Loading...
HomeMy WebLinkAbout2002-160 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2002- "0 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Cobourg Development Services Ltd, Cobourg, Ontario, to enter into agreement for the Reconstruction of Prestonvale Road. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON HEREBY ENACTS AS FOLLOWS: 1. THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington with the Corporation Seal, a contract between, Cobourg Development Services Ltd, Cobourg, Ontario, and said Corporation; and 2. THAT the contract attached hereto as Schedule "A"form part of this By-law. By-law read a first and second time this 7tlay of °cto2 By-law read a third time and finally passed this 7th ay of octob502 John Khutton, Mayor Ma ie g , Deputy C r ' r t 9'S Leading the Way MEMO TO: Marie P. Knight Stanley, Deputy Clerk FROM: Lou Ann Birkett, C.P.P., A.M.C.T., Purchasing Manager DATE: Wednesday, 30 October 2002 RE: CL2002-34, PRESTONVALE ROAD RECONSTRUCTION Please find enclosed one (1) fully executed contract document for the above noted request for proposal. Thank you, Lou Ann Birkett LAB/km CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L1C 3A6 T(905)623-3379 F (905)623-4169 • Leading the Way S R M ASSOCIATES Municipality of Clarington 1 A Member of The Sernas Group Inc. EXECUTED CONTRACT 1 CONTRACT DOCUMENTS 1 1 , ' Land Development Engineering PRESTONVALE ROAD Land Development Planning Municipal Engineering Services RECONSTRUCTION 1 Transportation&Transit Planning Utility Infrastructure Design CORPORATION OF THE ' Water Resources Engineering MUNICIPALITY OF CLARINGTON 1 CONTRACT NO. CL2002-34 1 1 1 i 1 1 August,2002 1 01261/02056 1 !, CORPORATION OF THE MUNICIPALITY OF CLARINGTON PRESTONVALE ROAD RECONSTRUCTION CONTRACT NO. CL2002-34 AUGUST 2002 •�, _i Sr-4M ASSOCIATES .i►iffA a R !??amber aF The Barnes Group lnc. SRM No. 01261102056 AGREEMENT THIS AGREEMENT made in quadruplicate this 23rd day of October 2002 ' BETWEEN: COBOURG DEVELOPMENT SERVICES LIMITED ' of the Town of Cobourg and Province of Ontario 1 hereinafter called the Contractor; THE PARTY OF THE FIRST PART -and- the CORPORATION OF THE MUNICIPALITY OF CLARINGTON hereinafter called the Purchaser; ' THE PARTY OF THE SECOND PART WITNESSETH, that the party of the first part,for and in consideration of the payment or payments specified in the tender for this work hereby agrees to furnish all necessary machinery,tools, equipment, supplies,labour,and other means of construction and,to the satisfaction of the Engineer,to do all the work as described hereafter,furnish all the materials except as herein otherwise specified, and rto complete such works in strict accordance with the plans, specifications and tender therefore,all of which are to be read herewith and form part of this present agreement as fully and completely to all ' intents and purposes as though all the stipulations thereof have been embodied herein. Page 1 of 3 ' DESCRIPTION OF THE WORK AND LIST OF DOCUMENTS ' ADDENDUM NO. 1 —dated August 28,2002 ADDENDUM NO. 2—dated September 4, 2002 ' A. TENDER FORM: General Pages 1 and 2 Itemized Bid Pages 3 to 13 Bonds ' Schedule of Tender Data Page 15 B. STANDARD TERMS AND CONDITIONS C. INSTRUCTIONS TO TENDERERS Pages 1 to 5 ' D. SPECIAL PROVISIONS -GENERAL Pages Ito 17 and Schedule `C' E. SPECIAL PROVISIONS -TENDER ITEMS Pages 1 to 18 F. STANDARDS ' G. BREAKDOWN SHEET H. PLANS: Drawings No. GNT,RM-1 to RM-3,P-1 to P-6,TX-1,PM-1 to PM-3, CX-1 to CX-10, and C-02-SW-1 to C-02-SW-6. ' I. STANDARD SPECIFICATIONS: the applicable edition of the following Ontario Provincial Standard Specifications. ' OPSS No. Date OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 351 Dec. 1993 501 Feb. 1996 570 Aug. 1990 ' 128 Current 353 Sept. 1996 506 Nov. 2001 571 Nov. 2001 201 Feb. 1996 405 Feb. 1990 510 Oct. 2001 603 Mar. 1993 206 Nov. 2000 407 Nov. 2001 511 Nov. 2001 1004 Mar. 1993 310 March 1993 408 Nov. 2001 532 June 1991 1850 Sept. 1993 314 Dec. 1993 410 Apr. 1999 565 Apr. 1988 J. GEOTECHNICAL INVESTIGATION(Borehole Logs) K. GENERAL CONDITIONS: OPS General Conditions of Contract(September 1999) ' 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 the expiration of 100 working days from the commencement date ' of Monday,November 11,2002. ' IN CONSIDERATION WHEREOF said party of the second part agrees to pay to the Contractor for all work done,the unit prices on the Tender. ' This agreement shall enure to the benefit of and be binding upon the heirs,executors, administrators and assigns of the Contractor and on the heirs and successors of the Purchaser. 1 ' Page 2 of 3 ' IN WITNESS WHEREOF,the Contractor and the Purchaser have hereunto signed their names and set their seals on the day first above written. 1 SIGNED and sealed by the Contractor ) ' in the presence of ) C ) 1 ' SIGNED and sealed by the Purchaser ) &6 Mutfon, Mavor ) ) in the presence of ) ) Jf r ) Barrie, Clerk 1 1 1 1 ' Page 3 of 3 PROJECT: TENDER FOR CONTRACT NO. CL2002-34 PRESTONVALE ROAD RECONSTRUCTION AUTHORITY: CORPORATION OF THE MUNICIPALITY OF CLARINGTON. CONTRACT ADMINISTRATOR: SRM ASSOCIATES 110 SCOTIA COURT,UNIT 41 1 WHITBY,ONTARIO. LIN 8Y7 Telephone: 905-686-6402 Fax: 905-432-7877 ' TENDERER: Cobour Dg evelopment Services Limited Name Box 996 Cobourg, Ontario K9A 4W4 Address(include Postal Code) 905-372-4848 905-372-5036 Telephone and Fax Numbers John Reyns Name of Person Signing President Position of Person Signing TENDERS RECEIVED BY: Mrs.Patti Barrie,Clerk Corporation of the Municipality of Clarington 40 Temperance Street BOWMANVILLE, Ontario. L I C 3A6 01261-TF.doc Page 1 of 15 pages TENDER CONTRACT NO. CL2002-34 To: The Mayor and Members of Council Corporation of the Municipality of Clarington Re: Contract No.CL2002-34 Presontvale Road Reconstruction 1 Dear . The Contractor has carefully examined the Plans,Provisions, Specifications and Conditions described herein as part of the work to be done under this Contract. The Contractor understands and accepts the said Plans, Provisions, Specifications and Conditions, and,for the prices set forth in this Tender,hereby offers to furnish all machinery,tools,apparatus and other means of construction, furnish all materials,except as otherwise specified in the Contract,and to complete the work in strict accordance with the said Plans,Provisions,Specifications and Conditions. The Contractor understands and accepts that the quantities shown are approximate only,and are subject to increase,decrease,or deletion entirely if found not to be required. Attached to this tender is a bid deposit in the amount specified in Clause 3 of the Instructions to Tenderers,made payable to the Authority. This cheque or bid bond shall constitute a deposit which shall be forfeited to the Authority if the successful Contractor fails to file with the Authority a 100%Performance Bond,and a 100% Labour and Material Payment Bond, satisfactory to the Authority within ten(10)calendar days from the date of receipt of Notice of Acceptance of the Tender. Notification of acceptance may be given and delivery of the form of Agreement made by prepaid post, addressed to the Contractor at the address contained in this Tender. iPage 2 of 15 pages ITEMIZED BID CONTRACT NO.CL2002-34 In accordance with the first paragraph of this Tender,the Contractor hereby offers to complete the work specified for Contract No. CL2002-34 for the following unit prices. 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 No Spec No:' Descriptton, Unit Quanttty UIa>�tr�� SECTION 1: MUNICIPALITY OF CLARINGTON- ROADWORKS AND STORM SEWERS 1 201 Site Preparation LS 1 21,755.00 21,755.00 SP 2 206,565 Earth Excavation(Grading) m3 18,945 5.60 106,092.00 SP (P) 3 310 Hot Mix,H.L.-8 t 2,938 49.00 143,962.00 SP (Roadway and Commercial Entrances 4 310 Hot Mix,H.L.-3A(Entrances and t 107 98.00 10,486.00 SP Boulevards) 5 314 Granular'A' t 7,149 13.00 92,937.00 SP 6 314 Granular'B', Type 1 t 17,368 9.50 164,996.00 SP 7 351 Concrete in Sidewalk m2 2,070 36.50 75,555.00 SP 8 353 Concrete Curb and Gutter(all types) in 2,619 33.00 86,427.00 SP 9 405 100 mm Perforated Corrugated in 2,440 6.00 14,640.00 SP Plastic Subdrain with Geotextile 10 410 150 mm Dia.PVC SDR 28 Storm m 3 260.00 780.00 SP lateral, incl. Excavation,Embedment and Native Backfill 11 410 300 mm Dia. C.P. Storm Sewer, m 515 110.00 56,650.00 SP Class 3 E.S., incl. Excavation,Class 'B'Bedding and Granular'B' Backfill 12 410 375 mm Dia. C.P. Storm Sewer, in 297.5 124.00 36,890.00 SP Class 3 E.S., incl.Excavation, Class 'B'Bedding and Granular'B' Backfill Page 3 of 15 pages S ITEMIZED BID CONTRACT NO.CL2002-34 In accordance with the first paragraph of this Tender,the Contractor hereby offers to complete the work specified for Contract No. CL2002-34 for the following unit prices. Item No Spec Nn Description Unit Quantity Unatr�c'1± � 13 410 450 mm Dia. C.P. Storm Sewer, m 195.5 164.00 32,062.00 ' SP Class 65-D, incl.Excavation,Class 'B'Bedding and Granular'B' Backfill 14 410 525 mm Dia. C.P. Storm Sewer, m 28.0 135.00 3,780.00 SP Class 65-D,incl. Excavation,Class 'B'Bedding and Granular'B' Backfill 15 410 600 mm Dia. C.P. Storm Sewer, m 11.5 230.00 2,645.00 SP Class 65-D,incl.Excavation,Class 'B'Bedding and Granular'B' Backfill 16 410 675 mm Dia. C.P. Storm Sewer, m 90.0 286.00 25,740.00 SP Class 65-D, incl.Excavation,Class 'B'Bedding and Granular'B' Backfill 17 410 750 mm Dia. C.P. Storm Sewer, m 11.5 340.00 3910.00 SP Class 65-D,incl. Excavation,Class 'B'Bedding and Granular'B' Backfill 18 410 825 mm Dia. C.P. Storm Sewer, m 18.0 366.00 6,588.00 SP Class 65-D, Incl. Excavation,Class 'B'Bedding and Granular'B' Backfill 19 407 600 mm x 600 mm Precast ea 24 1,374.00 32,976.00 SP Catchbasins(OPSD-705.010) Incl. leads 20 407 600 mm x 1450 mm Precast Twin ea 2 2,600.00 5,200.00 SP Inlet Catchbasin(OPSD-705.020) Incl. leads 21 407 1200 mm Dia.Precast Maintenance ea 7 2,360.00 16,520.00 SP Holes(N-101) 22 407 1500 mm Dia. Precast Manholes(N- ea 1 3,600.00 3,600.00 SP 103) 23 407 1200 mm Dia. Precast Catch Basin ea 6 2,320.00 13,920.00 SP Manhole(N-206)incl. Grate(OPSD 400.020 24 407 Break Into Existing Manhole and ea 1 1,740.00 1,740.00 SP Rebench as per OPSD 701.021 Page 4 of 15 pages r ITEMIZED BID CONTRACT NO. CL2002-34 r In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2002-34 for the following unit prices. Item No Spec No Description- Unit:. Quantity Unit P e 4 Total 1 25 407 NDS#900—225mm x 225mm P.E. ea 1 600.00 600.00 SP Catch Basin c/w NDS#990 Grate and NDS#915 Riser 26 511 300mm dia. Rip Rap—2 Layers m2 28 38.00 1,064.00 1004 27 1850 Armtec CSP 10012 Rodent Grate ea 3 132.00 396.00 ' 28 408 Adjust Maintenance Holes and ea 4 165.00 660.00 SP Catchbasins. ' 29 501 Water for Compaction and Dust m3 500 6.00 3,000.00 Suppression 30 506 Calcium Chloride Flake kg 6,000 1.00 6,000.00 31 SP Sawcutting of Asphalt in 29 11.00 319.00 r 32 510 Removal of Sidewalk m2 6.75 40.00 270.00 SP 33 510 Removal of Curb and Gutter in 11.5 12.00 138.00 SP 34 510 Removal of Culverts and Sewers m 72 22.00 1,584.00 SP 35 510 Removal of Maintenance Holes, ea 1 132.00 132.00 SP Catchbasins and Ditch Inlets 6 70 1 Topsoil 2 3 5 ,57 opso (Imported)and Sod m 13,107 4.30 56,360.10 SP (Nursery,Unstaked) 37 570,572 Topsoil(Imported)and Seeding m2 6,700 2.20 14,740.00 SP 38 SP Abandoned Pipe Plugs and ea 1 165.00 165.00 Maintenance Hole Plugs 39 RMDSS Adjust Water Valve Boxes ea 2 90.00 180.00 SP 40 532 Temporary Pavement Markings in 180 1.10 198.00 SP Broken White(10 cm 3/3 skip) r Page 5 of 15 pages ITEMIZED BID CONTRACT NO.CL2002-34 In accordance with the first paragraph of this Tender,the Contractor hereby offers to complete the work specified for Contract No. CL2002-34 for the following unit prices. Item No Spec No.- Description Unit = Quantity Un �rac 41 532 Temporary Pavement Markings m 98 1.10 107.80 SP Solid White(10 cm) 42 532 Temporary Pavement Markings m 14.5 7.00 101.50 SP Solid White(60 cm) 43 532 Temporary Pavement Markings m 1360 1.10 1,496.00 ' SP Solid Yellow(10 cm) 44 532 Left Turn Arrows ea 3 30.00 90.00 SP 45 SP Permanent Traffic Control Signs ea 2 275.00 550.00 Wa-3L Curve Ahead 46 SP Permanent Traffic Control Signs ea 2 275.00 550.00 Wa-3R Curve Ahead 47 SP Permanent Traffic Control Signs ea 2 275.00 550.00 Wa-28 Roadway Narrows ' 48 SP Permanent Traffic Control Signs ea 2 275.00 550.00 We-1 School Area 49 SP 75 mm Rigid PVC Duct Direct m 116 6.00 696.00 603 Buried 50 SP PVC Electrical Handwell ea 4 660.00 2,640.00 603 (S-712) 51 SP Provisional- m 274 12.00 3,288.00 603 1 00m dia PVC Utility Duct 52 SP Temporary Transition from Stage: LS 1 3,000.00 3,000.00 ' 1 to Existing Road,Maintenance and Removal Prior to Stage 2 53 SP Temporary Rock Fill Check Damn ea 5 220.00 1,100.00 577 OPSD 219.210 54 SP Crushed Limestone for Driveways t 178 18.00 3,204.00 314 (300 mm depth) 55 SP Swale Outlet for Storm Sewer LS 1 4,532.00 44,532.00 (Future Bathgate Crescent) ' 56 SP Provisional—Supply and Place m2 1000 2.20 2,200.00 Geotextile 1,070,312.40 Total Section 1 (carried to summary) Page 6 of 15 pages ITEMIZED BID CONTRACT NO.CL2002-34 In accordance with the first paragraph of this Tender,the Contractor hereby offers to complete the work specified for ' Contract No. CL2002-34 for the following unit prices. Item No. Spec No. Descrip h on, Umt Quantity Uri�t Fc T SECTION 2: REGION OF DURHAM- SANITARY SEWERS AND APPURTENANCES 2.01 RMDSS Pipe(not including Restoration SP 2.01.01 200 mm Dia. (3.0 m or less deep) ' OIA MH#28-81 to#28-82 m 110.0 148.00 16,280.00 .0113 MH#28-83 to#28-84 m 39.5 148.00 5,846.00 2.01.02 200 mm Dia. m (3.1 m to 4.5 m depth) .02A MH#28-78 to#28-79 m 86.5 148.00 12,802.00 .0213 MH#28-78 to West Plug m 15.0 124.00 1,860.00 ' .02C MH#28-78 to#East Plu g m 14.5 124.00 1,798.00 ' 02D MH#28-79 TO#28-80 m 52.5 154.00 8,085.00 02E MH#28-79 to#West Plug m 11.5 128.00 1,472.00 .02F MH#28-79 to#East Plug m 14.5 128.00 1,856.00 ' .02G MH#28-80 to#28-81 m 84.5 156.00 13,182.00 i -02H MH#28-82 to#88-83 m 110.0 156.00 17,160.00 02I MH#28-84 to#34-144 m 55.0 156.00 8,580.00 .02J MH#28-81 to#1 A m 110.0 156.00 17,160.00 2.01.03 200 mm Dia. (4.6 m and to 5.5m depth) .03A MH#34-144 to#34-125 m 80.0 198.00 15,840.00 iPage 7 of 15 pages ITEMIZED BID CONTRACT NO.CL2002-34 In accordance with the first paragraph of this Tender,the Contractor hereby offers to complete the work specified for Contract No. CL2002-34 for the following unit prices. Item No Spec No.E Description Unit.- Quantity Una Pr�ee 2.01.04 200 mm Dia. ' (5.6 in and to 7.5m depth) .04A MH#34-125 to#34-145 in 110.0 388.00 42,680.00 04B MH#34-145 to#34-108 in 99.5 386.00 38,407.00 ' 04C MH#34-125 to East Plug in 6.0 500.00 3,000.00 2.03 RMDSS Service Connections SP (Not including Restoration) 2.03.01 100 mm Dia. PVC in 212 60.00 12,720.00 2.04 Manholes .04 Break into Existing Structure and ea 2 3,700.00 7,400.00 Rebench(as per S-113) 2.04.08 S-101-1200 mm Dia.Precast Concrete Maintenance Hole(3.1 in to 4.5 m deep) .08A Maintenance Hole#28-78 LS 1 3,360.00 3,360.00 08B Maintenance Hole#28-79 LS 1 3,360.00 3,360.00 08C Maintenance Hole#28-80 LS 1 3,360.00 3,360.00 .08D Maintenance Hole#28-81 LS 1 6,300.00 6,300.00 ' (incl. Drop Structure as per S-107, Type `A' .08E Maintenance Hole#28-82 LS 1 3,360.00 3360.00 .08F Maintenance Hole#28-83 LS 1 3,360.00 3,360.00 ' 08G Maintenance Hole#28-84 LS 1 3,360.00 3,360.00 .08H Maintenance Hole#34-144 LS 1 3,360.00 3,360.00 ' .08I Maintenance Hole#lA LS 1 3,360.00 3,360.00 ' Page 8 of 15 pages ITEMIZED BID CONTRACT NO. CL2002-34 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for ' Contract No. CL2002-34 for the following unit prices. Item No. Spec No, Description Unit ;> - Quantity Umt Price Total 2.04.10 S-101-1200 mm Dia. Precast Concrete Maintenance Hole(5.6 m to 7.5 m deep) .10A Maintenance Hole#34-145 LS 1 6,800.00 6,800.00 ' (incl. Safety Grate as per S-108) 2.04.70 SP Drop Structure on Existing LS 1 2,600.00 2,600.00 Manhole#34-125 as per S-107,Type `W 268,708.00 Total Section 2 (Carried to Summary) SECTION 3: REGION OF DURHAM- WATERMAINS AND APPURTENANCES 3.01 RMDSS Pipe SP (not including restoration) 3.01.02 150 mm Dia. PVC m 78.5 96.00 7,536.00 3.01.03 200 mm Dia.PVC m 244.0 99.00 24,156.00 3.0 1.04 300 mm dia.PVC m 534.4 146.00 78,037.00 3.01.40 250 mm dia.PVC m 22.0 120.00 2,640.00 3.03 RMDSS Valves SP 3.03.02 150 mm dia. Gate Valve and Box as ea 6 600.000 3,600.00 per S-408. 3.03.03 200 mm dia. Gate Valve and Box as ea 2 900.00 1,800.00 per S-408. 3.03.04 300 mm dia. Gate Valve and Box as ea 9 1,800.00 16,200.00 per S-408 3.03.40 250 mm dia. Gate Valve and Box as ea 1 1,400.00 1,400.00 ' per S-408. 3.04 RMDSS Hydrants SP 3.04.01 New Hydrant with Storz Pump ea 4 2,950.00 1 l 1,800.00 Nozzle as per S-432 iPage 9 of 15 pages ITEMIZED BID CONTRACT NO.CL2002-34 In accordance with the first paragraph of this Tender,the Contractor hereby offers to complete the work specified for Contract No. CL2002-34 for the following unit prices. Item No; Spec Nd. Description Unit Quantity Unit P %ce Tom 3.04.03 Temporary Flushing Hydrant ea 1 1,200.00 1,200.00 ' 3.04.05 Remove Existin g Hydrant drant com p lete ea 2 1,300.00 2,600.00 with Concrete Plugs and Relocate 3.05 RMDSS Services SP (not including restoration) ' 3.05.01 19 mm Main Stop ea 13 100.00 1,300.00 3.05.06 19 mm Curb Stop and Box ea 13 110.00 1,430.00 3.05.11 19 mm Copper Pipe in 62 47.00 2,914.00 ' 3.06 RMDSS Test Points SP 3.06.01 19 mm Test Point as per S-429 ea 1 700.00 700.00 157,313.00 Total Section 3-(Carried to Summary) SECTION 5: CONTINGENCIES 1. Stone Below Pipe Bedding .1 0.00 in to 3.75 in m3 45.00 .2 3.75 in to 5.25 in m3 48.00 ' .3 5.25 in to 6.75 in m3 55.00 .4 6.75 m to 8.25 in m3 65.00 i5 8.25 in to 9.75 in m3 77.00 2. Extra Excavation in Trenches 1 0.00 in to 3.75 in m3 12.00 ' 2 3.75 in to 5.25 in m3 15.00 rPage 10 of 15 pages ITEMIZED BID CONTRACT NO.CL2002-34 In accordance with the first paragraph of this Tender,the Contractor hereby offers to complete the work specified for Contract No. CL2002-34 for the following unit prices. Item No: Spec No. Description: Unit 06antity Unit Exice - Totai e .3 5.25 in to 6.75 in m3 22.00 .4 6.75 in to 8.25 in m3 31.00 .5 8.25 m to 9.75 in m3 42.00 ' 3. Labour Rates(all inclusive) 1 Foreman(including Truck) hr 62.00 ' 2 Common Labour hr 43.00 .3 Skilled Labour hr 46.00 ' 4 Truck Driver hr 45.00 5 Heavy Equipment Operator hr 47.00 .6 Carpenter hr 47.00 ' 4. Located WS or Main Valve Box I Total Exposure ea 250.00 ' 2 Partial Exposure ea 200.00 5. WS Box-Extra Over Item 4 .I New No. 9 Water Service ea 145.00 .2 New Rod Only(stainless) ea 60.00 ' 3 New Lid Only ea 35.00 .4 Rethreading Only ea 50.00 .5 150 mm Extension ea 35.00 ' .6 300 mm Extension ea 40.00 .7 450 mm Extension ea 47.00 ' .8 600 mm Extension ea 52.00 6. Modify Exist.Main Valve Box ' 1 Cut off Threaded Portion ea 115.00 .2 New Lid ea 40.00 ' .3 New Top Section ea 115.00 .4 New Extension Section ea 120.00 .5 New Bottom Section ea 210.00 ' .6 New Box Complete ea 320.00 ' Page 11 of 15 pages ITEMIZED BID CONTRACT NO.CL2002-34 In accordance with the first paragraph of this Tender,the Contractor hereby offers to complete the work specified for ' Contract No. CL2002-34 for the following unit prices. Item No. Spec No., Description ` " Unit Quantity unit Prig o v, 7 Trench Rock Excavation m3 200.05 _ .,. 0 .8 Calcium Chloride(Flake) t 700.00 ' Total Section 5 -(carried to Summary) SECTION 8: GENERAL ITEMS ' 8.01.01 SP Supply and Maintain Field Office LS 1 8,000.00 8,000.00 8.02.01 SP One Hundred Percent(100%) LS 1 28,000.00 28,000.00 ' Performance and Maintenance Guarantee Bond,Liability Insurance and Labour and Material Payment ' Bond. 8.03.01 SP Mobilization and Demobilization LS 1 20,000.00 20,000.00 ' 8.03.04 SP Traffic Control a) Stage IA b) Stage 1B LS 1 4000.00 4000.00 c Sage 2 Total Section 8 -(carried to Summary) 60,000.00 ' Page 12 of 15 pages ' ITEMIZED BID CONTRACT N - RAC O.CL2002 34 ' In accordance with the first paragraph of this Tender,the Contractor hereby offers to complete the work specified for Contract No. CL2002-34 for the following unit prices. Item No. 