standard containers clearly indicating contents, weight, analysis and the name of the manufacturer. All materials which are subject to deterioration resulting from weather or any other causes shall be stored on the site in a dry, weatherproof place in such a manner that their effectiveness will not be impaired. All plant materials which cannot be planted immediately upon arrival on the site shall be well protected with soil or similar material to prevent drying out and shall be kept moist until commencement of planting. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL99-8 7. ' Topsoil for use in planting pits and shrub beds shall be a fertile, friable, natural loam containing not less than 4% of organic matter for clay loams and not less than 2% for sandy loams with an acidity ' value ranging from PH 6.0 to PH 7.5 and capable of sustaining vigorous plant growth. It shall be free of any admixture of sub-soil, clay lumps and free of stones and roots over 50 mm in diameter and other extraneous matter. _ ' Peat moss shall be partially decomposed stems and leaves of Sphagnum Mosses with a spongy fibrous texture. PH value to be not less than 4.5 and not greater than 6.0. Shredded particles shall not exceed 6 mm in size, be brown in colour and suitable for horticulture purposes. ' The Contractor shall supply and mix thoroughly with the topsoil for pit and shrub bed backfilling the following quantities of fertilizer: 10 - 6 - 4 at .18 kg/10 mm calliper of tree 12 - 6 - 6 at 0.9 kg/m3 of topsoil for shrub bed The above rates are subject to adjustment on receipt of a soil analysis. ' Fertilizers shall be complete, commercial fertilizers, containing not less than 60% urea-formaldehyde and the following percentages by weight: Nvgen Phosphor Acid Potash 10 6 4 12 6 6 Bonemeal shall be a commercial raw bonemeal, finely ground and with a minimum analysis of 4% nitrogen and 20% phosphoric acid. Bonemeal shall be added to the planting medium at the rate of .5 kg per cu. m. All plant materials shall meet the horticultural standards of the Canadian Nursery Trades Association with respect to grading and quality. They shall be nursery grown, under proper cultural practices as ' recommended by the Canadian Nursery Trades Association. Nomenclature of specified plants shall conform to the International Code of Nomenclature for Cultivated Plants and shall be in accordance with the approved scientific names given in the latest ' edition of the Standardized Plant Names. The names of varieties not named therein are generally in conformity with the names accepted in the nursery trade. Plants shall be true to type and structurally sound, well branched, healthy and vigorous and 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 a healthy, well developed root system. Pruning wounds shall show vigorous bark on all edges and all parts shall be moist and show live, green cambium tissue when cut. SPECIAL PROVISIONS -TENDER ITEMS , CONTRACT NO. CL99-8 8. All plant materials shall conform to the measurements specified in the Plant List. Plants larger than specified may be used if approved by the Engineer. The use of such plants shall not increase the contract price. If larger plants are used, the ball of earth shall be increased in proportion of the size of the plant. , All plants shall be measured when the branches are in their normal position. Height and spread dimensions specified refer to the main body of the plant and not from branch tip to root base or from ' branch tip to branch tip. Where trees are measured by calliper (cal.), reference is made to the diameter of the trunk measured 30 cm above the ground as the tree stands in the nursery. Wrapping material for tree trunks shall be a first quality burlap, at least .27 kg/sq. m. in weight and not less than 150 mm nor more than 250 mm in width, or a heavy waterproof crepe paper 100 mm or 150 mm wide. Cables, eye bolts and turnbuckles required for supporting trees shall be zinc-coated and of sufficient strength to withstand any wind pressure. Turnbuckles shall have a 150 mm.opening with a 8 mm diameter threaded hole for tightening of turnbuckle, for trees exceeding 75 mm calliper. For smaller trees, the opening shall be 75 mm long with a 6 mm threaded hold. Wires for fastening to anchors shall be pliable No. 9 gauge minimum galvanized iron wire for trees 75 mm calliper and over, and No. 11 gauge for smaller trees. Cables shall be used for all trees 150 mm calliper and over. New black rubber hose, two-ply, reinforced and 12 mm in diameter, or approved equal, shall be used to encase wires where they circle the trunk or branches, and shall also be used to cover the turnbuckle on each guy wire. M Pits shall be deep enough to allow a minimum depth of 30 cm of planting mixture under the root ball. All ingredients shall be thoroughly mixed prior to backfilling. Topsoil shall not be mixed while in a frozen or muddy condition. Planting shall be done during periods suitable with respect to weather conditions as determined by the Engineer. Plants shall be set plumb in the centre of the pits and at the same relation to the grade as originally grown, after settlement has taken place. Trees and other plant materials shall be faced to give the best appearance or relationship to adjacent structures. Plants shall be set in partly filled pits or beds of prepared soil mixture at which time all burlap, ropes, wires, etc., shall be pulled-away from the top of the ball. A layer of loose unfrozen soil mixture at , least 150 mm deep shall be placed under each plant. Bare root plants shall be placed so that their roots lie in their natural position. Soil mixture shall be backfilled in layers not exceeding 150 mm in depth. Each layer shall be firmly tamped in place in such a manner that the plant retains its vertical position. Particular care shall be taken to ensure that no air pockets remain under or around the roots. The soil mixture shall be thoroughly watered when the hole is half full and again when full. The planting soil mixture for the filling of planting pits and planting beds consist of five parts topsoil and one part peat moss. The main stem of each tree having a caliper of 38 mm or greater shall be wrapped. The wrapping shall be applied in a special manner with overlap, each time starting at grade and extending upwards to,lust above the second branches. All wrapping shall be neat and snug and held in place by suitable cord. ' SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL99-8 9. ' All plants shall be pruned after planting. The amount of pruning shall be limited to the minimum necessary to remove dead or injured branches and to compensate for the loss of roots as a result of transplanting operations. Pruning shall be done in such a manner as to preserve the natural character of the plants. Leaders shall not be removed. Only clean, sharp tools shall be used. All cuts shall be clean and flush leaving no stubs. Cuts, bruises or scars on the bark shall be traced back to the living tissue and removed. The affected areas shall be shaped so as not to retain water, and treated with an iapproved tree paint. Trees shall be braced upright in position by three guys fastened to anchors. A turnbuckle shall be ' inserted in each guy in such a manner that the guy can be easily kept taut. Cables shall be covered with pieces of rubber hose at points of contact with the bark. Guys shall be placed around the trunk at a point higher than the lowest branches of the trees in such a manner than branches will not be ' subject to undue strain. Each plant other than those in planting beds shall have an earth saucer at its base which shall have a diameter as large as the excavated area. The saucer shall be constructed so as to retain water around tthe roots of the plant. Shredded bark mulch shall be applied to all shrub beds as shown on the drawings. The mulching material will consist of shredded bark free of any granular or organic material, or approved alternate, which will be hand placed around all trees and shrubs to a minimum depth of 100 mm. The following table lists the required data for each species. Measurement of payment will be by each plant installed according to species. ' Payment shall be at the Contract unit bid price for species of plant material and shall be compensation in full to complete the work as outlined. ' NATIVE PLANT RELOCATION - ITEM NO. A29 (Provisional) This special provision item covers the works for temporary relocation of existing plant materials identified on site by the Engineer. The contractor shall identify an area away from the construction and machinery storage area for approval by the engineer. The contractor shall then relocate the identified existing plant material with native soil to this location for temporary storage. The contractor shall water this area as required to ensure survivability of the transplanted plants. The species identified for transplant are Nannyberry, Dogwood, and Willows. These species shall be used to repair natural areas disturbed during construction. The transplant of these plant materials shall be performed during the installation of specified plant materials and according to the standard horticultural practices specifications and standard planting details provided in this contract. The contractor is required to guarantee the transplanted plant materials for one (1) full growing season. The specified works shall be priced to include final installation per plant of approximate size 60cm to ' 80 cm height. The Authority may delete all or part of this Item at its discretion. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL99-8 10. SECTION B - STRUCTURE , EARTH EXCAVATION FOR STRUCTURE FOUNDATIONS - ITEM NO. Bl , Under this Item and for the Contract unit price, the Contractor shall excavate earth material for the structure foundations, as shown on the Drawings and as directed by the Engineer. Measurement for earth excavation for structure foundations will include only those quantities as measured within the neat plan dimensions of the abutment wall, from original ground to the bottom of , the abutment wall. The limits of the measurement for payment of Earth Excavation for Structure Foundations are further defined on the Contract Drawings. Additional excavation above and beyond the defined payment limits, including excavation necessary to construct granular backfill, etc. will be considered incidental to the construction of the structure, and no payment will be made for such excavation. UNWATERING STRUCTURE EXCAVATIONS - ITEM NO. B2 , Under this Item and for the Contract price, the Contractor shall supply all equipment, labour and materials required to complete the following works in accordance with requirements of these specifications and to the satisfaction of the Engineer. The Contractor shall also note the requirements of the Environmental Protection Plan contained in the Instruction to Tenderers Section, Part 20. a) Carry out all work to ensure that all concrete and granular materials for the new structure are , placed in the dry. b) Construction, maintenance, dewatering structures and temporary pumping system as required. ' The Contractor will carry out all operations as indicated in this special provision and in the Environmental Protection Management Plan or as specified elsewhere in the Contract. c) Removal of the dewatering structures and pumping system at completion of the abutment and wingwall placements. Note: Removal of all dewatering structures and systems. The Contractor shall note carefully the requirements of the Environmental Protection Plan for this , project which is contained in the "Special Provisions- General" section. The Contractor shall submit six (6) sets of shop drawings to the Engineer, for review, and as required elsewhere in the Specifications, showing details of design and of his proposed method for construction of the dewatering structure. No dewatering apparatus arrangement or structure shall be placed in position until the method of placing has been approved, in writing, by the Engineer. Measurement for payment under this Item shall be made by lump sum, on the basis of 75% for the completed installation and 25% for maintenance and removal of the structure. i ' SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL99-8 11. STEEL `H' PILES (HP 310 X 110) - ITEM NO. B4 ' For the Contract unit price, the Contractor shall supply and install the HP 310X 110 Steel 'H' Piles required for the structure foundations. The Contractor shall be responsible for supply, storage, hauling, moving and proper care of the piling ' until placed in the work. Payment for this Item will be made at the Contract unit price for the total length of piling remaining ' in the completed structure. Payment for this Item at the Contract unit price shall include compensation for all labour, equipment ' and materials required to auger holes in the native soil strata, including the supply and placing of sand fill, as shown on the Contract Drawings and as directed by the-Engineer. Each H-pile in the east and west abutments shall be installed centred inside an augered hole, 600 mm diameter by 3 metres deep, ' measured from the underside of the abutment wall. A steel liner shall be used where required to retain the sides of the augered holes against collapse during the pile driving and backfilling operations. The space in the hole surrounding the pile shall be backfilled with uniform graded sand. Sand used to fill the augered holes shall be uniform, graded material of the Ottawa type or other commercially available sand meeting the following gradation: ' MTO Sieve Designation Percentage Passing Mass 2 mm (#10) 100% ' 600 µm (#30) 80% - 100% 425 µm (#40) 40% - 80% 250 µm (#60) 5% - 25% ' 150 µm (#100) 0% - 6% The Contractor shall drive the piles to refusal on bedrock, including any necessary redriving as ' directed by the Engineer. Driving shoes for the piles will be supplied and installed under the Item `Driving Shoes'. ' Piles shall be driven according to approved methods of driving practice and as specified by the hammer manufacturer. Pile butts shall be protected during driving with an approved driving head as recommended by the hammer manufacturer. Any piles improperly driven shall be re-driven at the ' Contractor's expense. The Contract unit price shall include cutting off the tops of the piles to the elevation shown on the ' Drawings. All pile cut-offs will remain the property of the Contractor. Basis of Payment Payment at the contract price for the above tender item shall be full compensation for all labour, equipment and materials necessary to do the work. SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL99-8 12. DRIVING SHOES - ITEM NO. B5 1 Clause 903.05.03.03 is amended by the addition of the following: Where the Contract shows details of `Splice and Driving Shoe Details for Steel`H' Piles' the , Contractor may substitute the Titus `H' bearing pile point, standard model, in place of the driving shoe detail shown. Welding of Titus Points shall conform to the manufacturer's specifications. Where the Contractor elects to use the above substitution, the cost shall be deemed to be included in the Contract unit price bid. ' CONCRETE IN ABUTMENTS AND WINGWALLS - ITEM NO. B6 , Payment for this Item, at the Contract price shall include: a) The supply and installation of all joint filler, flexcell, expanded polystyrene, caulking, PVC waterstop, etc., and similar items as indicated on the drawings, and as required to complete the structure. b) The treatment of the abutment bearing seats as specified on the Drawings. Note: Also reference*the stipulation regarding supply of materials in the "Information to Tenderers" section, Clause No. 21. PRESTRESSED BEAMS (TYPE BIV-1220 PRECAST BOX GIRDERS) - ITEM NO. B7 For the Contract price under this Item, the Contractor shall provide for the supply, fabrication, , delivery and erection of the precast box beams. All reinforcing steel embedded in the box beams shall be supplied and placed by the prestressed box beam manufacturer. The Contractor shall core drill the concrete abutment bearing seats and supply and grout in dowels as shown on the Drawings. The Contractor shall provide for grouting the holes for the transverse tensioning rods. The grout shall be an approved non-shrink grout capable of transferring all loads 12 hours after application. , The Contractor shall also provide for transverse tensioning rods as shown on the Drawings, including all materials and hardware. Anchorages shall be capable of developing the ultimate strength of attached steel elements without ' excessive deformation. The material shall be approved by the Engineer. Alternate systems may be used for transverse ties if approved by the Engineer. ' The Contractor shall prepare Shop Drawings and Erection Procedures and submit six (6) sets to the Engineer for approval, as required elsewhere in the specification. Fabrication shall not commence until Shop Drawings have been reviewed. Erection shall not commence until the Erection Procedures have been reviewed. i t SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL99-8 13. ' The Contractor shall also submit six (6) copies of his proposed methods for grouting the void between the abutment bearing sent and the precast box beams, including material specifications for the proposed grout, for the Engineer's review. Grouting shall not commence until the submission has been reviewed. ' Prestressing Steel Prestressing steel shall be Low-Relaxation seven wire strand, size designation 13, Grade 1860, and shall meet the requirements of CSA Standard G279-M 1982. Minimum Breaking Strength of Strand 183.7 kN Nominal Steel Areas of Strand 99 mmZ Nominal Linear Mass 0.775 kg/m Transporting ' The Contractor's attention is drawn to the provisions of the Highway Traffic Act regarding dimensions and weights of vehicles. When it is planned to make delivery by highway transport, the Contractor must contact the Ministry of Transportation prior to submitting his bid, to ensure that the hauling operation will comply with the ' regulations. If delivery cannot be made'by highway transport, then some other means of transportation must be ' arranged and no additional payment will be made for such arrangement. The Contractor shall include in his price any utility relocation or other costs that may be required to ' access the site from either Cove Road or Cedarcrest Beach Road. Grout for Transverse Tensioning ' Grout shall consist of high early strength cement, water and admixtures. The cement shall conform with the requirements of OPSS 1301, the water shall conform with the requirements of OPSS 1302, and the admixtures shall conform with the requirements of OPSS 1303. The admixtures to be used ' shall be a Type III admixture together with an expanding agent. These admixtures may be supplied separately or they may be combined in one product. ' The compressive strength of the grout shall be not less than 20 MPa at 7 days and 40 MPa at 28 days, determined on 50 mm cubes, stored and tested in accordance with ASTM Specification C-109-80. ' All materials shall be supplied by the Contractor. Representative samples of the cement and admixtures shall be submitted to the Engineer, for approval, at least 14 days prior to their anticipated ' use. Subsection 909.05.06 of OPSS 909, shall be amended by deleting the third paragraph and substituting the following: SPECIAL PROVISIONS - TENDER ITEMS ' CONTRACT NO. CL99-8 14. The maximum water cement ratio of the grout shall be 0.55 and the required amount of admixtures ' will be determined by the Engineer. Dowels All dowel inserts shall be capable of developing the full strength of the dowels. Bearing Pads Bridge bearing pads shall be plain neoprene bearings meeting the material requirements of OPSS 1202. All bearing pads shall be supplied by the Contractor. , Air Content of Concrete Subsection 909.05.01 of OPSS 909, September 1988, is amended in that concrete shall conform to , OPSS 1350, December 1983, except that for prestressed members, Clause 1350.05.02.03 of OPSS 1350 is deleted and replaced with the following: ' The air void system in the hardened concrete, when tested in accordance with ASTM C457, Microscopical Determination of Air-Void Content and Parameter of the Air-Void System in Hardened Concrete, shall be: Air Content Percent 4.0 + 1.0 Spacing Factor 0.2 mm maximum Specific Surface 25.0 mm' minimum CONCRETE IN DECK TOPPING, SIDEWALK AND CURB - ITEM NO. B8 , The Contractor shall use a mechanical self-propelled deck finishing machine. ' The concrete shall be deposited and compacted at a rate sufficient to ensure a uniform finish. The method used to deliver concrete to the work shall be such that essentially the same conditions will be produced in the vicinity of concrete placement. The machine, and the concrete surface between the points at which the concrete is struck off and the , final hand floating is carried out, shall be protected from wind. All concrete shall be cured by wet burlap. , Payment for this Item at the Contract price shall include: a) The sidewalk on the south side of the deck. , b) The curb on the north side of the deck and on the wingwalls. c) Concrete in the east and west abutments above bearing seat level. ' SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL99-8 15. d) The supply of all styrofoam, flexcell, expanded polystyrene, PVC waterstops, caulking, and seals, etc. as required to complete the structure. e) The supply and placing of the Date and Site Number Figures as shown on the Contract Drawings. f) Grouting the void between the precast box beams and the abutment bearing seats with an ' approved non-shrink grout. Note: Reference the stipulation regarding supply of materials in the "Information to Tenderers" ' section, Clause No. 21. CONCRETE IN PARAPET WALLS - ITEM NO. B9 Under this Item, the Contractor shall provide One Thousand Dollars ($1,000.00)as a cash allowance for the purchase of a plaque to be mounted on the north-east end post of the barrier wall. Plaque ' details and location shall be subject to the Engineer's approval. The Contractor shall also provide for installation of the plaque. In the event the plaque is not required, the cash allowance will be deducted from this Item. Payment for this Item at the Contract price will include the placing of the anchors for the steel parapet rails and for the guiderails and channels, and the supply and placing of all evazote, flexcell, ' caulking, etc., as shown on the Contract Drawings. Anchors will be supplied under Item 'Steel Barrier Rails'. Note: Reference the stipulation regarding supply of materials in the "Information to Tenderers" ' section, Clause No. 21. ' CONCRETE IN APPROACH SLABS - ITEM NO. B10 ' The Contract price bid under this Item shall include the sidewalk and curb on the approach slabs. The work to be done under this Item shall also include the supply and installation of 13 mm bituminous joint filler between the approach slabs and the wingwalls as shown on the Drawings. The ' Contractor shall also provide for the 5 mm elastomeric seating pad and the 40 mm expanded polystyrene between the approach slab and abutment haunch, all as shown on the Drawings. ' Prior to placing concrete in the approach slabs, the Contractor shall provide and lay a polyethylene film moisture vapour barrier over the full width between the side forms. Joints in the polyethylene shall be lapped at least 100 mm and it shall be maintained in an undisturbed condition throughout ' concrete placement. The polyethylene film shall have a thickness of at least 50 um and shall otherwise meet the requirements of OPSS 1305. Elastomeric Seating Pads Clause 904.05.14 of OPSS 904.05 is deleted and replaced by the following: SPECIAL PROVISIONS -TENDER ITEMS ' CONTRACT NO. CL99-8 16. Elastomeric seating pads used for approach slabs shall conform to the requirements of OPSS 1202, ' except that the hardness of the elastomer shall be 60±50 Shore A. Note: Reference the stipulation regarding supply of materials in the "Information to Tenderers" ' section, Clause No. 21. CONCRETE GENERAL - ITEMS NO. 116, 118, B9 and B10 , Concrete Quantities ' The following approximate quantities for the Tender Items listed below are for the Contractor's information only: Item B6 - Concrete in Abutments and Wingwalls 113 m3 Item B8 - Concrete in Deck Topping, Sidewalk and Curb 67 m3 ' Item B9.- Concrete in Barrier Walls 20 m3 Item B 10 - Concrete in Approach Slabs 27 m3 Lump Sum Concrete Items ' Should the estimated quantities of concrete as shown in the tendering information, for any specific ' lump sum concrete item, differ by more than 5 percent from the theoretical quantities as determined from the design dimensions of the structure component and where such discrepancy in quantities does not result from a change in design made in accordance with Section GC 3-11 of the General , Conditions to Contract, then either party to the Contract upon the written request of the other, shall as soon as reasonably possible, negotiate upward or downward, the compensation for that portion of the concrete which is in excess of or less than the estimated quantity plus or minus the 5 percent increase or decrease. ' Where a change in quantity results from a change in design made in accordance with Section GC 3-11 of the General Conditions to Contract, then either party to the Contract upon the written request of ' the other, shall as soon as reasonably possible, negotiate a new lump sum price for the Tender Item in question. Reinforcing Steel Payment for the above Items, whether by the lump sum or by the cubic metre, will include the ' supply, storage and installation of the reinforcing steel, and epoxy coated reinforcing steel, including mechanical couplers, as shown on the Drawings. The Contractor shall submit shop drawings to the Engineer, for review, as required elsewhere in the Specifications. Fabrication shall not commence until the shop drawings have been reviewed. ' SPECIAL PROVISIONS -TENDER ITEMS ' CONTRACT NO. CL99-8 17. ' Shipping of Concrete Test Cylinders In addition to the requirements of OPSS 904.10, payment whether by the lump sum or by the cubic metre, will include compensation for shipping concrete test cylinders to the location designated by the Engineer. Aggregate Sources ' Only those sources listed on the Aggregate Sources List for Concrete shall be used; sources that are not shown on this list may be accepted by the Engineer after samples have been tested and have met the current physical requirements and the alkali reactivity requirements of OPSS 1002. ' Curing of Concrete Clause 904.07.03.05.01 of OPSS 904 is deleted and replaced with the following: "All unformed and slip formed surfaces shall be cured by burlap and water curing method only". Payment for the applicable items will include full compensation for all labour, materials and equipment necessary to cure all concrete with burlap and water in accordance with OPSS 904. Amendment To OPSS 1301 - Hydraulic Cementing Materials Section 1301.01 "Scope" of OPSS 1301 is deleted and replaced with the following: ' This specification covers the requirements for Portland cements, blended hydraulic cements and supplementary cementing materials together with the method of sampling, testing, delivery, handling and storage, prior to proportioning. ' The following types of cementing materials are covered by this specification: ' Portland Cements: Type 10 Normal Intermediate Grind Type 20 Moderate Type 30 High Early - Strength Type 40 Low Heat of Hydration ' Type 50 Sulphate Resistant Blended Hydraulic Cements: ' Type 10-S Portland Blast Furnace Slag Cement Type 10-SM Slag-Modified Portland Cement Type 10-P Portland Pozzolan Cement ' Supplementary Cementing Materials: ' Slag. Type G - Ground Granulated Blast Furnace Slag Section 1301.02 "References" of OPSS 1301 is amended by the deletion of the reference to CSA Standard "A363-M83 Cementitious Hydraulic Slag". SPECIAL PROVISIONS -TENDER ITEMS ' CONTRACT NO. CL99-8 18. Sub-Section 1301.05.01 "Physical and Chemical Requirements" of OPSS 1301 is amended by , deleting the first paragraph and replacing it with the following: Except as modified herein, cementing materials shall conform to the physical and chemical ' requirements of CAN3-A5, CAN3-A362 or CAN-A23.5 depending on the cementing material type used. Ground granulated blast furnace slag shall also conform to the supplementary optional chemical and physical requirements of CAN3-A23.5 with the exception of the requirements for "Re-activity ' with Cement Alkalies". Amendment to OPSS 1350 - Concrete - Materials and Products ' 1) Subsection 1350.04.01.01 is amended by the addition of the following: Strength Test Data The contractor shall produce the following information with regard to'-the mix design. The ' information shall consist of test data from a laboratory or field mixed batch of concrete, or a summary of test data from previous work using similar concrete mix proportions, as follows: (i) Laboratory or Field Mixed Batch of Concrete ' The test data shall include compressive strength tests consisting of at least one set of ' standard cylinders tested at 7 days, and 1 set of standard cylinders tested at 28 days. For mixes with cementitious hydraulic slag, the compressive strength tests shall also include one set of standard cylinders tested at 3 days. The air content, temperature and slump of the , samples of concrete used to fabricate the test cylinders shall be stated. Note: The intent of the laboratory or field mixed batch of concrete is to indicate the ability of the proposed mix proportions to produce concrete of the required properties. (ii) Summary of Test Data The test data shall include at least ten consecutive 28 day strength tests from previous work. ' The data shall report individual strength tests and the average of all groups of three consecutive strength tests. The air content and slump of the samples of concrete used to ' fabricate the test cylinders shall be stated. The tests shall have been carried out within a period of two years prior to the award of the contract. 