'Spec No. Description Unit Quantity Unit Price Total. SUMMARY- Total Section 1 -Roadworks and 1,070,312.40 Storm Sewers Total Section 2 - Sanitary Sewers and 268,708.00 ' Appurtenances Total Section 3 - Watermains and Appurtenances 157,313.00 Total Section 5 - Contingencies Total Section 8 -General Items 60,000.00 tTotal (excluding GST) 1,556,33.40 GST(7% of Total) 108,943.34 ' TOTAL TENDER AMOUNT : ` 1 Tenderer's GST Registration No. 101038214 1 1 ' Page 13 of 15 pages AGREEMENT TO BOND (to be completed by Bonding Company) CONTRACT NO.CL2002-34 ' WE,the Undersigned,HEREBY AGREE to become bound as Surety for ' in a Performance Bond totalling ONE HUNDRED PERCENT(100%)of the Total Tender amount,and a Labour and Material Payment Bond totalling ONE HUNDRED PERCENT(100%)of the Total Tender amount,and conforming to the Instruments of Contract attached hereto, for the full and due performance of the works shown or described herein, if the Tender for Contract No.CL2002-34 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 this day of 2002 ' Name of Bonding Company (BONDING COMPANY SEAL) Signature of Authorized Person Signing for Bonding Company Position ' (This Form shall be completed and attached to the Tender Submitted). Page 14 of 15 pages SCHEDULE OF TENDER DATA CONTRACT NO.CL2002-34 ' The work specified in the Contract shall be performed in strict accordance with the following Schedule: ' A. TENDER FORM: General Pages 1 and 2 Itemized Bid Pages 3 to 13 Agreement to Bond Page 14 ' Schedule of Tender Data Page 15 B. STANDARD TERMS AND CONDITIONS C. INSTRUCTIONS TO TENDERERS Pages 1 to 5 ' D. SPECIAL PROVISIONS-GENERAL Pages 1 to 17 and Schedule `C' E. SPECIAL PROVISIONS-TENDER ITEMS Pages 1 to 18 F. STANDARDS G. BREAKDOWN$HEET H. PLANS: Drawings No GNT,RM-1 to RM-3,P-1 to P-6,TX-1,PM-1 to PM-3,CX-1 to CX- 10,and C-02-SW-1 to C-02-SW-6. ' I. 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 OPSS No. Date 201 Feb. 1996 314 Dec. 1993 410 Apr. 1999 565 Apr. 1988 ' 206 Nov. 2000 351 Dec. 1993 501 Feb. 1996 570 Aug. 1990 310 March 1993 353 Sept. 1996 506 Nov. 2001 571 Nov.2001 405 Feb. 1990 510 Oct. 2001 603 Mar. 1993 ' 407 Nov. 2001 511 Nov. 2001 1004 Mar. 1993 408 Nov.2001 532 June 1991 1850 Sept. 1993 ' J. GEOTECHNICAL INVESTIGATION(Borehole Logs) K. GENERAL CONDITIONS: OPS General Conditions of Contract(September 1999) The Contractor,by this Tender,offers to complete the work of this Contract in strict accordance with the terms contained herein. The bidder certifies that it has met all of its obligations to comply with the Provincial Retail Sales Tax ' requirements,so that it is able to do business in Ontario. Yes X No By my/our signature hereunder,I/we hereby identify this as the Schedule of Tender Data,Plans and Specifications,for Contract No. CL2002-34,executed by me/us bearing date the 6`f'day of September,2002 and we have fully read all related documents to tender data as listed above. SIGNATURE ' POSITION r lident (COMPANY SEAL) NAME OF FIRM Cobourg Development Services This is Page 15 of 15 Pages to be submitted as the Tender Submission for Contract No. CL2002-34. CORPORATION OF THE M[JNICIPALITY OF CLARINGTON ' CONTRACT NO. CL2002-34 STANDARD TERMS AND CONDITIONS 1 oiasi-xac.aoc ' STANDARD TERMS AND CONDITIONS The Municipality of Clarington's "Standard Terms and Conditions" shall apply to this Contract except where noted below. Clause 8 of the "Standard Terms and Conditions" shall be superceded by • Clause 8, "Payments" of the Special Proivisions — General" section of the Contract. Clause 15 for the "Standard Terms and Conditions" shall be superceded Mby Clause 2, "Guaranteed Maintenance" of the "Special Provisions — General" section of the contract. ' Clause 16 of the "Standard Terms and Conditions" is not applicable to this contract. Clause 23 of the "Standard Terms and Conditions" shall be superceded by Clause 6.03.02 of the OPS General Conditions of Contract(September 1 1999) which requires a $5,000,000.00 liability coverage. Clause 26 of the "Standard Terms and Conditions" shall be superceded by Clause 19, "Workplace Hazardous Materials Information System (WHMIS)" of the "Special Provisions — General" section of the contract. 1 ' STANDARD TERMS AND CONDITIONS 1. DEFINITIONS ' Municipality-The Corporation of the Municipality of Clarington, its successors and assigns. Bidder-The person,firm or corporation submitting a bid to the Municipality. Company - The person, contractor, firm or corporation to whom the Municipality has awarded the contract, it successors and assigns. ' Contract - The purchase order authorizing the company to perform the work, purchase order alterations,the document and addenda,the bid, and surety. Subcontractor-A person,firm or corporation having a contract with the company for, or any part of, the work. ' Document - The document(s) issued by the Municipality in response to which bids are invited to perform the work in accordance with the specifications contained in the document. ' Bid-An offer by a Bidder in response to the document issued by the Municipality. Work - All labour, materials, products, articles, fixtures, services, supplies, and acts required to be done,furnished or performed by the company,which are subject to the Contract. 2. SUBMISSION OF BID Bid invitation shall be in accordance with the Municipality of Clarington Purchasing By-law#94-129 and will apply for the calling, receiving, and opening of bids. The Municipality will be responsible for evaluating bids,awarding and administering the contract in accordance with the Purchasing By-law. The bid must be submitted on the form(s) and in the envelope supplied by the Municipality unless otherwise provided herein. The envelope must not be covered by any outside wrappings, i.e. courier envelopes or other coverings. The bid must be signed by a designated signing officer of the Bidder. If a joint bid is submitted, it must be signed on behalf of each of the Bidders. The bid must be legible, written in ink, or typewritten. Any form of erasure, strikeout or over-writing ' must be initialled by the Bidder's authorized signing officer. The bid must not be restricted by a covering letter, a statement added, or by alterations to the document unless otherwise provided herein. Failure to return the document or invitation may result in the removal of the Bidder from the ' Municipality's bidder's list. A bid received after the closing date and time will not be considered and will be returned, unopened. ' Should a dispute arise from the terms and conditions of any part of the contract, regarding meaning, intent or ambiguity, the decision of the Municipality shall be final. STANDARD TERMS AND CONDITIONS (continued) 3. CONTRACT ' The contract consists of the documents aforementioned. The contract and portions thereof take precedence in the order in which they are named above, notwithstanding the chronological order in which they are issued or executed. The intent of the contract is that the Company shall supply work which is fit and suitable for the r Municipality's intended use and complete for a particular purpose. None of the conditions contained in the Bidder's standard or general conditions of sale shall be of ' any effect unless explicitly agreed to by the Municipality and specifically referred to in the purchase order. 4. CLARIFICATION OF THE DOCUMENT Any clarification of the document required by the Bidder prior to submission of its bid shall be ' requested through the Municipality's contact identified in the document. Any such clarification so given shall not in any way alter the document and in no case shall oral arrangements be considered. Every notice, advice or other communication pertaining thereto will be in the form of a written ' addendum. No officer, agent or employee of the Municipality is authorized to alter orally any portion of the ' document. 5. PROOF OF ABILITY The bidder may be required to show, in terms of experience and facilities, evidence of its ability, as well as that of any proposed subcontractor,to perform the work by the specified delivery date. ' 6. DELIVERY Unless otherwise stated, the work specified in the bid shall be delivered or completely performed by the Company as soon as possible and in any event within the period set out herein as the guaranteed period of delivery or completion after receipt of a purchase order therefor. A detailed delivery ticket or piece tally, showing the exact quantity of goods, materials, articles or equipment, shall accompany each delivery thereof. Receiving by a foreperson, storekeeper or other ' such receiver shall not bind the Municipality to accept the work covered thereby, or the particulars of the delivery ticket or piece tally thereof. Work shall be subject to further inspection and approval by the Municipality. ' The Company shall be responsible for arranging the work so that completion shall be as specified in the contract. Time shall be of the essence of the contract. STANDARD TERMS AND CONDITIONS (continued) 7. PRICING Prices shall be in Canadian Funds,quoted separately for each item stipulated, F.O.B.destination. Prices shall be firm for the duration of the contract. ' Prices bid must include all incidental costs and the Company shall be deemed to be satisfied as to the full requirements of the bid. No claims for extra work will be entertained and any additional work must be authorized in writing prior to commencement. Should the Company require more information or clarification on any point, it must be obtained prior to the submission of the bid. 1 Payment shall be full compensation for all costs related to the work, including operating and overhead costs to provide work to the satisfaction of the Municipality. All prices quoted shall include applicable customs duty, excise tax, freight, insurance, and all other charges of every kind attributable to the work. Goods and Services Tax and Provincial Sales Tax shall be extra and not shown, unless otherwise specified herein. If the Bidder intends to manufacture or fabricate any part of the work outside of Canada, it shall arrange its shipping procedures so that its agent or representative in Canada is the importer of ' record for customs purposes. Should any additional tax, duty or any variation in any tax or duty be imposed by the Government of Canada or the Province of Ontario become directly applicable to work specified in this document subsequent to its submission by the Bidder and before the delivery of the work covered thereby pursuant to a purchase order issued by the Municipality appropriate increase or decrease in the price of work shall be made to compensate for such changes as of the effective date thereof. 8. TERMS OF PAYMENT ' Where required by the Construction Lien Act appropriate monies may be held back until 60 days after the completion of the work. ' Payments made hereunder, including final payment shall not relieve the company from its obligations or liabilities under the contract. Acceptance by the company of the final payment shall constitute a waiver of claims by the company against the Municipality,except those previously made in writing in accordance with the contract and still unsettled. The Municipality shall have the right to withhold from any sum otherwise payable to the company such amount as may be sufficient to remedy any defect or deficiency in the work, pending correction Of it. Payment may be made 30 days after delivery pursuant to the Bidder submitting an invoice, contract requirements being completed and work being deemed satisfactory. 9. PATENTS AND COPYRIGHTS ' The company shall, at its expense, defend all claims, actions or proceedings against the Municipality based on any allegations that the work or any part of the work constitutes an infringement of any patent, copyright or other proprietary right, and shall pay to the Municipality all costs, damages, ' charges and expenses, including its lawyers'fees on a solicitor and his own client basis occasioned to the Municipality by reason thereof. ' The company shall pay all royalties and patent Iicense fees required for the work. STANDARD TERMS AND CONDITIONS (continued) g. PATENTS AND COPYRIGHTS-cont'd , If the work or any part thereof is in any action or proceeding held to constitute an infringement, the ' company shall forthwith either secure for the Municipality the right to continue using the work or shall at the company's expense, replace the infringing work with non-infringing work or modify it so that the work no longer infringes. 10. ALTERNATES Any opinion with regard to the use of a proposed alternate determined by the Municipality shall be , final. Any bid proposing an alternate will not be considered unless otherwise specified herein. 11. EQUIVALENCY ' Any opinion determined by the Municipality with respect to equivalency shall be final. ' 12. ASSIGNMENT AND SUBCONTRACTING ' The company shall not assign or subcontract the contract or any portion thereof without the prior written consent of the Municipality. 13. FINANCING INFORMATION REQUIRED OF THE COMPANY The Municipality is entitled to request of the Company to furnish reasonable evidence that financial arrangements have been made to fulfill the Municipality's obligations under the Contract. 14. LAWS AND REGULATIONS The company shall comply with relevant Federal, Provincial and Municipal statutes, regulations and by-laws pertaining to the work and its performance. The company shall be responsible for ensuring similar compliance by suppliers and subcontractors. The contract shall be governed by and interpreted in accordance with the laws of the Province of , Ontario. 15. CORRECTION OF DEFECTS ' If at any time prior to one year after the actual delivery date or completion of the work (or specified warranty/guarantee period if longer than one year) any part of the work becomes defective or is ' deficient or fails due to defect in design, material or workmanship, or otherwise fails to meet the requirements of the contract, the company, upon request, shall make good every such defect, deficiency or failure without cost to the Municipality. The company shall pay all transportation costs , for work both ways between the company's factory or repair depot and the point of use. r STANDARD TERMS AND CONDITIONS (continued) r16. BID ACCEPTANCE The Municipality reserves the right to award by item, or part thereof, groups of items, or parts thereof, or all items of the bids and to award contracts to one or more bidders submitting identical bids as to price;to accept or reject any bids in whole or in part;to waive irregularities and omissions, if in so doing, the best interests of the Municipality will be served. No liability shall accrue to the ' Municipality for its decision in this regard. Bids shall be irrevocable for 90 days after the official closing time. The placing in the mail or delivery to the Bidder's shown address given in the bid of a notice of award to a bidder by the Municipality shall constitute notice of acceptance of contract by the Municipality to the extent described in the notice of award. 17. DEFAULT BY COMPANY a. If the company: commits any act of bankruptcy;or if a receiver is appointed on account of its insolvency or in respect of any of its property; or if the company makes a general assignment for the benefit of its creditors; then, in any such case, the Municipality may, r without notice:terminate the contract. b. If the company: fails to comply with any request, instruction or order of the Municipality; or fails to pay its accounts; or fails to comply with or persistently disregard statutes, ' regulations, by-laws or directives of relevant authorities relating to the work; or fails to prosecute the work with skill and diligence; or assigns or sublets the contract or any portion thereof without the Municipality's prior written consent; or refuses to correct defective work; or is otherwise in default in carrying out its part of any of the terms, conditions and obligations of the contract, then, in any such case, the Municipality may, upon expiration of ten days from the date of written notice to the company,terminate the contract. ' C. Any termination of the contract by the Municipality, as aforesaid, shall be without prejudice to any other rights or remedies the Municipality may have and without incurring any liability whatsoever in respect thereto. ' d. If the Municipality terminates the contract, it is entitled to: i) take possession of all work in progress, materials and construction equipment then at the project site(at no additional charge for the retention or use of the construction equipment), and finish the work by whatever means the Municipality may deem appropriate under the circumstances; ' ii) withhold any further payments to the company until the completion of the work and the expiry of all obligations under the Correction of Defects section; iii) recover from the company loss, damage and expense incurred by the Municipality r by reason of the company's default (which may be deducted from any monies due or becoming due to the company, any balance to be paid by the company to the Municipality). r 18. CONTRACT CANCELLATION ' The Municipality shall have the right, which may be exercised from time to time, to cancel any uncompleted or unperformed portion of the work or part thereof. In the event of such cancellation, the Municipality and the Company may negotiate a settlement. The Municipality shall not be liable to ' the Company for loss of anticipated profit on the cancelled portion or portions of the work. r STANDARD TERMS AND CONDITIONS (continued) 19. QUANTITIES , Unless otherwise specified herein, quantities are shown as approximate, are not guaranteed to be accurate, are furnished without any liability on behalf of the Municipality and shall be used as a basis for comparison only. Payment will be by the unit complete at the bid price on actual quantities deemed acceptable by the ' Municipality. 20, SAMPLES Upon request, samples must be submitted strictly in accordance with instructions. If samples are requested subsequent to opening of bids, they shall be delivered within three (3) working days , following such request, unless additional time is granted. Samples must be submitted free of charge and will be returned at the bidder's expense, upon request, provided they have not been destroyed by tests, or are not required for comparison purposes. ' The acceptance of samples by the Municipality shall be at its sole discretion and any such acceptance shall in no way be construed to imply relief of the company from its obligations under the contract. , Samples submitted must be accompanied by current Material Safety Data Sheets (MSDS) where applicable. ' 21. SURETY ' The successful tenderer shall, if the Municipality in its absolute discretion so desires, be required to satisfy surety requirements by providing a deposit in the form of a certified cheque, bank draft or money order or other form of surety, in an amount determined by the Municipality. This surety may ' be held by the Municipality until 60 days after the day on which all work covered by the contract has been completed and accepted. The surety may be returned before the 60 days have elapsed providing satisfactory evidence is provided that all liabilities incurred by the company in carrying out , the work have expired or have been satisfied and that a Certificate of Clearance from the (WSIB) Workplace Safety and Insurance Board has been received. The company shall, if the Municipality in its absolute discretion so desires, be required to satisfy fidelity bonding requirements by providing such bonding in an amount and form determined by the Municipality. Failure to furnish required surety within two weeks from date of request thereof by the Municipality , shall make the award of the Contract by the Municipality subject to withdrawal. 22. WORKPLACE SAFETY AND INSURANCE BOARD , All of the Company's personnel must be covered by the insurance plan under the Workplace Safety and Insurance Act, 1997. Upon request by the Municipality, an original Letter of Good Standing for , the Workplace Safety and Insurance Board shall be provided prior to the commencement of Work indicating all payments by the Company to the Board have been made. Prior to final payment, a Certificate of Clearance must be issued indicating all payments by the Company to the Board in conjunction with the subject Contract have been made and that the Municipality will not be liable to ' the Board for future payments in connection with the Company's fulfilment of the contract. Further Certificates of Clearance or other types of certificates shall be provided upon request. STANDARD TERMS AND CONDITIONS (continued) 23. INSURANCE The company shall maintain and pay for Comprehensive General Liability insurance including ' premises and all operations. This insurance coverage shall be subject to limits of not less than $3,000,000.00 inclusive per occurrence for third party Bodily Injury and Property Damage or such other coverage or amount as may be requested. ' The policy shall include the Municipality as an additional insured in respect of all operations performed by or on behalf of the Company. A certified copy of such policy or certificate shall be provided to the respective participant prior to commencement of the work. Further certified copies ' shall be provided upon request. 24. LIABILITY ' The company agrees to defend, fully indemnify and save harmless the Municipality from all actions, suits, claims, demands, losses, costs, charges and expenses whatsoever for all damage or injury including death to any person and all damage to any property which may arise directly or indirectly by reason of a requirement of the contract,save and except for damage caused by the negligence of ' the Municipality or its employees. The Company agrees to defend,fully indemnify and save harmless the Municipality from any and all ' charges,fines, penalties and costs that may be incurred or paid by the Municipality if the Municipality or any of its employees shall be made a party to any charge under the Occupational Health and Safety Act in relation to any violation of the Act arising out of this contract. 25. VISITING THE SITE The Company shall carefully examine the site and existing building and services affecting the proper execution of the work, and obtain a clear and comprehensive knowledge of the existing conditions. No claim for extra payment will be allowed for work or difficulties encountered due to conditions of ' the site which were visible or reasonably inferable, prior to the date of submission of Tenders. Bidders shall accept sole responsibility for any error or neglect on their part in this respect. ' 26. SAFETY The Company shall obey all Federal, Provincial and Municipal Laws, Act, Ordinances, Regulations, Orders-in-Council and By-laws, which could in any way pertain to the work outlined in the Contract or to the Employees of the Company. Without limiting the generality of the foregoing, the Company shall satisfy all statutory requirements imposed by the Occupational Health and Safety Act and Regulations made thereunder, on a contractor, a Constructor and/or Employer with respect to or ' arising out of the performance of the Company's obligations under this Contract. The Company shall be aware of and conform to all governing regulations including those established by the Municipality relating to employee health and safety. The Company shall keep employees and subcontractors informed of such regulations. The Company shall provide Material Safety Data Sheets (MSDS)to the Municipality for any supplied ' Hazardous Materials. STANDARD TERMS AND CONDITIONS (continued) 27. UNPAID ACCOUNTS ' The company shall indemnify the Municipality from all claims arising out of unpaid accounts relating to the work. The Municipality shall have the right at any time to require satisfactory evidence that the , work in respect of which any payment has been made or is to be made by the Municipality is free and clear of liens, attachments, claims, demands,charges or other encumbrances. 28. SUSPENSION OF WORK The Municipality may, without invalidating the contract, suspend performance by the company from , time to time of any part or all of the work for such reasonable period of time as the Municipality may determine. ' The resumption and completion of work after the suspension shall be governed by the schedule established by the Municipality. 29. CHANGES IN THE WORK The Municipality may, without invalidating the contract, direct the Company to make changes to the ' work. When a change causes an increase or decrease in the work, the contract price shall be increased or decreased by the application of unit prices to the quantum of such increase or decrease, or in the absence of applicable unit prices, by an amount to be agreed upon between the , Municipality and the Company. All such changes shall be in writing and approved by the Municipality. 30. CONFLICT OF INTEREST ' No employee or member of Council of the Municipality shall sell goods or services to the ' Municipality in accordance with the Municipality of Clarington Policy or have a direct or indirect interest in a Company or own a Company which sells goods or services to the Municipality. 31. MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT(MFIPPA) , All correspondence, documentation, and information provided to staff of the Municipality of Clarington by every offerer, including the submission of proposals, shall become the property of the , Municipality,and as such, is subject to the Municipal Freedom of Information and Protection of Privacy Act, and may be subject to release pursuant to the Act. Offerers are reminded to identify in their proposal material any specific scientific,technical, ' commercial,proprietary,or similar confidential information,the disclosure of which could cause them injury. Complete proposals are not to be identified as confidential. , 01261-T&C.doc August 2002 r 1 r i r i r r CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' CONTRACT NO. CL2002-34 1 1 r r r r r INSTRUCTIONS TO TENDERERS r r 01261-IT.doc ' i INDEX ' INSTRUCTIONS TO TENDERERS ' CONTRACT NO. CL2002-34 ' 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).............................................................................................................3 10. EXECUTE CONTRACT DOCUMENTS...........................................................................................................3 ii. COMMENCEMENT OF WORK........................................................................................................................3 12. LOCATION.........................................................................................................................................................3 13. SOILS INFORMATION AND CROSS-SECTIONS..........................................................................................3 14. TENDERERS TO INVESTIGATE.....................................................................................................................4 15. INQUIRIES DURING TENDERING..................................................................................................................4 16. AWARD OF THE CONTRACT.........................................................................................................................4 17. DEFINITION OF OWNER/AUTHORITY AND ENGINEER/CONTRACTADMINISTRATOR...................4 ' 18. ADDENDA..........................................................................................................................................................5 19. UTILITIES...........................................................................................................................................................5 1 PAGE ONE ' INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2002-34 1. GENERAL ' SEALED Tenders plainly marked"Contract No. CL2002-34"will be received until: 2:00:00,LOCAL TIME,FRIDAY,SEPTEMBER 6,2002 and shall be addressed to: Mrs.Patti Barrie,Clerk Corporation of the Municipality of Clarington 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 or a bid bond in the minimum amount defined below,made payable to the Authority,as a guarantee for the execution of the Contract. Total Tender Amount Minimum Deposit Required ' $ 20,000.00 or less $1,000.00 20,000.01 to 50,000.00 2,000.00 50,000.01 to 100,000.00 5,000.00 100,000.01 to 250,000.00 10,000.00 250,000.01 to 500,000.00 25,000.00 500,000.01 to 1,000,000.00 50,000.00 1,000,000.01 to 2,000,000.00 100,000.00 2,000,000.01 and over 200,000.00 All deposits will be returned within ten days after the Tenders have been opened except those ' which the Authority elects to retain until the successful tenderer has executed the Contract Documents. ' The retained tender deposits will be returned when the successful Tenderer has fully complied with the conditions outlined in the Contract Documents. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2002-34 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,to guarantee his faithful performance of this Contract and his fulfillment of all obligations in respect of maintenance and payment for labour and materials used on this work. ' Each Bond shall be with a satisfactory Guarantee Surety Company,resident in Canada or authorized to carry on business in Canada. ' An Agreement to Bond must be submitted with the tender bid. Bonding company standard "Agreement to Bond"forms are acceptable. ' 5. RIGHT TO ACCEPT OR REJECT TENDERS , The Authority reserves the right to reject any or all tenders or to accept any tender should it be deemed to be in its best interest to do so. , Tenders which are incomplete,conditional or obscure, or which contain additions not called for, erasures, alterations,or irregularities of any kind,may be rejected as informal. ' Tenders will not be accepted unless submitted in the envelopes provided. 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. INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2002-34 3• 9. GOODS AND SERVICES TAX (GST) The Tenderer shall NOT include any amount in his tender unit prices for the Goods and Services ' Tax. The GST will be shown on each payment certificate and will be paid to the Contractor in addition to the amount certified for payment and will therefore not affect the Contract unit prices. 10. EXECUTE CONTRACT DOCUMENTS Tenders shall be open for acceptance for a period of 90 days after the closing date. After this time the tender may only be accepted with the consent of the successful Tenderer. The successful Tenderer shall execute the Contract Documents and furnish the required bonds within 10 calendar days of receipt of notification of Acceptance of Tender. Failure by the successful Tenderer to meet the above requirements will entitle the Authority to cancel the award of the Contract and to retain the tender deposit as compensation for damages sustained due to the successful Tenderer's default. The Authority may then award the Contract to 1 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 Prestonvale Road from approximately 700m south of Bloor Street to approximately 40m south of Glenabbey Road. 13. SOILS INFORMATION AND CROSS-SECTIONS A geotechnical investigation has been undertaken on behalf of the Authority. The results provided are for information only and are not guaranteed by the Authority. A copy of the Borehole Report is included with the Tender Documents as listed in the"Schedule of Tender Data". The Geotechnical Report may be viewed at SRM Associates' office. i 1 INSTRUCTIONS TO TENDERERS CONTRACT NO.CL2002-34 4• 14. TENDERERS TO INVESTIGATE Tenderers must satisfy themselves by personal examination of the site and by such other means as they may prefer as to the actual conditions and requirements of the work. The Tenderer shall carefully examine all plans and profiles so that the unit prices tendered are commensurate with the nature of the work. It shall be the Contractor's responsibility to thoroughly inspect the site of the proposed works, determine the location of any buried or obstructing services and make satisfactory arrangements for interference with such service with the proper jurisdictional agency. Note: The Contractor is advised that a pre-construction survey of existing buildings and/or external features within the adjacent properties within the limits of contract is not included as a requirement of Contract CL2002-34. If during the Contractor's investigation of the site,and based on the Contractor's proposed construction methods and equipment,there is a concern regarding potential claims from private property owners for damage caused during construction, the contractor may elect to undertake a pre-construction survey for its own protection and at its own expense. 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, SRM Associates,Telephone: 905-686-6402, attention: Darrell Goudey,P.Eng. or Ross Weldon, C.E.T. 16. AWARD OF THE CONTRACT The award of this Contract is subject to the approval of the Regional Municipality of Durham, , Central Lake Ontario Conservation(CLOC); and the Ministry of the Environment(MOE)for the storm sewer, sanitary sewer and watermam works. 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". INSTRUCTIONS TO TENDERERS CONTRACT NO.CL2002-34 5. Wherever the word "Contract Administrator" or'Engineer" appears in this Contract it shall be deemed to mean the Consultants, SRM 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. i 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: Hydro One Enbridge/Consumers Gas Mr. Jim Hisson Mr. Mike Lynch Tel: 905-623-1071 Tel: 905-666-6183 Ext. 3318 Bell Canada Cable TV Mr.Paul Van Herrewegan Ms. Cindy Ward Tel: 905-433-3054 Tel: 905-436-4138 The Contractor shall note the following with respect to utilities: STAGE 1A The existing Bell Cable is to be relocated to a proposed location of 2.5m offset from the east streetline at a depth of 0.8m below proposed finished boulevard grade. This work is scheduled to be complete before the start of construction. Hydro One pole relocations will not be completed in advance of construction.Based on existing pole locations the majority of underground servicing can be completed in advance of the pole relocations. Roadwork for Stage IA is to be coordinated with the timing of the Hydro One relocations. Proposed pole locations are 3.Om offset from the west streetline. INSTRUCTIONS TO TENDERERS CONTRACT NO.CL2002-34 6• STAGE 1B The existing Bell Cable is to be relocated to a proposed location of 2.5m offset from the east streetline at a depth of 0.8m below proposed finished boulevard grade.This work is scheduled to be complete before the start of construction. • Hydro One pole relocations may not be completed in advance of construction. Based on existing pole locations the majority of underground servicing can be completed in advance of the pole relocations. Roadwork for Stage 1B is to be coordinated with the timing of the Hydro One relocations. Proposed pole locations are 3.Om offset from the west streetline. STAGE 2 It is anticipated that all relocations(Bell,Hydro One,Cable TV)north of Bloor Street will be completed prior to construction. • Relocations at the Prestonvale Road/Bloor Street intersection are dependant on the completion of work along the Bloor Street realignment to the west of Prestonvale Road however,these are also expected to be complete prior to construction. CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2002-34 SPECIAL PROVISIONS - GENERAL ' 01261-SPG.doc INDEX SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL2002-34 CLAUSE SUBJECT PAGE ' 1. PLAN QUANTITY ITEMS............................................................................................................... 1 2. GUARANTEED MAINTENANCE.................................................................................................. 1 3. CONTRACT TIME AND LIQUIDATED DAMAGES.................................................................... 1 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE................................................................ 2 5. OPS GENERAL CONDITIONS........................................................................................................ 3 6., LAYOUT.... ...................................................................................................................................... 3 7. RESTRICTIONS ON OPEN BURNING..........................................................................................4 8. PAYMENTS......................................................................................................................................4 9. UTILITIES.........................................................................................................................................4 10. HAUL ROADS.................................................................................................................................. 5 11. DUST CONTROL............................................................................................................................. 5 12. TRAFFIC CONTROL,'FLAGGING................................................................................................. 5 13. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS...........................................................6 14. MAINTENANCE OF TRAFFIC&CONSTRUCTION STAGING................................................ 6 15. EMERGENCY AND MAINTENANCE MEASURES ..............................................6..................... 8 16. ENGINEERING FIELD OFFICE...................................................................................................... 8 17. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL..................................................... 9 18. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 -DESIGNATED SUBSTANCES....... 10 19. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM(WHMIS) .................. 11 20. SPILLS REPORTING..................................................................................................................... 11 21. TRAFFIC AND STREET SIGNS.................................................................................................... 11 22. GARBAGE COLLECTION............................................................................................................ 12 23. ASPHALT MIX DESIGNS............................................................................................................. 12 24. REVIEW OF SHOP/WORKING DRAWINGS.............................................................................. 12 25. AMENDMENT TO OPSS 1820; CONCRETE PIPE............................................................6........ 26. DELIVERY OF TEST SAMPLES.................................................................................................. 13 27. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES 14 28. CONFINED SPACE ENTRY.......................................................................................................... 14 29. ENTRY ONTO PRIVATE PROPERTY......................................................................................... 14 30. STORAGE AREAS......................................................................................................................... 15 31. GENERAL LIABILITY INSURANCE..............................................................6........................... 15 32. CONSTRUCTION LIEN ACT........................................................................................................ 15 33. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR.............................................................................................................................. 17 34. SCHEDULE(C)-CONTRACTOR SAFETY-POLICY AND PROCEDURE PAGE ONE SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2002-34 1. PLAN QUANTITY ITEMS Measurement for payment of the items designated(P)in the itemized bid is by plan quantity,as ' may be revised by adjusted plan quantity. 2.' GUARANTEED MAINTENANCE Section GC7.15.02 of the General Conditions is revised in that the Contractor shall guarantee and maintain the entire work called for under this Contract for a period of twenty-four(24)months. The Contractor shall make good in a permanent manner, satisfactory to the Authority,any and all defects or deficiencies in the work,both during the construction and during the period of maintenance as aforesaid. The Contractor shall commence repairs on any work identified as defective under this clause within 48 hours of receipt of notice from the Authority or the Contract Administrator. The decision of the Authority and the Contract Administrator shall be final as to the necessity for repairs or for any work to be done under this Section. 