2) Subsection 1350.05.01.01 is amended by deleting paragraphs 3 through 5 and replacing them , with the following: Portland Cement shall be used, however, up to 25% of it may be replaced by a ground ' granulated blast furnace slag. Slag shall not be used for lean concrete base. , tSPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL99-8 19. ' 3) Subsection 1350.05.01 is amended by the addition of the following: A certificate of compliance shall be provided at the time of submittal of the mixture design if the concrete aggregate proposed in the mix design is supplied from a source for which the Concrete Aggregate Sources List shows "approval by stockpile only". The compliance certificate shall indicate that the stockpiled aggregate at the ready-mix plant meets the requirements of OPSS ' 1001 and OPSS 1002 and any special requirements shown in the Remarks of the Aggregate Sources List. Testing shall be conducted by any laboratory that participates in the Owner's Interlaboratory Correlation Program for testing of aggregates. ' Concrete Supply ' Reference the stipulation regarding supply of materials in the "Information to Tenderers" section, Clause No. 21. ' Basis of Payment All costs for the above work shall be included in the contract price for the appropriate concrete item(s). ' STEEL PARAPET RAILS - ITEM NO. B11 Under this Item and for the Contract price, the Contractor shall supply all materials, equipment and ' labour necessary for the work of fabricating and erecting the steel parapet rails, including posts, anchorages, guiderail and channel anchors, and appurtenances, all as shown on the Drawings and as directed by the Engineer. tThe Contractor shall prepare shop drawings and submit six (6) sets to the Engineer for approval, and as required elsewhere in the Specifications. Fabrication shall not commence until shop drawings have been approved. SUBDRAINS - ITEM NO. B12 ' Under this Item and for the Contract unit price the contractor shall supply all materials, labour and equipment to complete the subdrains, including any fittings, couplings, bends, and caps, filter cloth, ' rodent grates, rock protection and outlets, etc. as directed by the Engineer. Subdrains shall be CSP pipe, 1.3 mm gauge, PG. Filter cloth wrapping shall conform to the requirements of OPSS 1860 Class I. GRANULAR BACKFILL TO STRUCTURE - ITEM NO. B13 ' Under this Item and for the Contract price, the Contractor shall supply, place and compact in accordance with OPSS 501, the Granular 'B' material required for the structure backfill and frost tapers, all as shown on the Drawings, and as directed by the Engineer. SPECIAL PROVISIONS -TENDER ITEMS t CONTRACT NO. CL99-8 20. Note: Reference the stipulation regarding supply of materials in the "Information to Tenderers" , section, Clause No. 21. The extent of the contract price item for placing granular backfill to the structure shall be as shown ' on the Drawings. Where, however, the Contractor has excavated beyond these limits, or has failed to place earth fill up to the lower limits, he shall supply, place and compact, to the satisfaction of the Engineer, either earth or granular material, whichever the Engineer shall direct, as required to fill the ' resulting excess volume. All costs of supplying and placing such additional material shall be deemed to be included in the Contract price. Water shall be applied to the granular backfill material to assist compaction, as directed by the ' Engineer, and shall also be included in the Contract price. The Contractor shall not be permitted to use other than hand operated vibratory type compaction ' equipment for compaction of backfill material within the restricted zone behind all earth retaining structures. ' Restricted Zone a) At Abutments and Retaining Walls: The area within a plane extending from the base of the ' back face of the wall, upwards at a slope of 1.5 vertical to 1 horizontal. b) At Wingwalls: The area within 1.2 m from the back face of the wall. ' Hand Operated Vibratory Equipment ' Hand operated vibratory equipment shall have an energy output no greater than 6.7 kilowatts. ROCK PROTECTION AND RIVER RUN STONE - ITEM NO. B14 and B15 (Provisional) The work shall be performed in general compliance with the plans, OPSS 511 and as directed by the ' Engineer, and shall consist.of constructing a protective covering of approved rock on the channel slopes and approach embankments at both abutments, as shown on the Contract Drawings. The Contractor shall supply all materials for this Item. Rock shall be an imported quarry or , fieldstone material; the quality of the rock approved by the Engineer. Rock subject to marked deterioration by water or weather will not be accepted. Gradation Limits for Rip Ran Maximum Allowance . Minus 350 mm 100% ' Maximum Allowable Minus 300 mm 50% Maximum Allowable Minus 200 mm 20% Maximum Allowable Minus 200 mm 20% Maximum Allowable Minus 75 mm 0% ' SPECIAL PROVISIONS -TENDER ITEMS CONTRACT NO. CL99-8 21. Placing shall be done in such a manner that the surface of the finished rip-rap shall have a uniform appearance and be without segregation. The rip rap shall be 300 mm minimum thickness on the channel slopes and approach embankments and shall extend along the channel slopes and approach ' embankments as directed by the Engineer. All rock to be placed over geotextile- Terrafix 270R or approved equal. ' No material will be supplied under this Item without the approval of the Engineer. All stone supplied for in-water areas must be washed and free of any fines. Topsoil shall be compacted to 85% SPD. ' The Contract price for the rip rap shall constitute full compensation for the supply of rock river run stone and the supply and placing of the geotextile filter fabric, the hauling and placing of the rock and all items incidental to the completion of the work in accordance with the Specifications. The Authority reserves the right to delete all or part of this Item at its discretion. i 1 i 1 1 1 1 1 1 1 - CORPORATION OF THE MUNICIPALITY OF CLARINGTON iCONTRACT NO. CL99-8 1 1 i 1 1 ' STAND ARDS PAGE ONE STANDARD DRAWINGS CONTRACT NO. CL"-8 ' STANDARD NO. DESCRIPTION (or Drawing No.) D1 TYPICAL CROSS-SECTION OF ROAD D2 TYPICAL CROSS-SECTION OF ROAD AT BRIDGE APPROACHES OPSD- 202.030 EMBANKMENT WIDENING 203.010 EMBANKMENT OVER SWAMP 205.01 TRANSITION TREATMENT 205.06 FROST HEAVE TREATMENT 206.01 GRANULAR COURSES 210.01 TANGENT SHOULDERS 218.01 SODDING OF SIDESLOPES 219.11 LIGHT DUTY SILT FENCE BARRIER 219.13 HEAVY DUTY SILT FENCE BARRIER 1 219.19 SILT FENCE FLOW CHECK 219.21 ROCK FLOW CHECK 219.22 SEDIMENT TRAP 219.24 DEWATERING TRAP 301.01 RURAL ENTRANCES (FILL) 301.02 RURAL ENTRANCES (CUT) 310.02 CONCRETE SIDEWALK ADJACENT TO CURB 310.04 UTILITY INSULATION - SIDEWALK ' 600.04 CONCRETE BARRIER CURB 601.01 ASPHALT CURB AND ASPHALT GUTTER 605.03 45° CONCRETE OUTLET 605.04 ASPHALT SPILLWAYS 802.01 BEDDING FOR PIPE CULVERTS 803.03 BACKFILL FOR PIPE CULVERTS 808.01 PIPES 809.01 PERFORATED PIPE SUBDRAIN 902.01 RAIL DETAIL 902.03 ASSEMBLY DETAIL 902.051 ECCENTRIC LOADER END TREATMENT 902.052 LOADER ASSEMBLY INSTALLATION 902.053 LOADER ASSEMBLY DETAILS 902.055 EXTRUDER ASSEMBLY 902.056 EXTRUDER INSTALLATION 902.057 EXTRUDER POST DETAILS 902.058 EXTRUDER COMPONENTS ' 904.02 STRUCTURE CONNECTION - PARAPET WALL 905.01 STRUCTURE APPROACH TREATMENT 3301-00 SPLICING AND DRIVING SHOE DETAILS FOR STEEL H-PILES STANDARD DRAWINGS CONTRACT NO. CL99-8 2. STANDARD NO. DESCRIPTION 3906-02 WATERPROOFING 3906.030 WATERPROOFING DETAILS 3923-00 SUPPORTS FOR REINFORCING STEEL 3931-00 METHODS OF OBTAINING SCREED ELEVATIONS 4601.000 LOCATION OF SITE NUMBER AND DATE FIGURES 4611.000 DUCT DETAILS FOR LOW VOLTAGE CABLE UTILITIES IN SIDEWALK S204 Mod. STORM SEWER OUTFALL GRATE FOR CSP rModified Standard.(included on drawings) DD-3515 WINGWALL SLEEVE DETAILS FOR PERFORATED DRAIN DD-4013 GUIDE RAIL ANCHORAGE DD-4014 CHANNEL ANCHORAGE DD-4017 GUIDE RAIL ANCHORAGE INSERTS DD-4018 CHANNEL ANCHORAGE INSERTS DD-4019 RAILING ANCHORAGE INSERTS SSS-1 GRANULAR BACKFILL REQUIREMENTS - INTEGRAL ABUTMENT r " Now = iii M M � m MIMI M M OO r M � � � See OPSD-902.053 for 2-16mm dia x 230mm long eccentric loader assembly hex head bolts with flat washers 1905 y 8-16mm dia through L 125x75x10mm splice bolts with Strut nuts Shelf angle with 19x25mm slot 16mm dia x 460mm 150 long bolt, and washer, 75 7 n [at posts © through O 4 y o r -- See washer detail Trim corner of °r' -•1 26 See OPSD-902.054 for post to clear �-- Offset block cable attachment weld T T Bent plate 150x7x216mm long 16mm dia x 560mm long PLAN Shelf angle Corru ated hex head bolt, inserted through Timber post g SHELF ANGLE SECTION B—B guide rail, with flat rectangular 102 steel pipe washer at each end. B D*J Guide rail --?- See OPSD-902.01 for flat washers Pipe sleeve See OPSD-902.054 SECTION A—A SW.` 60mm ODx4.76 for cable assembly T3� I j x152mm long details i ' _ � 8-16mm dia x 38mm N B D Strut 150 Ig hex head bolts with Shelf angle Note 1 See detail 'A' See steel 32 E.- 25 washers.Place washers -------- -- _ --- _ bearing plate 2 I on face side of rail. detail 25 i 20mm dia x 250mm Ig i i Bottom of �' T— 2-19mm mm i i hex head bolt,with hex Wood post 25 , 0 I dia holes max -_ nut & flat washer, Ty p , j �`. _ DETAIL A T T 7mm thick Front face of PLATE WASHER guide rail See soil plate.detail DETAIL Cable attachment :J 10 03 s �21 SECTION D—D Post anchors 25 �' NOTES: -. l52�-- --�152� M N j 1 .For right shoulder installations the sides of strut ELEVATION N _ shall face downward and shall face upward on 2-20mm dia x 200mm Ig l� left shoulder installations.' 610 hex head bolt,with hex nut 27mm dia hole A This standard to be read in conjunction with V2291 152 and flat washer, Typ Tack weld 3 places OPSD-902.01, 902.051, 902.053 and 902.054. f'- B All dimensions are in millimetres or metres unless STEEL BEARING PLATE otherwise shown. 4' 6N� th k ONTARIO PROVINCIAL STANDARD DRAWING 1993 11 18 Rev N SP 2-22mm Post anchor ECCENTRIC LOADER dia holes Soil plate GUIDE RAIL END TREATMENT Date — — — _ — — SOIL PLATE SECTION C—C DETAIL LOADER ASSEMBLY INSTALL+4TION DETAILS OPSD - 902.052 mm � mmmmmmmmm Mom " " \ / FCAW 5 E70T1 2–Bent plates .{140 51x5x486mm Ig Plate washer 10 I 50x254mm 600mm dia CSP A A 76 --- Post 0 --- _ ----- Post 10 10 N a –�— – --- R=Bmm L125x75x10 -- -------- TYP 600mm R=25mm Typ is PLAN C150x12 1708 ° 280 Note 2 Note 1 PLAN 25 140�-- �– --' T - 64 22x50mm slotted holes 50 N ELEVATION E70T1 Fcnw TOP VIEW M I O) `O PL 7x48x318mm FCAW 4 required,2 top E70T1 and 2 bottom TYP 2-19mm -1 1--19 I`-318 W150x14 dia holes 3 required 4-25mm dia holes 6,I 0 � 16 FCAW SECTION A—A 2 ' I �� E70T1 i i c 1 CORRUGATED STEEL PIPE , l i t I en in Co Riveted or helical lock seam I o I HSS 304.8x Corrug. 68x13; 600mm dia x 1.3mm thick N F—"127 I i� 1ot.sx4.78 6-11 s s FCAW NOTES: �— E70T E70T1 1 Dimensions measured on outer SIDE VIEW FRONT VIEW circumference of CSP. ECCENTRIC LOADER ASSEMBLY 2 Corner of post Q to receive 1Omm chamfer. A This standard to be read in ONTARIO PROVINCIAL STANDARD DRAWING 1993 11 18 Rev conjunction with OPSD-902.051, ECCENTRIC LOADER OSP 902.052 and 902.054. 8 All dimensions are in millimetres GUIDE RAIL END TREATMENT Date — _ _ _ _ _ or metres unless otherwise shown. LOADER ASSEMBLY DETAILS I OPSD - 902.053 3.810 POST BOLT AND HOLE 3.810 1.905 1.905 Hole Post bolt 1.905 1.905 Dia and nut Washer Post mm mm Channel Post Guide Rail Offset block ® IB 16 z 460 Recf © Plate 8 Offset block 18 I6x 310 lock PLAN Guide Rail PLAN Lap in direction of traffic Rnd Sh 40 " —Sh Rnd Lap in direction �— 40--- _ of traffic * «' I M - —T- cOZ - 0 Re_ctan ular washer in - 0 LRecton,gu 0. O r` : $ sher 0 a Z Steel a o base I Steel base OPSD-908.01 %+'•e p•� • c S °`•° •: • OPSD-908.01 p STRUCTURE DECK g E N E STRUCTURE DECK OR FOOTING E E OR FOOTING ELEVATION SIDE VIEW SIDE VIEW ELEVATION SINGLE RAIL SINGLE RAIL WITH CHANNEL NOTES: I Where guide rail is adjacent to curb, mounting height shall B Wooden posts to be set by instrument for alignment and grade, be measured : with tops parallel to pavement grade. a Verticall y at face of guide rail when face of guide rail C To produce ,on even alignment, shim beam element where necessary. is more than 300mm beyond gutter line. D This standard to be'read in conjunction with OPSD-902.01 and 902.02 b Verticaliy__QLgutter line when face of guide rail is E All dimensions are in millimetres or metres unless otherwise shown. 300 mm or less beyond gutter line. A Wooden posts and offset blocks: Size 200 x 200 mm nominal, 190 x 190 mm t 1.5 mm dressed , tops to have 25 mm chamfer. ONTARIO PROVINCIAL STANDARD DRAWING .Date 11990 11 15 1 Rev 3 STEEL BEAM GUIDE RAIL Date _ ASSEMBLY DETAIL ------------- SINGLE RAIL WITH OR WITHOUT CHANNEL 10PSD - 902.03---1 End of SBGR installation Eccentric loader end treatment OPSD-902.03 No bolts through steel beam- - R-o 3810tH R=28.1 0m oint in �g05 `0�' -- 3810 greakp - 3810 3810 Note 2 r n ln9_-- t.--1270-- 1270 �- 2 0 0 - �•-- 1905 - --1----- ------- 3O JY or Z y ________ ---- Loader assembl y -------------- 8 -------- 7 500 © 0 ® X OPSD-902.052 Y Ede of shoulder x=Om m y=0mm PLAN Guide rail I-=--SBGR transition in height from 610 to 530mm. See detail Type 'B' 870 710 Channel termination. _[ Cable attachment i Stru 610 Top of ------_-__ 530 70 o atdetail 2 Timber shoulder Drilled c°v U osts, see Channel to holes, Type'A' be buried Typ OFFSET TABLE Note 1 ELEVATION See anchor detail Shoulder 190 to face of 19mm dia 140 Rail Post hole -""I �� 76 --j X 152 152 POSTS X mm Y mm Z mm 0 -� i i 203 8 0 0 270 140-�{ to q. CC 40� 190 22mm dia 7 1905 -25 295 I $ 140 6 hole 25'1 I I 8 3810 C n i 180 ['-' 40 �rrr —L = 65 345 190 o N 1 19mm dia 'F 76 �� i o it li 2-22mm 5� 5075 tos 385 ,°.° on L _ hole -� 0 �I dia holes 4 6335 202 482 O 3 7595 355 635 19mm dia N o I 2-88mm 0 I� 190 2-19mm N o I I I hole ° dia holes o T g5 dia holes 'n 2 9475 630 910 U 1 11345 1220 1310 OFFSET BLOCK °o - 22mm dia, 60mm cv hole _ dia hole i NOTES: 1 Where channel is required it shall be terminated at post®or within SBGR installation. End of TYPE 'B' TYPE 'A' POST ANCHOR—DETAIL channel shall be bolted at all post locations POSTS 3 TO 6 POSTS 1 AND 2 except when terminated at post ® 0 HSS -203.2xl52.4x 2 Curved rail elements shall be, shop Bent BREAKAWAY TIMBER POST DETAIL 4.78x1525mm long to the specified radius. A Timber posts and offset blocks: ONTARIO PROVINCIAL. STANDARD DRAWING 199506 15 Rev 1 Size 190x140 r. dressed, tops to have ECCENTRIC LOADER _ _ _ _ _ _ _ _ _ _ OP 25mm chamfer. B This OPSD 9 be read in conjunction GUIDE RAIL END TREATMENT S with OPSD-902.03, 902.052, 902.053 Date and 902.054. - - - - - - C All dimensions are in millimetres or metres LAYOUT AND POST DETAILS _ 5 ess is n. Main sewer Catch basin or manhole A — Flow --- I ji� I ------------------------------ - I _ Perforated pipe subdrain AIJA t 6.0 PLAN + Some invert elevation Note 1 SECTION A—A NOTES: 1 Where unreinforced concrete bedding is used for the main sewer, the pipe subdrain is to be placed 150mm above the top of such bedding. A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1995 01 06 1 Rev PERFORATED PIPE _ _ _ _ _ _ _ _ _ _ °sP SUBDRAIN INSTALLATION Date _ _ _ _ _ _ AT MAIN WITH GRANULAR BA KFULLTURES OPSD — 809.0 0 4.128 32 and 38 33� �32 18� A 1.905 1.905 Lo 111111 O + N N l i 6 -T -- SPLICE BOLT AND NUT T I I 76 - -- -f-38 A 16-23x29 mm 3- 19 x63 mm 108 108 �---51 I i slotted holes FRONT ELEVA` ION slotted holes ^� IV N �c Splice bolt and nut v N - at post -16x 32 mm _. at structure 16x38 mm Slotted hole 18x25mm, anchors ' 725 ± Post bolt, nut and RECTANGULAR 160 565 washers as directed r"-��� WASHER II on assembly Note I — drawings OPSD-902.03, 902.04 N --_= -------- #--� 0) Q-41 -; 00 ' i i Rectangular m 7—LJ U washer see T ° E I 108 108 i detail above n �I E �I{ ° o! E 52 A �----- 13 25 13 6 _ EI I l ARRANGEMENT AT POST SHIM � I V) z' _ - — Note I NOTES Co Thickness of rail to be 2.5 mm, rectangular washer 4.0 mm , A shim 2 mm . B All dimensions subject to manufacturing tolerances unless Z4- 3 x 29 mm slotted holes E otherwise indicated. oM TERMINAL SECTION C All dimensions are in millimetres or metres unless otherwise v+ E .� o shown. N , ��27 ONTARIO PROVINCIAL STANDARD DRAWING Date 1986 04 07 Rev 2 ---- 81 —� 2 Date �.--- 83 — STEEL BEAM GUIDE RAIL ----- ENLARGED SECTION A—A Note I RAIL DETAIL 10PSD - 902. 0i Pipe Profile grade d to( k — d ) 1o( k — d ) Granular Limit of F Subgrade k Frost fapebackfill :, pipe clearance f fYP i ., ' Note 2 1y . •J I i' .. Earth fill ---st Fro enetration fine below bottom of beddin rade— Note 1 Bedding grade — ------------------9- — ------------------------------------------ FROST TREATMENT — RIGID AND FLEXIBLE PIPE NOTES: D 1 Pipe embedment according to: All dimensions are in millimetres or metres unless a) Flexible — OPSD-802.010, 802.014, otherwise shown. 802.020 and 802.024; b) Rigid — OPSD-802.030 to 802.032, 802.034, LEGEND: 802.050 to 802.052 and 802.054. 2 Frost tapers start at bedding grade. d —depth of roadbed granular A Protection against heavy k —depth of frost treatment construction equi ment according f —depth of frost penetration to O 8.0 topers B Frost tapers 1+.are not required in ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev rock embankment. FROST TREATMENT — PIPE CULVERTS - - - - - - - - - - 0SP C Frost tapers not required when frost line is above the top of FROST PENETRATION LINE BELOW Date _ _ _ _ _ _ pipe. BEDDING GRADE OPSD — 803.030 M M Mao M Am M m m m " M M M M M 111111111111111M CIRCULAR PIPE NON CIRCULAR PIPE P P Note 2 D 0 S S 2 2 Note 3 �0% R,dx. ZyP Note 1 Partially completed grade, Typ 0 2 `s 2 NOTES: LEGEND: 1 MINIMUM HEIGHT OF FILL FOR HEAVY EQUIPMENT CROSSING: P=1500mm, or 1.50 or 1.5S — For Flexible Pipe, the height of fill over top of pipe shall be 800mm whichever is greater. D or 0 =Inside diameter of circular pipe or plus 300mm whichever is greater. 4 S =Span of non circular pipe. — For Rigid Pipe, the height of fill over top of pipe shall be 1 000m min. 2 When protection is higher than subgrade, it is to be removed to subgrade level before placing granular base. 3 When protection is also used by public vehicular traffic, the maximum slope shall be 5%. A This Standard to be used in conjunction with OPSD-802.010 to 802.014, 802.020 to 802.024, 802.030 to 802.034, 802.050 to 802.054, ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 151 Rev 803.030 and 803.031. B All dimensions are in millimetres PIPE PROTECTION AGAINST SP - - - - - - - - - - or metres unless otherwise Date shown. HEAVY CONSTRUCTION EQUIPMENT — — — — — — OPSD 808.010 Outlet v Gutter width Edge of pavement Type mm mm OPSD-605.01 and 605.03 Barrier 200 450 / Semi—Mountable 300 450 Mountable 400 450 OPSD-605.02 Type 8 400 450 Edge of shoulder Gutter width >° Note 1 Asphalt spillway Xt— ' JX_ _ — (L o f ditch 50vim min PLAN SECTION X—X WITH 30' or 45 GUTTER OUTLET OPSD-605.01, -605.02 or 605.03 Outlet b Gutter Type mm width Edge of pavement mm OPSD-604.01 Barrier 200 450 Semi—Mountable 300 450 Mountable 400 450 OPSD-604.02 Type B 400 450 -- * Edge of—shoulder `o Y Y � b Gutter width b Asphalt spillway � 1 __ Note 1 —(L of ditch PLAN 50mm min SECTION Y—Y WITH 90' GUTTER OUTLET OPSD-604.01 or 604.02 NOTES. 1 Depression of spillway to coincide with outlet end of gutter outlet. 2 All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 11991 12 16 Rev 1 ASPHALT SPILLWAYS Date — — — — — — FOR CUT OR RLL - - - - - - - - - - - - - [-OPSD - -605.04 l� M M 'M s in MM m m m go ll r i M M M PIPE IN SUPPORTED PIPE IN UNSUPPORTED PIPE IIN SUPPORTED EXCAVATION EXCAVATION EXCAVATION 0 Note 3, Typ Subgrade 2 Support system Q1 1 Typ — 1 1 . Backfill material. Clearance, For culvert frost treatment 1 • see table, Typ • 300mm min. Note 2 1.5 r Typ • . . Clearance, , •� see table 300mm min .� D E Ex 150 v ° o D N 5 E TYPE 1 OR 2 TYPE 3 W SOIL SOIL D 150 , 2 0.50 0.50 Bedding grade Note 1 Note 1 PIPE IN SUPPORTED PIPE IN UNSUPPORTED LEGEND: EXCAVATION EXCAVATION ,0 — Inside diameter 2 Subgrade NOTES: • • •.. Q 1 1 The pipe bed shall be shaped to receive the bottom of the pipe. •.r D ' . • : 3ackfill material. 2 Pipe culvert frost treatment according to OPSD-803.030 and 803.031. •, • For culvert frost treatment 3 Condition of trench is symmetrical about centreline of pipe. Note 2 A Granular material placed under the haunches must be compacted 1501 1` Bedding grade CLEARANCE TABLE prior to continued placement and compaction of embedment material. 2 Pipe 0.5 D TYPE 4 p Clearance B Embedment material shall be homogeneous granular material, and Inside Diameter shall be placed and compacted uniformly around the pipe. Note 1 SOIL mm mm C Soil types as defined in the Health & Safety Act and 900 or less 300 Regulations for Construction Projects. Over 900 500 D Protection against heavy ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev construction equipment according to OPSD-808.010. FLEXIBLE PIPE _ _ _ _ _ _ _ _ _ _ °sP E All dimensions are in millimetres or metres unless otherwise shown. EMBEDMENT AND BACKFILL Date _._ _ _ _ _ EARTH EXCAVATION 10PSD -- 802.010 200----�{ t I R=50\` 30 \�h0 0 0 N 1 -- N Existing pout Paint with undiluted SS I emulsion ASPHALT CURB MACHINE LAID 800 °a 400 0 0 F 50 W I T Povt depth Note -- — —! Point with undiluted SS I emulsion ASPHALT GUTTER — TYPE 'N a eoo c 400 P Povt depth Note I Point with undiluted SS I emulsion ASPHALT GUTTER — TYPE W NOTES: I Depth of gutter at pavement edge to equal depth of new pavement but in no case less than 130 mm . A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1990 09 14 Rev I Date 1�.'. ASPHALT CURB l AND ASPHALT GUTTER [OPSD - 601. 01 1 Elevation of top of curb to follow shoulder slope 1.9m Curb and gutter Edge of pavement O �O Gutter line -7L r � j 60 ,/ Back of curb i Elevation of top of curb �\ to follow shoulder slope / L T PLAN Level of gutter at curb and gutter 175 100 ' A i 225mm min .4 450 F�- SECTION X—X CURB and GUTTER ' Type Barrier 200 Semi—Mountable 300 Mountable 400 NOTES: A All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 11991 12 16jReVj 1 45° CONCRETE OUTLET Date — — — — — — j FOR CONCRETE CURB AND GUTTER - - - - - — — — — — - - - - AT END OF RUN OPSD - 60 ' Sidewalk ' Typ I 1 Note 1 I 1 t Curb Typ Catch basin Face of curb Expansion joint Typ material CATCH BASIN Expansion joint Note 2 Expansion joint material j Note 3 Maintenance hole UTILITY APPURTENANCE Expansion joint Note 2 1 Provide a minimum of 100mm clearance Pole Asphaltic concrete around pole Note 4 UTILITY POLE NOTES: 1 Expansion joint through sidewalk is 4 For portland cement concrete alternative required when curb and gutter is use expansion joint material around boxout. poured integral with sidewalk. A All dimensions are in millimetres or metres 2 Adjust joints to coincide with centre of unless otherwise shown. utility, with minimum slab length of 1m. 3 Expansion joint material shall be placed around maintenance holes flush with concrete surface. ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 01 Rev UTILITY ISOLATION - - - - - - - - - -Date OSP IN SIDEWALKS -- - - - - - OPSD - 310-040 L L U U U U Dropped curb at o v entrances o 0 TYp Thickness Thickness of sidewalk of sidewalk Finished 25 300 50 150 i 25 300 50 1501 road surface ��s ' o ?s ?s F • o N o p 30 25 , Ln C14 P ;�o f•,I N 2� i' I I M I N .Oi� _ �?ski f' .I � ..,P�. � V •I � t Jl o• •Note 3 ' .1 N r• .Note .3 ' .I 525 50 525 L 50 TANGENT Additional width where TyP sidewalk Is adjacent to curb SUPERELEVATED NOTES: 1 Flexible pavement shall be 5mm above the adjacent edge of gutter. 2 Where sidewalk is continuously adjacent, reduce the dropped curb at entrances to 75mm. 3 For slipforming procedure, a 5% batter is acceptable. A Treatment at entrances shall conform with OPSD-351.01: LEGEND: B Outlet treatment shall conform with OPSD-610 Series. S Rate of pavement superelevation in percent, �. C The length of transition from one curb type to another shall be except in conjunction with ONTARIO PROVINCIAL STANDARD DRAWING Date 1990 09 guide rail, It shall conform to 14 Rev guide OPSD-900 Series. CONCRETE BARRIER CURB Date D All dimensions are in millimetres — — — — — — unless otherwise shown. WITH STANDARD GUTTER - - - - - - - - - - - - - - FOR FLEXIBLE PAVEMENT OPSD - 600.04 Ditch E i E Ditch—� E 5.Om I min E I-- En#once I o I ° I 1A 1 Culvert 1 I SECTION B-B R=5.Om ' R=5.Om Note 1 ► I Note 1 --------- ' --------- of ditch B — B I I Culvert I I I Sh and Rnd Edge of pavement Pavement - - - - - - I �A PLAN C I Sh 1. 1. Pave and 5.0 1. 1. Note 2 Rnd I Exist entrance grade 0.5% - 300mm 1' iin �` 1 2 2 Culvert SECTION A-A NOTES: 1 Radius to be 8.0m when entrance is used for farm equipment. 