3. CONTRACT TIME AND LIQUIDATED DAMAGES (1) Time Time shall be the essence of this contract. For purposes of this Contract,GC1.04 of the General Conditions is revised,in that Contract iTime 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 or about Monday September 16,2002 as identified in the written order to commence and the Contractor shall diligently prosecute the work on this contract to completion on or before the expiration of 100 working days from the date of commencement. The Contract shall be completed in its entirety be August 1,2003. Construction staging shall be in accordance with Clause 14 of these Special Provisions— General. 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 SPECIAL PROVISIONS-GENERAL CONTRACT NO.CL2002-34 2• 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. 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) Working Day Working Day as defined in GC1.04 is modified by the addition of the following under Paragraph(a): Except any day from D .re her 13, 2002 to May 5,2003 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 ONE THOUSAND DOLLARS ($1,000.00) 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 GC7.01.09 is defined as an employee of the Contractor. l SPECIAL PROVISIONS-GENERAL CONTRACT NO.CL2002-34 3• 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, September 1999. 6. LAYOUT Section GC7.02,Layout is hereby revised by the deletion of parts 03 &07. The Contractor shall be responsible for the setting out of the work including all lines, grades, elevations, etc., required to construct the work in strict accordance with this Contract, Plans and Specifications. The Contractor shall deliver to the Contract Administrator copies of all grade sheets, field notes, calculations and other layout records that are normally kept, including a list and description of 1 benchmarks used during the construction. The Contractor shall be responsible for layout which shall be subject to periodic checking by the Contract Administrator. The checking procedure is intended as a form of review and must not be construed as relieving the Contractor of his responsibilities for the accuracy of the work. In order to assist the Contractor in laying out and setting out of the work, the Contract Administrator will provide a reasonable number of paper prints of pertinent drawings, such as engineering drawings and detail drawings. The Contract Administrator will also provide the Contractor with a benchmark. The Contractor is to make his own arrangements to obtain the survey plans from the legal surveyor. All of the standard iron bars as indicated on the survey have been placed or verified prior to the Contractor commencing the work. The Contractor shall protect all such bars and shall be responsible for the cost of replacing those which are destroyed due to his negligence. In areas where the bars may fall within excavation, the Contract Administrator will arrange for those bars to be replaced when it is reasonable to do so at no cost to the Contractor, however,the Contractor shall at his cost provide assistance to the Engineer or to the surveyor, including labour and machines as required to prepare the areas prior to replacement of the standard iron bars. Upon completion of the work and prior to issuing the final payment certificate, the Contractor shall deliver to the Contract Administrator one set of paper prints marked up "as constructed". ' This information, along with spot checks that the Contract Administrator may make, will be used to calculate final quantities and pay items. The Contractor shall allow in his unit rates quoted for all of the costs associated with the setting out of work, including the cost for obtaining "as constructed" mainline sewer inverts at each manhole and horizontal sewer line distances from the center manhole base. Any field changes altering the services or road works from the original design must also be shown on the as constructed set. SPECIAL PROVISIONS-GENERAL CONTRACT NO.CL2002-34 4. 7. RESTRICTIONS ON OPEN BURNING Open fires will not be permitted within the limits of this Contract. Brush and debris may as an alternative to burning,be disposed of outside the Contract Limits and in compliance with the requirements specified elsewhere for Management and Disposal of Excess Material. 8. PAYMENTS Except as herein provided,payments under this Contract will be made in accordance with Section GC8.02.03 of the General Conditions. Notwithstanding the provisions of the General Conditions respecting certification and payment,the Authority may withhold 2.5 percent of the total value of work performed beyond the expiration of 46 days from the date of publication of the Certificate of Substantial Performance, to enable the Contract Administrator to produce the final detailed statement of the value of all work done and material furnished under the Contract. As a condition of holdback reduction from 10%to 2-1/2%, the Contractor shall supply a Statutory Declaration as defined in GC8.02.03.07 03)(b)and advertise the Certificate of Substantial Performance per GC8.02.03.04(03). The Completion Payment Certificate to include statutory holdback release,will be issued within 120 days after the date for completion as specified under GC1.06. The date for interest due to late payment shall commence following 180 days after the date of completion of the work. As a condition of the final holdback payment,the Contractor shall provide the required Property Owner's Releases as specified elsewhere,as appropriate. The Contractor shall include in his price for the publication of the Certificate of Substantial Performance. Publication is mandatory whether Contractor requests Substantial Performance or not. The Contractor is advised that the Authority may withhold payment on Interim and Holdback Release Certificates up to 30 calendar days from the date of receipt of the executed Payment Certificates. 9. 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 time of construction. The Authority will be responsible for the relocation of utilities where required. However,no claims will be considered which are based on delays or inconvenience resulting from the relocation not being completed before the start of this Contract. SPECIAL PROVISIONS-GENERAL CONTRACT NO.CL2002-34 5. ' The location and depth of underground utilities shown on the Contract drawings, are based on the investigations made by the Authority. It is,however,the Contractor's responsibility to contact the appropriate agencies for further information in regard to the exact location of all utilities,to ' exercise the necessary care in construction operations and to take such other precautions as are necessary to safeguard the utilities from damage. 10. 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. 11. DUST CONTROL As a part of the work required under Section GC7.06 of the General Conditions,the Contractor shall take such steps as may be required to prevent dust nuisance resulting from his operations either within the right-of-way or elsewhere or by public traffic where it is the Contractor's ' responsibility to maintain a roadway through the work. Where the work requires the sawing of asphalt or the sawing or grinding of concrete,blades and ' grinders of the wet type shall be used together with sufficient water to prevent the incidence of dust, wherever dust would affect traffic or wherever dust would be a nuisance to residents of the area where the work is being carried out. The cost of all such preventative measures shall be borne by the Contractor except however where water or calcium chloride is used to reduce the dust caused by traffic on a roadway which 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. ' 12. 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. SPECIAL PROVISIONS-GENERAL CONTRACT NO.CL2002-34 6. 13. 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 p n 1 b provided i general accordance with the latest edition of the "Ontario ' Traffic Manual—Book 7".As a minimum requirement and without restricting the Contract Administrator or the Authority in requiring further controls,the following signs shall be supplied: ' Si en Number Sian Messa a Number.Re aired TC-1 CONSTRUCTION 4 ' TC-31, LANE CLOSED AHEAD 2 TC-3R LANE CLOSED AHEAD 2 TC-3d, LEFT LANE CLOSED 2 ' TC-3tR RIGHT LANE CLOSED 2 TC-41A CONSTRUCTION ZONE BEGINS 4 TC-41B CONSTRUCTION ZONE ENDS 4 ' Traffic controls shall be operational before work affecting traffic begins. 14. MAINTENANCE-OF TRAFFIC & CONSTRUCTION STAGING ' The following traffic maintenance arrangements shall be in effect during work on this Contract. ' Prestonvale Road may be closed to through traffic for the duration of construction of the individual stages noted below. Intersections shall remain open to local traffic. ' Construction access to the proposed South Courtice Community Park is to be maintained at all times. The temporary construction access shown on the contract drawings will be utilized during ' construction of Stage IA. During construction of Stage 1B,construction access for the Park will be from the permanent entrance opposite Southfield Ave. Bloor Street(Regional Road 22)can be restricted to one(1)lane during working hours with ' appropriate flagging and signing. At all other times(overnight and on weekends)two(2)lanes— one in each direction—must be provided and maintained. A road occupancy permit will be ' required from the Region of Durham Works Department for the proposed works on Bloor Street and at the Prestonvale Road/Bloor Street intersection. Issuance of the road occupancy permit will be subject to the Region's approval of the Traffic Control Plan required under Item 8.03.04. The successful bidder shall re are a Traffic Control Plan for each stage of construction,which , P P shall be submitted to the Contract Administrator prior to or at the pre-construction meeting. Pedestrian traffic shall be maintained at all times. The Contractor shall supply and place ramps to , provide access for pedestrians to houses and other locations as required by the Contract Administrator,if normal access has been blocked as a result of construction. The Contract SPECIAL PROVISIONS-GENERAL ' CONTRACT NO.CL2002-34 7• Administrator may require the use of protective barriers, sidewalk diversion or other controls to provide for pedestrian safety. ' 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. This may involve the work of constructing temporary entrances,blocking only one access at a time, or carrying out such work as may be required to provide a minimum amount of disruption. The Contract Administrator shall review road closures with the Contractor to ensure that roadways are reopened to traffic at the earliest opportunity. The Contractor shall completely enclose,using snow fence and lights,all open excavations at the end of each day's operation. The Contractor shall also erect suitable barricades,signs,snow fence ' etc, along travelled traffic lanes when construction is proceeding adjacent to the travelled lanes. It is understood that implementation of traffic controls will require ongoing review and adjustment ' to suit construction operations. CONTRUCTION STAGING The Contractor shall adhere to the construction staging plan identified below or as modified in consultation with the Owner and Contract Administrator prior to the commencement of construction: Stage IA Prestonvale Road—South of Bloor Street from Sta. 0+380 to Sta. 0+730 Stage 1B Prestonvale Road—South of Bloor Street from the South Limit of Contract to Sta. 0+380 ' Stage 2 Prestonvale Road&Bloor Street Intersection and North of Bloor Street from Sta. 0+730 to the North Limit of Contract. It is the Owner's intention to complete construction of Stage lA and Stage IB by December 2002, however,the Contractor will not be permitted to commence construction on Stage 1B,until Stage 1A has been substantially completed(as determined by the Contract Administrator)and re-opened ' to local traffic and construction traffic for the proposed South Courtice Community Park. Subject to prevailing weather conditions, work on subsequent stages may continue or be advanced ' using winter construction methods subject to approval of the Contract Administrator and the ability to complete restoration to base course asphalt without additional costs to the Owner. ' The Stage 2 watermain construction,testing and final hook up is to be completed by May 30,2003. to ensure that adequate domestic and fire protection flows are available to the South Courtice Community Park. The Contractor may elect to install the Stage 2 watermain independently from the Stage 2 sanitary, storm sewers and roadworks and/or within the December 13,2002 to May 5, ' 2003 time period, subject to the approval of the Owner and Contract Administrator,however,no additional payment will be made for traffic control or temporary restoration and future removal of road crossings or disturbed areas following the watermain installation and prior to the completion of final roadworks. SPECIAL PROVISIONS GENERAL CONTRACT NO.CL2002-34 8. ' Contractor is advised that as other work may be in ' The Contr Y progress�ess within and adjacent to the limits of this Contract,he shall co-operate with other Contractors,Utility Companies and the Authority and they shall be allowed free access to their work at all times. The Contract Administrator reserves the , right to alter the method of operations on this Contract to avoid interference with other work. No claims for delays and/or extra work will be considered by the Owner, where proper co-ordination and co-operation between contractor(s) and/or Utility Companies could have minimized or ' eliminated such an occurrence. No deviation from the above procedure will be allowed except with the approval of the Engineer. , Notwithstanding the preceding,the Contractor shall at all times maintain the roadway surface within the contract limits in a condition satisfactory to the Engineer and such that any emergency vehicles may have immediate access to any building located within the limits of this Contract. The ' Contractor shall be responsible for all signing at the contract limits and within the contract limits. The Contractor shall ensure the signing is properly maintained while in use. It shall be the Contractor's responsibility to directly notify Police,Fire,Hospital and Ambulance services of road ' closures at least 24 hours in advance of such closures and to notify these same authorities when such closures are no longer in effect. It is the Contractor's responsibility to advertise all road closures in local newspapers a minimum 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. ' As part of the Traffic Control Plan and Item 8.03.04 the Contractor shall be responsible for all detour signing outside the contract limits where road closures are permitted and implemented on ' Prestonvale Road. 15. 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. ' 16. 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. SPECIAL PROVISIONS-GENERAL CONTRACT NO.CL2002-34 9. 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,heat when required,and an air conditioner of 8,000 BTU minimum when required, to the Contract Administrator's satisfaction and shall furnish the office with a minimum of one desk with drawers,one drafting table, five chairs, two drafting stools,one filing cabinet,a waste paper basket,a broom, and a facsimile machine for the use of the Contract Administrator. 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 1 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. 17. 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. The Contractor shall be responsible for obtaining.a copy of applicable Form Nos. OPSF 1$00, OPSF 1801,OPSF 1803 and OPSF 1805 for use where appropriate with respect to disposal of 1 excess material. SPECIAL PROVISIONS-GENERAL ' CONTRACT NO.CL2002-34 10. 18. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 -DESIGNATED SUBSTANCES In accordance with the requirements of Section 18a(1)of the Occupational Health and Safety Act, the Authority has determined that the designated substances as listed hereunder are present on the site and within the limits of this Contract. Designated Substance Identified on this Site Location , Acrylonitrile NO Arsenic NO Asbestos NO Benzene NO Coke Oven Emissions NO Ethylene Oxide NO Isocynates NO Lead NO Mercury NO Silica NO Vinyl Chloride NO It is the responsibility of the Contractor to ensure that all sub-contractors 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 IA8 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. All costs associated with the removal and disposition of Designated Substances herein identified, shall be deemed to be included in the appropriate tender items. SPECIAL PROVISIONS-GENERAL CONTRACT NO.CL2002-34 11. ' Should a Designated Substance not herein identified be encountered in the work,then management of such substance shall be treated as Extra Work. 1 The requirements of Section GC4.03 of the General Conditions of the Contract shall apply. 19. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM(WHMIS) Reporting ' Section GC4.03.06 is deleted and replaced with the following: ' Prior to the commencement of work the Contractor shall provide, to the Contract Administrator,a list of those products controlled under WHMIS which he expects to use on this Contract. Related Material Safety Data Sheets shall accompany the submission. All containers used in the application ' of products controlled under WHMIS shall be labelled. The Contractor shall notify the Contract Administrator of changes to the list in writing and provide the relevant Material Safety Data Sheets. ' 20. SPILLS REPORTING Spills or discharges of pollutants or contaminants under the control of the Contractor,and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations that cause or ' are likely to cause adverse effects shall forthwith be reported to the Contract Administrator. Such spills or discharges and their adverse effects shall be as defined in the Environmental Protection Act R.S.O. 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 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. 21. TRAFFIC AND STREET SIGNS ' The Contractor will be responsible for the removal and salvage of existing traffic and street signs, and their delivery to the Authority's Works Department Yard,for re-erection by the Authority following completion of the work. Scheduling for sign removal shall be as approved in advance by the Contract Administrator. ' Regulatory signs such as AStop=and AYield=must be maintained throughout. SPECIAL PROVISIONS-GENERAL CONTRACT NO.CL2002-34 12. ' 22. 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 pickup is handled by Canadian Waste Services at 1-800-789-8886. Recyclable material is handled by Miller Waste Systems at 905-723- 8588. 23. ASPHALT MIX DESIGNS ' The Contractor shall be responsible for the provision of current mix designs for all hot mix asphalt ' required for the work, or for having the necessary mix designs prepared by a certified laboratory. The mix designs proposed for use by the Contractor shall be submitted in writing to the Contract Administrator for his approval and no work shall commence until the design mixes are approved. , All costs associated with the provision of approved mix designs s hall be borne by the Contractor. Steel slag and blast furnace slag coarse and fine aggregates shall not be used in any hot mix ' required by this Contract. 24. 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,plus 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.CL2002-34 13. 25. AMENDMENT TO OPSS 1820; CONCRETE PIPE Section 1820.02,References,of OPSS 1820 is deleted and replaced by the following: 1820.02 References This specification refers to the following standards, specifications,or publications: ' Ontario Provincial Standards Specifications (Material) ' CSA Standard A257-M1982-Standards for Concrete Pipe ' Section 1820.07,Production, of OPSS 1820 is deleted and replaced by the following: 1820.07 Production 1820.07.01 General ' Production methods shall conform to the requirements of CSA A257.1 and CSA A257.2. Pipe for use in sewers up to and including 900 mm designated internal diameter shall be pipe of the ' size and class required, and shall conform to the MOE Pre-qualification Requirements for Concrete Sewer Pipe Plants. The plant shall have a valid Pre-qualification Certificate at the time of production and delivery of the pipe. ' 1820.07.03 Marking Marking shall conform to the requirements of CSA Standard A257.1M or A257-2M. ' Pipe conforming to the MOE Pre-qualification Requirements for Concrete Sewer Pipe Plants shall bear the letters "MOE". ' Jacking Pipe shall be marked with the words "Jacking Quality". 26. 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 the designated testing laboratory is located at 100 Scotia Court in Whitby. SPECIAL PROVISIONS-GENERAL CONTRACT NO.CL2002-34 14. 27. 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. 28. CONFINED SPACE ENTRY Without relieving the Contractor of his responsibilities under the Occupational Health and Safety Act the Contractor shall be responsible for the supply of personal protective equipment for the use of the Contract Administrator,in connection with confined space entry while the Contractor is ' operating on site. The following equipment shall be made available on request: ' Mechanical Ventilation Equipment Gloves ' Gas Detector(C95-80) Full body harness securely attached to a rope Rope ' Gas mask or dust,mist or fume respirator(optional) 30 minute self-contained breathing apparatus(need not be wom but, if required,be readily available to supply air for instant egress) ' 7 minute Escape Pack Explosion-proof temporary lighting Adequate clothing to ensure protection against abrasions and contamination. ' In addition the Contractor shall provide a competent person who shall inspect all safety equipment prior to use to ensure that it is in good working order and appropriate for the task at hand. ' 29. 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. ' SPECIAL PROVISIONS-GENERAL CONTRACT NO.CL2002-34 15. 30. 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. 31. GENERAL LIABILITY INSURANCE The Regional Municipality of Durham and SRM Associates shall be added as an additional insured. Note: The Contractor is advised that a pre-construction survey of existing buildings and/or external features within the adjacent properties within the limits of contract is not included as a requirement of Contract CL2002-34. If during the Contractor's investigation of the site,and based on the Contractor's proposed construction methods and equipment,there is a concern regarding potential claims from private property owners for damage caused during construction,the contractor may elect to undertake a pre-construction survey for its own protection and at its own expense. 32. 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 1 SPECIAL PROVISIONS-GENERAL CONTRACT NO.CL2002-34 16. from reasonable legal fees incurred in appearing on such an application and in addition agrees to pay to the Authority its reasonable costs incurred in producing such documents to the extent that the same is made necessary under the disposition of the matter by such judge,and the Contractor further agrees that such reasonable costs and fees incurred by the Authority as stated herein may be properly deductible from monies otherwise payable to the Contractor under the terms of the Contract Documents. i SPECIAL PROVISIONS-GENERAL CONTRACT NO.CL2002-34 17. 33. PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR Upon completion of the Contract,the Contractor shall provide the Authority with two(2)copies of a form of release signed by each property owner,upon whose land he has entered for purposes associated with the Contractor's operations but not for the purpose of undertaking works stipulated ' in the Contract: Date ....................... To: Mr. A.S. Cannella,CET,Director of Engineering Services ' Corporation of the Municipality of Clarington Municipal Administration Centre,40 Temperance Street BOWMANVILLE,Ontario LIC 3A6 Re: Contract No. CL2002-34 ' Dear Sir: I hereby certify that (Name of Contractor) have fulfilled the terms of our agreement and have left my property in a satisfactory condition. I have accepted their final payment and release (Name of Contractor) and the 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. ■at�±�BtYorlplaceSefety& 200 Front Street West Experience Telephone: CAD-7 Calculations YY vYe'".',�ay Insurance Boarr�Q ^ Commission de larecurif6 Toronto ON M5V 3J1 Rating Section (416) 344-1016 profenionnelleet de u�urence LtSM contrelesactldentsdutravail 1-800-663-6639 Firm Name Account No. Firm No. Date COBOURG DEVELOPMENT SERVICES LTD 5346711 210220ED 19SEP02 Firm's I iury Cost Data for CAD-7 Rates Year Total WSIB Total Expected Total Actual Firm Cost Index Premiums($) Injury Costs($) Injury Costs($) 96 19, 673 97 20 ,878 98 21 , 769 99 33 ,479 00 18 , 097 7 , 038 .50 986. 99 01 19, 627 6 720 . 03 0 .00 Total 13 , 758 . 53 986.99 0 .928 Average 6, 879. 27 Firm's Injury Frequency Data for CAD-7 Rates Insurable Average WSIB Avg. ate Expected JA�ctual Firm Year Rate Earnings($) Assess. Derived Frequency Injuries Injuries* Fr indexcy Hr. Wage Personhours 00 711 276, 135 23 . 72 11 , 641 5. 70 0 . 066 0 732 143 , 518 26 . 05 5, 509 7 . 92 0 . 04 1 Total 1 . 150 01 711 218 ,875 24 . 70 8 ,861 5. 53 0 . 04S 0 732 174 , 021 26 . 73 6, 510 5.44 0 . 03 0 Total 5 3 71 0 , 084 0 otalr 32, 521 0. 19 1 -2. 000 excluding Health Care Injuries Rating Factor Firm Performance Index Firm Experience Rating Adjustment($) 0. 267 -0 . 536 984. 51 SURCHARGE 0767A(07/02) OD-045W ' SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... HEALTH AND SAFETY PRACTICE FORM SCHEDULE 'A" 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 accidentrncident and/or Workplace Safety and Insurance Board (WSIB) information noted below,where applicable. 4 The New Experimental Experience Rating (NEER) -The WSIB experience rating system for non-construction rate groups ............................................................................................. e The Council Amended Draft#7(CAD-7)Rating -The WSIB experience rating system for construction rate groups ........... fi ..........? cm:................................... ' + Injury frequency performance for the last two years -This may be available from the contractor's trade association /..1.:!.!........... yam .:?°.°p...........`......�°sr 0 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). t 0 , Confirmation of Independent Operator Status -The WSIB independent operator number assigned: ' (Bidders to include the letter confirming this status and number from WSIB with their bid submission.) SCHEDULE (C) CONTRACTOR SAFETY ' 'OLICY AND PROCEDURE Continued... CONTRACTOR'S STATEMENT OF RESPONSIBILITY As a contractor working for the Municipality of Clarington, I/we will comply with all procedures and requirements of the Occupational Health and Safety Act, Municipal safety policies, department and site specific policies and procedures and other applicable legislation or regulations. Uwe will work safely with skill and care so as to prevent an accidental injury to ourselves, fellow employees and members of ' the public. 1. The contractor/successful tenderer certifies that it its employees, its subcontractors and their employees, ' a) are aware of their respective duties and obligations under the Occupational Health and Safety Act, as amended from time to time, and all Regulations thereunder(the"Act; ' and b) have sufficient knowledge and training to perform all matters required pursuant to this contrac thender safely and In compliance with the Act 2. In the performance of all matters required pursuant to this contract/tender,the contractor/successful tenderer shall, a) act safely and comply In all respects to the Act, and ' b) ensure that its employees, it subcontractors and their employees act safely and complying all respects with the Ad. 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. 5. No act or omission by an representative of the Municipality shall be deemed to be an Y assumption of any of the duties or obligations of the contractor/successful tenderer or any of its ' subcontractors under the Act. 6. The contractor/successful tenderer shall indemnify and save harmless the Municipality, a) from any loss, inconvenience, damage or cost to the Municipality which may result from the contractor/successful tenderer or any of its employees, its subcontractors or their employees failing to act safely or to comply in all respects with the Act in the performance of any matters required pursuant to this contract/tender, ' HEDULE(C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... b) against any action or claim, and costs related thereto, brought against the Municipality by any person arising out of any unsafe act or practice or any non-compliance with the Act by the contractor/successful tenderer or any of its employees, its subcontractors or ' their employees in the performance of any matter required pursuant to this contract/tender, and ' c) from any and all charges,fines, penalties, and costs that may be incurred or paid by the Municipality(or any of its council members or employees) shall be made a party to any charge under the Act in relation to any violation of the Act arising out of this 1 contractttender. .. 6-0-A.. .... .. :... ; ' :!C; :...:�T:...............:�.a .' . .. !�.�' .... r 3ntractor Name of Person Signing for Contractor ........................�.. 6..........: . . .............. .. ..... . .. ............... . . . Date gnabure ntractor SCHEDULE (C) CONTRACTOR SAFETY 1 DATE&TIME OF INFRACTION: IDESCRIPTION OF INFRACTION INCLUDING LOCATION: I 1 ORDER GIVEN BY MUNICIPALITY. I ' DID THE CONTRACTOR COMPLY WITH THIS ORDER? 1 DATE&TIME OF COMPLIANCE: ' ISSUED TO: CONTRACTOR'S EMPLOYEE TITLE ' ISSUED BY: MUNICIPAL EMPLOYEE, DEPARTMENT TITLE 1 ' PART"C"-ADDITIONAL COMMENTS ITHIS SECTION IS TO BE USED INTERNALLY TO RECORD ADDITIONAL COMMENTS SUBSEQUENT TO ISSUING THE WARNING/STOP WORK ORDER, I.E. DATE AND TIME I WORK RESUMED, FURTHER ACTION TAKEN, ETC. 1 I I 1 . CHEDULE (C) CONTRACTOR SAFETY OUCY AND PROCEDURE Continued... Schedule"B" ICONTRACTOR 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 I Direct the contractor to immediately cease all work being performed under this contract due to the unsafe work practice described below. r 41LURE TO COMPLY WITH THIS WARNING/STOP WORK ORDER SHALL CONSTITUTE A BREACH OF ONTRACT. IrART"A"- DETAILS OF CONTRACT ONTRACT/P.O.# 'DESCRIPTION: NAME OF FIRM: (ART"B"- DETAILS OF INFRACTION (TO BE COMPLETED BY ISSUER) I i I 1 1 1 i1 1 1 1 1 1 1 1 CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' CONTRACT NO. CL2002-34 SPECIAL PROVISIONS - TENDER ITEMS 01261-SP-TI.doc PAGE ONE SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO. CL2002-34 SECTION 1—ROADWORKS AND STORM SEWERS SITE PREPARATION—ITEM NO.1 Under this Item and for the unit price bid the Contractor shall undertake the following work: • Removal and disposal of post&wire fence(Sta.0+103.125 to 0+275 West, Sta. 0+232.034 to 0+250.423 East and Sta. 0+428 to 0+582 West)and cedar rail fence(Sta.0+264.0 to 0+311 East)on Prestonvale Road. • Removal and disposal of remnants of old barb wire fence,including old fence posts on the west side of Prestonvale Road,south of Bloor Street. Removal, salvage and provide to homeowner existing post mail boxes as per Canada Post guidelines and standards. It is Canada Posts' intention to discontinue rural mail delivery within the contract limits and redirect mail delivery to nearest community mail box in the area. Canada Post will notify the affected homeowners of the change. • Removal ,salvage and delivery of existing traffic, street and 911 signs,to the Authority's Works Department Yard,for re-erection by the Authority following completion of the work. ' Clearing and grubbing of trees and shrubs as noted on the Contract Drawings • Tree protection as required • Stop signs relocated to suitable location"during construction"activities/operationg Tree Protection— General Constraints/Requirements Trees to be retained shall be protected from the Contractor's operations by,but not restricted to,the following: No excavated soil,waste material,construction trailers, storage areas,construction materials of any kind, chemical or washout water shall be stored or deposited where trees,not designated for removal,are located. Equipment or vehicles shall not be parked,repaired or refueled,construction materials shall not be stored, and earth materials shall not be stockpiled within the dripline area of any tree not designated for removal. Foot traffic around trees shall be kept to a minimum,particularly in rainy conditions when soil is more susceptible to compaction. Operation of equipment within the dripline of trees shall be kept to the minimum necessary to perform work required. Excavation near the trunks of trees may have to be done by hand to minimize root damage. The existing.grade around a tree shall not be raised or lowered. No signs shall be attached to any tree. Utmost care shall be taken at all times to avoid damage to roots,trunks,or branches of any tree. SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO. CL2002-34 2. Tree Repair Work Repair work to trees not designated for removal shall be performed in accordance with approved horticultural practice and as follows: Bark that is damaged by the Contractor's operations shall be neatly trimmed back to uninjured bark using clean, sharp tools,without causing further injury, within five calendar days of damage. Branches that are broken or severed by the Contractor's operations shall promptly be cut flush,leaving the branch collar undisturbed. 1 , Roots that are severed shall immediately be cut squarely with clean, sharp tools to avoid larger wounding sites where infection can develop.Exposed roots shall be backfilled immediately or covered with wet burlap and kept moist to minimize drying. EARTH EXCAVATION(Grading)—Item No.2 Payment under this Item shall include for the following work: • Stripping of topsoil(150mm depth)from edge of existing shoulder to limit of grading and disposal off site.(Refer to detailed cross sections) • Removal and disposal of existing roadway asphalt. • Excavation for road subgrade and fill in boulevards where required. • Disposal of surplus material off site. • Excavation for sidewalks • Protection of utilities,markers and trees • Proof rolling of subgrade Stripping in 3 199 m3 Fill required 6 290& Earth excavation 15 746& Total excavation 18 945 & Surplus Earth excavation 12 635 m3 Note: Boulevard grading and grading limit to be coordinated with South Courtice Community Park.Limit subject to adjustment. HOT MIX,H.L.-8 AND H.L.-3A-ITEMS NO.3,AND 4 Asphalt shall be penetration grade 85/100. No surface asphalt shall be laid on this Contract except on sidestreets where indicated. Entrances shall be restored as follows: • Existing paved entrance with or without sidewalk. Private entrance restored with 50 mm H.L.-3A to match existing. • Existing gravel entrance without sidewalk. Private entrance restored with 50 mm H.L.-3A to a point 2 m from back of curb. SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO. CL2002-34 3• • Existing gravel entrance with sidewalk. Private entrance restored with 50 mm H.L.-3A to front of sidewalk. Payment under Item No. 3 shall include for the following: • Forming temporary curbs at catch basin/catch basin maintenance hole locations for a length of approximately 2 metres. • Temporary ramping at limits of construction on all streets. • Construction of 300 mm x 40 mm stepped joint at limits of full construction on all streets. GRANULAR`A' AND GRANULAR`B',TYPE 1-ITEMS NO.5 AND 6 Payment shall be made under these Items for the supply and placing of Granular `A' in entrances and as foundation to concrete sidewalk,interlocking brick pavers in walkways, sidewalks and driveways and for supply and placing of Granular `B' Type 1 as backfill to subdrains. Private entrances shall be constructed with 200 mm or Granular `A'; sidewalk foundation shall be 100 mm of Granular `A'. ' Provision of temporary walkways, where directed, shall be constructed and paid for under Item No. 5. CONCRETE IN SIDEWALK-ITEM NO.7 Where new sidewalk abuts or connects to existing sidewalk,an expansion joint.shall be constructed at these locations. Every joint shall be a contraction joint except where expansion joints are indicated. Contractor shall note the revised Ontario Provincial Standard Drawings. Section 351.07.01 of OPS 351 is amended in that Granular `A' for sidewalk foundation shall be paid for under Item No. 5. Payment for restoration of concrete in private walkways and in private entrances shall be made under this Item. CONCRETE CURB AND GUTTER(ALL TYPES)-ITEM NO.8 A 2 metre length of curb and gutter shall be omitted at each catch basin and catch basin/maintenance hole. Where sidewalk abuts curb,a 50 mm wide key shall be constructed at the back of the curb in accordance with the standard. The unit price bid shall include for sawcutting existing concrete curb at point of connecting to new curb. Subsection 353.07.06 of OPSS 353 is amended in that traverse jointing of curb and gutter shall be at a maximum spacing of 4.0 m. Payment shall also be made under this Item for construction of curb at private entrances in concrete or wood to match existing including supply of all materials. Subsection 353.05.01 of OPSS 353,September 1996,is amended by the addition of the 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. SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO. CL2002-34 4. 100 mm DIA.PIPE SUBDRAINS-ITEM NO.9 The Contractor shall supply and place perforated corrugated polyethylene pipe complete with geotextile sock and 2 in of non-perforated pipe at outlet locations. No subdrain pipe shall be installed in areas where storm sewer is constructed with granular backfill close to curb line. Backfill to subdrains shall be Granular `B' Type I material supplied and placed under Item No. 6. STORM SEWERS-ITEMS NO. 10-18 Under these Items and for the unit prices bid,the Contractor shall supply all materials including pipe of the required type,size and class, other fittings, sand material for cover and crusher run limestone for bedding in accordance with the standards. Backfill shall be granular material as specified in the Itemized , Bid. Pipe materials shall be concrete for trunk sewers throughout the project. PVC SDR 28 will be used for retaining wall subdrain outlet. PVC SDR35 may be used for catch basin leads with the approval of the Owner. The Contractor shall note the requirement for risers at some catch basin connection locations. Where existin g storm sewers are encountered in trenching operations for the installation of new storm sewer,the removal and disposal of the existing sewer shall be deemed to be included in the unit prices bid under these Items and no separate payment will be made. Soils report results support Class `B' bedding for concrete pipe. CATCHBASINS,DITCH INLETS AND MAINTENANCE HOLES-ITEMS NO.19-24 The unit prices bid under these Items shall include for placing of Granular `B' Type 1 material to a lower limit of 300 mm below the floor slab and all around the structure. A 100 nun dia.drainage opening shall be provided in the base of each new maintenance hole and catch basin. Filter fabric Terrafix Type 27OR or equal 600 mm x 600 mm in size shall be placed at drainage openings. All catch basins and maintenance holes shall be fitted with sumps. Catch basin frames and grates and maintenance hole frames and covers shall be constructed to the level of base course asphalt. The unit price for Catchbasins under these items shall also include the PVC SDR_35 leads. The leads shall be 200mm dia.for the single catchbasins and 300mm dia. for the Double catchbasins. SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO.CL2002-34 5. NDS#900—225mm x 225mm P.E. CATCH BASIN COMPLETE -ITEM No.25 WITH NDS#990 GRATE AND NDS #915 RISER. The unit prices under this item shall include the supply and installation of polyethylene catch basins and the following - Excavation to grade and disposal of surplus materials. - Supply and place standard Precast sidewalk slab leveled on grade. - Supply and install square NDS polyethylene catch basin complete with appropriate riser and green-coloured grate. Any remaining openings in CB units shall have an NDS#1206 plug installed. NDS#1266 and#1888 universal outlets, as appropriate, shall be used for all connections. - Supply,place and compact 100mm wide Granular `A' backfill all around catch basin,above ' bedding material. - Backfill with select native materials and compaction. - All other work necessary to complete installation of manhole. This product is