2 Desirable entrance configuration, when conditions permit. Desirable maximum gradient: 6% for residential entrances and 10% for farm and field entrances. A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1998 03 01 Rev ST q^, 0 P� RURAL ENTRANCES s TO ROADS IN EARTH CUT - - - - - - - - - - WITH CULVERT INSTALLATION OPSD - 301 .020 1.5m Note 2 Expansion joint material Finished road Sloe 27. to 47 surface a .�. e.; s ' 150mm i 0 e _ o°• a Note 1 ! Concrete R=5mm ! R=5mm sidewalk • '. 2Subgrade or granular Curb and gutter base as specified s as specified TYPICAL SECTION � � 5 _ Expansion joint material L Curb and gutter DUMMY JOINT �1.5m 5-1 r 0.25 T TyP Contraction joint Expansion v. .� �• v joints • • a; F- •� O CONTRACTION JOINT R=5mm Typ. 5 7 Dummy joints • ' y - T ' �- •x TYP c n Contraction joint —I 12mm expansion JOINT LAYOUT joint material EXPANSION JOINT NOTES: 1 Sidewalk thickness at residential driveways A All dimensions are in millimetres or and adjacent to curb shall be 150mm. metres unless otherwise shown. At commercial and industrial driveways, the thickness shall be 200mm. 2 Sidewalk width shall be increased to: — 1.8m when adjacent to curb on major roadways — 2.4m at schools, bus stops and other high pedestrian areas. ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 011 Rev CONCRETE SIDEWALK - - - - --- - - - - SP ADJACENT TO Date _ _ _ _ — — CURB AND GUTTER OPSD - 310.02 Light duty sediment �G 1 m Direction of flow --`� barrier r Mm t2og min 1 Dewatering trap 0.5 / �— Side slope Rock flow check 1 m min not to exceed 0.5:1 SECTION A—A Typ Silt fence barrier OPSD-219.110 Temporary rock flow check A E Excavated basin a A Interface to be gap free rig -4 DEWATERING TRAP WITH SILT FENCE t -1 a t Straw bale barrier t t OPSD-219.100 t 01, t t t t • Temporary rock flow check t Y t A t E avated basin A A- N t t Interface to be 100 t gap free t . t t � f r. 20m max --� t C14_ t t DEWATERING TRAP WITH STRAW BALES NOTE: A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 01 Rev - - - - - - - - - - OP DEWATERING TRAP Date — — — — — — r_OPSD -- 219.240 Additional 600mm width Entrance required when guide rail is installed I 5.0 ! SECTION B-B B 8 R=5.Om R=5.0m Note 1 Note 1 1111111111jLIJ i I I tit Sh and Rnd Edge of pavement --- rt Pavement - -�- - - - - 1 A PLAN 4 Sh [Pavement- and 5.0 --1.5-1.5 Rnd Note 2 1.5 1. bye 3% • Exist entrance rode SECTION A-A NOTES: 1 Radius to be 8.Om when entrance is used for farm equipment. 2 Desirable entrance configuration, when conditions permit. Desirable maximum gradient: 6% for residential entrances and 10% for farm and field entrances. A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1998 03 01 Rev sTav RURAL ENTRANCES _ _ _ _ _ - - - - - t' t TO ROADS ON FILL ` OPSD -- 301 .010 �t Direction of flow �B Spillway O � y A C7 �� p F o A o . P a 0 o ppCo � B PLAN VIEW c v ar 300mm min 300mm min nee 150 S�oPe 100 v Spillway Geotextile SECTION A—A Spillway 150 Second lift of rock Geotextile Direction of flow ° Rock �'� First lift of rock 200mm Trench to be bockfilled and 200mm�---� compacted NOTE: SECTION B—B 300mm min A All dimensions are in millimetres or of geotextile metres unless otherwise shown. in trench ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 01 Rev TEMPORARY ROCK FLOW CHECK Date v—DITCH OPSD - 219.210 Top of bank A 1 /—Temporary rock flow check OPSD-219.211 Direction of flow J Ui 0 B B O Excavated basin 1 Top of bank A PLAN VIEW To of bank ............. JTT7 Direction of flow 1.0 L=20m -PA" Ditch invert °• 1 0.5 \ Temporary rock flow check Excavated basin OPSD-219.211 SECTION B-B ,L 1 f, 0.5 0.51- SECTION A-A NOTES: A Ditch cross section upstream or downstream of sediment trap may be flat bottom or 'V' shaped. B All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 011 Rev OP EXCAVATED SEDIMENT TRAP Date-- — — — _ OPSD - 219.22 ................................. ......................... Area under construction \o� , � End ws run Barrier r+ ) main run _� �.�4 4P I End run '"= Val i ♦Vth Area under protection PERSPECTIVE VIEW Area under Direction of flow construction L� Area under protection SECTION VIEW Silt fence barrier Direction of flow Jr� A 1 ' Stakes 2m max T Main run 1 PLAN OF SILT FENCE BARRIER AL110- Control measure support c Geotextile E E Stake 0 Direction Trench to be of flow backfilled and ` Compacted Earth surface o 0 N O 300mm min ° of geotextile 1 200 O) in trench SECTION A—A NOTE: A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 01 Rev OP HEAVY DUTY pate—�_ _ _ _ _ — S SILT FENCE BARRIER OPSD - 219. 130 Direction of flow A � Di Ich W1m max_. A I Typ PLAN VIEW End of flow check Ground level Lowest Ground level point End of ELEVATION — V—DITCH flaw check Lowest point Ground /eve/ Gro Una level ELEVATION — FLAT BOTTOM DITCH UPSTREAM DOWNSTREAM Control measure support � o Geotextile E E � E- ►—Stakes, max LO o 1 m spacing Direction r�i one Trench to be of flow backfilled and compacted Earth surface �E E 300mm min E 0 of geotextile 200m o °� in trench / ° c rn NOTE: SECTION A—A A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 01 Rev OP SILT FENCE FLOW CHECK Date _ _ _ _ _ _ OPSD -772- 19. l slopes or sCeeper, r staking f ry fju'shnw th sod surfo an driven _ to a 1 p0 100 ow ect ir • y / ! of _ / / U Subgrode elevation on roadway frontslope o _ NOTES: A For application to designated areas. B All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1 1990 09 14 1 Rev L2 Date SODDING OF SIDE SLOPES ------------ OPSD - 218 . 01 f Area under / construction �I No, \ � End ( w • run Wiv Barrier main run �� t End run vv vm i 446 Area under protection ii w PERSPECTIVE VIEW Area under construction Direction of flow C� Area under protection SECTION VIEW Silt `fence barrier �j 1, h Direction of flow r 2 A �n \ / n' Bea �® era 2.3m max, T r Main run J A L® PLAN OF SILT FENCE BARRIER Stake c Geotextile E E 0 t Direction S Trench to be Of flow oaled and compacted Earth surface 0 N 300mm min I X000 of geotextile 200 in trench SECTION A—A NOTE: A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 01 Rev q11 LIGHT DUTY - - - - - - - - - -SILT FENCE BARRIER Date OPSD - 21 M i W menli m aw am " vw �m w mom M Offal_ground line H — I_—__—_ _ Profile grade Base and subbase t Subgrade i �mtt of excavation Excavate and backfill -- TRANSVERSE SECTION A-A On* g!nal ground fine A Profile grade --- t d Subgrade / 'I Note 2 1 '' — _^— A -- Excavate and Y backfill Note 1 `' Transition treatment LONGITUDINAL RUNOUT / RUN IN NOTES: LEGEND: 1 Longitudinal runout Y start and finish d — Depth of combined base and subbase courses. points will vary across the transverse section, t — Transition treatment depth, as specified. due to original ground level differences. H — Thickness of organic, leached and accumulation layers, depth as specified. Profile grade and subgrade lines apply � across the transverse section. Y — Transition length through H, 15m maximum. 2 Taper out of H at 10( t—d ) ONTARIO PROVINCIAL STANDARD DRAWING Date 1992 OS 01 Rev 1 when Y reaches 15m maximum. A All dimensions are in millimetres Date _ _ _ _ _ _ or metres unless otherwise shown. TRANSITION TREATMENT EARTH CUT TO EARTH FILL OPSD - x205.01 1 0 Base and subbase Profile grade i 0 Existing t Note 7 avement s—%T/�—'T-r'7- F o t have mat n l — —.---. I d� S- ubgrade Granular backfill Typ 20 ( t-d) omits of frost heave 20 LONGITUDINAL SECTION Base and subbase Profile grade Subgrade d OG OG 3= �--- 3R 37. —� 0.25m min TRANSVERSE SECTION WITH DITCH Base and subbase Profile grade Subgrade F d OG OG �. �--- 3% Clay seal Subdrain as specified where specified Typ Typ TRANSVERSE SECTION WITH SUBDRAIN NOTES: LEGEND: 1 Frost heave material, which may lie partially or fully d—Depth of combined base across the section, shall be excavated and replaced and subbase courses. with the specified materials. t —Frost treatment depth, A Profile grade and subgrade lines apply across the as specified. transverse sections. B All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 11992 05 01 Rev 1 Date FROST HEAVE TREATMENT - - - - - - - - - - - - - - - OPSD - 205.06 •� now ter ► M mom Shoulder EP EP Shoulder +0.25m I +0.25m Note I Note I Granular base Profile grade Rounding breakpoint Breakpoint 1 Breakpoint Rounding breakpoint 6% ?%— --- - ----�-1 — 6% . --3% I 3%Granular subbase' , Subgrade TANGENT SECTION Shoulder I EP Shoulder +0.25m I +0.25 m Note I Note I Profile grade Rounding breakpoint Breakpoint Breakpoint Rounding breakpoint Subgrade S-- 3%° min— NOTES SUPERELEVATED SECTION I Where steel beam guide rail is indicated, the distance from edge of pavement to rounding breakpoint shall be shoulder, width plus 0.50 m. ' ONTARIO PROVINCIAL STANDARD DRAWING Date 1988 12 01 Rev 1 A All dimensions are in millimetres or Date metres unless otherwise shown. GRANULAR COURSES UNDIVIDED RURAL 10PSD - 206.01 EP Breakpoint Typ Rnd 0.5m Traffic lane(s) Sh 0.25m Note 1 2% -. '• . . or ),I-1 Granular Rnd breakpoint TYPE 1 — GRANULAR SHOULDER Rnd 0.5m min Traffic lane(s) Sh 0.25m Note 2 Note 1� 3.1 f .. or f�ott r Granular Rnd breakpoint- TYPE 2 — DRIVEABLE PAVED SHOULDER Rnd 0.5m Traffic lane(s) Sh 0.25m Note 2 Note 1 fi .y j or f�otte Granular Rnd breakpoint r TYPE 2A — NON DRNEABLE PAVED SHOULDER Rnd 0.5m Traffic lanes) Sh 0.25m 0.5m maxim{ Note 1 6% 6%~ �kncmnt or foot ter Granular Rnd breakpoint TYPE 3 — PARTIALLY PAVED SHOULDER NOTES: 1 Where steel beam guide rail is indicated the minimum rounding shall be 1.0 m with 0.5 m required from edge of shoulder to rounding breakpoint. 2 Where cable and steel beam guide rail has been installed prior to shoulder paving,and where shoulder paving is to be placed adjacent to the guide rail, then the outside edge of shoulder paving shall end 300 mm from the face of the guide rail. A All dimensions are in metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1990 04 02 Rev 2 TANGENT SHOULDERS Date - - - - - - RURAL rOPSD - 210.01 WEST EAST R CONSTRUCTION VARIES VARIES 0.25 3.25 3.25 0.25 I I SWALE SODDED SW I0.60 I I 4 2% 27c r —1- 0.15 3X 3% 40mm HL3 —' 50mm HL4 150mm GRANULAR 'A' 100mm TOPSOIL 300mm GRANULAR 'B' AND SOD NOTE. REFER TO PROFILE DRAWINGS FOR LOCATIONS OF ADDITIONAL EXCAVATION AND GRANULAR 'B' REQUIREMENTS. N.T.S. [ATE. MAY 1999 totten in hubidci essodttes MUNICIPALITY OF CLARINGTON DMECT No.: ENGINEERS ARCHITECTS AND PLANNERS CEDAR CREST BEACH ROAD, COVE ROAD; WEST BEACH ROAD owc,No.: siS°/Am PA ba VA &*&a 4% TYPICAL CROSS-SECTION D-1 WEST EAST 1� CONSTRUCTION I� VARIES VARIES 0.80 0.50 3.25 3.25 0.50 1.50 0.80 SIDEWALK 0.60 0.60 I I I C & G OPSD 600.04 S.B.G.R. OPSD 902.03 27, 4 2X 9. f- % �% 4: 1 M� 3% 3X 40mm HL3 50mm HL4 150mm GRANULAR 300mm GRANULAR 'B' NOTE- REFER TO PROFILE DRAWINGS FOR LOCATIONS OF ADDITIONAL EXCAVATION AND GRANULAR 'B' REQUIREMENTS. N.T.S. DANE. MAY 1899 tonen in mw usodates MUNICIPALITY OF CLARINGTON DROJEM No.: ,2-,0717 ENGINEERS ARCHITECTS AM KANNERS WEST SEE CREEK BRWGE APPROACHES MONO.: 5u N""she.m on IK 06"wat 0(" TYPICAL CROSS-SECTION 0-2 M MM M ae = Length varies Note 2 A Typical guide Breakpoint in rounding _ rail system "'— — — -- — Edge of shoulder <= Direction of traffic 4J A PLAN OF WIDENED EMBANKMENT TABLE EMBANKMENT WIDENING END TREATMENTS 0 PS D Steel Beam Guide Rail: •`v —with Eccentric Loader 902.0510 ° E °v _% :3 —buried end treatment 902.05 o o 2 o P CL w n w `o, m Concrete Barrier 918.030 Widened embankment Box Beam 914.06 Pavement Shoulder Varies Width varies Note 2 TRANSITIONS Typical guide�� l id Cable to Steel Beam: rail system —with Eccentric Loader 911.011 67: O —without Eccentric Loader 911.010 ` 10.1 or flatter--..3.l — ---------- ------ Subgrade Granular Ti_ Original ground Note 1 � � 0 -7 i SECTION A—A NOTES: 1 Existing enfibankment to be benched conforming to OPSD-208.010. 2 The dimensions for embankment widening shall conform to the ONTARIO PROVINCIAL STANDARD DRAWING 1996 02 01 [Revi 1 appropriate OPSD listed in the table. EMBANKMENT WIDENING - - - - _ _ - _ - _ sP A All dimensions are in millimetres FOR GUIDE RAIL END TREATMENTS Date — _ — _ _ _ or metres unless otherwise shown. AND TRANSITION$ OPSD — 202.030 Road Road Subgrade Minimum Typ 7_ Embankment I— ` Earth 2:1 Rounding breakpoint Rock 1.25:1 I Vo Typ I r, Top of h a, �, S/ope foot swamp h i q% feniR9 TyP a : . '• w ryp Minimum i'i'rrl� rj�:�ir, qq ✓'� ��r,miry•r.•r ✓,,=arty'jrii.r -Ae ✓v4A ir r`yi7 'r,•1.;r Embankment d iri t•i i��3,,r• :x/, :i"r:1.'r. i r�:i„r y• V-%,,';1 Y j:�;,> rr;'��i)r Earth 2.1 r. t•i r �' i�'r. ''i.i,� r„�.�:l.l.�'r./�.;r{:/.r. •�,rY;r ',� 3'y Rock 1.25.1 i ✓-r r'.� r . r•r r r/.%.✓ d �,;.� .i.�''.;,!r. '.i�r.i r r✓r•�.�•r•r i'i'a i i*A r'n i•.�✓•� y!,< 1 f t ' i,i;c:,% .�r'�•r=�i r'i-r y �r'ri r { r„Cf.:i; i'i i'i.l i i✓;�;'i..r';*:i'Yj'ir;j i'i rev�'� �'r ttr i;i✓;y:✓;l,r,�r,:i r; y.i•:�,i`:,J l 1.i'i i l'l. t' i l.'i it < ii'r./irk'�j•�ii �iii”ri•r,y. '•,A nr:rirfiXi; •i• •sc,•i.;� i,�� Firm bottom or I !�'�' r.l'i;r r,•r X r=,� x%'i!> i✓. i,��•i�'.i l rte .�✓ ,�'%�,1•,^,�nj. as specified Firm bottom or as specified 1/2 Width of 1/2 Width of swamp excavation swamp excavation Where: Where: h s 1.5m hs3.Om d<3.0m d-<6.Om NOTES: LEGEND: A For given limits of height h and depth d, both requirements must be met in order to apply. Embankment materials h — Height of fill ' as specified d —B Height of fill is the vertical difference between top ''' ”' Depth of swamp of subgrade and top of swamp elevation measured �,, Excavated swamp at new road centreline. material C For divided roads with median < 10 metres, excavate :; ,j;± :2. Excavate and backfill swamp material full width. D For divided roads with median ONTARIO PROVINCIAL STANDARD DRAWING 1998 03 01 Rev ST+,vo 2 10 metres, excavate swamp material to limits shown. EMBANKMENTS — — — P OVER SWAMP — — — — — — —_ _ _ _ _ _ _ _ _ S _ E All dimensions are in millimetres _ or metres unless otherwise NEW CONSTRUCTION N STR U CTI O N shown. OPSD - 203.010 so " Sam m r r m m m m m m I m m m m st pn SaG}�dprd X170 Post 20 , Post 01 I ' ' m sQ''@ er ayat High intensity t , V ® C ee object marker %,Qte }erne m Of when specified—., j d of 4� to b R a rn�pl ��t G Stondad ye poi �6 n tpn 4 Q post , t � 9ent}p Po edge i' J, i 'o V )62M pi'9n out5„o��der '� SeGR a et I I I l of t j i ,o V ® 1 nte�t Note 1 L i a�S�M END VIEW . 1 3 y IgOM ` r i a �190 h f tr�fc t J w�r t i dcr tee` . 0/`y,J It V Oe Z NOTES. do a , of 1 A level granular or paved surface is ound 11 required to support Extruder terminal. teal rrithato 2 This OPSD shows right shoulder tuba�g PI I{p ; ; I' installation. The Extruder terminal bear and offset strut must be inverted a558� aka e � 1,� .� for left shoulder installation, abl° 60004 P taut �� to ` A The Extruder terminal and cable C bie ears �I s 1 anchor bracket depicted on this cable 5o{e Z l 1 J, drawing are proprietary to Syro Steel Co. IL C This OPSD to be read in ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 Rev 1 conjunction with OPSD-902.056, NT SP 902.057, 902.058, and 902.03. END TREATMENT — — — — — — — — — — D All dimensions are in millimetres EXTRUDER Date — — — — — — or metres unless otherwise shown. ASSEMBLY — DETAILS OPSD -- 902,055 r ■r err r r r r r rr r r r rr r is r on Traffic flow C� Calculated length of need Edge of shoulder Extruder Terminal Guide rail not attached to block 3810 3810----�{ 64e and post at post SQ Steel beam guide rail l (.--Breakaway wood posts, Section C—C Chanote el to be buried Cable anchor bracket Extruder System 15.24m Guide rail exit Offset strut slot to be pointed Cable assembly PLAN away from traffic Bearing plate O O Q3 G) Q ® 07 ® SBGR transition in height j— 4-1602mm Ig from 610 to 530mm. �1905mm splice bolts and nuts Channel termination. 610 A TYP B C 530 Soil o o° bearing a a Top of 4.1 plate eel shoulder St A B foundation C KI40x190 tube ELEVATION wood post Wood post Wood ppost Wood post140x190mm 140x19Omm 140x190mm •16x460mm Ig bolt with THO hex nut and washer --� Note 1 Note 1 Breakaway Pi a sleeve inserted � into post 0 Breakaway hole hole 25mm cable assembly Offset strut Breakaway With 25mm hex nut 140x190mm offset block holes and washer each end , 203x203x16mm 16x250mm Ig 16x250mrn Ig cable bearing plate bolt and nut with bolt and nut 2 washers 2-1 sxt 78mm Ig NOTES: 2-16078mm !g bolts and nuts 1 The 16mm flat washer at back bolts and nuts Front face of post only. Washers are not Soil bearing plate of system to be used between bolt Soil bearing plate of edge of shoulder head and rail at posts O Foundation tube Foundation tube TYP Q0@ (2) and ® . ELEVATION SECTION A—A SECTION B—B SECTION C—C 2 Channel shall not be used POST D POST (D POSTS Q® POSTS Q © Q within the Extruder system. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 1 Rev 1 A The Extruder terminal and cable OSP anchor bracket depicted on this END TREATMENT _ _ _ _ _. - - - - drawing is proprietary to Syro UDER Steel Co. Date EXTR B All dimensions are in millimetres INSTALLATION DETAILS OPSD -- 902.056 or metres unless otherwise shown. 140 190 140 �� --j19r�0� 1 F� 19mm I � 19mm dia hole _F) dia hole o , Hole optional on post 1 M 60mm dia 95 � I breakaway o 10 o hole N o Ground a '� Note 1 I r, � 1 line T c J E 'T" 0 M 22mm o °o ' I 2-90mm dia hole P_ , , dia breakaway ELEVATION SIDE holes o 0 TYPE 'A' N r POSTS O TO ® 00 I I Co BREAKAWAY TIMBER POSTS — DETAILS LLU ELEVATION SIDE r20 -TYPE 'B' 152 610 22mm 76 25 152 50 229 152 POSTS 05 TO dia hole � ` f- i I I / 17777/7-T 140 dia holes I HSS o o I ( I 203x152x4.8 1 I N oo� I 1 I I 6mm L L thick 19mm dia hole ELEVATION I OFFSET BLOCK ELEVATION SIDE SIDE VIEW FOUNDATION TUBE SOIL BEARING PLATE Posts 10 though ® la f------- 1_1 — NOTES: 52.481 ------- 60.30 1 Pipe sleeve to be inserted into breakaway hole on post 10. PIPE SLEEVE A Timber posts and offset blocks: AT POST 10 Size 14Ox190mm dressed, tops to have 25mm chamfer. B The Extruder terminal and cable anchor bracket depicted on this drawing is proprietary to Syro Steel Co. C All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 1 Rev I 1 END TREATMENT - - - - - - - - SP EXTRUDER Date COMPONENTS—POST AND FOUNDATION TUBE OPSD — 902.057 1905 FCAW See cable Post kick plate 5 E70T1 anchor bracket Offset 140 2O _____ strut 7 1D I Bent plate /__ 102 I Ttx5x486mm Ig - _ - 76 YP Post 1Q Offset block P LAN ::}LLLL - -- R=B m 'n I R=25mm, Typ Typ 1430 --I C150x12 1700 Timber post 800 2-10x125mm Ig 1980 A Steel beam lag screws PLAN Steel roil - I I 1 ----- I - I C I--1905 -I 1 �0000 ,�, ; ; I ; � ----- ------ �A ------- 22x50mm slotted holes Offset t ELEVATION _ Note 1 ---------_- ----------- I OFFSET STRUT 50 16x250mm Ig hex head bolt I I/ Bottom of max I _I with hex nut and flat washer, ; -I wood post 10� 420 YP _ Or Soil bearing plate o - ------ Foundation—�� 2-16mm dia --- --------- - tube � 190mm long N bolts and nuts ELEVATION Typ Note 2 20 EXTRUDER TERMINAL CABLE ANCHOR BRACKET 70 �20 64 1980 32 -178- 67 133 133 68 178 25mm dia 118 10 �� 10 plain washer I r19mm dia cable Typ ` I I I N N �41 41 L229x25mm he mm dia One or two piece cable end hex nut swaged fitting at each end of cable dia threaded Typ stud — 28mm dia hole ONE PIECE CABLE END TWO PIECE CABLE END 18.2mm dio cable CABLE ASSEMBLY SECTION A—A NOTES: 1 For right shoulder installations the sides of strut shall face downward. For left shoulder installations the sides of strut shall face upward. 2 Cable shall be tensioned snug to ensure teeth of 'cable anchor bracket are engaged with slots in steel beam guide rail. A The Extruder terminal and cable anchor bracket depicted on this drawing is proprietary to Syro Steel Co. B All dimensions are, in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1998 03 01 IRev 12 sTav END TREATMENT I P EXTRUDER - - - - - - - - - - - s COMPONENTS — STRUT, - - - - - - - - - - CABLE ASSEMBLY AND BRACKET OPSD — 902-05811 One standard beam element Two standard beam elements 1400 Post spacing ±5mm 1.905m post spacing 475 950-} A� Bl Note 3 t i :;-..::,;:::;...::.: .:•::- -- �Asphalt - ---------------- .-- gStructure -�I Note 4 A ILength of crossfall ransition, Note I —� ♦ Note 2 ♦ Channel offset blocks wearing trimmed to fit surface ELEVATION X40 Approach 0 slab 3B� 610 yO"/v.11 I 600 pp _ Standard slab crossfall _ X62 P�t,° 1-625-4 curb a gutter - 100 SECTION 8-13 Sh crossfall Note 21 Approach slab 610-� crossfall--� +--600 var 175 NOTES: _F 625--1T I A 7.62 m transition from approach slab crossfall to SECTION A-A shoulder crossfall shall commence at the first beam element joint beyond the end of approach slab. 2 When channel is to be discontinued,a 7.62.m termination shall commence at the third beam element joint beyond end of approach slob. 3 When guide rail is required at structure leaving end, channel shall also be installed . 4 Steel beam and channel to be drilled to suit.Coat holes and bolt heads with approved zinc rich paint. A Channel post bolt at offset blocks to be 510mm long.End of bolts to be saw-cut,flush with face of nut. B This standard to be read in conjunction with O PS D-902.03, 902.07, 902.08 and 905.01. C All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1989 11 01 Rev 5 STEEL BEAM GUIDE RAIL Date STRUCTURE CONNECTION PARAPET WALL rCURB AND GUTTER CONTINUOUS I_0PSD -904.02 �-Guide roil transition — -{ i i 1 -41 ut- i• S-hLAnnd Bridge deck and 25 e /or approach �� Steel beam guide rail Paved Sh Sh slab Edge of pavt Bridge s.1 762 m clearance Note I curb termination ROAD SHOULDER NARROWER THAN Minimum curb length BRIDGE CLEARANCE PLUS CURB Guide rail transition /Sh And -•+IA_ Steel beam guide roil o Bridge deck and e v /or approach slab Paved Sh Epd� N Bridge 855 7.62 m clearance curb termination Note I ROAD SHOULDER SAME WIDTH AS Minimum curb length BRIDGE CLEARANCE PLUS CURB Bridge deck and Guide rail transition /orapproach slab 14 11 Sh And 25 Steel beam guide rail Sh Paved h Edge of pavt Bridge 855 e 7.62 m clearance curb termination ROAD SHOULDER WIDER THAN Not Minimum curb length BRIDGE CLEARANCE PLUS CURB o° Length of FOR SKEWED STRUCTURE: \ taper The pavement taper is to end on a line at right - -- "' -- of - angles to It of highway, length of taper shall be o measured from bridge corner that allows greatest Length of °A length of tapered section. taper NOTES : I Tangent to structure shall be one standard rail length *855mm long minimum. If approach slab is more than one standard beam element t 855 mm beyond .wing wall, then tangent section shall be taken to end of approach slab_ A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1989 II 01 Rev I STRUCTURE APPROACH Date TREATMENT � ------------ RURAL HIGHWAYS 10PSD -905.01 Pile and flange plates I I I I II G.S.M. �I 45° i I 8 II ICI I I - —T-10 ELEVATION Flange plate 2 req'd per pile SPLICE DETAIL oo i i QHP—DESIGNATION DRIVING SHOE PILE HP250x62 HP310x79 HP310x110 FLANGE PLATES 12x230000mm 12x280000mm 12x280000mm NOTES: A The pile splice shall be a full penetration butt weld as shown perpendicular to q of pile. B Welding shall conform to CSA Standard W59—M89 and shall be done by a welder qualified under CSA Standard W47—M83. C Steel plates shall conform to CSA Standard G40.21—M92. D All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 1992 12 15 Rev 1 1 SPLICE AND DRIVING SHOE Date _ _ _ _ _ _ � DETAILS FOR STEEL H-PILES OPSD_ - 3301 .00 Q Surface a Note 2 Surface Surface Bride course course course N r Note 7 conc�ete curb Bridge I- curb E c Note 6 Note 7 Note 5 Note 7 o E Note 5 rn Not 6 N Note 1 ZN SECTIONS WITH CHASE A Note 5 Surface � --Existing joint filler (if not present, Surface - joint filler Type A to be installed Bridge course Bridge course to plug gap) --i- —1- SECTION AT JOINTS (EXCEPT AT EXPANSION JOINT ASSEMBLIES) Note 6 Note 7 Note 5 Note 7 Note 5 Expansion joint 300mm min Note 7 Y & SECTIONS WITHOUT CHASE A Typ Note 3� Note 3 � concraete Note 7 Expansion joint Placing tolerance Asphaltic assembly +0 to –3mm, Typ 0 =_ 0 concrete , Note 5, t !i Note 5 TYP I Ballast wall Typ ��, _' �'3 . Note 4, Typ Bridge deck Approach slab--- SECTION AT EXPANSION JOINT ASSEMBLY Bridge deck---I 1--Approach slab INSTALLED BEFORE PAVING SECTION AT EXPANSION JOINT ASSEMBLY NOTES: INSTALLED AFTER PAVING 1 Existing joint filler to be removed as shown. Depth may vary when removing a neoprene joint filler at expansion joint. 2 Sawcut groove in pavement to be centred over joint and filled with hot–poured rubberized asphalt joint sealing compound. 3 5 ±1 mm thickness of asphalt to be tapered to zero in a distance not less than 1.0m from concrete dams. 4 20mm wide full depth sawcut groove to be filled with hot–poured rubberized joint sealing compound. 5 5 t1 mm hot applied asphalt membrane. 6 Membrane reinforcement. ONTARIO PROVINCIAL STANDARD DRAWING 1998 03 01 1 Rev T 7 Protection board. BRIDGE DECK P� A Joint filler type A in accordance with OPSS 1308. WATERPROOFING - - - - - - - - - - S B All dimensions are in millimetres – – – – – – – – – – �c' or metres unless otherwise shown. HOT APPLIED ASPHALT MEMBRANE WITH PROTECTION BOARD OPSD - 3906.020 =04M ■IIr �r err i�r r +rr rlr rrr �Ir rr rr rIr ■r rr �Ir rr rr 10x20mm deep ,groove filled with 20x2Omm sawcut groove filled asphalt or mastic membrane 450mm wide membrane with hot—poured rubberized joint 450mm wide 450mm wide membrane reinforcement sealing compound membrane reinforcement reinforcement Note 1 .Conc7ce rldy.a . Asphalt Or mastic .''. : .Concrete overlay. ', ': Asphalt Or mastic Crack. or joint Joint membrane a .: . . . membrane Brick Bridge deck Approach slab Bridge deck JOINT IN CONCRETE OVERLAY JOINT BETWEEN BRIDGE DECK AND JOINT OR ACTIVE WIDE CRACK DIRECTLY ABOVE JOINT IN BRIDGE DECK APPROACH SLAB — WITH CONCRETE OVERLAY IN BRIDGE DECK 450mm wide 20x20mm sawcut groove filled with membrane hot—poured rubberized joint sealing reinforcement compound Note 1 Concrete oyeridy°. .•. : : Asphalt or mastic :.: • : ; . Asphalt or mastic o e o membrane o membrane o a ;:Joint 4 e v b: 300. o. .a Granular.. Bridge decK =. Bridge deck Approach slab' Concrete .e. . backfill NO JOINT IN CONCRETE OVERLAY JOINT BETWEEN BRIDGE DECK JOINT BETWEEN CONCRETE DECK JOINT IN BRIDGE DECK AND APPROACH SLAB AND GRANULAR BACKFILL NOTES: 1 See OPSD-3906.02 for treatment at curbs. A All concrete and concrete overlay surfaces to be tack coated Concrete Joint Asphalt or mastic prior to membrane application. overlay e c :, membrane B Protection board detail has been omitted for clarity. Bridge deck' C All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 11992 12 15 1Rev1 JOINT IN CONCRETE OVERLAY BRIDGE DECK NO JOINT IN BRIDGE DECK WATERPROOFING DETAILS Date AT ACTIVE AND CONSTRUCTION JOINTS AN 2 mm ) OPSD - 3906.03 Maximum spacing 900mm, Typ C15M support bar Bar chair, Typ To of slab Typ P in � v 1 ' Form Maximumspacing 900mm, Typ Bar chair, Typ Note 1 TYPICAL SLAB CROSS SECTION Bar chair. Typ Bottom mat ' ",��N1,,N N u N ril .111-1, lN Y II Y M = 11 11 II 11 N N N N - 11 11 N 11 1 11 II M N M 11 11 11 N 11 N N M M N M 11 11 11 N II H N N M 11 11 It N u Y N N M N N N N N N N 11 N M M 11 II N N N 11 N }� d N M N N N 11 11 11 N N E N N M 11 N N 11 N 11 11 M N N M 11 11 11 11 11 11 1 N M M 11 11 tl N 11 11111 E (- N M N N 11 11 N 11 11 N X M M M N 11 11 11 11 11 11 Q O (' M M Y N 11 11 11 11 11 11 N a) N N N 11 11 11 N 11 11 E M N M 11 11 11 11 11 11 N E N N N N N N N N N N O N N N N 11 N II N 11 0 N N 11 N O M N H N i M N N M M II 11 11 N N N N FN.i N N N Il.i M 11 11 Ny 11 N M N N N 11 N 11 11 N ' N M M 11 11 N N N II 11 900mm max Support bars 900mm max—j A , NOTES: 1 This dimension to suit specified nominal cover. A Bar chairs shall be placed on a grid of 900mm maximum. B Support bars shall be epoxy coated conforming to OPSS 1442. ' C Bar chairs shall be firmly fixed to reinforcing bars. Support bars to be tied at every fourth intersection with mat bars. D Metallic or concrete bar chairs are not permitted. E All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 1 Rev SUPPORTS FOR SP REINFORCING STEEL Date _ _ _ _ _ _ FOR SLAB DEPTH 300mm OR LESS rOPSD - 3923.00 ' 216 75 �- I2 mm Plate 57 ' M � � T O O N � t Note 6-22 mm l"1ia Holes D 6 ELEVATION i ■ R =65 mm v ' a N _ 70- 22 5 I NOT ES I All welds shall be to a low hydrogen classification manual electrodes shall be E 7015 , E 7016 or E 7018 A Steel for anchorage shall be in accordance with C SA STD G4021-M grade 300 W H Anchorage shall be hot dip galvanized In accordance with standard G164 after fabrication C All dimensions are in millimetres unless otherwise specified MINISTRY OF TRANSPORTATION AND COMMUNICATIONS - ONTARIO No DD - 4014 Date 81 08 01 Rev I CHANNEL ANCHORAGE . 9 7 97 inch 31 nch+ t 9 .5 mm Plywood Template PLAN 2 4 strength a anchor bolts Surface of I I I I Concrete I I I I I I 0 . I I o - - - - - �t - - W - bo i � I O O th tD 11 mm Dia Wire Struts NOT ES : A Anchorage struts and coils to be SAE standard 1020 steel B Steel hex bolts and hardened steel washers shall be in accordance with AST M specification A 325 C The complete anchorage assembly Including bolts nuts 13 washers shall be hot dip galvanized in accordance with C S A standard G-164 D A 9.5 mm thick plywood setting template shall be provided for accurate positioning of holes In 9.5 mm thick form for barrier wall end E All dimensions are in millimetres unless otherwise specified MINISTRY OF TRANSPORTATION AND COMMUNICATIONS — ONTARIO No DD— 4017 GUIDE RAIL ANCHORAGE INSERTS Date 80 0701 Rev F-'17171 _.- 7- 150mm Dlo Perforated ' Subdrain ' Abutmen t 1 1 Wingwal I 4 h I l 219mm OD x 7.94mm Wall thickness steel sleeve pipe. Cut to appropriate (Note I ) length. PLAN 1 Bearing 1 I I i I 1 I II I Wingwaii 219mm 0D steel — ' sleeve pipe. Abutment (Note I ) I i 1 1 I I I As directed by i 1 the Engineer 1 Footing ' ELEVATION NOTE I Sleeve pipe shall be supplied and Installed by the Contractor. A All dimensions are in millimetres unless otherwise specified. MINISTRY OF TRANSPORTATION AND COMMUNICATIONS — ONTARIO No DD — 3515 WINGWALL SLEEVE DETAILS Date 134 04 02 Rev FOR PFRFOR ,&TFn nPAim ��}3Y. 12 mm plate 20mm Min i I E - Iq 216 75 — - D ELEVATION I R =62 mm 8 Note I I o 0 350 — ti m 70 R = 13 mm 00 N M N t 32 m 10- 4 R=20mm I g2 60 NOTES I All welds shall be to a low hydrogen classification manual electrodes shall be E 7015 , E 7016 or E 7018 A Steel for anchorage shall be in accordance with C S A standard G 40.21-M grade 300W B Anchorage shall be hot dip galvanized in accordance with CSA STD G164 after fabrication C All dimensions are in millimetres unless otherwise specified MINISTRY OF TRANSPORTATION AND COMMUNICATIONS — ONTARIO No DD - 4013 Date 61 08 01 I Rev I GUIDE RAIL. ANCHORAGE 40mm Duct seal Typ 00 Form TYPICAL ARRANGEMENT IN SIDEWALK FORMING DETAIL AT WOBBLE JOINT 40mm Typ ' Mark to be in line with end of wobble sleeve at installation Cl ' Duct encasement slab WOBBLE JOINT TYPICAL ARRANGEMENT IN SIDEWALK SLAB INSTALLATION ENCASING DUCT Sidewalk slab 2500mm Standard encasing duct sidewalk slabs Splice CE Splice Wobble joint 150 Top of Fsidewolk 150 Deck 150 6mm neoprene Corrugated duct to end of sidewalk encasing slab or approach slab 1 NOTE: Q A Polypropylene pull rope shall be installed in ducts by Contractor. B Wobble joint shall accommodate design movements. C Ducts encased in concrete shall be spaced 40mm sport using spacers at 2000mm ' centres. D Ends of ducts shall be sealed using plastic caps. E Utility shall supply ducts, wobble joints, plastic caps, pull rope, duct seal and epoxy impregnated tape. F Location and number of ducts shall be as specified in the Contract. G All dimensions are in millimetres and metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 1 Rev DUCT DETAILS FOR LOW VOLTAGE ate - - - - - - - W CABLE UTILITIES IN SIDEWALK 10PSD - 4611 .000 16 mm 2 RODS ® 50 mm SPACING CENTERED ON 50 mm PLATE. 50 mm X 10 mm BENT PLATE 3-19 mm 0 HOLES SPACED EQUALLY AROUND THE 10 mm WELD n P PERIMETER FABRICATION DETAIL 3-6 mm 0 X 115 mm LONG 3-19 mm 0 DRILLED HOLES GALVANIZED STUDS 76 mm SET BACK 50 mm MINIMUM COURSE THREAD FROM END OF PIPE 3-50 mm O.D. x 19 mm I.D. GALVANIZED WASHERS Sp CORRUGATED STEEL PIPE ASSEMBLY DETAIL NOTES: 1. MATERIALS -ALL COMPONENTS SHALL BE OF WELDING QUALITY MILD CARBON STEEL CONFORMING TO ASTM A-425. 2. FINISH - ALL METAL SURFACES TO BE HOT DIP GALVANIZED AFTER FABRICATION. ALL DIMENSIONS IN MILLIMETERS EXCEPT WHERE NOTED. THE REGIONAL MUNICIPALITY OF DURHAM WORKS DEPARTMENT CHECKED: REVISION NO.: 3 MODIFIED STORM SEWER OUTFALL GRATE FOR C.S.P. DATE. 1998 03 03 APPROVED: DATE: 1979 02 19 C(300 mm TO 700 mm PIPE) J - O Asphalt 1 Vary to maintain screed Exterior face of elevations, 25mm max exterior box girder I Exterior face of exterior 'I' girder a Asphalt e a ' Z-Vary to maintain screed elevations Exterior face of—y , exterior box girder I Exterior face of I exterior 'I' girder NOTES: ' A Also typical for interior girders and box girders. B All dimensions are in millimetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING Date 11991 07 15 Rev METHOD OF OBTAINING SCREED Date – – _ _ – – ELEVATIONS - - - - - - - - - - - - - - FOR PRECAST CONCRETE GIRDERS I OPSD - 3931 .00 Location of figures Direction of traffic Hwy Direction of traffic a Location of figures PLAN 39W-1234/C 1995 39W-1234/1 1995 . 150 IF I 1500 CULVERT End of wingwall BRIDGE A 25mm 300mm Typ C/C 6W IM14 1 19%�— DETAIL NOTES: A Figure forms supplied by Owner shall be cast on the bridge fascia or face of culvert top slab. B All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1996 09 15 1 Rev LOCATION OF SITE NUMBER - - - - - - - - - - s AND DATE FIGURES Date O - 4601 .000 ' 114 2-4 inch dia. x 3 inch high 9.5mm plywood template. PLAN strength anchor bolts . Surface of I I I concrete I 1 I I O n I 1 - - - 1 O 1 1 ' O O tQ ' cO i l mm dia. wire struts. NOTES: A Anchorage Struts and Coils to be SAE Standard 1020 steel. B Steel Hex bolts and hardened steel washers shall be in accordance with ASTM Specification A 325 . C The complete anchorage assembly including bolts , nuts a washers shall be hot dip galvanized In accordance with CSA Standard 6-164 . D A 9.5 mm thick plywood setting template shal I be provided for accurate positioning ' of holes in 9.5 mm thick form for Barrier Wall end. E All dimensions are in millimetres unless otherwise specified ' MINISTRY OF TRANSPORTATION AND COMMUNICATIONS - ONTARIO No DD- 4018 Date- 80 07 01 Rev � CHANNEL ANCHORAGE INSERTS 100 - r PLAN 2 -1/2 inch dia. x 3inch high 9.5mm plywood template strength anchor bolts. Surface of I I I concrete 7 I i I I O Hill i I O ZOO M - , O ' 8 mm dia. wire struts NOTES: ' A Anchorage struts 8k coils to be SAE Standard 1020 steel. B Bolts are to be given a liberal coating of non-staining grease . C Steel hex bolts and hardened steel washers shall be In accordance with ASTM Specification A325 . D The complete anchorage assembly including bolts, nuts 8k washers shall be hot dip , galvanized in accordance with CSA Standard G-164. E A 9.5 mm thick plywood setting template shall be provided for accurate positioning of anchorage within the concrete form . F All dimensions are in millimetres unless otherwise specified [MINISTRY OF TRANSPORTATION AND COMMUNICATIONS - ONTARIO No DD — 4019 Date 84 07 03 Rev 2 I RAILING ANCHORAGE INSERTS ' Retaining wall or wingwall X X Subdrain ' PLAN Profile grade Subgrade 'v.'. Granular material f .. Frost line Integral Granular 7kfil abutment =•y to bridge 1200 Frost taper 5'tE�G2 Note 2 10 (f—d) ' 2 `�o\ e• 900 Note 1 1 F-7� o A'.Note 2 { 150mm dia perforated pipe subdrain wrapped with geotextile ' SECTION X-X NOTES: ' 1 d = depth of combined base and subbase courses. f = approximate depth of frost penetration. 2 Dimensions perpendicular to back face of abutment. ' A Refer to the Owner's soils and design data for depth of frost penetration. B Lateral limits of granular backfill to bridge abutment to be inside face to inside face of retaining wall or wingwall. Frost taper shall extend from ditch line to ditch line unless interrupted by the retaining wall or wingwall. C Section X—X parallel to � roadway. D Positive drainage of subdrain as specified in the contract. E Subdrain to be installed with a 2% gradient behind wall. F All dimensions are in millimetres or metres unless otherwise shown. GRANULAR BACKFI LL Date I MARCH 1997 Rev REQUIREMENTS INTEGRAL ABUTMENTS SS5- 1 ' CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' CONTRACT NO. CL"-8 ' OP5 GENERAL CONDITIONS OF CONTRACT ' (August 1990) i i 1 ONTARIO Ontario PROVINCIAL STANDARDS August 1990 ' GENERAL CONDITIONS OF CONTRACT MEA TABLE OF CONTENTS ' Section Title Page Section Tdle Paga ' GC 1 INTERPRETATION 1 GC 3.10 Subcontracting by the Contractor 11 GC1 .01 Captions .11 Changes in the Work, Extra ' .02 Abbreviations Work, and Additional Work 12 .03 Gender and Singular References .04 Definitions GC 3.11.01 Changes in the Work ' 05 Substantial Performance 4 .02 Extra Work .06 Completion .03 Additional Work .07 Final Acceptance 5 .08 Interpretation of Certain Words GC 3.12 Notices ' .13 Use and Occupancy of the Work Prior to Substantial GC 2 CONTRACT DOCUMENTS 7 Performance .14 Claims, Negotiations ' GC 2.01 Reliance on Contract Disputes 13 Documents .02 Order of Precedence ' GC 3.14.01 Claims Procedure .02 Negotiations GC 3 ADMINISTRATION OF .03 Continuance of the Work THE CONTRACT 9 .04 Record Keeping ' .05 Disputes GC 3.01 Contract Administrator's .06 Payment Authority 07 Rights of Both Parties 02 Working Drawings 10 ' .03 Right of the Contract GC 3.15 Engineering Arbitration 14 Administrator to Modify Methods and Equipment GC 3.15.01 The Conditions for 04 Emergency Situations Engineering Arbitration ' 05 Layout .02 Arbitration Procedure 06 Working Area .03 Form and Appointment of .07 Extension of Contract Arbitration Board ' Time 11 .04 Costs .08 Delays .05 The Award .09 Assignment of Contract .06 Hearing 1 Section Title Page Section Title p GC 4 OWNER'S RIGHTS AND GC 6.03.05.01 Property Insurance 20 ' RESPONSIBILITIES 15 .02 Boiler Insurance .03 Use and Occupancy of , GC 4 .01 Working Area the Work Prior to .02 Disposal of Materials Completion 21 .03 Construction Affecting .04 Payment for Loss or Railway Property Damage , .04 • Default by the Contractor .05 Notification of Default GC 6.03.06 Contractors' Equipment .06 Contractor's Right to Insurance Correct a Default .07 Insurance Requirements , .07 Owner's Right to Correct and Duration Default .08 Termination of GC 6.04 Bonding 22 Contractor's Right to ' Continue the Work GC 7 CONTRACTOR'S RESPONSI- .09 Final Payment to BILTTIES AND CONTROL Contractor 16 OF THE WORK 23 .10 Termination of the ' Contract GC 7.01 General .11 Continuation of .02 Layout Contractor's Obligations .03 Damage by Vehicles or ' .12 Use of Performance Bond Other Equipment 24 04 Excess Loading of Motor GC 5 MATERIAL 17 Vehicles .05 Condition of the Working ' GC 5.01 Supply of Material Area .02 Quality of Material .06 Maintaining Roadways and .03 Rejected Material Detours .04 Substitutions .07 Access to Properties ' .05 Owner Supplied Material Adjoining the Work and Interruption of Utility GC 5.05.01 Ordering of Excess Services 25- ' Material .08 Approvals and Permits .02 Care of Material 18 .09 Suspension of Work .10 Contractor's Right to GC 6 INSURANCE, PROTECTION Stop the Work or ' AND DAMAGE 19 Terminate the Contract .11 Notices by the Contractor 26 GC 6.01 Protection of Work, .12 Obstructions Persons and Property .13 Limitations of Operations , .02 Indemnification .14 Cleaning Up Before .03 Contractor's Insurance Acceptance ' GC 6.03.01 General 15 Warranty 27 .02 General Liability Insurance 20 GC 8 MEASUREMENT AND .03 Automobile Liability PAYMENT 29 ' Insurance 04 Aircraft and Watercraft GC 8.01 Measurement Liability Insurance .05 Property and Boiler GC 8.01.01 Quantities Insurance .02 Variations in Tender Quantities ii ' Section Title Pegs Section Tide PEW ' GC 8.02 Payment 29 .10 Interest for Negotiations GC 8.0201 Price for Work and Claims .02 Advance Payments for .11 Owner's Setoff 33 ' Material .12 Delay In Payment .03 Certification and Payment 30 GC 8.02.04 Payment on a Time and Material Basis ' GC 8.02.03.01 Progress Payment Certificate GC 8.02.04.01 Definitions .02 Certification of Sub- .02 _ Daily Work Records 34 ' contract Completion .03 Payment for Work .03 Subcontract Statutory .04 Payment for Labour Holdback Release .05 Payment for Material Certificate and Payment .06 Payment for Equipment .04 Certification of Substantial Performance 31 GC 8.02.04.06.01 Working Time .05 Substantial Performance .02 Standby Time ' Payment and Statutory Holdback Release Payment GC 8.0204.07 Payment for Hand Tools 35 Certificates .08 Payment for Work by .06 Certification of Subcontractors Completion 32 .09 Submission of Invoices .07 Completion Payment and Statutory Holdback GC 8.02.05 Final Acceptance Release Payment Certificate ' Certificates .06 Payment of Workers .08 Interest .07 Records .09 Interest for Late .08 Taxes and Duties 36 Payment .09 Liquidated Damages iii Ontario August 1990 Ontario Provincial 1 Standard T ' MEA GENERAL CONDITIONS OF CONTRACT SECTION GC1 INTERPRETATION GC1.01 Captions GC1.04 Definitions ' The captions appearing In these general conditions For the purposes of this Contract the following have been inserted as a matter of convenience and for definitions apply: ease of reference only and in no way define, limit or enlarge the scope or meaning of the general conditions "Access Road" means a private road built or existing or any provision hereof. road used by the Contractor to gain access to the Work or to a source of material. GC1.02 Abbreviations ' "Adjusted Plan Quantity" means a Plan Quantity which The abbreviations listed on the left below are has been adjusted for any-or all of the following: a commonly found in the Contract Documents and mistake in calculation, approved addition, or an represent the organizations and phrases listed on the approved deletion. right: 'Actual Measurement' means the field measurement of "AASHTO"l -American Association of that quantity within the approved limits of the Work. ' "AASHO" J State Highway Transportation Officials 'ANSI' - American National Standards Institute 'Additional Work' means work not provided for In the "APEO" - Association of Professional Engineers Contract and not considered by the Contract Ontario Administrator to be essential to the satisfactory ' "ASTM" - American Society for Testing and completion of the Contract within its intended scope. Materials 'AWG' - American Wire Gauge 'Base" means a layer of material of specified type and "AWWA" - American Water Works Association thickness placed•-immediately-below.the pavement;, "CESA" - Canadian Engineering Standards driving surface, finished grade, curb and gutter or Association sidewalk. "CGSB" - Canadian General Standards Board ' "CSA" - Canadian Standards Association "CWB" - Canadian Welding Bureau 'Change in the Work" means the deletion, extension, "GC - General Conditions increase, decrease or alteration of lines, grades, "OPS" - Ontario Provincial Standard dimensions,quantities,methods,drawings,changes in ' "OPSS" - Ontario Provincial Standard the character of the work to be done or materials of the Specification Work or part thereof,within the intended scope of the "OPSD" - Ontario Provincial Standard Drawing Contract. "MOE" - Ministry of the Environment (Ontario) ' "MTO"l - Ministry of Transportation.(Ontado) "Change Order" means a written order to the 'MTC J Contractor covering contingencies, Extra Work, "MUTCD" - Manual of Uniform Traffic Control increase or decrease in Contract quantities and ' Devices, published by MTO additions or alterations to the plans or specifications, "SAE' - Society of Automotive Engineers within the scope of the Contract and establishing the "SSPC - Structural Steel Painting Council basis of payment and the time allowed for the "UL" - Underwriters Laboratories adjustment of the Contract Time. Means also, written ' 'ULC - Underwriters Laboratories Canada authorization covering Additional Work. GC1.03 Gender and Singular References "Completion Certificate" means the certificate Issued by the Contract Administrator at completion. ' References to the masculine or singular throughout the Contract Documents shall be considered to include the "Construction Signs" mean all traffic control devices feminine and the plural and vice versa as the context and signs, including vehicles, trailers, and the like, requires. provided to support signs, and equipment to supply OPS General Conditions of Contract 2 , sign lighting,but excluding Contract identification signs and description and quantities of material utilized. and highway number markers,all as may be described ' in the MUTCD. "Day" means a calendar day. "Constructor" means, for the purposes of, and within "Drawings"or'Plans* mean any Contract Drawings or the meaning of the Occupational Health and Safety Act, Contract Plans or any Working Drawings or Working ' R.S.O. 1980, c. 321 and amendments thereto, the Plans, or any reproductions of drawings or plans Contractor who executes the Contract. pertaining to the Work. "Contract Administrator"means the person,partnership "Earth Grade" means the earth surface,whether in cut ' or corporation designated by the Owner to be the or fill, as prepared for the Base or Subbase. Owner's representative- for the purposes of the Contract. "Engineer" means a professional engineer licensed by , the Association of Professional Engineers of Ontario to 'Contract' means the undertaking by the Owner and practice in the Province of Ontario. the Contractor to perform their respective duties, responsibilities and obligatiogs,•as..prescribed;;in,the 'Equipment" means all machinery-and-,equipment:used Contract Documents. for preparing, fabricating, .conveying or:erecting the Work and normally referred to as construction "Contract Documents" mean the executed Agreement machinery and equipment. ' between the Owner and the Contractor,the Tender,the General Conditions of Contract, the Supplemental "Estimate" means a calculation of the quantity or cost General Conditions of Contract. Standard of the Work or part of it depending on the context. Specifications.Special Provisions,Contract Drawings, ' addenda incorporated In a Contract Document before "Extra Work" means work not provided for in the the execution of the Agreement,such other documents Contract-as awarded but considered by the Contract as may be listed in the Agreement and subsequent Administrator essential to the satisfactory completion of amendments to the Contract Documents made the Contract within its intended scope. ' pursuant to the provisions of the Agreement. ;. "Final Acceptance Certificate" means the .certificate "Contract Drawings" or "Contract Plans" mean issued by the Contract Administrator at Final 1 drawings or plans provided by the Owner for the Work Acceptance. ' and without limiting the generality thereof may include soil profiles, foundation investigation reports, "Final Detailed Statement" means a complete reinforcing steel schedules, aggregate sources lists, evaluation prepared by the Contract Administrator ' quantity sheets,cross-sections and standard drawings. showing the quantities, unit prices and final dollar amounts of all items of work completed under the `Contractor" means the person, partnership or Contract,including variations in tender items and Extra corporation undertaking the Work as identified in the Work, and set out in the same general form as the , Agreement. monthly estimates. 'Contract Time" means .the; time stipulated.in_ the "Final Ouantity" means that quantity used in the Final Contract Documents for Substantial Performance of the Detailed Statement. ' Work, including any extension of Contract Time made pursuant to the Contract Documents. 'Force Account" See Time and Material". "Controlling Operation' means any component of the "Grade" means the required elevation of work. , Work,which,if delayed,will delay the completion of the Wont' "Grade Line" means a reference line representing the Grade in profile or longitudinal section established for ' "Cost Plus" See*Time and Material". the control of work. "Cut-off Date" means the date up to which payment "Hand Tools' means tools that are commonly called will be made for work performed. tools or implements of the trade and include small , power tools. Individually a tool will be considered as 'Daily Work Records" mean daily records kept a Hand Tool where the maximum cost is$250. detailing the number and categories of workers and ' hours worked or on standby; types and quantities of "Haul Road" means any public road excluding the equipment and number of hours in use or on standby, road under contract, which forms part of a materials OPS General Conditions of Contract l 3 haul route. Profile Grade means the required elevation of the j surface of the Base. ' 'Highway" means a common and public highway any part of which is intended for or used by the general 'Quantity Sheet' means a list of the quantities of work public for the passage of vehicles and includes the to be done. area between the lateral property lines thereof. "Rate(s) of Interest" means the rate(s) determined by "inspector" means any person, partnership or the Treasurer of Ontario and issued by, and available corporation appointed by the Contract Administrator to from,the Owner. ' participate in the inspection of the Work and the Material to be used in the Work. 'Records' mean any books, payrolls, accounts or other information which relate to the Work or any "Labour and Material Payment Bond' means the type Change in the Work or claims arising therefrom. ' of security fumished to the Owner to guarantee payment of prescribed debts of the Contractor covered 'Road Allowance" means the lands acquired at any by the bond. time for use as a Highway. ' "Lump Sum hem'.,means..a.tender..item:Indicating a 'Roadbed' means--that-ipart of the,Work which is portion of the Work for:which.payment will be made at designed to support the wearing surface and shoulders a single tendered price. Payment is not based on a of the Roadway. ' measured quantity, although a quantity may be given In the Contract Documents. `Roadway" means that part of the Highway designed or intended for use by vehicular traffic and includes the shoulders. ' `Major Item" means any tender item that has a value, calculated on the basis of Its actual or estimated tender "Rock Grade" means the rock surface,whether in cut quantity whichever is the larger,multiplied by its tender or fill, which has been prepared for the Base or unit price, which is equal to or greater than the lesser Subbase. Of `Shoulder' means that portion of the Roadway a) $100,000, or between the edge of the wearing surface and the top inside edge of the ditch or fill slope. ' b) 5% of the total tender value calculated on the basis of the total of all the estimated tender `Special .Provisions" mean special directions quantities and the tender unit prices. containing requirements peculiar to the Work. ' "Standard Specification" means a standard practice "Material" means material, machinery, equipment and required and stipulated by the Owner for performance fixtures forming part of the Work. of the work. ' 'Owner means the party to the Contract for whom the Subbase'..-.means a:layer.of.material of specified type Work is being performed, as identified in. the and thickness between the Subgrade and the Base. Agreement,and Includes,with the same meaning and import, 'Authority'. 'Subcontractor' means a person, partnership or corporation undertaking the execution of a part of the "Pavement" means a wearing course or courses Work by virtue of an agreement with the Contractor. ' placed on the Roadway and consisting of asphaltic concrete, hydraulic cement concrete, or plant or road `Subgrade' means the Earth Grade or Rock Grade. mixed mulch. "Substructure' means all of that part of a structure ' 'Performance Bond" means the type of security below: the bearings of single and continuous spans, furnished to the Owner to guarantee completion of the skewbacks of arches and tops of footings of rigid Work in accordance with the Contract and to the extent frames, including backwalls, wingwalis and wing provided in the bond, protection railings. "Plan Quantity" means that quantity as computed from within the boundary lines of the Work as shown in the 'Superintendent" means the Contractors authorized ' Contract Documents. representative in responsible charge of the Work. ' OPS General Conditions of Contract 4 "Superstructure' means all that part of a structure (ii) non-delivery of Owner supplied materials, above: the bearing seat of single and continuous , spans, skewbacks of arches and tops of footings of (iii) any cause beyond the reasonable control rigid frames, excluding backwalls,wingwalls and wing of the Contractor which can be protection railings. substantiated by the Contractor to the '"Surety' means the person,partnership or corporation, satisfaction of the Contract Administrator. other than the Contractor, executing a bond provided "Working Drawings' or 'Working Plans' means any by the Contractor. Drawings or Plans prepared by the Contractor for the execution of the Work and may, without limiting the ' Time and Material" means costs calculated according generality thereof, include falsework plans, roadway to clause GC8.02.04, Payment on a Time and Material protection plans, shop drawings, shop plans or Basis. Where 'Cost Plus" and "Force Account" are erection diagrams. used they shall have the same meaning. ' GC1.05 Substantial Performance "Utility" means a facility maintained by a municipality, public .utility_ authority or regulated authority_ and 01) :-:The Work.is-substantially::performed,.:- includes sanitary sewer, storm sewer, water, electric, gas, steam,telephone and cable television services. (a) when the Work to be performed under the Contract or a substantial part thereof is ready "Warranty Period" means the period of 12 months from for use or is being used for the purpose , the date of substantial performance or such longer intended; and period as may be specified for certain materials or work. Where a date of substantial performance is not (b) when the Work to be performed under the established, the warranty period shall commence on Contract is capable of completion or, where t the date of completion. there is a known defect,correction,at a cost of not more than "Work" means the total construction and related ' services required by the Contract Documents. () 3% of the first $500,000 of the contract price, "Working Area" means all the lands and easements owned or acquired by the Owner for the construction (h) 2% of the next $500,000 of the contract ' of the Work. price, and 'Working Day" means any Day (it) 1%of the balance of the contract price. (a) except Saturdays, Sundays and statutory 02) For the purposes of this Contract where the , holidays; Work or a substantial part thereof is ready for use or is being used for.the purposes.