distributed through various suppliers in Ontario. The parent company is: ' NDS,Inc. 851 N.Harvard Avenue Lindsay, California Phone: 800-726-1994 Fax: 800-726-1998 Website: www.ndspro.com E-mail: ndspro @aol.com SAWCUTTING OF ASPHALT—ITEM NO.31 Payment shall be made under this Item for sawcutting of all road and entrance asphalt,entrance concrete or concrete road base at limits of construction and in trenching operations where directed. The unit prices bid shall be deemed to cover all costs associated with sawcutting of asphalt or concrete regardless of depth. REMOVAL OF SIDEWALK—ITEM NO.32 Payment shall be made under this Item for the removal and disposal off site of all rubble from concrete ' sidewalk removal. Payment under this Item shall be made for the following work: • Removal and disposal of brick edging at House#2111 to street line. Bricks to be salvaged and stored on the property at the discretion of the Owner. • Removal of patio stones over culvert at House#2111. Patio stones to be salvaged and stored on the property at the discretion of the Owner. SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO.CL2002-34 6. REMOVAL OF CURB AND GUTTER—ITEM NO.33 Concrete rubble resulting from curb and gutter removal shall be disposed of off the site of the works to a location arranged for by the Contractor. REMOVAL OF CULVERTS AND SEWERS—ITEM NO.34 Backfill to excavations resulting from culvert and/or storm sewer removal shall be selected native material. Where storm sewers are designated for removal,the Contractor shall maintain connections to the existing sewer for hookup to the new storm sewer. All storm sewers within the limits of construction shall be removed and where sewers are encountered which are not shown on the drawings,these sewers shall be followed to ensure that all'pipe is removed within the road right-of-way. REMOVAL OF MAINTENANCE HOLES,CATCHBASINS AND DITCH INLETS— ITEM NO.35 other materials resulting from removal of structures shall be disposed of off the site of the All rubble and oth g works. Backfill to voids left by structure removal shall consist of select native material. TOPSOIL(IMPORTED)AND SOD(NURSERY)—ITEM NO.36 Screened topsoil shall be placed to a minimum depth of 100 nun in disturbed grass areas. It is not anticipated that there will be any suitable topsoil available from stripping operations. All boulevard areas within the right of way to be sodded. Sloped areas beyond the right of way to be seeded on 100 mm topsoil,except adjacent to existing residences where the slopes will be sodded. Sub-section 570.05.01 of OPSS 570,August 1990 is amended by the addition of the following: The topsoil shall be tested to ensure there are no deficiencies with respect to fertility levels. The soil shall consist of a minimum 4 %organic matter. The phosphorous level shall be 30 ppm:t 2 ppm. The potassium level shall be 235 ppm t 30 ppm. The soil shall have a base saturation of calcium of 75%, ±10%. The base saturation of sodium shall be a maximum of 0.5%. The pH level shall be between 6.0 and 7.0. A copy of the topsoil testing report shall be provided to the Contract Administrator. Payment for this testing shall be included in payment under the respective topsoil items. If the topsoil does not meet all of the fertility elements the soil shall be treated with the required amendments as recommended by the topsoil analysis report. , r SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO. CL2002-34 7. i TOPSOIL(IMPORTED)AND SEEDING —ITEM NO.37 Payment shall be made under this Item for the supply and placement of 100mm depth of imported and screened topsoil. Removal of stones/debris greater than 25 mm in size before and after topsoil placement. Primary seed type 1 in hydraulic mulch type"B"or straw mulch(depending upon time of placement—see table 2 of OPSS 572)all supplied in place by a professional landscaper. Area beyond the right of way where there are no existing residences are to be seeded. The seeding quantity includes the temporary outfall Swale across the future development lands west of Prestonvale Road at Sta. 0+580±. ABANDONED PIPE PLUGS AND MAINTENANCE HOLE PLUGS—ITEM NO.38 Payment shall be made under this Item for the plugging of ends of storm sewer pipe which is to be abandoned and for plugging opening in Maintenance Hole No. 8 left by pipe removal. Plugs shall be in 20 MPa concrete and a minimum of 300 mm in length in pipe. ADJUST WATER VALVE BOXES—ITEM NO.39d Payment shall be made under this Item for excavating, adjusting sliding type valve box to level of base asphalt and backfilling and compaction of excavated area. ' TEMPORARY PAVEMENT MARKINGS —ITEM NO.40-44 TRAFFIC CONTROL SIGNS —ITEM NO. 45-48 All lane markings and traffic control/advisory signs shall conform to the procedures and standards of the "Ontario Traffic Manual"which is available for reference at the office of the Contract Administrator. The Contractor shall notify the Contract Administrator a minimum of forty-eight(48)hours in advance of his intention to complete this work. Location of all lane markings and traffic control/advisory signs shall be as indicated on the Pavement i Marking Drawings PM-1 to PM-3. Temporary lane markings are to be painted;permanent lane markings by others following placement of surface asphalt. Payment under this item shall include all labour,equipment and materials required to apply all lane markings and traffic control markings,and supply and install permanent traffic control signs as indicated on Contract Drawings PM-1 to PM-3. i SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO.CL2002-34 8. SINGLE 75 mm DIA.RIGID PVC TRAFFIC DUCT(OPEN CUT)—ITEM NO.49 SINGLE 100 mm DIA.RIGID PVC UTILTIY DUCT(OPEN CUT)—ITEM NO.51 Reference: OPSS 603 and Contract Drawings Include: .1 Excavation and disposal of surplus or unsuitable materials. Minimum depth of 760 mm below final grade. .2 Supply and installation of ducts,fittings and fish wires. Note: Rigid ducts shall be heavy wall PVC ducts meeting CSA Standard C22.2 No. 211.2-M1984 or any,subsequent revisions thereof. .3 Backfill and compaction of granular materials. .4 When breaking into a handwell,the contractor shall use a core drill and be responsible for damage to the handwell and will grout around the conduit sleeve to ensure continuity between the existing and new parts. .5 Ducts not terminating in handwells or pole foundations shall extend 1.0 m beyond the back of the curb and gutter and be capped and marked with a stake. .6 Joining and installation of couplings as per manufacturer's recommended practice of solvent- cement welding for tight fit conduit joints. Split or damaged couplings shall not be used. .7 All new conduits shall have a 6 mm dia. test nylon fish with 1.5 m coiled at the bottom of the ' handwell at each end of the conduit. .8 Basis of Payment-actual length,in metres,of duct installed complete in place. .9 Contractor shall honour price for utility companies. Individual Utility Companies are to be separately invoiced for the ducts installed under this item. The lengths and locations identified on the drawings are subject to change. Utility Quantities 100mm dia. Bell - 111m 100mm dia. Cable TV— l l lm 100mm dia.Hydro—52m ' ELECTRICAL HANDWELLS—ITEM NO.50 Reference: OPSS 602,RMD Detail S-712 and Contract Drawings Include: .1 Excavation and disposal of surplus or unsuitable material. .2 Backfill and compaction of granular materials to meet 100%proctor density. .3 Supply and installation of 450 mm diameter PVC pipe (type SDR 26) to a depth of 1200 mm and connection of rim and lid assembly. Note: Metal rim and lid assembly supplied by the Region from the Oshawa/Whitby Depot, 825 Conlin Rd.,Whitby. A 24 hour notice will be required. .4 Basis of Payment each,complete in place. SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO. CL2002-34 9. ' TEMPORARY TRANSITION FROM STAGE 1A TO EXISTING ROAD—ITEM NO.52 ' This item shall include all labour,equipment and materials to transition the proposed road from the north limit of Stage lA(Sta. 0+730±)to match the existing pavement,maintenance of the temporary transition area as required by the Municipality during the period of Dec. 13, 2002 to May 5,2003, and future ' removal prior to construction of Stage 2. Temporary tapers shall be installed including granulars and temporary HL-8 hot mix asphalt. ' Sketch of temporary transition is included. ' TEMPORARY ROCK FILL CHECK DAM(OPSD 219.210)—ITEM NO.53 Ref: OPSS 577, OPSD 219.210 and Contract Drawings The unit prices bid under this Item shall include the following: • Excavation to facilitate supply and installation of check dam prior to any construction commencement at locations shown on Contract Drawings. • Maintenance of check dam and reinstatement as required during construction. • Restoration "in kind" of disturbed areas as per Special Provisions-General,Clause 7,page S-2. • Removal of all material related to the above work off site upon successful restoration as determined by the Contract Administrator. • Measurement of Payment-each. ' Payment shall be made on the following basis: -50%upon satisfactory installation -50%upon removal CRUSHED LIMESTONE FOR DRIVEWAYS(300 mm depth)—ITEM NO.54 ' Reference: OPSS 314& 1010 and Contract Drawings ' Include: • Supply and place 300 min depth of 19 mm Crusher Run Limestone conforming to the gradation specifications for Granular'A'(OPSS 1010,Table 2)allowing 2- 10%passing the 75 gm sieve. ' Note: Compaction shall be performed in accordance with OPSS 310. • Measurement for Payment-actual mass,in tonnes,in accordance with Subsection ' 314.09.01.01.01 of OPSS 314. SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO. CL2002-34 10. , SWALE OUTLET FOR STORM SEWER(FUTURE BATHGATE CRESCENT)—ITEM NO.55 ' Payment under this Item shall include the following: ' • Strip topsoil from future Bathgate Crescent along the length of the proposed swale and from the proposed lots on the north side of Bathgate Crecsent. Stockpile the topsoil for reuse on the lots ' on the south side of Bathgate Crescent. • Excavation of outfall swale as shown on Contract Drawings,and spread excavated materials along the north sides of the temporary swale,on the stripped future lots. ' • Construct swale as per details on Contract Drawings. • Swale side slopes to be hydroseeded on 100mm topsoil. Disturbed areas to be stabilized from erosion by hydroseeding. ' • Topsoil and seeding are paid under Item No. 37. PROVISIONAL- SUPPLY AND PLACE GEOTEXTILE—ITEM NO.56 ' Payment shall be made under this Item for the supply and placing of either Terratrack 200W ' woven geotextile of GeoGrid BX1200 or approved equivalents at subgrade level where directed by the Contract Administrator. No work shall be undertaken under this Item without prior approval of the Contract Administrator. ' t t SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO. CL2002-34 11. ' SECTION 2 : SANITARY SEWER AND APPURTENANCES Reference: 1 Construction of all sanitary sewers and appurtenances in accordance with Standard Specifications for the Construction of Sanitary Sewers-Revised March 2001, Section 02530. ' .2 Contract drawings and details for Contract No. CL2002-34 ITEM NO.2.01.01A-2.01.01B,and 2.01.02A-2.01.02J,2.01.03A and 2.01.04A—2.01.04C SANITARY SEWER PIPE Reference: Contract Drawings and S-401 Include: 1 Additional HL8 blend stone bedding in accordance with S-401 Class 'P'for wet trenches. ITEM NO.2.03.01,SERVICE CONNECTIONS Reference: Contract Drawings and S-301 and S-401. Include: 1 Connecting to sewer pipe with proper adaptors, sweep binds,>C--clamps as ' required etc. .2 Dye testing of laterals. ' .3 Marking and recording exact location of service connections. Note: 1 Service connections are not to be backfilled until as-constructed inverts and ties are surveyed and approved by the Region of Durham Inspector. ' .2 The Contract Administrator may decide that laterals be reconstructed beyond property line where such laterals are found to be in a deteriorated condition. Such extension shall only be done at the discretion of the Contract Administrator and with the approval of the Region of Durham. ITEM NO.2.04.04.-BREAK INTO EXISTING MAINTENANCE HOLE AND REBENCH Reference: RMD Details S-113 and S-114,Maintenance Hole No. 34-108, &34-125. Include: 1 Breaking into the existing structure with removal and disposal of concrete and reinforcing steel. .2 Rebenching - Removal of existing benching complete and disposal off site. - Thorough clean-out of the structure. New benching in maintenance hole as per S-113 or S-114,as required,complete in a professional manner. .3 Temporary pumping and/or by-pass arrangements required for existing sewage flows,to allow for benching in maintenance holes to be completed. SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO.CL2002-34 12. ITEM NO. 2.04.08A—2.04.08I,and 2.04.10A-SANITARY SEWER MAINTENANCE HOLES Reference: Contract Drawings,Details S-101, S-111, S-113 and S-117 Include: .1 Maintenance hole steps as per S-111 (Type Q .2 Reconnection of existing pipes where required. .3 Drop structures as per S-107 Type A as noted on Contract Drawings. .4 Safety Grates as per S-108 as noted on Contract Drawings. ITEM N0.2.04.70 INSTALL DROP STRUCTURE ON EXISTING MANHOLE#34-125 AS PER S-107,TYPE B Reference: Contract Drawings,Details S-101, S-107, S-111,S-113 and S-117 RMDSS Section 02631 Include: .1 Break into existing manhole and disposal of excess materials. ' .2 Reconnection of existing pipes where required. .3 Drop structures as per S-107 Type`B"as noted on Contract Drawings. SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO. CL2002-34 13. SECTION 3: WATERMAIN AND APPURTENANCES Reference: 1 Construct all watermains and appurtenances in accordance with Standard Specifications for the Construction of Watermains-Revised March 2001. .2 Contract Drawings and Details for Contract CL2002-34. ' ITE M N0.3.01.02-3.01.04 and 3.01.40-WATERMAIN AND APPURTENANCES Reference: Contract Drawings Include: .1 Temporary connections as required to facilitate construction. .2 Removal and disposal of existing watermain pipe as required. .3 Maintenance of supply to all homes including temporary supply as may be dictated by the Contractor's operations. ' .4 Removal of existing plugs and connection to existing pipes. .5 Watermain to be swabbed,pressure tested,flushed and choh-intaed at the completion of each Stage of Construction. Note: 1 All thrust protection on PVC pipe shall be by mechanical restrainers in combination with granular thrust blocks. Concrete thrust blocks are not permitted ' on PVC watermain pipe. .2 Contractor to maintain water service to all customers at all times during construction. .3 Exact location and elevation of existing watermain and service connections are to ' be determined in the field by the contractor. .4 New watermain to be swabbed,pressure tested,flushed and chlorinated prior to making connections to existing watermain. .5 Restrained fittings are to be used as per S430 to S-433 inclusive. ' ITEM NO.3.03.02,3.03.03 and 3.03.40-VALVE AND VALVE BOXES Reference: Contract Drawings and Details S-408,S-425 and S-444 Include: .1 Supply and installation of resilient seat gate valve and box as per S-408. .2 Supply and installation of butterfly valve and valve box as per S-444. .3 Excavation,blocking,backfilling and compaction. .4 Supply and installation of cathodic protection as per S-438. .5 Adjustment to level of base asphalt or finished grade of sod as appropriate. SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO.CL2002-34 14. ITEM NO.3.04.01 -NEW HYDRANT WITH STORZ PUMP NOZZLE Reference: Contract Drawings,RMD Section 02511 and Detail 5-432. Include: .1 Excavation to grade and disposal of surplus mate rials. .2 Supply and installation of hydrant,blocking, anchor tee or flanged branch connection and resilient seal gate valve and box and including any hydrant extensions and/or valve box and rod extensions as shown on the Contract Drawings. .3 Supply and installation of filler piece WM pipe regardless of length. .4 Supply and installation of mechanical restrainers. .5 Cathodic protection as per S-436. .6 Backfill with select native materials and compaction. Note: 1 Place and cathodically protect tracer wire to proposed watermain. ITEM NO.3.04.03-TEMPORARY FLUSHING HYDRANT Reference: Contract Drawings and RMD Section 02511 Include: .1 Excavation to grade and disposal of surplus materials. .2 Supply of temporary hydrant meeting requirements of RMD Section 02511,2.12 ' except for storz pump nozzle and inner workings of hydrant. .3 Complete installation of piping,hydrant,blocking,tie rods as per S-409 and removal upon completion. , .4 Supply and installation of all other materials as required. .5 Backfill with select native material and compaction. Note: 1 Contract allows for installation of temporary flushing hydrants on sidestreet ' connections and at limits of watermain installation on Concession Street and Elgin Street where directed. , .2 Hydrant shall remain the property of the Contractor. ITEM NO.3.04.05-REMOVE EXISTING HYDRANT c/w CONCRETE PLUGS ' Include: .1 Excavation .2 Removal and separation of valve and piping,cleaning,salvaging and transporting , existing hydrant and appurtenances complete to the Orono depot. .3 Removal and disposal off site of existing secondary valve box. .4 Supply and placement of 20 MPa concrete plug in the ends of the existing watermain that is to be abandoned in place. The minimum length of concrete plug shall be 300 mm. .5 Backfill with select native material and compaction. SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO. CL2002-34 15. ITEM NO.3.05.01 - 19 nun MAIN STOP Reference: Details-414 Include: .1 Supply and installation complete with saddle union adapter,connectors etc. ' .2 Connection to new service pipe. ITEM NO.3.05.06- 19 nun CURB STOP AND BOX Reference: S-414 Include: 1 Supply and installation complete .2 Supply of stainless steel rod with brass pin. ITEM NO.3.05.11 - 19 mm DIA.COPPER PIPE Reference: Detail S-414 Include: .1 Cathodic Protection as per 5-414 ' Note: .1 Water services shall be connected to existing services at street line on all streets. ITEM NO.3.06.01 - 19 mm TEST POINT ' Reference: RMD Detail S-429 Note: 1 Supply and installation of all corporation main stops,valves,backflow preventers,copper tubing,fittings,etc. .2 Removal of all main stops upon completion of testing and flushing. ' .3 Supply and installation of a brass plug in locations where main stops were removed. .4 Backfill with select native materials and compaction. SPECIAL PROVISIONS —TENDER ITEMS CONTRACT NO.CL2002-34 16. SECTION 8—GENERAL ITEMS ITEM NO.8.01.01 -SUPPLY AND MAINTAIN FIELD OFFICE Under this Item the Contractor shall supply and maintain a field office for the sole use of the Contract Administrator as described in Clause 16 of the Special Provisions—General. Payment shall be made at 50% on the first payment certificate and the 50%balance will be paid when the Contract is substantially performed. ' ITEM NO.8.02.01-BONDS,INSURANCE AND MAINTENANCE SECURITY ' Reference: RMDSS,Section 01001 Include: .1 100%Performance and Guaranteed Maintenance Bond for 24 months. .2 100%Labour and Materials Payment Bond. .3 Liability Insurance based on the Contract Price. ' .4 Cost of Maintenance Security. Note: Payment of this Item shall be made upon receipt of applicable documentation. ITEM NO.8.03.01 -MOBILIZATION AND DEMOBILIZATION Reference: RMDSS, Section 01001 The contract price stated in the Tender Form for this item shall be compensation for the following: ' .1 Security protection of the Contractor's office,plant and sorted materials during the course of the contract. ' .2 Moving onto the site and setting up the Contractor's office, storage facilities, plant,etc. .3 Providing all necessary access to the project including haul roads as required and ' the restoration of the surfaces to their original condition after the haul roads are removed. .4 Moving off the site and removal of the Contractor's office,storage facilities, ' plant,etc. Payment will be made as follows: 50% of the lump sum stated in the Tender Form for this Item will be paid on the first payment certificate;and, the 50%balance will be paid on the issuance of the Certificate of Substantial Performance. SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO. CL2002-34 17. ' ITEM NO.8.03.04—TRAFFIC CONTROL Refer to