-intended and the ' (b) except a Day as determined by the Contract remainder of the Work cannot be completed Administrator, on which the Contractor is expeditiously for reasons beyond the control of the prevented by inclement weather..or conditions Contractor or, where the:Owner*and:the lContractor resulting immediately therefrom,from proceeding agree not to complete the Work expeditiously,the price ' with a Controlling Operation. For the purposes of the services or materials remaining to be supplied of this definition,this will be a Day during which and required to complete the Work shall be deducted the Contractor cannot proceed with at least 60% from the contract price in determining substantial of the normal labour and equipment force performance. ' effectively engaged on the Controlling Operation for at least 5 hours; GC1.06 Completion (c) except a Day on which the Contractor is 01) The Work shall be deemed to be completed ' prevented from proceeding with the Controlling and services or materials shall be deemed to be last Operation, as determined by the Contract supplied to the Work when the price of completion, Administrator by reason of: correction of a known defect or last supply is not more ' than the lesser of () any breach of Contract or prevention by the Owner, by any other Contractor of the (a) 1%of the contract price; or Owner or by any employee of any one of them, (b) $1.000. OPS General Conditions of Contract 5 t3C1.07 Final Acceptance GC 1.013 Interpretation of Certain words 01) Thewords'acceptable','approvaP,'authorized', ' 01) Final Acceptance shall be deemed to occur 'considered necessary', 'directed", 'required', when the Contract Administrator is satisfied that,to the 'satisfactory', or words of like import, shalt mean best of the Contract Administrator's knowledge at that approval of, directed, required, considered necessary ' time,the Contractor has rectified all imperfect work and or authorized by and acceptable or satisfactory to the has discharged all of the Contractor's obligations under Contract Administrator unless the context dearly the Contract. indicates otherwise. ' OPS General Conditions of Contract 1 s � 1 1 1 1 1 1 1 1 1 1 1 1 1 i OPS General Conditions of Contract 7 SECTION GC2 CONTRACT DOCUMENTS August 1990 ' GC2A1 Reliance on Contract () Working Drawings Documers ' Later dates shall govern within each of the above 01) The Owner warrants that the information categories of documents. furnished in the Contract Documents can be relied upon with the following limitations or exceptions: 02) In the event of any conflict among or inconsistency in the information shown on Drawings, (a) The location of all mainline underground utilities the following rules shall apply: which will affect the Work will be shown to a ' tolerance of (a) Dimensions shown in figures on a Drawing 1 m horizontal and shall govern where they differ from dimensions 0.3 m vertical; scaled from the same Drawing; ' (b) The Owner does:not warrant interpretations of. (b) Drawings of larger;scale-shall govern over data or opinions expressed in any°subsurface those of smaller scale; report available for the perusal of the Contractor and excluded from the Contract Documents;and (c) Detailed Drawings shall govern over general ' Drawings; and (c) other information specifically excluded from this warranty, (d) Drawings of a later date shall govern over those of an earlier date in the same series. ' GC202 Order of Precedence 03) in the event of any conflict in the contents of 01) In the event of any inconsistency or conflict in Standard Specifications the following order of ' the contents of the following documents, such precedence shall govern: documents shall take precedence and govern in the following order. (a) Ontario Provincial Standard Specifications;then ' (a) Agreement (b) other standard specifications, such as those (b) Addenda produced by CSA, CGSB, ASTM and ANSI, (c) Special Provisions and referenced in the Ontario Provincial ' (d) Contract Drawings Standard Specifications. (e) Standard Specifications (f) Tender 04) The Contract Documents are complementary, (g) Supplemental General Conditions and what is required by any one shall be as binding as ' (h) Generaf_Conditions if required by-all. OPS General Conditions of Contract 8 1' OPS General Conditions of Contract 9 SECTION GC3 ADMINISTRATION OF THE CONTRACT August 1980 GC3.01 Contract Administrator's 09) The Contract Administrator will be, In the first Authority instance,the interpreter of the Contract Documents and the judge of the performance thereunder by both ' 01) The Contract Administrator will be the Owner's parties to the Contract.interpretations and decisions of representative during construction and until the the Contract Administrator shall be consistent with the issuance of the Completion Certificate.or the issuance intent of the Contract Documents and in making these ' of the Final Acceptance Certificate whichever is later. decisions the Contract Administrator will not show All instructions to the Contractor including instructions partiality to either party. from the Owner will be issued by the Contract Administrator. The Contract Administrator will have the 10) The Contract Administrator will have the ' authority to act on behalf of the Owner only to the authority to reject work or Material which does not extent provided in the Contract Documents. conform to the Contract Documents. 02) All claims,disputes and other matters in question 11) Defective work,,.-.whether,:the:!result of poor 1 relating to the performance and.the quality..of:the Work workmanship; use of defective'material,�ror'damage or the interpretation of the Contract Documents shall be through carelessness or other act or�omission of the initially referred to the Contract Administrator in writing Contractor,and whether incorporated'in the Work or ' by the Contractor. The Contract Administrator will give not, which has been rejected by the Contract a decision in writing within a reasonable time. Administrator as failing to conform to the Contract Documents shall be removed promptly from the Work 03) The Contract Administrator will inspect the Work by the Contractor and replaced or re-executed ' for its conformity with the plans and specifications,and promptly in accordance with the Contract Documents to record the necessary data to establish payment at no additional cost to the Owner. quantities under the schedule of tender quantities and unit prices or to make an assessment of the value of. 12) Any part of the Work destroyed or damaged by ' the work completed in the case of a lump sum price such removals,replacements or re-executions shall be contract. made good, promptly, at no additional cost to the Owner. 04) The Contract Administrator will determine the amounts owing to the Contractor under the Contract and will issue certificates for payment in such amounts 13) If, in the opinion of the Contract Administrator, as provided for in Section GC8, Measurement and it is not expedient to correct defective work or work not Payment. performed in accordance with the Contract Documents, the Owner may deduct from monies otherwise due to 05) The Contract Administrator wig with reasonable the Contractor the difference in value between the work promptness review and take appropriate action upon as performed and that called for by the Contract ' - the Contractor's submissions such as shop drawings, Documents,.the:amourdt of:which will be determined in product data, and samples in accordance with the the first instance by the Contract Administrator. Contract Documents. 14) Notwithstanding-any°Inspections made by the ' 06) The Contract.Administrator-will investigate all Contract Administrator -or •the issuance of any allegations of a change in the character of the Work certificates or the making of any payment by the made by the Contractor and Issue appropriate Owner, the failure of the Contract Administrator to ' instructions. reject any defective work or Material shall not constitute acceptance of defective work or Material. 07) The Contract Administrator will prepare Change Orders for the Contractor's signature and the Owner's t approval. 15) The Contract Administrator will have the authority to temporarily suspend the Work for such 08) Upon written application by the Contractor, the reasonable time as may be necessary to facilitate the ' Contract Administrator and the Contractor will jointly checking of any portion of the Contractor's conduct an inspection of the Work to establish the date construction layout or the inspection of any portion of of substantial performance of the Work and/or the date the Work. There shall not be any extra compensation of Completion of the Work. for this suspension of work. ' OPS General Conditions of Contract 10 ' GC3.02 Working Drawings make alterations in the method, Equipment or work force at arty time the Contract Administrator considers ' 01) The Contractor shall arrange for the preparation the Contractor's actions to be unsafe, or damaging to of clearly Identified and dated Working Drawings as either the Work or existing facilities or the environment. called for by the Contract Documents. The Contractor shall after the sequence of operations ' 02) The Contractor shall submit Working Drawings on the Contract, when requested in writing, so as to to the Contract Administrator with reasonable avoid interference with other work. promptness and in orderly sequence so as to not ' cause delay in the Work. 9 either the Contractor or the 02) Notwithstanding the foregoing, the Contractor Contract Administrator so requests they shall jointly shall ensure that all necessary safety precautions and prepare a schedule fixing the dates for submission and protection are maintained throughout the Work. return of Working Drawings. Working Drawings shall ' be submitted in the form of prints. At the time of GC3.04 Emergency Situations submission the Contractor shall notify the Contract Administrator in writing of.any. deviations-from the 01) The .Contract Administrator.has the 'right to° Contract requirements-that exist in..the Working determine the existence of an emergency situation,and , Drawings. when such an emergency-situation is:deemed to exist, the Contract'Administrator may instruct the Contractor 03) The Contract Administrator will review and return to take action to remedy the situation.If the Contractor Working Drawings in accordance with an agreed upon does not take timely action, or if the Contractor is not schedule,or otherwise,with reasonable promptness so available,the Contract Administrator may direct others as not to cause delay. to remedy the situation. 04) The Contract Administrator's review will be to 02) if the emergency situation was the fault of the , check for conformity to the design concept and for Contractor, the remedial work shall be done at the general arrangement only and such review shall not Contractor's expense. If the emergency situation was relieve the Contractor of responsibility for errors or not the fault of the Contractor, the Owner will pay for ' omissions In the Working Drawings or of responsibility the remedial work. for meeting all requirements of the Contract Documents unless a deviation on the Working Drawings has been GC3.05 Layout ' approved In writing by the Contract Administrator. , 01) The Contract. Administrator - will provide 05) The Contractor shall make any changes in baselines and benchmarks for the general location, Working Drawings which the Contract Administrator alignment and elevation of the Work. The Owner will ' may require Consistent with the Contract Documents be responsible only for the correctness of the and resubmit unless otherwise directed by the Contract information provided by the Contract Administrator. Administrator. When resubmitting,the Contractor shall notify the Contract. Administrator in writing of any'' revisions other than those requested by the Contract GC3.06 Working Area Administrator. 01) The Contractor's sheds, site offices, toilets, 06) Work related to the Working Drawings shall not other temporary structures and storage areas for ' proceed until the Working Drawings have been signed material and equipment shall be grouped In a compact and dated by the Contract Administrator and marked manner and maintained in a neat and orderly condition with the words 'Reviewed. Permission to construct at all times. ' granted*. 02) The Contractor shall confine his construction 07) The Contractor shall keep one set of the operations to the Working Area Should the Contractor reviewed Working Drawings, marked as above, at the require more space than that shown on the Contract ' site at all times. Drawings,the Contractor shall obtain such space at no additional cost to the Owner. GC3.03 Right of the Contract Administrator to Modify Methods 03) The Contractor shall not enter upon or occupy ' and Equipment any private property for any purpose, unless the Contractor has received prior written permission from 01) The Contractor shall,when requested In writing, the property owner. OPS General Conditions of Contract l' 11 07 Extension of Contract Time weather, the Contractor shall with the GC3. Contractor's application,submit evidence from Environment Canada 01) An application for an extension of Contract Time in support of such application. Extension of Contract shall be made In writing by the Contractor to the Time will be granted in accordance with subsection Contract Administrator as soon as the need for such GC3.07. Extension of Contract Time. extension becomes evident and at least 15 days prior ' to the expiration of the Contract Time. The application 02) If the Work Is delayed by labour disputes, for an extension of Contract Time shall enumerate the strikes or lock-outs - including lock-outs decreed or reasons, and state the length of extension required. recommended to its members by a recognized ' contractor's association, of which the Contractor is a 02) Circumstances suitable for consideration include member or to which the Contractor is otherwise bound the following: -which are beyond the Contractor's control, then the Contract Time shall be extended in accordance with ' (a) Delays; See subsection GC3.08. subsection GC3.07,Extension of Contract Time. In no (b) Changes in the Work; See clause GC3.11.01. case shall the extension of Contract Time be less than (c) Extra Work; See clause GC3.11.02. the time lost as the result of the event causing the (d) Additional Work; See clause GC3.11.03. delay, unless,a shorter extension.is agreed to by the ' Contractor. The Contractor shall not be entitled to 03) The Contract Administrator,will,in considering an payment,forcosts incurred,as the resultof-such delays- application for an extension to the Contract Time,take unless such-decays*are�the Tesult ,of-actions of the Into account whether the delays,Changes in the Work, Owner. ' Extra Work or Additional Work involve a Controlling Operation. GC3.09 Assignment of Contract ' 04) The Contract Time shall be extended for such 01) The Contractor shall not assign the Contract, additional time as may be recommended by the either in whole or in part,without the written consent of Contract Administrator and deemed fair and reasonable the Owner. by the Owner. ' 05) The terms and conditions of the Contract shall GC3.10 Subcontracting by the continue for such extension of Contract Time. Contractor GC3.08 Decays 01) The Contractor may subcontract any part of the Work, subject to these General Conditions and any 01) If the Contractor is delayed in the performance limitations established by the Owner. ' of the Work by 02) The Contractor shall notify the Contract (a) war, blockades, and civil commotions, errors in Administrator,in writing,of the intention to subcontract. the Contract Documents; an act or omission of Such notification shall Identify the part of the Work,and ' the Owner, Contract Administrator. other the Subcontractor2 with;whom:it Js:intended contractors,or anyone employed or engaged by them directly or indirectly, contrary to the 03) The Contract Administrator will, within 10 days provisions of the..Contract.Documents; or of receipt of such notification, accept or reject the ' intended Subcontractor. The rejection will be in writing (b) a stop work order issued by a court or public and will include the reasons for the rejection. authority, provided that such order was not ' issued as the result of an act or omission of the 04) The Contractor shall not, without the written Contractor or anyone employed or engaged by consent of the Owner, change a Subcontractor who the Contractor directly or indirectly; or has been engaged in accordance with this General Condition. (c) the Contract Administrator giving notice under subsection GC7.09, Suspension of Work; or 05) The Contractor shall preserve and protect the rights of the parties under the Contract with respect to (d) abnormal inclement weather; the work to be performed under subcontract and shall ' then the Contractor shall be reimbursed by the Owner (a) enter into agreements with the intended for reasonable costs incurred by the Contractor as the Subcontractors to require them to perform their result of such delay, provided that in the case of an work in accordance with the Contract application for an extension due to abnormal inclement Documents; and OPS General Conditions of Contract 12 1 , (b) be as fully responsible to the Owner for acts and Disputes or payment may be made according to the omissions of the Contractor's Subcontractors conditions contained in clause GC8.02.04,Payment on ' and of persons directly or indirectly employed a Time and Material Basis. by them as for acts and omissions of persons directly employed by the Contractor. GC3.11.03 Additional Work 06) Neither a subcontracting, nor the Owner's 01) The Owner,or Contract Administrator where so consent to a subcontracting by the Contractor,shall be authorized, may request the Contractor to perform construed to relieve the Contractor from any obligation Additional Work without invalidating the Contract. If the under the Contract or to impose any liability upon the Contractor agrees to perform Additional Work, the Owner. Nothing contained in the Contract Documents Contractor shall proceed with such work upon receipt shall create a contractual relationship between a of a Change Order. Subcontractor and the Owner. ' GC311 02) The Contractor may apply for an extension of gas in the Work. Extra Contract Time according to the terms of subsection Work and Additional Work GC3.07, Extension of Contract Time. GC3.11.01 Changes In the Work .03) - Payment>;:for •_the...Additional.-Work may be , negotiated pursuant to subsection GC3.14, Claims, 01) The Owner,or the Contract Administrator where Negotiations, Disputes, or payment may be made ) so authorized,may,by order in writing,make Changes according to -the conditions contained in clause ' in the Work without invalidating the Contract. The GC8.02.04, Payment on a Time and Material Basis. Contractor shall not be required to proceed with a change in the Work until in receipt of a Change Order. GC3.12 Notices , Upon the receipt of such written order the Contractor shall proceed with the work. 01) Any notice permitted or required to be given to the Contract Administrator or the Superintendent in 02) The Contractor may apply for an extension of respect of the Work shall be deemed to have been Contract Time according to the terms of subsection given to and received by the addressee on the date of GC3.07, Extension of Contract Time. delivery N delivered by hand or by facsimile transmission and on the fifth day after the date of 03) If the Changes in the Work relate solely to mailing if sent by mail. ' quantities, payment for the work will be made according to the conditions specified in clause 02) The Contractor and the Owner shall provide GC8.01.02, Variations in Tender Ouantities. If the each other with the mailing addresses, telephone , Changes in the Work do not solely relate to quantities, numbers and facsimile terminal numbers for the payment may be negotiated pursuant to subsection Contract Administrator and the Superintendent at the GC3.14, Claims, Negotiations, Disputes or payment commencement of the Work.- may be made according to the conditions contained in , clause GC8.02.04, Payment on a Time and Material 03) in the event of an emergency situation or other Basis. urgent matter the Contract Administrator or the Superintendent may give.a verbal notice,provided that , GC3.11.02 Extra Work such notice is confirmed in writing. 04) Any notice permitted or required to be given to 01) The Owner, or Contract Administrator where so the Owner or the Contractor shall be given in authorized, may instruct the Contractor to perform accordance with the notice provision of the Agreement. ' Extra Work without invalidating the Contract. The Contractor shall not be required to proceed with the GC3.13 Use and Occupancy of the Work Extra Work until in receipt of a Change Order. Upon Prior to Substantial Performance ' receipt of the written order the Contractor shall proceed with the Work. 01) Where it is not contemplated elsewhere in the Contract Documents, the Owner may use or occupy 02) The Contractor may apply for an extension of the Work or any part thereof prior to substantial ' Contract Time according to the terms of subsection - performance, provided that at least 30 days written GC3.07, Extension of Contract Time. notice has been given to the Contractor. 03) Payment for the Extra Work may be negotiated 02) The use or occupancy of the Work or any part pursuant to subsection GC3.14.Claims, Negotiations, thereof by the Owner prior to substantial performance OPS General Conditions of Contract ' 13 constitute an acceptance of the Work or Material basis in accordance with clause GC8 shall not ptance parts .0204, so occupied. In addition,the use or occupancy of the Payment on a Time and Material Basis, the dispute ' Work shall not relieve the Contractor or the may be resolved as described in clause GC3.14.05, Contractors Surety from any liability that has arisen,or Disputes. may arise. from the performance of the Work In accordance with the Contract Documents. The Owner GC3.14.03 Corftw noe of the Work ' will be responsible for any damage that occurs because of the Owners use or occupancy. Such use 01) The Contract Administrator will give such or occupancy of any part of the Work by the Owner instructions as are necessary for continuation of the ' does not waive the Owners right to charge the Work to prevent any delays. it Is understood that by Contractor liquidated damages in accordance with the so doing neither party to the Contract will jeopardize terms of the Contract any claim it may have. ' GC3.14 Claims, Negotiations, Disputes GC3.14.04 Record Keeping GC3.14.01 Claim Procedure 01) Immediately..upon commencing work which ' 01 The Contractor...shall..give..-oral-,notice.,of.an y .:,may result in a claim;the-Contractor,shall kee Dai situation which may lead.to- a claim-for-additional Work Records;,during!the.course of.the work,sufficient payment immediately upon becoming aware of the to substantiate'thoContractorsclaim;:and the Contract ' siluation. Administrator will keep Daily Work Records to be used in assessing the Contractors claim, all In accordance 02) The Contractor shall provide written notice in the with clause GC8.0207, Records. standard form'Notice of Intent to Claim'within 7 days ' of the commencement of any work which may be 02) The Contractor and the Contract Administrator affected by the situation. shall reconcile their respective Daily Work Records on a weekly basis, to simplify review of the claim, when 03) The Contractor shall submit claims not later than submitted. ' 30 days-in exceptional cases this may be increased to a maximum of 180 days, but subject to approval in 03) The keeping of Daily Work Records by the writing from the Contract Administrator-after.the date Contract Administrator or the reconciling of such Daily of substantial performance,identifying the item or items Work Records withlhose of the Contractor shall not be, In respect of which the claim arises, staling the construed to be acceptance of the claim. grounds upon which the claim is made and submitting the records maintained by the Contractor supporting GC3.14.05 Disputes ' such claim. 01) Disputes may be settled by procedures already 04) The Contract Administrator may request the established by the Owner or where both parties agree, Contractor to submit such further-and other particulars a dispute -may be submitted to arbitration In as the Contract Administrator considers necessary to accordance•with-the.proviskxts.of subsection GC3.15, assess the claim and the Contractor shall submit the Engineering Arbitration: Where both"parties cannot requested Information within 30 days. agree, then,the.appropriate.judicial tribunal may be used. 1 05) Within 60 days of receipt of the detailed claim, and all supporting documentatkx% the Contract GC3.14.06 Payment Administrator will advise the Contractor, in writing, of ' the Contract Administrators opinion with regard to the 01) Payment of the claim will be made not later than validity of the claim. 30 days after the date of resolution'of the claim or dispute. Such payment will be made according to the GC3.14.02 Negotiations terms of Section.GC8, Measurement and Payment. ' 01) Should the Contractor disagree with the opinion GC3.14.07 Rights of Both Parties given in paragraph 05) of clause GC3.14.01, Claims Procedure, with respect to any part of the claim, the 01) It is agreed that no action taken under this ' Contract Administrator will enter into negotiations with subsection by either party shall be construed as a the Contractor to resolve the matters in dispute. Where renunciation or waiver of any of the rights or recourses a negotiated settlement cannot be reached and it is available to the parties,provided that the requirements ' agreed that payment cannot be made on a Time and set out in this subsection are fulfilled. OPS General Conditions of Contract 14 GC3.15 Engineering Arbitration the Contract nor in either party's business and shall not ' be employed by either party. GC3.15.01 The Conditions for Engineering Arbitration 04) The decisions of two arbitrators shall bind the third. Where there is no agreement between two 01) The following conditions must be established arbitrators the decision of the chairman will be final. before an arbitration can proceed: . (a) A dispute between the parties must exist; 05) The board may appoint experts to assist ft ' 06) The board is not bound by the rules of (b) The parties must agree to refer the dispute for evidence which govern the trial of cases in court but decision according to the procedure following; may hear and consider any evidence which it and considers relevant. ' (c) The parties must..agree to_be.bound by the GC3.15.04 costs award of the arbitrators. GC3.15.02 Arbitration Procedure 01) Each.party,shall_pay.;ihe cost:of.its.appointee. ' 01) The following provisions are to be included in 02) The fee for the chairman will be shared equally. 'the agreement to arbitrate and are subject only to such 03) The fees of any experts appointed to assist the right of appeal as exist where the arbitrators have board shall be shared equally. exceeded their jurisdiction or have otherwise disqualified themselves: 04) The fees of any other person(s) appointed to (a) All existing actions in respect of the matters assist the board will be shared equally. under arbitration will be stayed pending 05) The Owner will provide accommodation for the ' arbitration; hearing in the Owner's facilities, and where this is not possible,will share in the cost of obtaining appropriate (b) All outstanding claims and matters to be settled facilities. are to be set out in a schedule to the agreement. Only such claims and matters as are in the 06) The board will have no power to award costs schedule will be arbitrated; and except where one of the parties fails to attend a hearing and it is necessary to adjourn until another (c) Before proceeding with the arbitration, the date. In such case,the board may require the absent ' Contractor shall confirm that all matters in party to bear the costs of the adjourned hearing. dispute are set out in the schedule. GC3.15.03 Form ntment of GC3.15.05 The Award Arbitration Board , 01) . The.award will be made within 90 days of the 01) The board shall .be...composed... of three conclusion of the hearing unless the board extends the arbitrators: time for making the award. The time shall not be extended beyond 180 days from the date of the (a) one appointed by the Contractor; appointment without the consent of both parties. (b) one appointed by the Owner; and Where the award Is not made within these time limits ' (c) one to be appointed by the first two and who the parties may proceed to court or continue their shall act as chairman. existing actions. 02) A sole arbitrator may adjudicate the dispute ' where expressly agreed by the Contractor and Owner. GC3.15.06 Hearing 01) The hearing will commence within 90 days of ' 03) Appointees shall not be interested financially in the appointment of the chairman. OPS General Conditions of Contract /' 15 N 'S RESPONS181UTIES AND RIGHT'S SECTION GC4 OWNER August 1990 j GC4.01 Working Area the default within 5 Working Days. 01) The Owner will acquire all property rights which GC4.06 Cmrtractor's Right to Correct a are deemed necessary by the Owner for the Default construction of the Work including temporary working easements and will indicate the full extent of the 01) The Contractor shall have the right within the 5 ' Working Area on the Contract Drawings. full Working Days following the receipt of a notice of default to correct the default and provide the Owner GC4.02 Management and Disposition of with satisfactory proof that appropriate corrective . Materials measures have been taken. 01) The Owner will identify in the Contract Document 02) If the correction of the default cannot be the materials to be moved within or,removed from the completed within..the 75..full-Working.:Days following ' Working Area, and -.any characteristics;.of; those receipt of the notice"the Contractor:-shall.not-be in materials which will necessitate special materials default if the Contractor management and disposition. (a) commences the correction of the default within 02) The Owner will be responsible for any additional the 5 full Working Days following receipt of the costs of removing,management and disposition of any notice; material not Identified in the Contract Documents, or ' where conditions exist that could not have been (b) provides the Owner with an acceptable reasonably foreseen at the time of tendering. schedule for the progress of such correction; and GC4.03 Constnietion Affecting Railway Property (c) completes the correction in accordance with such schedule. 01) The Owner will pay the costs of all flagging and other traffic control measures required and provided by GC4.07 Owner's Right to Correct Default the railway company. 01) If the Contractor fails to correct the default within the time specified in subsection GC4.06, ' GC4.04 Default by the Contractor Contractor's Right to Correct a Default,or subsequently agreed upon,the Owner,without prejudice to any other 01) The Contractor shall be in default of the Contract right or remedy the Owner may have,may correct such if default and deduct the cost thereof,as certified by the . Contract Administrator,,..:from°-any.•.payment then or (a) the Contractor fails to commence the Work or thereafter due to the Contractor. execute the Work properly or otherwise fails to ' comply with the requirements of the Contract to a substantial degree; or GC4.08 Termination of Contractor's Right to Continue the Work (b) If the.Contractor is adjudged bankrupt or makes ' a general assignment for the benefit of creditors 01) Where the Contractor fails to correct a default because of insolvency or if a receiver is within the time specified in subsection GC4.06, appointed because of insolvency. Contractor's Right to Correct a Default,or subsequently agreed upon,the Owner,without prejudice to any other ' GC4.05 Notification of Default right or remedy the Owner may have, may terminate the Contractor's right to continue the Work in whole or 01) The Owner will give written notice of a default to in part by giving written notice to the Contractor. the Contractor as soon as the Owner becomes aware of the alleged default but failure to give such notice in 02) If the Owner terminates the Contractor's right to a timely way shall not constitute condonation of the continue with.the Work in whole or in part, the Owner default. The notice will include instructions to correct will be entitled to ' OPS General Conditions of Contract 16 (a) take possession of the Working Area or that withheld from the Contractor under subsection GC4.08, portion of the Working Area devoted to that part Termination of the Contractor's Right to Continue the , of the Work terminated; Work,the Owner will pay the balance to the Contractor as soon as the final accounting for the Contract is (b) utilize the Contractor's Equipment and any complete. Material within the Working Area which is Intended to be incorporated into the Work, the whole subject to the right of third parties; GC4.10 Termination of the Contract (c) withhold further payments to the Contractor with 01) Where the Contractor Is in default of the respect to the Work or the portion of the Work Contract the Owner may,without prejudice to any other withdrawn from the Contractor until the Work or right or remedy the Owner may have, terminate the portion thereof withdrawn Is completed; Contract by giving written notice of termination to the Contractor, the Surety and any trustee or receiver (d) charge the Contractor.the.additional.cost over ._ acting on behalf of the Contractor's estate or creditors. the contract price of completing the Work or portion thereof withdrawn from the Contractor, ' as certified by the Contract Administrator and 02) if the Owner elects to terminate the Contract the any additional compensation paid to the Owner will provide the Contractor and the trustee or Contract Administrator for such additional receiver with a complete accounting to the date of service arising from the correction of the default; termination. (e) age the Contractor a reasonable allowance, as determined by the Contract Administrator,to GC4.11 Continuation of Contratoes ' cover correction to the Work performed by the Obligations Contractor that may be required under subsection GC7.15, Warranty; 01) The Contractor's obligation under the Contract as to quality, correction and warranty of the Work (f) charge the Contractor for any damages the performed prior to the time of termination of the Owner may have sustained as a result of the Contract or termination of the Contractor's right to l default; and continue with the Work In whole or in part shall ' (g) charge the Contractor the amount by which the continue to be in force after such termination. cost of corrections to the Work under subsection GC7.15, Warranty, exceeds the GC4.12 Use of P*formance Bond ' allowance provided for such corrections. 01) If the Contractor is in default of the Contract and GC4.09 Final Payment to Corttracxor the Contractor..has provided a.Performance Bond,the provisions of this -Section shall be exercised in ' 01) If the Owner's cost to correct and complete the accordance with the conditions of the Performance Work in whole or in part is less than the amount Bond. i OPS General Conditions of Contract ! ' 17 SEC71ON GC5 MATERIAL August 1990 of Material work site itio after the GC5.01 Supply expect usly notification to that effect from the Contract Administrator. Where the ' 01) All Material necessary for the proper completion Contractor fails to comply with such notice the of the Work,except that listed as being supplied by the Contract Administrator may cause the rejected Material Owner, shall be supplied by the Contractor. The to be removed from the site and disposed of in what contract prices for the appropriate tender items shall be the Contract Administrator considers to be the most deemed to include full compensation for the supply of appropriate manner and the Contractor shall pay the such Material. costs of disposal and the appropriate. overhead charges. ' GC5.02 Quality of Material GC5.04 Substitutions 01) Al Material provided by the Contractor shall be new. 01) Where the.specifications require the Contractor ' to supply a Material designated by a trade or other 02) Material supplied. by -the...Contractor_shall name,the tender shalt-be-based°only-upon supply of conform-to the requirements of the Contract -the Matedal-so!designated,!.which°shall=be regarded as the standard of quality required by the specification. ' 03) As specified or as requested by the Contract After the acceptance of a tender, the Contractor may Administrator, the Contractor shall make available for apply to the Contract Administrator to substitute Inspection or testing a sample of any Material to be another Material identified by a different trade or other. provided by the Contractor. name for the Material designated as aforesaid. The application shall be in writing and shall state the price 04) The Contractor shall obtain, for the Contract for the proposed substitute Material designated as Administrator the right to enter upon the premises of aforesaid, and such other information as the Contract the Material manufacturer or supplier to carry out such Administrator may require. inspection, sampling and testing as specified or as requested by the Contract Administrator. 02) Rulings on a proposed substitution will not be made prior to the acceptance of a tender. 1 05) The Contractor shall notify the Contract Substitutions shall not be made without the prior Administrator of the sources of supply sufficiently In approval of the Contract Administrator. The approval advance of the Material shipping dates to enable the ,or rejection of a proposed substitution will be made at ' Contract Administrator to perform the required the discretion of the Contract Administrator. Inspection, sampling and testing. 03) If the proposed substitution is approved by the 06) The Owner will not be responsible for any delays Contract Administrator,the Contractor shall be entitled ' to the Contractor's operations where the Contractor to the first.$1000-4t:tho.,aggregate.saving in cost by fails to give sufficient advance notice to the Contract reason-of such substitution•and°ta 50% of any Administrator to enable the Contract Administrator to additional saving in cost:in:-.excess:.1of such $1000. carry out the required inspection,sampling and testing ..r.=Each-....such ..approvaii,�shall: .be '.conveyed to the ' before the scheduled shipping dates. Contractor in writing or by,Issuance-ofia Certificate of Equality on the Owner's standard form of'Certification 07) The Contractor shall not change the source of of Equality'and if any adjustment to the contract price ' supply of any Material without the written authorization is made by reason of such substitution a Contract of the Contract Administrator. Change Order shall be issued as well. 08) Material which is not specified shall be of a GC5.05 Owner Supplied Material I 1 quality best suited to the purpose required and the use of such Material shalt be subject to the approval of the GC5.05.01 Ordering of Excess Material Contract Administrator. 01) Where Material is supplied by the Owner and where this Material Is ordered by the Contractor in GC5.03 Rejected Material excess of the amount specified to complete the Work, such excess Material shall become the property of the 01) Rejected Material shall be removed from the Contractor on completion of the Work and shall be ' OPS General Conditions of Contract 18 charged to the Contractor at cost plus applicable 04) The full amount of Material supplied by the overheads. Owner in each shipment shall be accounted for by the Contractor and such Material shall be at the risk of the GC5.05.02 Care of Material Contractor after taking delivery. Such Material shall not, except with the written permission of the Contract 01) The Contractor shall, in advance of receipt of Administrator,be used by the Contractor for purposes ' shipments of Material supplied by the Owner, provide other than the performance of the Work under the adequate and proper storage facilities acceptable to Contract. the Contract Administrator;and on the receipt of such Material shall promptly place it in storage except where ' it is to be incorporated forthwith into the Work. 05) Empty reels,crates,containers and other types of packaging from Material supplied by the Owner shall 02) The Contractor shall be responsible for become the property of the Contractor when they are , acceptance of Material supplied by the Owner, at the no longer required for their original purpose and shall specified delivery point and for its safe handling and be disposed of by the Contractor unless .otherwise storage. If such Material is damaged while under the specked in the Contract°Documents: control of the Contractor it shall be replaced or , repaired by the Contractor at no expense to the Owner, and to the satisfaction of the Contract Administrator. 06) The Contractor shall provide -the Contract If such Material is rejected by the Contract Administrator, immediately upon receipt of each Administrator for reasons which are not the fault of the shipment, copies of bills of lading, or such other ' Contractor it shall remain in the care and at the risk of documentation the Contract Administrator may require the Contractor until its disposition has been determined to substantiate and reconcile the quantities of Material by the Contract Administrator. received. ' 03) Where Material supplied by the Owner arrives at the delivery point in a damaged condition or where 07) Where Material supplied by the Owner is there are discrepancies between the quantities received ordered and stockpiled prior to the award of the and the quantities shown on the bills of lading, the Contract, the Contractor shall, at no extra cost to the Contractor shall immediately report such damage or Owner, immediately upon commencement of discrepancies to the Contract Administrator who shall operations, check the Material, report any damage or ' arrange for an immediate inspection of the shipment deficiencies to the Contract Administrator and take and provide the Contractor with a written release from charge of the Material at the stockpile site. Where responsibility for such damage or deficiencies. Where damage or deficiencies are not so recorded by the damage or deficiencies are not so reported it will be Contractor it shall be assumed that the stockpile was ' assumed that the shipment arrived in good order and in good order when the Contractor took charge of it any damage or deficiencies reported thereafter shall be and any damage or deficiencies reported thereafter made good by the Contractor at no extra cost to the shall be made good by the Contractor at no extra cost Owner• to the Owner. 1 > i OPS General Conditions of Contract , 19 SECTION G06 INSURANCE. PROTECTION AND DAMAGE August 1990 ' G06.01 Protection of Work, Persons the failure to perform the Work, provided such claims and Property are 01) The Contractor,the Contractor's agents and all (a) attributable to bodily injury, sickness, disease, workers employed by or under the control of the or death or to damage to or destruction of ' Contractor,including Subcontractors,shall protect the tangible property; Work, persons and property from.damage or injury, and shall be responsible for all losses and damage (b) caused by negligent acts or omissions of the which may arise as the result of the Contractor's contractor or anyone for whose acts the operations under the Contract unless indicated to the Contractor may be liable; and contrary below. (c) made in writing within a period of 6 years from 02) The Contractor:is responsible for;the full.cost of the-date otSubstantial Performance of the Work ' any necessary......temporary : provisions_::.and. the as set out--in-the_Certificate of •Substantial restoration of all damage, where the Contractor Performance of the Work or,where so specked damages the Work or property in the performance of in the:Contract from-the date of certification of 1 the Contract. If the Contractor is not responsible for Final Acceptance. the damage that occurs to the Work or property the Contractor shall restore such damage,and such work 02) The Contractor shall indemnify and hold shall be administered according to these General harmless the Owner from all and every claim for ' Conditions. damages, royalties or fees for the infringement of any patented invention or copyright occasioned by the 03) The Contractor shall immediately inform the Contractor in connection with work performed or Contract Administrator of all damage and injuries which material furnished by the Contractor under the occur during the term of the Contract. Contract. 04) The Contractor shall not be responsible for loss 03) The Owner expressly waives the right to and damage that occurs as a result of indemnity for claims other than those stated above in paragraphs 01) &02). (a) war, (b) blockades and civil commotions; 04) The Owner shall indemnify and hold harmless ' (c) errors in the Contract Documents; the Contractor, his agents, officers and employees (d) acts or omissions of the Owner, the from and against all claims, demands, losses, Contract Administrator, their agents and expenses, costs, damages, actions, suits, or employees, or others not under the proceedings arising out of the Contractor's control of the Contractor, but within the .performarim--of the Contract.which are attributable to a ' Working Area with the Owner's lack of or defect in title or.an alleged lack of or defect permission. in title to the Working Area. 05) The Contractor and his Surety or Sureties will not 05) The Contractor expressly waives the right to be released from any term or provision of any indemnity for claims other than those stated above in responsibility, obligation or liability under the Contract paragraph 04). ' or waive or impair any of the rights of the Owner except by a release duly executed by the Owner. GC6.03 Contractor's Insurance GC6.02 Indemnification GC6.03.01 General ' 01) The Contractor shall indemnify and hold 01) Without restricting the generality of subsection harmless the Owner and the Contract Administrator, GC6.02, Indemnification,the Contractor shall provide, their agents,officers and employees from and against maintain and pay for the insurance coverages listed in all claims, demands, losses, expenses, costs, this General Condition under clauses GC6.03.02 and damages, actions, suits or proceedings by third .03. Insurance coverage in clauses GC6.03.04,.05 and parties, hereinafter called'claims',directly or indirectly .06 will only apply when so speed in the Contract arising or alleged to arise out of the performance of or Documents. ' OPS General Conditions of Contract 20 GC6.03.02 General Liability Insurance licensed vehicles shall have limits of not less than 5 million dollars inclusive per occurrence for bodily ' 01) General liability insurance shall be in the joint injury, death and damage to property, in the following names of the Contractor,the Owner, and the Contract forms endorsed to provide the Owner with not less Administrator with limits of not* less than 5 million than 30 days' written notice in advance of any dollars inclusive per occurrence for bodily injury,death, cancellation, change or amendment restricting and damage to property including loss of use thereof, coverage: with a property damage deductible of not more than $5000. The form of this insurance shall be the (a) standard non-owned automobile policy Insurance Bureau of Canada Form IBC 2100, dated including standard contractual liability 8-87. endorsement; and 02) Another form of insurance equal to or better than (b) standard owner's form automobile policy ' that required in IBC Form 2100 may be used,provided providing third party liability and accident all the requirements listed in the Contract are included. benefits insurance and covering .licensed Approval of this insurance.wil[be.conditional.upon the_ - vehicles owned or operafed by the`Contractor. Contractor obtaining the services of a recognized Insurance Consultant and obtaining the Consultant's certificate'of equivalency to the required insurance. GC6.03.04 Aircraft and Watercraft UabiTdy Insurance 03) The insurance shall be maintained continuously from the commencement of the Work until 12 months 01) Aircraft and watercraft liability insurance with following the date of substantial performance of the respect to owned or non-owned aircraft and watercraft Work, as set out in the certificate of Substantial if used directly or indirectly in the performance of the , Performance of the Work,or until the certificate of Final Work, including use of additional premises, shall be Acceptance of the Work is Issued, whichever is the subject to limits of not less than 5 million dollars later, and with respect to completed operations inclusive per occurrence for bodily injury, death, and coverage for a period of not less than 24 months from damage to property including loss of use thereof, and the date of Final Acceptance of the Work as set out in limits of not less than 5 million dollars for aircraft the certificate of Final Acceptance of the Work, and passenger hazard. Such insurance shall be in a form thereafter to be maintained for a further period of 4 acceptable to the Owner. The policies shall be yew• endorsed to provide the Owner with not less than 30 days'written notice in advance of cancellation,change 04) The Contractor shall submit annually to the or amendment restricting coverage. Owner, proof of continuation of the completed ' operations coverage and failure of the Contractor to do GC6.03.05 Property and Bolen Insurance so will result in the cancellation by the Owner of the limit of the Contractor's indemnification under GC6.03.05.01 _ Property Insurance paragraph 01) -_fc) of subsection GC6.02, Indemnification. 01) All risks property°insurance shall be in the joint names of the Contractor,the Owner and the Contract 05) Should the Contractor decide not to employ Administrator,-insuring not`less than the sum of the Subcontractors for operations requiring the use of amount of the Contract Price and the full value,as may , explosives for blasting,or pile driving or caisson work, be stated in the Supplemental General Conditions, of or removal or weakening of support of property Material that is specked to be provided by the Owner building or land, IBC Form 2100 as required shall for incorporation into the Work, with a deductible not Include the appropriate endorsements. exceeding 1%of the amount insured at the site of the Work. This insurance shall be in a form acceptable to 06) The policies shall be endorsed to provide the the Owner and shall be maintained continuously until Owner with not less than 30 days written notice in 10 days after the date of Final Acceptance of the Work, ' advance of cancellation, change or amendment as set out in the certificate of Final Acceptance of the restricting coverage. Wont. 07) 'Claims Made' insurance policies will not be GC6.03.05.02 Boiler Inmxantoe ' permitted. 01) Boller insurance insuring the Interests of the GC6.03.03 Automobile IJabifity Insurance Contractor,the Owner and the Contract Administrator for not less than the replacement value of boilers and 01) Automobile liability insurance in respect of pressure vessels forming part of the Work,shall be in OPS General Conditions of Contract 21 responsibility Owner. This insurance shall res a form acceptable to the po rty by the terms of this Contract. be maintained continuously from commencement of use or operation of the property Insured until 10 days 03) In the event of loss or damage to the Work after the date of Final Acceptance of the Work, as set arising from the action of others,the Owner shall pay out in the certificate of Final Acceptance of the Work. the Contractor the cost of restoring the Work as the restoration of the Work proceeds and in accordance 1 GC6.03.05.03 Use and Occupancy of the Work with the requirements of Section GC8, Measurement Prior to completion and Payment. ' 01) Should the Owner wish to use or occupy part or GC6.03.06 Contractors'Equipment all of the Work prior to substantial performance, the Insurance Owner will give 30 days, written notice to the Contractor of the intended purpose and extent of such 01) All risks Contractors' equipment Insurance 1 use or occupancy. Prior to such use or occupancy the covering construction machinery and equipment used Contractor shall notify the Owner in writing of the by the Contractor for the performance of the Work, additional premium cost, if any, to maintain property including boiler insurance on temporary boilers and and boiler insurance,-which,shall be.at.Ahe,,Owwner's .pressure vessels,shgA be n a form•acc:eptabie to the ' expense. If because.of.such use.or.occupancy the _Owner and shall not-allow-subrogation-claims by-the Contractor is unable.to..provide coverage,.the..Owner .insurer against the.Owner. The -policies•shall.be upon written notice from the Contractor and prior to endorsed to-Provider the'-OWnervithr not less than 30 ' such use or occupancy shall provide,maintain and pay days'written notice in advance of cancellation,change for property and boiler insurance insuring the full value or amendment restricting coverage. Subject to of the Work, including coverage for such use or satisfactory proof of financial capability by the occupancy,and shall provide the Contractor with proof Contractor for self-insurance of the Contractor's ' of such Insurance. The Contractor shall refund to the equipment, the Owner agrees to waive the equipment Owner the unearned premiums applicable to the insurance requirement, and for the purpose of this Contractor's policies upon termination of coverage. Contract, the Contractor shall be deemed to be insured. This policy shall be amended to provide ' 02) The policies shall provide that, in the event of a permission for the Contractor to grant prior releases loss or damage, payment shall be made to the Owner with respect to damage to the Contractor's equipment. and the Contractor as their respective Interests may appear. The Contractor shall act on behalf of both the GC6.03.07 Insurance Requirertterrts and Owner and the Contractor for the purpose of adjusting Duration the amount of such loss or damage payment with the Insurers. When the extent of the loss or damage is 01) Unless specified otherwise the duration of each ' determined the Contractor shall proceed to restore the insurance policy shalt be from the date of Work. Loss or damage shall not affect the rights and commencement of the Work until 10 days after the obligations of either party under the Contract except date of Final Acceptance of the Work,as set out in the that the Contractor shall be entitled to such reasonable certificate of Final Acceptance of the Work. ' extension of Contract Time relative to the extent of the " loss or damage as the Contract Administrator may 02) The Contractor shall provide the Owner, on a decide in consultation with the Contractor. form acceptable-to the Owner;proof of insurance prior ' to commencement.of-the Work,.and:signed by an GC6.03.05.04 Payment for.Loss:"oc Damage.:. officer of the Contractor,and:either the-underwriter or the broker. 