Special Provisions—General, Clause 14,for Traffic Control and Construction Staging. These requirements are to be strictly adhered to. Reference: OPSS 543 and OTM Book 7,March 2001 The Contractor's traffic control plan shall include details of the Contractor's proposed traffic control measures and any proposed staging. It shall include both a narrative description of the Contractor's ' proposed construction methods and a neat,dimensioned drawing showing typical layout of traffic control measures and how the Contractor intends to maintain one lane of traffic,in both directions,at all times. The traffic control plan shall consider the movement of both vehicular and pedestrian traffic and the impacts on abutting properties and businesses. The plan shall ensure that properties with more than one entrance shall have one entrance maintained at all times. The traffic control plan shall be subject to the approval of the Contract Administrator and the Owner. Include: 1 Submission of a detailed traffic control plan and/or detour plan related to the specified stages of construction no later than one week prior to the commencement of construction activities and material deliveries. This plan shall be subject to the approval of the Municipality of Clarington,the Contract Administrator and the Region of Durham's Traffic Operations Division. No extra payment will be made for changes to the Contractor's proposed traffic control scheme. ' .2 Co-ordination and communication with abutting property owners to minimize impacts on use of and access to of these properties. .3 All costs related to traffic control for roadway work operations as per the Ontario Traffic Manual (OTM)Book 7,Revised March 2001,which are to be strictly adhered to. Payment will be made as follows: - 50% of the lump sum stated in the Tender Form for this Item will be paid upon placement of traffic control scheme. the 50%balance will be paid on the issuance of the Completion Payment Certificate. ' Note: The Contractor is to maintain traffic on Bloor Street as noted in Clause 14 of the Special Provisions—General. Any rutting,potholes or other significant surface deterioration shall be remedied immediately upon the request of the Contract Administraor. SPECIAL PROVISIONS—TENDER ITEMS CONTRACT NO.CL2002-34 18. , TECHNICAL MANUAL , INSPECTION OF TRAFFIC CONTROL SYSTEMS Background I ' The Constructor should have assessed the volume and speed of traffic and met or exceeded the M.T.O. signing requirements. The M.T.O. standards are minimum requirements and where conditions are less than optimal,signing must be increased appropriately. Based on the hazard,Sections 24-27 of the Regulations, and Sections 13(1)(c)and 14(2)(g)of the Act,the Constructor should have decided upon appropriate traffic control measures. ' Giddelines for Insplection Purposes 1. A worker directing traffic by signs shall not be used unless(s)he has received verbal and written instructions in a language(s)he can read and understand-Regulations Section 25;is wearing a vest , which is reflective fluorescent and coloured blaze orange or red-Regulations Section 26;and is equipped with an appropriate sign-Regulations Section 27. 2. A worker directing traffic by signs shall not be used in a situation where there is more than one lane ' of traffic in each direction,and in any circumstance shall not be required to direct more than one lane of traffic-Act Section 13(1)(c)and 14(2)(g). 3. A worker directing traffic by signs shall not be used where the posted traffic speed is more than 60 km/h unless approaching traffic has a clear view of the worker directing traffic by signs,there is a , maximum of one lane of traffic in each direction, signing meets or exceeds M.T.O. standards,and there are workers on the public way-Act Section 13(1)(c)and 14(2)(g). 4. A worker directing traffic by signs may be used where the posted traffic speed is 60 km/h or less, r there is a maximum of one lane of traffic in each direction,and signing meets or exceeds M.T.O. standards. Use of Worker DirectinLy Traffic by Signs ' 2 Lanes or 2 Lanes or More Than Reduced to 2, Reduced to 2, 2 Lanes, ' Posted Speed Posted Speed Any Posted 60 km/h or Less >60 km/h Seed Workers on Public Way YES YES NO ' Construction Vehicles YES NO (1) NO (1) Crossing Roadway ' Construction Vehicles YES NO (1) NO (2) Entering Roadway NOTES: (1) TRAFFIC CONTROL PERSON MAY DIRECT CONSTRUCTION TRAFFIC ONLY (2) TRAFFIC CONTROL PERSON MAY DIRECT 1 LANE ONLY,IF POSTED SPEED IS 60 km/h OR LESS , i 1 0 0 D n m m ' � 0 �� c N m N O N " O 8 ° N + � Z I I o 0 O a Wm2 I "' 8 o O D r T O EXIST. HYDRO POLE TO ' 1 c�N un -0 BE RELOCATED (BY OTHERS) N y f 1 rn LIMIT OF GRADING I I I \ C/) — rh pz 300 rrm"0— WATERMAIN '► `A ?> D PROP. SAL] �� 62m —� m 0 o H GP _ - g D _ X cn Z D ; : : :(n : _- :::::::::::r;:.:::.•' ' 625 a -Z 1-_ _- 0+.6 2.392 C7 — - Z r —a --------nl- R _� `` — ac�TREE4--- c�— �Cl O _ LIMIT OF GRADING 45 TAPER ^ BELL PED MARKE m g p N _ - EHC 0+721.682 _ _ D O ' w cr PRESTONVALE ROAD _ SAW CUT EXISTING ASPHALT \ � � I 0+803.907 PRESTONVALE R D \ 0+698.939 BLOOR STREET \ 1 � \ r r 1 1 i CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2002-34 r r STANDARD DRAWINGS PAGE ONE STANDARD DRAWINGS CONTRACT NO. CL2002-34 1 STANDARD NO. DESCRIPTION OPSD- 216.010 BOULEVARD TREATMENTS - URBAN SECTION 310.050 Mod. SIDEWALK DRIVEWAY ENTRANCE DETAILS 350.010 URBAN INDUSTRIAL, COMMERCIAL AND APARTMENT ENTRANCES 351.010 URBAN RESIDENTIAL ENTRANCE 400.020 CAST IRON SQUARE FRAME WITH SQUARE FLAT GRATE 401.010 MAINTENANCE HOLE COVER 405.20 MAINTENANCE HOLE STEPS 600.010 CONCRETE BARRIER CURB WITH WIDE GUTTER 608.010 METHOD OF TERMINATION 610.010 CATCH BASIN FRAME WITH GRATE INSTALLATION AT CURB AND GUTTER 704.010 MAINTENANCE HOLE AND CATCHBASIN PRECAST ADJUSTMENT UNITS 705.010 Mod. 600 mm x 600 mm PRECAST CONCRETE CATCHBASIN ' 705.020 Mod. 600 x 1450 mm PRECAST CONCRETE TWIN INLET CATCHBASIN 708.01 CATCHBASIN CONNECTION 708.020 SUPPORT FOR PIPE AT CATCHBASIN OR MAINTENANCE HOLE 802.010 FLEXIBLE PIPE EMBEDMENT AND BACKFILL i802.031 RIGID PIPE BEDDING, COVER AND BACKFILL- TYPE 3 SOIL 2112.01 ELECTRICAL HANDHOLE PRECAST CONCRETE WITH COVER i 1 1 1 STANDARD DRAWINGS CONTRACT NO. CL2002-34 2 STANDARD NO. DESCRIPTION S _ 101 1200 mm DIA. PRECAST MANHOLE 107 DROP STRUCTURES FOR MANHOLES 108 MANHOLE SAFETY GRATING FOR PRECAST CONCRETE MANHOLES ill MANHOLE STEPS 112 ADJUSTING RIM OF EXISTING PRECAST CONCRETE MANHOLE 113 TYPICAL BENCHING DETAILS 117 ROUND MANHOLE FRAME AND COVER ' 301 SANITARY SEWER HOUSE CONNECTION 302 SANITARY SEWER RISER CONNECTIONS FOR RESIDENTIAL DEVELOPMENT 401 SANITARY, STORM AND WATER (MAIN AND SERVICE) TRENCH BEDDING DETAIL 407 SUPPORTS FOR WATERMAINS AND SEWERS CROSSING TRENCH 1 408 100 mm to 400 mm DIA. GATE VALVE AND VALVE BOX 414 19 mm and 25 mm COPPER WATER SERVICE 422 DEFLECTION OF WATERMAIN UNDER SEWER 423 TRACER WIRE ARRANGEMENT AT HYDRANTS FOR WATERMAIN PIPE 425 TRACER WIRE AT VALVE BOX FOR P.V.C. 429 19 mm TEST POINT BY-PASS 430 RESTRAINED JOINT DETAIL FOR P.V.C. PIPE 431 JOINT RESTRAINING LENGTH FOR P.V.C. PIPE 432 HYDRANT ASSEMBLY WITH MECHANICALLY RESTRAINED JOINTS 433 THRUST BLOCKING FOR P.V.C. WATERMAINS 435 CATHODIC PROTECTION FOR TRACER WIRES ON P.V.C. 436 CATHODIC PROTECTION FOR HYDRANT ASSEMBLY 438 CATHODIC PROTECTION FOR VALVES AND FITTINGS 441 CATHODIC PROTECTION FOR EXISTING FERROUS WATERMAIN CONNECTED TO PROPOSED NON-FERROUS WATERMAIN 712 ELECTRICAL HANDWELL i STANDARD DRAWINGS CONTRACT NO. CL2002-34 3 STANDARD NO. DESCRIPTION rN-101 1200mm PRECAST CONCRETE MANHOLE N-103 1500mm PRECAST CONCRETE MANHOLE N-124 ROUND MANHOLE FRAME AND CLOSED COVER N-201 600mm x 600mm PRECAST CATCH BASIN N-202 TWIN INLET PRECAST CATCH BASIN N-206 1200mm PRECAST CONCRETE CATCH BASIR MANHOLE rN-301 SEWER TRENCH BEDDING FOR CONCRETE PIPE N-308 P.V.C. CATCHBASIN CONNECTION N-418 PERFORATED PLASTIC SUBDRAINS N-420 SURFACE PAVEMENT JOINT TREATMENT N-501 STANDARD CURB AND GUTTER N-502 CURB AND GUTTER DETAIL AT CATCHBASIN N-504 STANDARD SIDEWALK N-505 SIDEWALK RAMP AT INTERSECTION N-636 STREET SIGN LOCATION N-702 CURB RETURN RADII FOR INTERSECTING COLLECTOR AND LOCAL ROADS N-704 CURB RETURN RADII FOR INTERSECTING COLLECTOR ROADS N-718 DRIVEWAY APPROACH FOR RESIDENTIAL DRIVEWAYS 1 CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2002-34 ■ 1 1 1 BREAKDOWN SHEET CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2002-34 ■ i GEOTECHNICAL INVESTIGATION (Borehole Logs) PROJECT: 021$006 RECORD OF BOREHOLE 1 SHEET 1 OF 1 LOCATION: See Figure 2 BORING DATE: January 30,2002 DATUM: GEODETIC SAMPLER HAMMER,63.5kg;DROP,760mm PENETRATION TEST HAMMER,63.5kg;DROP,760mm 0 SOIL PROFILE SAMPLES DYNAMIC PENETRATION 1 HYDRAULIC CONDUCTIVITY, w 0 Z RESISTANCE,BLOWS/0.3m l k,cMs T Z y = \ 1 _ INSTALLATION 8 ru O ¢ 20 40 60 80 10' 10' 10' 10' Z AND IL w w o a F GROUNDWATER �w 0 DESCRIPTION a ELEV. m a w SHEAR STRENGTH nat V. + 0-0 WATER CONTENT PERCENT 5o 17 OBSERVATIONS o ¢ ~Q DEPTH 3 J Cu,kPa rem V.® U-O W Q Om ¢ (mJ Z m w Wp i A i WI 20 40 60 80 10 20 30 40 D PAVEMENT SURFACE 122.20 ,SURFACE TREATMENT 0.03 Compact dark brown sand,some gravel, 122 trace silt,trace asphalt fragments 1 I50 27 O MH (ROAD GRANULARS) 121.34 1 Compact to very dense brown SILTY 0.86 so 1 t O SAND,trace to some day,trace gravel, 2 DO cobbles and boulders(TILL) 121 3 DO 39 2 120 g s E4 SO D 48 O 3 5 DO 50 119 0 4 118 — so 521 117.50 6 DO 3 O 1 END OF BOREHOLE 4.70 Borehole open and dry upon completion of 6 drilling,January 30, 2002 6 7 A e a z a a 0 m 9 H O Z O J IZ IL IL 10 m s Go � LOGGED: JSJ m DEPTH SCALE S 1:50 Associate$ CHECKED: �Z. PROJECT: 021-8006 RECORD OF BOREHOLE Z SHEET 1 OF 1 LOCATION: See Figure 2 BORING DATE: January 30,2002 DATUM: GEODETIC ' SAMPLER HAMMER,63.5kg;DROP,760mm PENETRATION TEST HAMMER,63.5kg;DROP,760mm O SOIL PROFILE SAMPLES DYNAMIC PENETRATION l HYDRAULIC CONDUCTIVITY, T w = Z RESISTANCE,BLOWS/0.3m l k,cm/s I Z INSTALLATION p w Cj O 0 20 40 60 80 \ 10' 10'6 10' 10' 11 0 y AND ' CO¢ 2 0. w w a a w GROUNDWATER Z DESCRIPTION F ELEV. a J SHEAR STRENGTH net V. -F O-• WATER CONTENT PERCENT pQ~ OBSERVATIONS a. a DEPTH w Cu,kPa rem V.® U-O W 7J Lu ¢O Wp'r 8 1WI a m N (ml Z 20 40 60 80 10 20 30 40 ' 0 PAVEMENT SURFACE 12120 0.03 Sand Compact brown sand,some gravel, 1A 121 O trace sift(ROAD GRANULARS) Bentonite Seal 50 120.65 DO 13 Compact dark brown sandy sift,trace 0.55 O \aravel(FILL) 0.69 Loose to very dense brown SILTY 1 SAND,trace gravel,trace day,cobbles 2 DO 10 O and boulders(TILL) 120 ' 50 3 DO 60 BackBll 8 2 ' � A 119 a 4 DO 50 O MH 3 5 50 521 O DO .15 118 Sand 117.32 4 Very dense brown SILTY SAND,trace 3.88 gravel 117 50 S0/ ns.as s DO .15 O END OF BOREHOLE 4.72 Groundwater 8 encountered in ' S borehole at a depth of 3.1 m during drilling Groundwater level measured in open ' borehole at a depth 4.6 m upon completion of of drilling,January 30, 2002 s Groundwater level measured in standpipe at a depth of 2.0 m, February 21,2002 7 g e CL Z a a 0 a 9 a 10 AIM h m N O m DEPTH SCALE h..1 LOGGED: JSJJ p 1:50 CHECKED:L/(i- J PROJECT: 021-8006 RECORD OF BOREHOLE 3 SHEET 1 OF 1 LOCATION: See Figure 2 BORING DATE: January 30,2002 DATUM: GEODETIC SAMPLER HAMMER,63.5kg;DROP,760mm PENETRATION TEST HAMMER,63.5kg;DROP,760mm SOIL PROFILE SAMPLES DYNAMIC PENETRATION 1 HYDRAULIC CONDUCTIVITY, T O RESISTANCE,BLOWS/0.3m l\ k,cm/s I a = Z LL INSTALLATION rn r N W r O ,E 20 40 60 80 10` 10' 10, 1V' N AND _¢ a ELEV. W W o Q F W GROUNDWATER a i DESCRIPTION F a J SHEAR STRENGTH net V. + O-• WATER CONTENT PERCENT o~ OBSERVATIONS W tt a DEPTH n 3 Cu,kPa rem V.6) U-O a m° Q (m) z o W wp I 6W i W1 a w m 20 40 60 80 10 20 30 40 e PAVEMENT SURFACE 120.00 \SURFACE TREATMENT 0.02 Compact dark brown sand,trace sift (ROAD GRANULAR) 1 Iso t5 O MH 119.31 Compact to very dense brown SANDY 0.69 SILT,trace to some day,trace gravel t (TILL) 2 I50 14 119 3 DO 66 O 2 118 0 4 DO 74 O r 3 117 5 50 56/ O DO .06 4 116 115.30 6 DO� O END OF BOREHOLE 4.70 Groundwater first encountered in 5 borehole at a depth of 3.7 m during drilling Borehole open and dry upon completion of drilling,January 30, 2002 6 7 n 6 H _Z Q F- a 0 m 9 H O t, Z 4 I Q a. a � 101 m m DEPTH SCALE LOGGED: JSJ 0 1:� @=Zes CHECKED: 72-. PROJECT: 021-8006 RECORD OF BOREHOLE 4 SHEET 1 OF 1 LOCATION: See Figure 2 BORING DATE: January 30,2002 DATUM: GEODETIC ' SAMPLER HAMMER,63.5kg;DROP,760mm PENETRATION TEST HAMMER,63.5kg;DROP,760mm O SOIL PROFILE SAMPLES DYNAMIC PENETRATION l HYDRAULIC CONDUCTIVITY, T w O Z RESISTANCE,BLOWS/0.3m l\ k,cMa f z INSTALLATION x 11 ' U w Ci O 20 40 60 80 10, 101 1o' 1o' ZO W AND rn Q 2 a w w < F-w GROUNDWATER H ELEV. m a SHEAR STRENGTH nat V. + 0-• WATER CONTENT PERCENT r' w O DESCRIPTION a w O OBSERVATIONS CL 2 Z ~ DEPTH j W Cu,kPa rem V.® U-O W a 9 W eg (m) z WP'r 8 i WI M N 20 40 60 80 10 20 30 40 o PAVEMENT SURFACE 119.60 0.01 1A 0 Compact brown gravelly sand,trace silt 119.29 1B so 27 0 (ROAD 0.31 DO Compact brown sandy sift,trace gravel, 10 ' trace clay FILL 118.99 119 Loose dark brown to black SANDY SILT, 0.61 some organics,some day 1 2 DO 5 ' 718.23 Stiff brown CLAYEY SILT,zone of silty 7.37 sand 118 3 D50 12 0 MH 2 117.47 2 � Dense to very dense brown SILTY 2.13 13 SAND,trace gravel,trace day(TILL) 8 4 DO 34 117 0 3 5 5o 521 0 DO .15 ' 116 4 115 6 DO 84 5 114.57 END OF BOREHOLE 5.03 Groundwater first encountered in borehole at a depth of t 1.52 m during drilling Groundwater level s measured in open borehole at a depth of 0.9 m upon completion of drilling,January 30, 2002 7 ' H e Zz t ~ 0 Ch 9 f t7 O Q O t7 (7 10 N O ' m DEPTH SCALE LOGGED: JSJ 0 1:50 1 CHECKED: jZ- PROJECT: 021-8006 RECORD OF BOREHOLE S SHEET 1 OF 1 LOCATION: See Figure 2 BORING DATE: January 30,2002 DATUM: GEODETIC SAMPLER HAMMER,63.5kg;DROP,760mm PENETRATION TEST HAMMER,63.5kg;DROP,760mm 11 SOIL PROFILE SAMPLES DYNAMIC PENETRATION HYDRAULIC CONDUCTIVITY, w O z RESISTANCE,BLOWS10.3m k,cm/s Z INSTALLATION = 111 Q ru O ¢ 20 40 60 80 10' 10'6 10' t0° z F" N w AND ¢ O w GROUNDWATER Z DESCRIPTION a ELEV. m a w SHEAR STRENGTH net V. + O-• WATER CONTENT PERCENT b OBSERVATIONS CL f ¢ Q DEPTH j w Cu,kPa rem V.® U-O W o O (m) z WP 1--v-i WI m U) 20 40 60 80 10 20 30 40 o PAVEMENT SURFACE 120.00 t A O Compact brown sand,fragments,trace grav I5 26 GRANUL ARS) 16 Firm brown CLAYEY SILT,zones sand,trace gravel 2 DSO 8 119 Very dense to dense brown SILTY 1.37 SAND,trace day,trace gravel(TILL) 3 50 51 O MH 2 118 4 DO 72 O f 3 117 5 DO 43 O 4 116 6 50 50/ O 115.17 DO .10 END OF BOREHOLE 4.63 Groundwater first 5 encountered in borehole at a depth of 3.05 m during drilling Borehole open and dry upon completion of drilling,January 30, 2002 8 7 8 1- a z a a 0 g 9 O 2 S i Q O a. 10 b� m DEPTH SCALE ^l LOGGED: JSJ S 1:50 (FASSOL'� es CHECKED:l PROJECT: 021-8006 RECORD OF BOREHOLE B SHEET 1 OF 1 LOCATION: See Figure 2 BORING DATE: January 30,2002 DATUM: GEODETIC ' SAMPLER HAMMER,63.5kg;DROP,760mm PENETRATION TEST HAMMER,63.5kg;DROP,760mm o SOIL PROFILE SAMPLES DYNAMIC PENETRATION HYDRAULIC CONDUCTIVITY, W O RESISTANCE,BLOWS/0.3m k,cm/a p 2 Z INSTALLATION U w O 20 40 60 80 10° 70° 10' to a0 m AND I y Q o. ELEV. W W > I_F GROUNDWATER Z DESCRIPTION 0. a J SHEAR STRENGTH net V. + O-• WATER CONTENT PERCENT o OBSERVATIONS w f ¢ < DEPTH W Cu,kPa rem V.® U-O W 1 9W WI O O ¢ (m) Z p. m N 20 40 60 80 10 20 30 40 0 PAVEMENT SURFACE 120.40 ,SURFACE TREATMENT 0.03 1A O Compact brown gravelly sand(ROAD 0.18 N 78 Do 12 120 Compact to dense brown SANDY SILT, ' trace gravel,trace day(TILL) 1 2 OO 42 O 119.03 ' Very dense brown SILTY SAND,trace 1.37 119 Gay,trace gravel,cobbles and boulders so 5a (TILL) 3 DO .13 O z ' ! 3 a° Si 4 50 15 Do .ts 118 ' 3 5 50 53/ O DO .15 117 116.51 4 Very dense brown SANDY SILT,some 3.89 sift,trace gravel 116 6 50 521 • 175.52 DO .15 5 END OF BOREHOLE 4.88 Borehole open and dry upon completion of drilling,January 30, 2002 a 7 I � e 5 z I 0 9 H 9 o! 0 0 ' a 10 m s ' m DEPTH SCALE /�ol LOGGED: JSJ i (VASS()�Mm ATVJ 1.50 CHECKED: 2 I) PROJECT: 021.8006 RECORD OF BOREHOLE 7 SHEET 1 OF 1 LOCATION: See Figure 2 BORING DATE: January 30,2002 DATUM: GEODETIC SAMPLER HAMMER,63.5kg;DROP,760mm PENETRATION TEST HAMMER,63.5kg;DROP,760mm D SOIL PROFILE SAMPLES DYNAMIC PENETRATION l HYDRAULIC CONDUCTIVITY, T w O Z RESISTANCE,BLOWS10.3m l\ k,cm/s I Z INSTALLATION U 2 O 0 20 40 60 so 101 101 10' t0' 1 zrj AND U) a w GROUNDWATER Z DESCRIPTION Q ELEV. f a W SHEAR STRENGTH nat V. + 0-0 WATER CONTENT PERCENT $ OBSERVATIONS oO D`PTH i w Cu.kPa rem V.® U-O WP h 9W -i WI Q m m FA 20 40 60 80 10 20 30 40 PAVEMENT SURFACE 116.10 ° TREATMENT 0.011A 116 Compact dark brown sand,some sift o.20 tra ravel(ROAD RAN LAR 50 Bentonite Seal Compact brown sandy silt trace gravel, 1 B DO 16 trace organics FILL 115.49 Loose to very dense dark brown SANDY 0.61 SILT,trace gravel 1 2 DO 6 O 115 3 50 50/ DO .15 BadcBlt 2 114 8 4 50 56 O MH 3 113 5 50 100 O Sand 4 112.05 Very dense brown SAND,some silt, 4.06 112 trace gravel 61 0 94 DO 5 111.07 END OF BOREHOLE 5.03 Borehole open and dry upon completion of dulling,January 30, 2002 Standpipe dry,February 8 21,2002 7 8 2 cr Q Q O s s 0 0 i 10 m DEPTH SCALE �1 LOGGED: JSJ J 1:50 ASSOC�C'�#eS CHECKED: !2 PRdiECT 9e1 805 RECORD OF BOREHOLE } SHEET 4 0( 1 ' ...... ' = LOCATION SEE IGUHE2 BORING DA1 N 9 1998 DATUM Geodetic J 0 N SAMPLEK.HA MER 63;5kg DROP 760{nrri PENBTRATf NTBST AMMEA,635kg QROF 7SOmm 0 SOIL PROFILE SAMPLES DYNAMIC PENETRATION \ HYDRAULIC CONDUCTIVITY, T W = E RESISTANCE,BLOWS/0.3m \ k,cm/s I z z PIEZOMETER N ' x r a ~ OR f W a ELEV. ° STANDPIPE Z DESCRIPTION SHEAR STRENGTH nt V- F O-• WATER CONTENT,PERCENT p m INSTALLATIO N N W ¢ Ir DEPTH z O Cu ,kPa rem V-® U-0 WP W 1 WI <g m N (m) m 10 20 30 40 Ground Surface I 126.08 Surface Treatment(25 mm) 11 GRANULAR FILL 125.78 M. o'er Dark brown SANDY SILT,some organics 125.38 1 AS - O ' Compact to very dense light brown 0.70 1 to grey SILTY SAND,some gravel, 2 po 20 trace clay,cobbles and boulders (TILL) ne ' 3 DO 62 O 2 1 4 DO 84 °rn w a o 3 w v DO .OB N a A 0 ' E E 4 ' 50 50/ 0 DO .08 ' S ZVI XA ' 8 116.91 DO 08 .17 Borehole dry and END OF BOREHOLE 6 open upon completion of ' dolling, Nov.9/88 7 ' 8 ' a 0 0 N 0 9 2 F Q O 10 I DEPTH SCALE LOGGED: JSJ 0 1 to 50 Golder Associates CHECKED: ' N I PROJECT say 8052 RECORD Of BOREHOLE 2 SHEEP i QF� m LOCATION SEE FIGURE 2 BORfNG DATE Noes 1s9a> f3ATi3M GBOdeUG N SAMPLER HAMM€R 6S 5kg DRPP 7Gt)tnm PENETRATION TEST HA1VlMR:63 Sit DROP,�S41mm Z of. O SOIL PROFILE SAMPLES DYNAMIC PENETRATION i HYDRAULIC CONDUCTIVITY. J = RESISTANCE,BLOWS/0.3m a z PIEZOMETER ~ E \ Z OR a1¢ (L kD w w Q F STANDPIPE H z DESCRIPTION < f. SHEAR STRENGTH nat V. t Q-0 WATER CONTENT,PERCENT 0 of INSTALLATION a ¢ O O Cu,kPa rem V-® U-0 yyp W (r m ¢ Z m 10 20 30 4 0 U) Ground Surface 127.15 ° Surface Treatment(25 mm) 1A AS - GRANULAR FILL 14 126.e2 Dark brown to black SANDY SILT, X 0.33 trace gravel,some organics 1B AS - MO 126.39 Dense to very dense light brown 0.76 1 SILTY SAND,some gravel,trace 2 Do 40 O clay,cobbles and boulders(TILL) 3 50 74 O DO 2 4 50 50/ O DO .15 w a' 3 < m W 123.95 5A 50 50/ o N Very dense light brown to grey 3'20 513 DO .15 a o SANDY SILT,trace to some gravel, E some clay,cobbles and boulders E (TILL) 4 8 So 50/ O DO .15 5 8 50 So/ Borehole dry and 120.90 7 DO .15 END OF BOREHOLE 6.25 completion of drilling, NOV.9/98 7 e iA N O O N O a LC 6 F- a z ° 10 DEPTH SCALE LOGGED: JSJ 0 1 to 50 Golder Associates CHECKED/Old N PR t cT sg sns2 RECOR© F BOREHOLE 3 sHEET {3F1 ' = LOCATION SEEftG1JRE2 BOR(NGDATE Nov 9 1998 DATUM Gebdetic � r m SAMPLER HAi:1MER,63.5kg DR©P,78Urnm PENETRATION TEST F3AMMER 63�kg gFiOF 7Sprrtt[I Z .,: .. 