01) The Contractor shall be entitled to receive from ' the Owner, in addition to the amount due under the 03) The Contractor shall, on request, promptly Contract, the amount at which the Owner's interest in provide the Owner with a certified true copy of each restoration of the Work has been appraised, such insurance policy exclusive of information pertaining to amount to be paid as the restoration of the Work premium or premium bases used by the insurer to ' proceeds and in accordance with the requirements of determine the cost of the insurance. The certified true Section GC8, Measurement and Payment. In addition copy shall include a signature by an officer of the the Contractor shall be entitled to receive from the Contractor and in addition,a signature by an officer of payments made by the Insurer the amount of the the insurer or the underwriter or the broker. ' Contractor's interest in the restoration of the Work. 04) Where a policy is renewed the Contractor shall 02) The Contractor shall be responsible for provide the Owner,on a form acceptable to the Owner, deductible amounts under the policies except where renewed proof of insurance immediately following such amounts may be excluded from the Contractor's completion of renewal. ' OPS General Conditions of Contract 22 05) Unless specked otherwise the Contractor shall reimbursement of such costs the Owner may deduct be responsible for the payment of deductible amounts the costs thereof from monies which are due or may , under the policies. become due to the Contractor. 06) If the Contractor fails to provide or maintain GC6.04 Bonding insurance as required in this General Condition or ' elsewhere in the Contract Documents,then the Owner 01) The Contractor shall provide the Owner with the will have the right to provide and maintain such surety bonds in the amount required by the tender insurance and give evidence thereof to the Contractor. documents. The Owner's cost thereof shall be payable by the ' Contractor to the Owner on demand. 02) Such bonds shall be issued by a duly licensed surety company authorized to transact a business of 07) If the Contractor fails to pay the cost of the suretyship in the Province of Ontario and shall be insurance placed by the Owner within 30 days of the maintained in good standing until the fulfilment of the date on which the Owner made a formal demand for Contract OPS General Conditions of Contract 23 SEC7iON GCT CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE WORK August 1990 GC7.01 General shall notify the Contract Administrator of the name(s), address(es), positions) and telephone number(s) of ' 01) The Contractor warrants that the site of the Work the Contractor's representative(s) who can be has been visited during the preparation of the tender contacted at any time to deal with matters relating to and the character of the Work and all local conditions the Contract. which may affect the performance of the Work are ' known. 08) The Contractor shall,at no additional cost to the Owner, furnish all reasonable aid, facilities and 02) The Contractor shall not commence the Work assistance required by the Contract Administrator for ' nor deliver anything to the Working Area until the the proper inspection and examination of the Work or Contractor has received a written order to commence the taking of measurements for the purpose of the Work, signed by the Contract Administrator. payment. 03) The Contractor-shall.have.complete..control of,.. -09) The Contractor,•shall prepare;-and,.update­as ' the work and shall effectively'direct and supervise the -required,a.construction schedule indicating the timing work so as to ensure conformity with the Contract of the major,and critical`activities of the Work. The Documents. The Contractor shalt be responsible for schedule shall be designed to ensure conformity with construction means,methods.techniques,sequences the specified Contract Time. The schedule shall be and procedures and for coordinating the various parts. submitted to the Contract Administrator within 14 days of the Work. from the date of the contract award. 1 04) The Contractor shall have the sole responsibility 10) Where the Contractor finds any errors, for the design, erection, operation, maintenance and inconsistency or omission relating to the Contract,the removal of temporary structures and other temporary Contractor shall promptly report it to the Contract facilities and the design and execution of construction Administrator and shall not proceed with the activity methods required in their use. affected until receiving direction from the Contract Administrator. 05) Notwithstanding paragraph 04) of subsection GC7.01, General, where the Contract Documents 11) The Contractor shall promptly notify the Include designs for temporary structures and other Contract Administrator in writing If the subsurface temporaryfacilkles or specifyamethod of construction conditions observed in the Working Area differ ' In whole or part, such facilities and methods shall be materially from those indicated in the Contract considered to be part of the design of the Work, and Documents. the Contractor shall not be held responsible for that part of the design or the specified method of 12) The Contractor shall arrange with the ' construction. The Contractor shall, however, be appropriate utility kauttforkies-tor the stake out of all responsible for the execution of such design or underground utilities and service connections which speed method of construction in the-same.manner. may be affected by the Work.The Contractor shall-be that the Contractor is,responsible for the..execution of -,>responsible for any;damage doneto the underground , ' the Work utilities by the Contractor's forces during construction if the stake out locations are within the tolerances given 06) The Contractor shall be - responsible for in subsection G0201, Reliance on Contract ' construction health and safety within the working areas Documents. The Contractor shall be responsible for and for compliance with the Occupational Health and any damage done to the service connections. Safety Act and Regulations. So as to avoid any misunderstanding as to the extent of the Contractor's ' responsibility,the Contractor,by executing the Contract GC7.02 Layout unequivocally acknowledges that the Contractor is the Constructor within the meaning of the Act. 01) Prior to commencement of construction, the Contract Administrator and the Contractor will locate on ' 07) The Contractor shall have an authorized site those property bars, baselines and benchmarks representative gn the site while any work Is being which are necessary to delineate the Working Area and performed, to act for or on the Contractor's behalf. to lay out the Work, all as shown on the Contract ' Prior to commencement of construction,the Contractor Drawings. ' OPS General Conditions of Contract 24 02) The Contractor shall be responsible for the GC7.04 Excess l., aft of Motor Vdwigs preservation of all property bars while the Work is in Progress, except those property bars which must be 01) Where a vehicle is hauling material for use on removed to facilitate the Work. Any property bars the Work, in whole or in part upon a Highway, and disturbed, damaged or removed by the Contractor's where motor vehicle registration is required for such operations shall be replaced under the supervision of vehicle, the Contractor shall not cause or permit such , an Ontario Land Surveyor, at no extra cost to the vehicle to be loaded beyond the legal limit specified in Owner. the Highway Traffic Act, whether such vehicle is registered in the name of the Contractor or otherwise, , 03) At no extra cost to the Owner, the Contractor except where there are designated areas within the shall provide the Contract Administrator with such Working Area where overloading is permitted. The materials and devices as may be necessary to lay out Contractor shall bear the onus of weighing dispLited the baseline and benchmarks, and as may be loads. necessary for the inspection of the Work. , 04) The Contractor shall provide..qualified personnel GC7.05 Coriditio.n of the Working Area to lay out-and establish all lines and grades,necessary ' for construction. .. The Contractor shall notify the 01)- .The Contractor shall maintain the Working Area Contract Administrator of any layout work carried out, in a tidy condition and free from the accumulation of so that the same may be checked by the Contract debris,other than that caused by the Owner or others. Administrator. , GC7.06 Maintaining Roadways and 05) The Contractor shall Install and maintain Detours substantial alignment markers and secondary benchmarks as may be required for the proper 01) Where an existing Roadway is affected by ' execution of the Work. The Contractor shall supply construction, it shall be kept open to traffic, and the one copy of all alignment and grade sheets to the Contractor shall, except as otherwise provided in this Contract Administrator. subsection, be responsible for providing and 06) The Contractor shall assume full responsibility maintaining for the duration of the Work, a road through the Work,whether along an existing Highway, for alignment, elevations and dimensions of each and including the road under construction, or on detours i all parts of the Work, regardless of whether the within or adjacent to the Highway, in accordance with ' Contractor's layout work has been checked by the the Manual of Uniform Traffic Control Devices Contract Administrator. (MUTCD). 07) All stakes,marks and reference points provided 02) The Contractor shall not be required to maintain , by the Contract Administrator shall be carefully a road through the Working Area until such time as the Preserved by the Contractor. In the case of their Contractor has commenced destruction or removal, such stakes, marks and seasonal shut down or r on a operations- nt during reference points wilt be re laced accordance of the Contract that ' p by the Contract has been accepted in accordance with these General Administrator,at no extra cost to the Owner. Conditions. GC7.03 03) Where localized and separated sections of the ' Damage by Vehicles or Other Highway only are affected by the Contractor's Equipment operations, the Contractor will not be required to maintain Intervening sections of the Highway until such ' 01) If at any time, in the opinion of the Contract times as these sections are located within the limits of Administrator, damage is being done or Is likely to be the Highway affected by the Contractor's general done to any roadway or any improvement thereon, operations under the Contract. The Contractor shall outside the Working Area, by the Contractor's vehicles not be required to apply deicing chemicals or or other equipment, whether licensed or unlicensed abrasives or carry out snowplowing. ' equipment,the Contractor shall,on the direction of the Contract Administrator, and at no extra cost to the 04) Where the Contract Document provides for or Owner, make changes or substitutions for such the Contract Administrator requires detours at specific , vehicles or equipment, and shall after loadings, or in some other manner, remove the cause of such and of requiiryed. for the subsequent removal re tmoval of the damage to the satisfaction of the Contract detours, will be made at the Contract prices Administrator. appropriate to such work. OPS General Conditions of Contract ) , 25 ' 05 The Owner will bear the cost of maintaining,in a 02 The Contractor shall provide at alt 9 ) Pr times and at satisfactory condition for traffic, a road through the no extra cost to the Owner access to fire hydrants,and Working Area The road through the Work will Include water and gas valves located in the Working Area. any detour constructed in accordance with the Contract Documents or required by the Contract 03) Where any interruptions in the supply of utility Administrator. Compensation for all labour,equipment services are required and are authorized by the and materials to do this work shall be at the Contract Contract Administrator, the Contractor shall give the prices appropriate to the work and,where there are no affected property owners notice in accordance with such prices,at negotiated pries. Notwithstanding the subsection GC7.11, Notices by the Contractor, and foregoing,the cost of blading required to maintain the shall arrange such interruptions so as to create a surface of such roads and detours shall be deemed to minimum of interference to those affected. be included in the prices bid for the various tender items and no additional payment will be made. 1 GC7.08 Approvals and Permits 06) Where work under the Contract is discontinued for any extended period including seasonal shutdown, 01) Except as specified in paragraph 02) of this the Contractor shall,.a .en_directed.by.:ihe-Contract- subsection the•Contractor-shall-obtain•any°permits, ' Administrator, open-and..-place-the••-{oadway and• -licenses, and certificates-required,for the-performance detours in a passable, safe and satisfactory condition of the Work which are•in force at the date of tender for public travel. closing. ' 07) Where the Contractor constructs a detour which 02) The Owner will obtain and pay for the is not specifically provided for in the Contract necessary plumbing and building permits. Document, or required by the Contract Administrator, ' the constriction of the detour and, ff required, the 03) The Contractor shall arrange for all necessary subsequent removal shall be performed at the inspections. Contractor's expense. The detour shall be constructed and maintained to structural and geometric standards GC7.09 Suspension of Work ' approved by the Contract Administrator. Removal shall be performed as directed by the Contract 01) The Contractor shall, upon written notice from Administrator. the Contract Administrator,discontinue or delay any or all of the Work and work will not be resumed until the 08) Where,with the written approval of the Contract Contract Administrator will, In writing, so direct. Administrator, the Highway is closed and the traffic Delays, in these circumstances, will be administered diverted entirely off the Highway to any other Highway, according to subsection GC3.08, Delays. ' the Contractor shall, at no extra cost to the Owner, supply and erect traffic control devices in accordance with the MUTCD. GC7.10 Contractor's Right to Stop the .Work a Terminate The Corw-act ' 09) Compliance with the foregoing provisions shall In no way relieve the Contractor of obligations.under 01) If the Owner is adjudged bankrupt or makes a subsection GC6.01, Protection of.Work,.Persons_and general assignment for the benefit of creditors because Property,dealing with the.Contractor's responsibility.for of insolvency or-if:a receiver Is appointed because of ' damage claims, except for claims arising on.sections insolvency, the Contractor may, without prejudice to of Highway within the Working Area that are being any other right or remedy the Contractor may have,by maintained by others, giving the Owner or receiver or trustee in bankruptcy ' written notice, terminate the Contract. GG7.07 Access to Properties Adjoining the Work and Interruption of 02) If the Work is stopped or otherwise delayed for Utility Services a period of 30 days or more under an order of a court ' or other public authority and provided that such order 01) The Contractor shall provide at all times, and at was not issued as the result of an act or fault of the no extra cost to the Owner Contractor or of anyone directly employed or engaged by the Contractor, the Contractor may, without ' prejudice to any other right or remedy the Contractor (a) adequate pedestrian and vehicular access; and may have,by giving the Owner written notice,terminate the Contract. ' (b) continuity of utility services to properties adjoining the Working Area. 03) The Contractor may notify the Owner in writing, ' OPS General Conditions of Contract 1 with a copy to the Contract Administrator, that the not make any claim against the Owner for any loss, Owner is in default of contractual obligations if damage or expense occasioned thereby. ' (a) the Contract Administrator fails to issue 02) Where the obstruction Is an underground utility certificates in accordance with the provisions of such as a telephone cable, watermain, gas main or Section GC8, Measurement and Payment; sewer or other man-made object, the Contractor shall ' not be required to assume the risks and responsibilities (b) the Owner fails to pay the Contractor, within 30 -arising out of such obstruction, unless the location of days of the due date, the amounts certified by the obstruction is shown on the plans or described in ' the Contract Administrator or awarded by the specifications and the location so shown is within arbitration or court; or the tolerance specked in paragraph 01)(a) of subsection GC2.01, Reliance on Contract Documents, (c) the Owner violates the requirements of the or unless the presence and location of the obstruction Contract. has otherwise been made known to the Contractor or , could have been determined by the visual site 04) The Contractor's:written-notice to..the...Owner investigation made accordance shall advise that if the default is not corrected in the 7 with these General Conditions. , days immediately following the receipt of the written notice the Contractor may, without prejudice to any 03) During the course of the Contract, it is the other right or remedy the Contractor may have, stop Contractor's responsibility to consult with utility the Work or terminate the Contract. companies or other appropriate authorities for further , information in regard to the exact location of these 05) If the Contractor terminates the Contract under utilities,to exercise the necessary care in construction the conditions set out in this subsection,the Contractor operations, and to take such other precautions as are ' shall be entitled to be paid for all work performed necessary to safeguard the utility from damage. according to the Contract Documents and for any losses or damage as the Contractor may sustain as a GC7.13 Limitations of Operations result of the termination of the Contract. ' 01) Except for such work as may be required by the GC7.11 Notices by the Contractor Contract Administrator to maintain the Work in a safe and satisfactory condition, the Contractor shall not 01) Before work is carried out which may affect the carry on operations under the Contract on Sundays ' Property or operations of any Ministry.or agency of without permission in writing from the Contract government or any person, company, partnership or Administrator. corporation, including a municipal corporation or any ' board or commission thereof, and in addition to such 02) The Contractor shall cooperate with other notices of the commencement of specified operations Contractors,utility companies and the Owner and they as are prescribed elsewhere in the Contract Document, shall be allowed access to their work or plant at all the Contractor shall-give at least 48 hours advance reasonable times. ' written notice of the date of commencement of such work to the person,company,partnership,corporation, board, or commission so affected. GC7.14 Cleaning Up Before Acceptance 02) In the case of damage to, or interference with 01) Upon attaining Substantial Performance of the any utilities, pole lines, pipe lines, conduits,farm tiles, Work, the Contractor shall remove surplus materials, or other public or privately owned works or property, tools, construction machinery and equipment not the Contractor shall immediately notify the Owner and required for the performance of the remaining work. , the Contract Administrator of the location and details of The Contractor shall also remove all temporary works such damage or interference. and debris other than that caused by the Owner, or others and leave the Work and Working Area clean and ' GC7-12 Obstructions suitable for occupancy by the Owner unless otherwise 01) Except as otherwise noted in these General specified. Conditions, the Contractor assumes all the risks and responsibilities arising out of any obstruction 02) The Work shall not be deemed to have reached encountered in the performance of the Work and any Completion until the Contractor has removed surplus traffic conditions, including traffic conditions on any materials, toots, construction machinery and highway or road giving access to the Working Area equipment. The Contractor shall also have removed ' caused by such obstructions,and the Contractor shall debris,other than that caused by the Owner,or others. ) t OPS General Conditions of Contract • 27 Performance of the Work. where GCT.15 Warranty ork, there is no j Substantial Performance certificate,12 months from the ' 01) The Contractor shall be responsible for the date of Completion of the Work as set out in the proper performance of the Work only to the extent that Completion Certificate or such longer periods as may the design and specifications permit such performance. be specked for certain materials or work. The ' Contract Administrator will promptly give the Contractor 02) Subject to the previous paragraph the Contractor written notice of observed defects or deficiencies. shall correct promptly, at no additional cost to the Owner, defects or deficiencies in the Work which appear prior to and during the period of 12 months 03) The Contractor shall correct or pay for damage from the date of Substantial Performance of the Work, resulting from corrections made under the as set out in the Certificate of Substantial requirements of paragraph 02) of this subsection. 1 ' OPS General Conditions of Contract 28 1 OPS General Conditions of Contract ' 29 SECTION GC8 MEASUREMENT AND PAYMENT August 1990 ' GC8.01 Measurement (b) Major quantity of work performed and/or material supplied by GC8.01.01 Quantities the Contractor is less than 85% of the tender ' quantity,either party to the Contract may make 01) The Contract Administrator will make an estimate a written request to the other party to negotiate once a month, in writing, of the quantity of work a revised unit price for that portion of the Work performed. The first estimate will be the quantity of the performed and/or material supplied. The ' work performed since the Contractor commenced the negotiation shall be carried out as soon as Contract, and every subsequent estimate, except the reasonably possible. Any revision of the unit final one, will be of the quantity of work performed price shall be based on the actual cost of since the preceding estimate was made. The Contract performing the Work and/or supplying the Administrator will provide the copy of each estimate to material under the tender item plus a the Contractor within 10 days of the Cut-Off Date. reasonable allowance for profit and applicable overhead. -.Alternatively, where both parties ' 02) Such quantities.for.progress payments:shall be agree, an allowance.equal 1to 10% of the unit construed and held to be approximate. The final price on the amount of the underrun which is quantities for the issuance of the Completion Payment less than..85% of the tender.quantity will be Certificate shall be based on the measurement of the paid. ' work completed. GC8.02 Payment 03) Measurement of the quantities of the work will be either by Actual Field Measurement or by Plan Quantity GC8.02-01 Price for Work ' principles as indicated In the Contract Adjustments to Plan Quantity measurements will normally be made 01) Prices for the Work shall be full compensation using Plan Quantity principles but may, where for all tabour. Equipment and Material.required in its ' appropriate, be made using Actual Field performance. The term 'all labour, Equipment and Measurements. Material"shall include Hand Tools, supplies and other incidentals. ' GC8.01.02 Variations in Tender Quantities 02) Payment for work not specifically detailed as part of any one item and without specified details of - 01) . Where it appears that the quantity of work to be payment will be deemed to be Included in the Item(s) done and/or Material to be supplied by the Contractor with which it is associated. ' under a unit price tender Item will exceed or be less than the tender quantity,the Contractor shall proceed GC8.02.02 Advance Payments for Material to do the work and/or supply the material required to ' complete the tender Item and payment will be made for 01) The Owner will.make..advance payments for the actual amount of work done and/or materials material-intended:for:-inc orpordilon Inthe Work upon supplied at the unit prices stated in the tender except the writtert request of the Contractor and according to as provided below: the following terms and conditions: --:° ' (a) The Contractor shall, in advance of receipt of (a) In the case of a Major Item where the amount of the shipment of the material, arrange for work performed and/or material supplied by the adequate and proper storage facilities and ' Contractor exceeds the tender quantity by more notify the Contract Administrator of their than 15%,either party to the Contract may make location(s). a written request to the other parry to negotiate ' a revised unit price for that portion of the Work (b) The value of aggregates, processed and performed and/or material supplied which stockpiled, shall be assessed by the following exceeds 115% of the tender quantity. The procedure: negotiation shall be carried out as soon as reasonably possible. Any revision of the unit (i) Sources Other Than Commercial price shall be based on the actual cost of doing the work and/or supplying the material under the (A) Granular'A', 'B' and'M'shall be tender item plus a reasonable allowance for assessed at the rate of 60% of ' profit and applicable overhead. the contract price. OPS General Conditions of Contract 30 l' (B) Coarse and fine aggregates for hot mix GC8.01.01, Quantities. asphaltic concrete,surface treatment and , Portland cement concrete shall be 02) The progress Payment Certificate will show assessed at the rate of 25% of the contract price for each aggregate (a) the quantities of work performed; stockpiled. ' (b) the value of work performed; 00 Commercial Sources (c) the amount of statutory holdback,liens,owners Payment for separated coarse and. fine set-off; and , aggregates will be considered, at the above rate, when such materials are (d) the amount due the Contractor. stockpiled at a commercial source where ' further processing is to be carried out 03) One copy of the progress Payment Certificate before incorporating such materials into a will be sent to the Contractor. final product Advance payments for other materials•located at a.commercial 04) Payment will be made within 30 days of the Cut- , source will not be made. off Date. (c) Payment for all other materials,unless otherwise specified elsewhere in the Contract, shall be GC8.02.03.02 Certification of Subcontract based on the invoice price, and the Contractor Completion 1 shall submit proof of cost to the Contract Administrator before payment can be made by -01) Before the Work has reached the stage of the Owner. substantial performance,the Contractor may notify the , Contract Administrator, in writing that a subcontract is (d) The payment for all materials shall be prorated completed satisfactorily and ask that the Contract against the appropriate tender item by paying for Administrator certify the completion of the subcontract. ' sufficient units of the item to cover the value of the material. Such payment shall not exceed 02) The Contract Administrator will issue a 80% of the Contract price for the item. Certificate of Subcontract Completion if the subcontract has been completed satisfactorily, and all required ' (e) All materials for which the Contractor wishes to inspection and testing of the works covered by the receive advance payment shall be placed in the subcontract have been carried out and the results are designated storage location immediately upon satisfactory. receipt of the material and shall thenceforth be ' held by the Contractor in trust for the Owner as 03) Within 7 days of the date the subcontract is collateral security for any monies advanced by certified complete the Contract Administrator will give the-Owner and for the due completion of the a copy of the Certificate to the Contractor and to the Work. The Contractor shall not exercise any act Subcontractor concerned. , of ownership inconsistent with such security,or remove any material from the storage locations, except for inclusion in the Work, without the GC8.0203.03 Subcontract Statutory Holdback , consent,in writing,of the Contract Administrator. Release Certificate and Payment (f) Such materials shall remain at the risk of the 01) Following receipt of the Certificate of Contractor who shall be responsible for any Subcontract Completion, the Owner will release and , loss,damage,theft,improper use or destruction pay the Contractor the statutory holdback retained in of the material however caused. respect of the subcontract. Such release shall be made after 45 days from the date the subcontract was , certified complete and providing the Contractor GC8.02.03 Certification and Payment submits the following to the Contract Administrator: GC8.02.03.01 Progress Payment Certificate ' (a) a document satisfactory to the Contract 01) The value of the work performed and material Administrator that will release the Owner from supplied will be calculated once a month by the all further claims relating to the subcontract, Contract Administrator in accordance with the Contract qualified by stated exceptions such as Documents and the quantities described in clause holdback monies; OPS General Conditions of Contract 31 (b) evidence satisfactory to the Contract GC8.02.03.05, Substantial Performance Payment and Administrator that the Subcontractor has Statutory Holdback Release Payment Certificates,shall ' discharged all incurred liabilities In carrying out commence from the date of publication of the the subcontract; Certificate of Substantial Performance as provided for above. (c) a satisfactory clearance certificate or letter from ' the Workers'Compensation Board relating to the GC8.02.03.05 Substantial Performance subcontract; and Payment and Statutory Holdback Release Payment Cerffxxdes ' (d) a copy of the contract between the Contractor and the Subcontractor and a satisfactory 01) When the Contract Administrator issues the statement showing the total amount due the Certificate of Substantial Performance the Contract Subcontractor from the Contractor. Administrator will also issue the Substantial Performance Payment Certificate and the Substantial 02) Paragraph(d)will only apply to Lump Sum items Performance Statutory Holdback Release Payment and then only when the Contract Administrator Certificate or where appropriate, a combined payment specifically requests it. certificate. . 03) U po n receipt--of-the-statuto ry,.holdback, the 02) The Substantial._ P.erformance. -Payment Contractor shall forthwith give the Subcontractor the Certificate will show ' payment due under the subcontract. (a) the value of work performed to the date of 04) Release of statutory holdback by the Owner in Substantial Performance; respect of a subcontract shall not relieve the ' Contractor, or the Contractor's Surety, of any of their (b) the value of outstanding or incomplete work; responsibilities. (c) the amount of the statutory holdback, allowing GC&02.03.04 Certification of Substantial for any previous releases of statutory holdback ' Performance to the Contractor in respect of completed subcontracts and deliveries of pre-selected 01) Upon application by the Contractor and where equipment; the Contract has been substantially performed the ' Contract Administrator will issue a Certificate of (d) the amount of maintenance security required; Substantial Performance. and 02) The Contract Administrator will set out in the (e) the amount due the Contractor. Certificate of Substantial Performance the date on which the Contract was substantially performed and 03) The Substantial Performance Statutory within 7 days after signing the said certificate the Holdback Release Payment Certificate will be a ' Contract Administrator will provide a copy to the payment certificate releasing to..the Contractor the Contractor. statutory holdback due in respect of work perforated up to the date of substantial performance. Payment of 03) Upon receipt of:a:copy of:the Certificate of such statutory:holdback,-shall.ba made after 45 days ' Substantial Performance,.the.Contractor shall forthwith, from the date of publication of the Certificate of as required by Section:32(l) Paragraph 5 o j the Substantial Performance but subject to the provisions Construction Lien Act, publish a copy of the certificate of the Construction Lien Act and the submission by the ' in a construction trade newspaper. Such publication Contractor of the following documents: shall include placement in the Daily Commercial News. (a) a release by the Contractor in a form 04) Where the Contractor fails to publish a copy of satisfactory to the Contract Administrator ' the Certificate of Substantial Performance as required releasing the Owner from all further claims above within 7 days after receiving a copy of the relating to the Contract, qualified by stated certificate signed by the Contract Administrator, the exceptions such as outstanding work or matters Owner may publish a copy of the certificate at the arising out of subsection GC3.14, Claims, ' Contractor's expense. Negotiations, Disputes; 05) Except as otherwise provided for in Section 31 (b) a statutory declaration in a form satisfactory to ' of the Construction Lien Act, the 45-day lien period the Contract Administrator that all liabilities prior to the release of holdback as referred to in clause incurred by the Contractor and the Contractor's ' OPS General Conditions of Contract 32 Subcontractors in carrying out the Contract have (b) a statutory declaration in a form satisfactory to been discharged except for statutory holdbacks the Contract Administrator that all liabilities ' properly retained; incurred by the Contractor and the Contractor's Subcontractors in carrying out the Contract (c) a satisfactory Certificate of Clearance from the have been discharged, qualified by stated Workers'Compensation Board; and exceptions where appropriate; and ' (d) proof of publication of the Certificate of (c) a satisfactory Certificate of Clearance from the Substantial Performance. Workers' Compensation Board. GC8.02.03.06 Certification of Completion GC8.02.03.08 Interest 01) Upon application by the Contractor, and when 01) Interest due the Contractor is based on simple the Contract reaches Completion, the Contract interest and is calculated using the applicable Rates of ' Administrator will issue a Completion Certificate. Interest. 02) The Contract Administrator.wilLset:.out-inAhe GC8.02.03.09 Interest for Late Payment Completion Certificate the date on which the Work was completed--and within 7 days of signing the said 01) When the Contractor has complied with the certificate the Contract Administrator will provide a requirements of the Contract and when payment by the copy to the Contractor. Owner to the Contractor for work performed, or for ' release of statutory holdback,Is delayed by the Owner, GC8.02.03.07 Completion Payment and then the Contractor shall be entitled to payment for Statutory Holdback Release Work performed at the Rate(s) of Interest from a date , Payment CertWK:ates or dates derived from the following: 01) When the Contract Administrator issues the Completion Certificate, the Contract Administrator will (a) Progress Payment: a date 30 days after the ' also issue the Completion Payment Certificate and the Cut-off Date; Statutory Holdback Release Payment Certif or where appropriate, a combined payment certificate. (b) Subcontract Completion and Subcontract Statutory Holdback: a date 75 days after the ' 02) The Completion Payment Certificate will show date the subcontract is certified complete; (a) measurement and value of work at completion; (c) Substantial Performance And Statutory Holdback: a date 75 days after the date the , (b) the amount of the further statutory holdback Certificate of Substantial Performance is based on the value of further work completed published; over-and above the value of work completed , shown in the$ubstantiai Performance Payment (d) Completion and Holdback: a date 75 days Certificate referred to above; and after the date the Contract is certified complete. (c) the amount due the Contractor. GC8.02.03.10 Interest for Negotiations and , 03) The Completion Statutory Holdback Release Claims Payment Certificate will be a payment certificate 01) Except as hereinafter provided, where a notice releasing to the Contractor the further statutory of negotiation, notice of intent to claim and the ' holdback. Payment of such statutory holdback shall subsequent claims are submitted in accordance with be made after 45 days from the date of completion of the time limits and/or procedure described by the Work as established by the Completion Certificate subsection GC3.14,Negotiations,Claims,Disputes,the ' but subject to the provisions of the Construction Lien Owner will pay the Contractor the Rate(s)of Interest on Act and the submission by the Contractor of the the amount of the negotiated price for the work or on following documents: the amount of the settled claim. Such interest will not commence until 30 days after the satisfactory , (a) a release by the Contractor in a form satisfactory completion of the work. to the Contract Administrator releasing the Owner from all further claims relating to the 02) Where the Contractor does not attempt to Contract, qualified by stated exceptions where resolve the negotiation or the claim, in an expeditious )' appropriate; manner, interest shall be negotiable. OPS General Conditions of Contract �, 33 03) Where the Contractor fails to give notice of a 'Cost of Material' means the cost of material claim within the time limit prescribed by subsection purchased, or supplied from stock, and valued at ' GC3.14, Negotiations, Claims. Disputes, interest shall current market prices, for the purpose of carrying out not be paid. extra work, by the Contractor,or by others when such arrangements have been made by the Contractor for 04) Where a Contractor fails to comply with the completing the Work, as shown by Itemized invoices. ' 30-day time limit and the procedures prescribed by subsection GC3.14,Negotiations,Claims,Disputes,for "Payroll Burden" means the payments in respect of submission of claims, interest shall not be paid for the Workers'compensation,vacation pay, unemployment delay period. insurance, public liability and property damage ' insurance, sickness and accident insurance, pension fund and such other welfare and benefit payments GCB.0203.11 Owner's Set-off forming part of the Contractor's normal tabour costs and shall include any cost or expense as the Contract ' 01) Pursuant to Section 12 of the Construction Lien Administrator may approve, which has been incurred Act 1983 - Set-off by Trustee, the Owner may retain by the Contractor for travel, travel time, food, lodging from monies owing to the Contractor.under this or any or similar items. ' other contract an amount sufficient to cover any outstanding or disptRedAabilities including.the:cost-to "Aented Equipment" -means equipment-that is,rented' remedy deficiencies, the reduction in value of or leased for the special purpose-of Work on a Time substandard portions of the Work,claims for damages and Material Basis from a person, firm or corporation ' by third parties which have not been determined in that is not an associate or affiliate of the lessee as writing by the Contractor's insurer, undetermined defined by the Securities Act, RSO 1980, Chapter 466, claims by the Owner under paragraph (a) of clause arld is approved by the Contract Administrator. GC8.01.02, Variations in Tender Quantities, any ' assessment due the Workers' Compensation Board 'Operated Rented Equipment" means Rented and any monies to be paid to the workers in Equipment rented or leased for the special purpose of accordance with clause GC8.0206. Payment of Work on a Time and Material Basis for which an ' Workers. operator is provided by the supplier of the equipment and for which the rent or lease includes the cost of the 02) Under these circumstances the Owner will give operator. the Contractor appropriate notice of such action. 'Road Work' means the preparation, construction, GC8.02.03.12 Delay in Payment finishing and construction maintenance of roads, streets, highways and parking lots and includes all 01) The Owner shall not be deemed to be In default work incidental thereto other than work on structures. of the Contract provided any delay in payment does not exceed 30 days from the normal due date. 'Sewer and Watermain Work" means the preparation, construction,finishing and construction maintenance of sewer systems and watermain systems, and Includes GC8.0204 Payment on a Time and Material all work incidental thereto other than work on Basis structures. ' GC8.02.04.01 Definitions .*Standby Time"means any period of time which is not considered working time and which together with the 01) For the purposes of this clause the following working time does not exceed 10 hours in any one definitions apply: working day and during which time a unit of equipment ' cannot practically be used on other work but must "Cost of Labour' means the amount of wages, salary remain on the site in order to continue with its assigned and Payroll Burden paid or incurred directly by the task and during which time the unit is in fully operable ' Contractor to or in respect of labour and supervision condition. actively and necessarily engaged on the Work based on the recorded time and hourly rates of pay for such `Structure Work" means the construction, labour and supervision, but shall not include any reconstruction, repair, alteration, remodelling, ' payment or costs incurred for general supervision, renovation or demolition of any bridge,building,tunnel administration or management time spent on the entire or retaining wall and includes the preparation for and Work or any wages,salary or Payroll Burden for which the laying of the foundation of any bridge, building, the Contractor is compensated by any payment made tunnel or retaining wall and the installation of ' by the Owner for equipment. equipment and appurtenances incidental thereto. ' OPS General Conditions of Contract 34 "The 127 Rate"means the rate for a unit of equipment used on each Time and Material project at 120%of the as listed In OPSS 127, Schedule of Rental Rates for Cost of the Material up to$3,000, then at 115%of any , Construction Equipment Including Model and portion of the Cost of Material in excess of$3,000. Specification Reference,which is current at the time the work Is carried out or for equipment which is not so GC8.0204.06 Payment for Equipment listed, the rate which has been calculated by the ' Owner, using the same principles as used in GC8.0204.06.01 Working Tune determining the 127 Rates. 01) The Owner will pay the Contractor for the "Work on a Time and Material Basis' means Changes Working Time of all equipment other than Rented ' in the Work,Extra Work and Additional Work approved Equipment and Operated Rented Equipment used on by the Contract Administrator for payment on a time the Work on a Tme and Material basis at the 127 Rates and material basis. The Work on a Time and Material with a cost adjustment as follows: Basis shall be subject to all the terms, conditions, , specifications and provisions of the Contract. (a) Cost$10,000 or less -no adjustment; "Working Tme" means .each:period of:time during (b) Cost greater than$10,000 but not exceeding which a unit of equipment4s-actively,and of necessity $20,000 payment'$10 000'plus'90% `of the , engaged on a specific operation and the first 2 hours portion in excess of$10,000; and of each immediately following period during which the unit is not so engaged but during which the operation (c) Cost greater than $20,000 -$19,000 plus 80% Is otherwise proceeding and during which time the unit of the portion in excess of$20,000. cannot practically be transferred to other work but must remain on the site In order to continue with its assigned 02) The Owner will pay the Contractor for the tasks and during which time the unit is in a fully Working Time of Rented Equipment used on the Work , operable condition. on a Time and Material Basis at 110% of the invoice price approved by the Contract Administrator up to a GC8.02.04.02 Daily Work Records maximum of 110%of the 127 Rate. This constraint will , be waived when the Contract Administrator approves 01) ..Daily Work.Records prepared as he-case may the invoice price prior to the use of the Rented be by either the Contractor's representative or the Equipment. Contract Administrator and reporting the labour and ' equipment employed and the material used on each 03) The Owner will pay the Contractor for the Time and Material project, shall be reconciled and Working Time of Operated Rented Equipment use on signed each day by both the Contractor's the Work on a Time and Material Basis at 110%of the representative and the Contract Administrator.' Operated Rented Equipment invoice price approved by ' the Contract Administrator prior to the use of the GC 8.0:204.03 Payment for Work equipment on the work on a_Time and Material Basis. 01) Payment as herein provided shall be full , compensation for all labour,Equipment and Material to GC8.0204.06.02 Standby Time do the work on a Time and Material basis except where there Is agreement to the contrary prior to the 01) The Owner will pay the Contractor for Standby , commencement of the work on a Time and Material Time of Equipment at 35% of the 127 Rate or 35% of basis. The payment adjustments shall apply to each the invoice price whichever is appropriate. The Owner individual Change Order authorized by the Contract will pay reasonable costs for Rented Equipment where Administrator. this is necessarily retained in the Work Area for , extended periods agreed to by the Contract GC8.0204.04 Payment for Labour Administrator. This will Include Rented Equipment Intended for use on other work,but has been idled due ' 01) The Owner will pay the Contractor for labour to the circumstances giving rise to the Work on a Time employed on each Time and Material project at 135% and Material Basis of the Cost of Labour up to$3000,then at 120%of any ..portion of the Cost of Labour in excess of$3000. 02) In addition,the Owner will include'the Cost of ' Labour of operators or associated labourers who cannot be otherwise employed during the standby GC 8.02.04.05 Payment for Material period or during the period of Idleness caused by the circumstances giving rise to the Work on a Time and ), 01) The Owner will pay the Contractor for material Material Basis OPS General Conditions of Contract !' 35 03) The Contract Administrator may require Rented Work. f Equipment Idled by the circumstances giving rise to ' the Work on Time and Material Basis to be returned to 02). Separate summaries shall be completed by the the Lessor until the work requiring the equipment can Contractor according to the standard form"Summary be resumed. The Owner will pay such costs as result for Payment of Accounts on a Time and Material directly from such return. Basis'. Each summary shall include the order number ' and covering dates of the work and shall itemize 04) When equipment is transported, solely for the separately labour, materials and equipment. Invoices purpose of the Work on a Time and Material Basis,to for materials, Rented Equipment and other charges or from the Working Area on a Time and Material incurred by the Contractor on the Work on a Time and Basis, payment will be made by the Owner only in Material Basis shall be included with each summary. 'respect of the transporting units. When equipment is s moved under its own power it shall be deemed to be 03) Each month the Contract Administrator will ' working. The method of moving equipment and the include with the monthly progress payment certificate, rates shall be subject to the approval of the Contract the costs of the Work on a Time and Material Basis Administrator. incurred during the preceding month all in accordance with the contract administrative procedures and the Contractor's invoice of the Work on a Time and GC8.0204.07 Payment for Hand Tools Material Basis. 01) Notwithstanding any other provision of this 04) The final"Summary for Payment of Accounts on ' Section, no payment shall be made to the Contractor a Time and Material Basis" shall be submitted by the for or in respect of hand tools or equipment that are Contractor within 60 days after the completion of the tools of the trade. work on a Time an Material Basis. ' GC8.02.04.08 Payment for Work By Subcontractors GC8.02.05 Final Acceptance Certificate ' 01) Where the Contractor arranges for work on a 01) After the acceptance of the Work the Contract Time and Material Basis, or a part of k to be Administrator will issue the Final Acceptance Certificate, performed by Subcontractors on a Time and Material - or, where applicable, after the Warranty Period has Basis and has received approval prior to the expired. The Final Acceptance Certificate will not be commencement of the work, in accordance with the issued until all known deficiencies have been adjusted requirements of subsection GC3.10,Subcontracting by or corrected, as the case may be, and the Contractor the Contractor,the Owner will pay the cost•of work on has discharged all obligations under the Contract. ' a Time and Material Basis by the Subcontractor calculated as N the Contractor had done the work on a GC8.02.06 Payment of Workers Time and Material Basis, plus a markup calculated on the following basis: 01) The Contractor shall, in addition to any fringe ' benefits, pay the workers employed on the Work In (a) 20% of the Tirst$3,000; plus accordance with the labour conditions set out In the Contract and at intervals of not less than twice a (b) 15%of the amount from$3,000 to$10,000; plus month. ' (c) 5% of the amount in excess of$10,000. 02) The Contractor shall require each Subcontractor doing any part of the Work to pay the workers 02) No further markup will be applied regardless of employed by the Subcontractor on the Work in ' the extent to which the work is assigned or sublet to accordance with this clause. others. If work is assigned or sublet to an associate, as defined by the Securities Act, RSO 1980, Chapter 03) Where any person employed by the Contractor ' 466, no markup whatsoever will be applied. or any Subcontractor or other person on the Work is paid less than the amount required to be paid under the Contract, the Owner may set off monies in GC8.02.04.09 Submission of Invoices accordance with clause GC8.02.03.11,Owner's Set-off. ' 01) At the start of the work on a Time and Material Basis, the Contractor shall provide the applicable GC8.0207 Records labour and equipment rates not already submitted to ' the Contract Administrator during the course of the 01) The Contractor shall maintain and keep 1 ' OPS General Conditions of Contract 36 accurate Records relating to the Work,Changes in the fuels, materials and services, except for refundable Work, Extra Work and claims arising therefrom. Such taxes and duties, shall be included in the Contract ' Records shall be of sufficient detail to support the total price. 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 02) The Contractor shall pay all taxes, customs ' Certificate is issued or until all claims have been duties, and excise taxes on all fuels and materials with settled, whichever Is longer. The Contractor shall respect to the Contract. Where applicable, the require that Subcontractors employed by the Contractor shall apply for any refunds of taxes and Contractor preserve all original Records pertaining to duties to the appropriate tax levying authority. , the Work,changes in the work, Extra Work and claims arising therefrom for a similar period of time. 03) Any increase or decrease in costs of materials ' 02) if, in the opinion of the Contract Administrator, and fuels incorporated into the Work due to changes Daily Work Records are required, such records shall in such taxes and duties after the date of the tender report the labour and equipment employed and the closing shall Increase or decrease the.Contract.price material used on any specific portion of the Work. The accordingly. Both parties to the Contract-shall assist ' Daily Work Records shall be reconciled with and . the other in applying for refunds,where appropriate,by signed by the Contractor's representative each day. providing receipts, records or other help. 03) The Owner may inspect and audit the , Contractor's Records relating to the Work, Extra Work and Changes in the Work at any time during the period of the Contract in accordance with paragraph 01) of GC8.02.09 Liquidated Damages this clause.The Contractor shall supply certified copies ' of any part of his Records required whenever requested by the Owner. 01) When liquidated damages are specified in the Contract and the Contractor fails to complete the Work ' GC8.02-08 Taxes and Duties in accordance with the Contract, the Contractor shall pay such amounts as are specified in the Contract 01) Taxes, customs duties and excise taxes on all Documents. OPS General Conditions of Contract