0 SOIL PROFILE SAMPLES DYNAMIC PENETRATION \ HYDRAULIC CONDUCTIVITY, J O E RESISTANCE,BLOWS 103m \ k'cm/s I z z PIEZOMETER 0¢ t O ¢ co Orj OR aa_ ELEV. m W Q t=W STANDPIPE JTJ r ' a z DESCRIPTION g 3 SHEAR STRENGTH nat V- + O•• WATER CONTENT,PERCENT 0 m INSTALLATION W ¢ �¢ DEPTH i O Cu,kPa rem V-® U-0 Wp�}W y/I ¢g m W (m) m 10 20 30 40 0 Ground Surface 127.70 r ' Surface Treatment 25 mm GRANULAR FILL 127.37 Dark brown SANDY SILT,trace 0.33 organics 1 AS O 126.79 2A O r ' 1 Compact to very dense light brown 0'91 2B DO 22 O SILTY SAND,trace clay,some gravel,sand seams,cobbles and boulders(TILL) 3 DO se M 2 4 DO .15 50 50/ O r wE r3 S D DO .30.30 O uJ a A i E r 4 N ' 6 50 50/ r DO .15 5 122.37 Very dense grey SANDY SILT, 5.33 trace to some gravel,some clay,cobbles and boulders ' (TILL) 8 121.45 7 DO AS Borehole dry and END OF BOREHOLE 6.25 open upon completion of ' drilling, Nov.9/98 ' 3 a 0 0 vi 0 9 z 7 Z H 10 DEPTH SCALE LOGGED: JSJ 0 N 1 to 50 Golder Associates CHECKED:IV14 ' PzE�T sa1$d5z RECORD;OF BOREHOLE � SHEET�qF 1 m LOCATION :SEEfIGURE2 BORING DPTE Nov 9 199$ SAT �1 ':(i8Qd0 0 N $A:NIPLER HA1dMEA fi3 5kg DROP,76dmm PENETRATION TEST. comes fi35kg'.DROP 760 mm .. m DYNAMIC PENETRATION HYDRAULIC Z ° SOIL PROFILE SAMPLES � H UUC T U w _ F E RESISTANCE,BLOWS/0.3m \ k cm/s I z z PIEZOMETER rn m g O n O Cn OR ii ELEV. W w Q i_w STANDPIPE H Z DESCRIPTION 4 m SHEAR STRENGTH nat V• + 0-0 WATER CONTENT,PERCENT °~ INSTALLATION ¢ DEPTH O Cu,kPa rem V• U•O cop w w Q WI ° m N a g (m) m 10 20 30 40 0 Ground Surface 1 126:45 surface Treatment(25 mm) GRANULAR FILL 126.09 Dark brown SANDY SILT,trace 0.36 clay,trace organics 127.74 1 AS - O 0.71 so Very dense light brown SILTY 2 Do .lo O .10 1 SAND,trace clay,trace to some gravel,cobbles and boulders (TILL) 3 50 so O DO 2 126.39 Very dense light brown SANDY 2.06 SILT,some clay,trace to some 50 so/ O gravel,sand seams,cobbles 4 DO .10 a and boulders(TILL) ?a w 3 < 2 w s so so/ O MH v 3 DO .15 r!J a A a E N 4 5 s0 50/ O DO .15 5 122.45 s Very dense light brown GRAVELLY 600 p SO/Do ls SAND,some silt °•,0 7 50 .15 M END OF BOREHOLE 6.25 7 Groundwater level In open borehole at EI.122.4 m at a depth of 6.1.1 m Ycompletion of drilling, Nov.9/96 s a P O N c 9 c n Z_ Q r 4 � 10 DEPTH SCALE LOGGED: JSJ 0 1 to 50 Golder Associates CHECKED N PROJECT 9s,so5z RECORD OF BOREHOLE : ' m LOCATION S.EEPIGUfiE� BORING DA3E NoV 9 ,998 DATUM* Geodetic 0 . SAMPLER HAMMER 635kg PROP,7&6mtn P.ENETR4TEON 7EST:HAMMER 63 5icg DROP 7&t)mm 1 Z .. . : ° SOIL PROFILE SAMPLES DYNAMIC PENETRATION \ HYDRAULIC CONDUCTIVITY, T J O RESISTANCE,BLOWS/0.3m l k,cm/s I Q Z PIEZOMETER Uw r Q E \ Z� OR Cc M a m _ ELEV. m W m F STANDPIPE ' F Z DESCRIPTION F ' 3 SHEAR STRENGTH nat V- + Q-* WATER CONTENT,PERCENT 0 of INSTALLATION W ¢ ¢ DEPTH Z O Cu,kPa rem V-® U•O yyp�_0 W yyl <g ° m (m) m 10 20 30 40 Ground Surface 128.48 ' 7 ° Surface Treatment 25 mm GRANULAR FILL 12e.o6 Compact dark brown SILTY SAND, 0.40 trace gravel,trace organics 1 As - ' 1 2 DO 18 O 127.11 Very dense brown SANDY SILT, 1'37 ' some clay,trace to some gravel, 3 50 50/ O cobbles and boulders(FILL) DO .09 2 m W 3 = o w v 4 DO 15 O a 3 O u1 a a 6 ' E 4 ' 123.98 Very dense light brown SILTY 4.50 so so/ SAND 5 00 .15 O 123.48 5 5.00 ' Very dense grey SANDY SILT,some clay,trace to some gravel, cobbles and boulders(TILL) 6 122.23 6 50 50/ DO .15 END OF BOREHOLE 6.25 7 Groundwater level ' in open borehole at El.123.9 m or at a depth of 4.6 m upon completion of drilling, Nov.9/98 ' e N O N 0 9 n F z a ° 10 DEPTH SCALE LOGGED: JSJ 0 1 to 50 Golder Associates CHECKED: ' N PROJEOT s81 so52 RECORD OF BOREHOLE G sHE(tr aF1 _ xx LOCATION SEE FIGllAE 2 BORfNG ATE Nov:s 1698: DATUYd1 Geodetic Co N SAiutPLER HAMfutER,5 ;5kg DROP 78Qmtn PENETRATION TEST HAIvTtuFER.63 5kg .DRIP 7SflYritrt 0 O SOIL PROFILE SAMPLES DYNAMIC PENETRATION i HYDRAULIC mONDUCTIVIIY, T J = RESISTANCE,BLOWS/0.3m \ I ¢Z PIEZOMETER y Z F OR tOn¢ a ELEV. w m o W STANDPIPE ~ Z DESCRIPTION F CO 3 SHEAR STRENGTH net v- + O-• WATER CONTENT,PERCENT a ed INSTALLATION Q- ¢ a¢ DEPTH Z O Cu,kPa rem v•® u-O yvp O m (m) m 10 20 30 40 Ground Surface 128.25 ° Surface Treatment(25 mm) GRANULAR FILL 127.87 0.38 Brown SILTY SAND,trace organics 1 As . O 127.49 Compact to very dense light brown 0.76 50 0 SILTY SAND,trace to some gravel, 2 DO 22 trace clay,cobbles and boulders(TILL) 3 50 75 O DO 2 126.15 Very dense brown to grey SANDY 2.10 SILT,some clay,trace to some 4 00 15 O gravel,cobbles and boulders m (TILL) a w a' 0 E 3 ¢ w 5 50 50/ O w a DO .15 3 $ O m IL A 'o E E N 4 so 50/ O DO .10 5 6 122.05 50 50/ O Borehole d ry and END OF BOREHOLE 6'20 DO 10 open upon completion of drilling, Nov.9/98 7 8 m r n m 0 0 N '^ 9 m D a z a 10 DEPTH SCALE LOGGED: JSJ 0 0 1 to 50 Golder Associates CHECKED: ,J. ... . ........ ........ ... PH W ACT.:1 .:;:.;: ::::.;;::;:..:.;:.;::::.; .... SEET Axie2a<a92:::::''>;»:>. ..:::.:.: . C7AAtME:';{iEGD�t1C . . .:. ..... ....... T'>=NE7WlT11. EST 1iAMM t33 >L?HQP: BOtrxn. ............: ...... :..:..::...::..:::..:..:::.: __ ER..:.. ,..:.::..... .:... .. O SOIL PROFILE SAMPLES DYNAMIC PENETRATION HYDRAULIC CONDUCTIVITY, j O RESISTANCE,KOWS/0.3m k c"V9 I <i PtEZOMETER ` O ki¢ p a OR ' 01 IL 2 IL W w E STANDPIPE DESCRIPTION < SHEARSTRENCTH rr�v- + 0-0 WATER CONTENT, INSTALLATION o '' i o co.lP. nmv-® u-o wp�0 �� S m m m 10 20 30 40 10 20 30 40 ' PAVEMENT SURFACE 127.90 ° IqURFACF TREATMENT 0.02 GRANULAR 127.30 1 AE O Black TOPSO11 127.15 2 AS O Loose reddish brown fine to 0.45 ' medium SAND,some silt,trace organics 1 3 )0o s 126.23 ' Very dense light brown SILTY 1'37 SAND,trace clay,some gravel, W cobbles and bouldera(TILL) 'o 4 00 e1 O W ' 2 W c 5 so 83 u O ' rA 1z2.90 3 very dense light brown SILTY 290 SAND,some gravel s 50 55/ O 00 155 ' 123.94 Very dense grey SILTY SAND,trace 3'06 day,some ravel,cobbles 6 boulders a�Ly Groundwater enoourrterod ' during drilling 124.55 m, or at a depth of 3.05 m, June 23,1992 7 DSO 125 O ' S 122.57 END OF BOREHOLE 5.03 m��'°f completion d drilling e ' 7 � s 8 ' N Z `i 10 O 5 5 PERCENT At(IAL STRAIN AT FAILURE 1 ' DEPTH SCALE LOGGED: MDW 1 to 50 Golder Associates CHECKED: -<*�f BOREHOLE LOCATION PLAN FIGURE 1 Prestonvale Road, Courtice ON ~~ S1{ Penfound V'5 "A 1' -� Os .5 5 1 tti� vi, 11: �•� i 1 5 ' •. t,S t; t ©2000 Microsoft cor .and/or its suppliers.An ricjhts reserved. ,x Reference: Microsoft Streets and Trips 2001 N.T.S. Date February 2002 Drawn sa Project 021-8006 Golder Associates Checked D BH8 G , ' BH 1 BM am ' W BH3 EADa��E� I ' PRoj E BH2 Ix i ' a BHt Z 0 w CE S EEt B�aOa BH1 I BH2 ' BI-13 BH4 1 ' BI-15 ' BH6 1 ' BH7 LEGEND E N BOREHOLE LOCATION IN PLAN BY GOLDER ' ASSOCIATES LTD 2002 - BOREHOLE LOCATION IN PLAN BY GOLDER ' N ASSOCIATES LTD 1998 BOREHOLE LOCATION IN PLAN BY GOLDER ' ASSOCIATES LTD 1992 m ' m N V O O m I g SCALE 1:600 rrtLE N z _ _ DEW FE8/2002 BOREHOLE LOCATION PLAN o � _ Prestonvale Road, Courtice ON Whi ri tby, Ontoo CADD sa/PH w FILE No. CHECK ' o PRWECr No. 021-8006 Rte' REVIEW ' 021-8006 Figure Z 0 1 CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' CONTRACT NO. CL2002-34 1 1 OPS GENERAL CONDITIONS OF CONTRACT ' (September 1999) The OPS General Conditions have not been reproduced as part ' of these Contract Documents. ' It will be the Contractor's responsibility to obtain current copies of these documents. 1 1 DWG. No. DESCRIPTION GNT GENERAL NOTES PROJECT: PRESTONVALE ROAD RM-1 REMOVALS - PRESTONVALE ROAD, STA 0+103.125 TO STA 0+625 RM-2 REMOVALS - PRESTONVALE ROAD, STA 0+625 TO STA 1+175 RM-3 REMOVALS - PRESTONVALE ROAD, STA 1+175 TO STA 1+415.336 P-1 PRESTONVALE ROAD - STA 0+075 TO STA 0+350 PROJECT N 01261 P-2 PRESTONVALE ROAD - STA 0+350 TO STA 0+625 P-3 PRESTONVALE ROAD - STA 0+625 TO STA 0+900 P-4 PRESTONVALE ROAD - STA 0+900 TO STA 1+175 P-5 PRESTONVALE ROAD - STA 1+175 TO STA 1+415.336 P-6 BLOOR STREET - STA 0+676.174 TO STA 0+825.108 CONTRACT N CL2002=34 C-02-SW-1 PRESTONVALE ROAD- SANITARY SEWER AND WATERMAIN FROM 127m SOUTH OF SOUTH SIDE OF' AXFORD CRES. TO 51m OF SOUTHFIELD AVE. C-02-SW-2 PRESTONVALE ROAD- SANITARY SEWER AND WATERMAIN FROM 51m OF SOUTHFIELD AVE. TO 46m NORTH OF NORTH MUNICIPALITY O CLARINGTON SIDE BATHGATE CRES. C-02-SW-3 PRESTONVALE ROAD- SANITARY SEWER AND WATERMAIN FROM 179m SOUTH OF BLOOR ST. TO 96m NORTH OF BLOOR ST. C-02-SW-4 PRESTONVALE ROAD- SANITARY SEWER AND WATERMAIN FROM 96m NORTH OF BLOOR ST. TO 23.5m SOUTH OF MEADOWGLADE ROAD. C-02-SW-5 PRESTONVALE ROAD- SANITARY SEWER AND WATERMAIN FROM 23.5m SOUTH OF MEADOWGLADE ROAD TO 43m SOUTH OF GLENABBEY ROAD. C-02-SW-6 BLOOR STREET - SANITARY SDWER AND WATERMAIN FROM PRESTONVALE ROAD TO 126 m EAST OF PRESTONVALE SAM /�SSOCl/�TES TX-1 TYPICAL SECTIONS AND GUTTER GRADE DETAILS _ PM-1 PAVEMENT MARKINGS PM-2 PAVEMENT MARKINGS PM-3 PAVEMENT MARKINGS 110 Scotia Court T 905.686.6402 Unit41 F905.432.7877 CX-1 CROSS SECTIONS - STA. 0+103.126 TO STA. 0+200 CX-2 CROSS SECTIONS - STA. 0+220 TO STA. 0+366.024 Whitby,ON srmassociates.org L1N 8Y7 CX-3 CROSS SECTIONS - STA. 0+380 TO STA: 0+540 CX-4 CROSS SECTIONS - STA. 0+560 TO STA. 0+720 CX-5 CROSS SECTIONS - STA. 0+740 TO STA. 0+900 CX-6 CROSS SECTIONS - STA. 0+920 TO STA. 1+080 CX-7 CROSS SECTIONS - STA. 1+088.527 TO STA. 1+181.283 CX-8 CROSS SECTIONS - STA. 1+198.469 TO STA. 1+340 CX-9 CROSS SECTIONS - STA. 1+460 TO STA. 1+415.336 CX-10 BLOOR STREET CROSS SECTIONS - STA. 0+720 TO 0+825.108 ISSUED FOR CONSTRUCTION ocT{ � .0 zao� RR"I-AM 211.288E F .M201 .M GENERAL NOTES 1. MEASUREMENTS 5. ROADS A) ALL MEASUREMENTS IN METRES, PIPE SIZES IN MILLIMETRES, UNLESS OTHERWISE SPECIFIED. A) ROAD AS PER MUNICIPALITY STANDARD DRAWINGS N-418, N-420 DESIGN N-501, N-502, N-504, N-505, N-636, N-702, N-704, N-718. B) EQUIVALENT METRIC UNITS SHALL BE USED FOR ALL STANDARD DRAWINGS, AS APPROVED BY THE MUNICIPALITIES CONCERNED. B) CURB AND GUTTER ON PRESTONVALE ROAD TO BE FULL STAGE CURB AND GUTTER AS PER MUNICIPALITY STANDARD DRAWING N-501. CURB AND GUTTER FOR CURB RETURNS AT BLOOR STREET TO BE WADE CURB AND GUTTER AS PER OPSD 600.010. 2. SANITARY SEWERS C) FOR TYPICAL SECTIONS REFER TO DRAWING No. TX-1. A) PIPE 450mm DIAMETER AND SMALLER SHALL BE POLYVINYL CHLORIDE PIPE(P.V.C.) CONFORMING TO C.S.A. SPECIFICATION B182.2 AND 8182.4; A.S.T.M. D 3034, F 679, F 794 AND F 949. D) THE BOULEVARD GRADE VARIES, REFER TO DETAILED CROSS SECTIONS 525mm DIAMETER AND LARGER SHALL BE STEEL REINFORCED CONCRETE PIPE CONFORMING TO C.S.A. SPECIFICATION A 257.2-M 1982 OR LATEST REVISION THEREOF UNLESS OTHERWISE NOTED. B) MANHOLES AS PER STANDARD DRAWINGS S-101, S-107, S-108, S-111, S-112 AND S-117. PRESTONVALE BLOOR C) BENCHING AS PER STANDARD DRAWING S-113. ROAD STREET 10m PAVEMENT 10m PAVEMENT D) BEDDING AS PER STANDARD DRAWING 5-401, CLASS 'P' FOR P.V.C. PIPES AND PLASTIC SERVICE COURSE MATERIAL THICKNESS THICKNESS CONNECTIONS AND S-401, CLASS "B' FOR CONCRETE PIPES. E CONNECTIONS 100mm DIAMETER P.V.C. SDR-28 AS PER STANDARD DRAWINGS S-301, S-302 AND/OR AS SHOWN ASPHALT SURFACE COURSE HL 3 40mm 40mm N ON THE DRAWINGS. CONNECTIONS SHALL EXTEND 1.5m BEYOND STREET LINE. GRANULAR 150 mm BASE COURSE HL a Bomm - GRAR BASE GRANULAR'A' 150mm 150mm F) INSPECTION ALL MAINLINE SANITARY SEWERS ARE TO BE INSPECTED BY VIDEO CAMERA PRIOR TO INITIAL GRANULAR sue-BASE GRANULAR "B- 450mm 600mm MAINTENANCE. TERM AS PER REGIONAL'C' AND 'D' SCHEDULE. 3. STORM SEWERS A) PIPE POLYVINYL CHLORIDE (P.V.C.) PIPE SHALL CONFORM TO THE REQUIREMENT OF C.S.A. SPECIFICATION 8182.2 AND 8182.4; A.S.T.M. D 3034, F 679, F 794 AND F 949; UNI-B-5, B-6 AND B-9. BENCHMARK STEEL REINFORCED CONCRETE PIPE SHALL CONFORM TO CAN/C.S.A.-A257.2 AND NON-REINFORCED CONCRETE PIPE SHALL CONFORM TO CAN/C.S.A.-A257.1, (LATEST AMENDMENT), CLASS AS SHOWN ON THE DRAWINGS. JOINTS AND GASKETS SHALL BE ACCORDING TO CAN/CSA-A257.3. City of Oshawa _ B) MANHOLES AS PER MUNICIPALITY STANDARD DRAWINGS N-101, N-103, N-124, N-206 AND OPSD BM. No. 165 (ccooenc-ieeo)BENCHMARK LOCATION ELEV.129.041m STANDARD DRAWINGS 401.010, 404.020, 405.020 (SOLID RECTANGULAR ALUMINUM STEPS, TYPE 'A'). LOCATED ON THE NORTHWEST CORNER OF THE INTERSECTION OF BLOOR C) BENCHING AS PER OPSD 701.021.. STREET EAST AND TOWNLINE ROAD, CUT CROSS ON THE NORTHWEST CORNER OF STEEL LID OF PUC MANHOLE IN SIDEWALK. D) BEDDING AS PER MUNICIPALITY STANDARD DRAWING N-301, CLASS 'B' AND/OR AS INDICATED ON THE DRAWINGS. ` POST 1978 SOUTHERN ONTARIO ADJUSTMENT. E) CATCHBASINS AS PER MUNICIPALITY STANDARD DRAWINGS N-201, N-202 AND OPSD 400.020, OPSD 705.010, AND OPSD 705.020 . LEADS SHALL BE AS PER MUNICIPALITY STANDARD DRAWING N-308, 200mm DIAMETER FOR SINGLE AND 250mm DIAMETER FOR DOUBLE, OR AS SHOWN ON THE DRAWINGS F) SUBDRAINS 100mm DIAMETER, SHALL RUN CONTINUOUS ON BOTH 51DES OF ROAD AND CONNECT TO BOTH SIDES OF ALL CATCHBASINS AS PER MUNICIPALITY STANDARD N-418. LEGEND •MH 13-25 SANITARY MANHOLE ® TELEPHONE PEDESTAL 4. WATERMAINS 0 STORM MANHOLE CABLE TELEVISION PEDESTAL A) PIPE 300mnn DIAMETER AND SMALLER SHALL BE POLYVINYL CHLORIDE PIPE (P.V.C.) CONFORMING TO A.W.W.A � C900-89 AND C.S.A. CAN3. B 137.3-M86. A MINIMUM CLASS 150 PIPE SHALL BE USED. VALVE do BOX :: STOP do STREET NAME SIGN B) VALVES WATERMAIN 300mm DIAMETER AND SMALLER AS PER STANDARD DRAWINGS S-408, S-425. C) BEDDING AS PER STANDARD DRAWING S-401, CLASS 'P' FOR P.V.C. PIPES AND S-401, CLASS '8" ANCHOR TEE, VALVE & HYDRANT STREET SIGN FOR CONCRETE PRESSURE PIPE. APPROVED APPROVED OFBMH CATCHBASIN MANHOLE ---- --- ---- 0.9m POST do WIRE FENCE o,t• Publie Works Department P.Eng. D) CONNECTIONS 19mm DIAMETER AS PER STANDARD DRAWING S-414 AND/OR AS SHOWN ON THE Muni ality of Clartn ton Department of Works DRAWINGS. CONNECTIONS SHALL EXTEND 0.15m BEYOND STREET LINE BEDDING AS PER 5-401. Muniro AS ro rasa iu nrASCe was Region Of Durham CATCHBASIN ----X-X --- 1.5m CHAIN LINK FENCE ou.Ps x s•"�aaaLLin"5°co"aa'LYnwc Date E) HYDRANTS AS PER STANDARD DRAWING S-432. ALL HYDRANTS INSTALLED UNDER THIS CONTRACT ARE TO BE Euaur&es•s ro bescR ups srEancAnoea PURCHASED BY THE CONTRACTOR FROM THE SUPPLIER AT THE CONTRACTOR'S EXPENSE. ALL HYDRANTS R E V I S 1 0 N S TO BE INSTALLED WITH ANCHOR TEE do VALVE, AND STORZ PUMPER CONNECTION. to DOUBLE CATCHBASIN ---xxx---xxx--- 1.Bm CHAIN LINK FENCE No. DESCRIPTION DATE BY APPROVED F) CATHODIC AS PER STANDARD DRAWINGS S-414. S-423, S-425, S-435, S-436, S-438, AND S-441. PROTECTION aoce DITCH INLET CATCHBASIN ------Ox------ WOODEN PRIVACY FENCE G) DEFLECTION AS PER STANDARD DRAWINGS S-422, S-431, S-432, AND S-433. (BEND) AND OR AS SPECIFIED ON DRAWINGS. RESTRAINED JOINTS AS PER STANDARD DRAWING S-430. DRYCS REAR YARD CATCHBASIN NOISE BARRIER FENCE THRUST BLOCKING � THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON TRACER WIRE ANODE LOCATION DEAD END BARRICADE Public Works Deportment H) UPON COMPLETION OF WATERMAIN INSTALLATION AND PRIOR TO INITIAL ACCEPTANCE PRESTONVALE ROAD BY THE REGION, WATERMAINS ARE TO BE SWABBED, FLUSHED, TESTED AND CHLORINATED. CL2oo2-3a 1) INSTALL TEMPORARY(NEW) HYDRANT WITH ANCHOR TEE do VALVE AT ALL STUBS WHICH CAN BE � CONCRETE HEADWALL IM COMMUNITY MAILBOX RELOCATED WHEN THE WATERMAIN IS TO BE EXTENDED. GENERAL NOTES J) INSTALL FLUSHING HYDRANT WHERE REQUIRED FOR SWABBING PURPOSES, AND/OR AS SHOWN ON THE DRAWINGS EXISTING DITCH OR SWALE 0"' EXISTING BELL HYDRO OR -LIGHT POLE m PAD MOUNTED TRANSFORMER ------—------ EXISTING UNDERGROUND BELL, GAS OR HYDRO v°rass,oN�r �ZM OMSOCIOTE3 ,e fso • STREET LIGHT 0' EXISTING BOREHOLE LOCATION tr e tt n"smuw, remrsum a EXISTING VEGETATION (DECIDUOUS "o� 1%a 9 ""m s6 0 /CONIFEROUS) NCC OF o" } g AL _ML AL WET AREAS DATE: JANUARY, 2002 DRAWN BY: R.A.W PRlNo. F i ISSUED FOR CONSTRUCTION DESIGNED BY: R.A.W. DRAv\ r \,j LV V t 1 SCALE: NOT TO SCALE CHECKED BY: NOTES: 1. THE CONTRACTOR SHALL REMOVE AND SALVAGE EXISTING TRAFFIC, STREET AND 911 SIGNS AND DELIVER THEM TO �kI CLARINGTON WORKS DEPARTMENT YARD, FOR RE-ERECTION ———————— p I a I I I I I I I BY CLARINGTON FOLLOWING COMPLETION OF THE WORK. • 2. REFER TO GENERAL NOTES IF APPLICABLE. . EXISTING STOP SIGNS ON PRESTONVALE ROAD TO BE S. LIMIT OF CONTRACT — 3 I I I I I I f KEPT IN USE AT ALL TIMES DURING CONSTRUCTION. STA. 0+103.125 ———————— I I I I RELOCATION TO PERMANENT LOCATIONS AS PER DRAWING Pi TO Pi S. LIMIT OF URBAN SECTION ________ ° AXFORD II CRESC T STY. SAW CUT EXIST. ASPHALT, STA. 0+133.125 REMOVE POST dG � °�_�-�,� EN ;.7059 PROVIDE LAM JOINT AS WIRE FENCE REMOVE PER N-420 (TYPICAL)SST TREES (STA. 0+103.125 - -REMOVE AND-DISPOSE X ° I 30m TAPER TO STA. 0+275 E ASPHALT x,rtE rwx oou,., , eoa. sTU°P ii : -�.x . `ryc fwcE •�C- ' ®sre/m� 16N5� Om. a rte. �i �i� im• >i N�� p sriuvP �/m• , i , RELOCATE EXIST.a°°a,°Ra, . - m. - _ -__- __------ -- . - �-• Obi, ,R«,5 �— ---------- 1 • 0 REMOVE EXIST. 5 L-J `�wc i BLOCKS a 0 aO RELOCATE EXIST. �"""• FARM FlEID VA T FIELD REMOVE E IST RELOCATE EXIST. RELOCATE EXIST I BELL PED. B.C. CEDAR RA FENCE O�EX/ST� MAIL BOX HYDRO POLE B.O. RELOCATE EXIST. REMOVE EXIST. oa t ( ) HYDRO POLE (B.O.) SHRUBS do TREES WIRE OFENCE T EL A EIS . 1 rR PROP. SOUTH COURTICE T S A 3 5 42 BELL PED. ( . J m1 .i REMOVE EXIST. 5TY.9R. COMMUNITY PARK TE BE CAB L 60ULDERS O T AY 3 0 T 0+350) ( . .) i U A 1 PRESTONVALE ROAD L��j CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF ALL EXIST.__ ————— BE GIVEN REQU RED ADV NCE NOTICE PRIOR TO ANY EDIGG NG,O 139 _— 296 295 BIlUCf� 2P 4_ BLOCK 293 o FOR STAKE OUT. THE CONSULTANT ASSUMES NO RESPONSIBILITY FOR THE ACCURACY OF THE LOCATION OF EXISTING UTIU11ES — g AS INDICATED ON THIS DRAWING. W .954 PR TOJNVA RO ____——— ATH AT CR S EN ——————— + APPROVED I W629.692 SWIHFlELD AVE. Q APPROVED _ Data REL ,TE X T. 1 _ m° I _ —— Director Of Public Works P. Eng. } REMOVE POST & °`—' °�.`_'°°°°°° Munic, alit of Clarin ton O 911 SIGN T OP. 140 f'�� P Y 9 Department Of Works � p I '^g APIP VED AS TO i IN RELIANCE UPON 0 CURBU RF_I nf`s I REMOVE EXIST. Via` SRIU AND Mi Region Of Durham g i REMOVE EXIST. WIRE FENCE QVE�ISL)T- _ TE EXIST- _�� OF G.M.SERNAS 4 ASSOCIATES.CONSULTING Date: x (STA. 0+428 TO ` ` 600mm CSP N ON NEERS,AS 0 DEIGN AND SPEC FlCATON. V7 SIGN b e EES (TYP.) _ _ a HYDRO POLE (B�OJ ,.q,,,,,P, 1 ° V+582 _ -- - N-- / N Mxc mKE I m! °�"• ea Boo-... w1s am E nus Tom /aaa mr r� t No. DESCRIPTION I S DATE BY APPROVED yps Si ON REMOVE EXIST ° v . a.. .. _ y �_ *r =q1 / I // / 1 ^�T"e rt/ �"�—Rr ' — E+ —� _---- Z AS PER AppENDUM No 1 AUG/a] R.AW 3001 CSP - _ a ----- --- -- - - — °° THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON a REMOVE EXIST. __ _— Public Works Department RELOCATE EXIST HYDR REMOVE AND DISPOSE RELOCATE EXIST. PRESTONVALE ROAD GUY POLE (B.O.) EXIST. ASPHALT GUY POLE do CL2002-34 RELOCATE EXIST SIGN (B.O.) RELOCATE BELL CABLE OUT OF ROADWAY W W MAIL BOX I REMOVE EXIST.J2� w I (STA. 0+555f TO STA. REMOVALS 900x300mm CSP ' 0+594f) (B.C.) I FROM STA 0+103.125 TO STA 0+625 PROP. SOU COURTICE I m COMMUNITY ARK ; a i i vPafESSION4r e.SZM/��30CI�TE� RELOCATE BELL CAB OUT OF ROADWAY �I (�T�, 04350-TO STA.- - .B. noomolaan TIEIEMfiet G+460t) (B.O.) a .mow uxm ' NCF of aH Z PRESTONVALE ROAD ISSUED FOR CONSTRUCTION DATE: JULY,2002 DRAWN BY O.K. PROJECT No. 01261 VERi 1 : 500 DESIGNED BY R.A.W. : DRAMANG No. . SCALE: HORIZ.1 500 8 CHECKED BY: D.B.G. R M—1 �H 2002 eef CU IO NOTES, O o A . BLOCK 300 pNi 0 Q 1. THE CONTRACTOR SHALL REMOVE AND SALVAGE EXISTING O rn 00 TRAFFIC, STREET AND 911 SIGNS AND DELIVER THEM TO z RELOCATE EXIST. I n > $ CLARINGTON WORKS DEPARTMENT YARD, FOR RE–ERECTION HYDRO POLE (B.O.) 1 I > C 0) BY CLARINGTON FOLLOWING COMPLETION OF THE WORK. RELOCATE EXIST. REMOVE EXIST. TREES + 2° REMOVE SHRUBS ALONG FARM FIELD CAN POLE (B.O.) ; m (TYPICAL) ° 2. REFER TO GENERAL NOTES IF APPLICABLE. OLD PROPERTY LINE REMOVE EXIST. SHRUBS REMOVE EXIST. REMOVE EXIST. RELOCATE EXIST. 1 3. EXISTING STOP SIGNS ON PRESTONVALE ROAD TO BE HYDRO, BELL FENCE POSTS BARB WIRE FENCE TO PROPERTY LINE I KEPT IN USE AT ALL TIMES DURING CONSTRUCTION. �i 1 'a GUY POLE (B.O.) RELOCATION TO PERMANENT LOCATIONS AS PER DRAWING 'p _ PM-1 TO PM-3. RELOCATE EXIST. STOP SIGN �rR_, --_, REMOVE AND DISPOSE � 1 , "'� auk EXIST. ASPHALT srw s 4r REMOVE EXIST. - �- __ — j 300mm CSP -�_ °—_== —iL—'---------- --------------�,oP.s,a _ _— _-- -- RELOCATE BELL PED. (B.O.) ^� RELOCATE EXIST. EEU PcP°"""r s STOP SIGN a RELOCATE EXIST. HYDRO, RELOCATE EXIST. BELL POLES (B.O.) RELOCATE BELL CABLE HYDRO POLE do A•, c RELOCATE EXIST. 1 �I rn OUT OF ROADWAY GUY POLE(8.0.) HYDRO POLE (B.O.) G7 W z o l (STA. 0+625 TO STA. 7 / 0+665f) (B.O.) 7 PR T VALE R D Q � 1 / FARM FIELD 0+698.939 SLOOR STREET 1 N V O ~ 1 � N II1 I PRESTONVALE ROADo to I I m I I1 l�l 11 ` 1 N ' `-- 1 o Tn k 11 CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF ALL EXIST. z U/G & OVERHEAD UTILITIES. VARIOUS UTILITIES CONCERNED TO n , BE GIVEN REQUIRED ADVANCE NOTICE PRIOR TO ANY DIGGING, ( FOR STAKE OUT. THE CONSULTANT ASSUMES NO RESPONSIBILITY FOR THE ACCURACY OF THE LOCATION OF EXISTING UTILITIES Z AS INDICATED ON THIS DRAWING. I $ i 0 SAW CUT EXIST. ASPHALT v0i APPROVED APPROVED °o PROVIDE LAP JOINT AS Dot. 0 I PER N-420 I + Director Of Public Works P Eng Obi 1 STY.BR. � Municipality of Clarington I + I No.2158 MPROVED AS TO FORM IN RELIANCE UPON Department Of Works THE PROFESSIONAL SKILL AND ARLITY Region Of Durham VACANT nELD ELEMENTARY SCHOOL SITE I 6 G.M.SERNAS @ ASSOCIATES.CONSULTING I I 1 STY.BR. I ENGINEERS,AS TO DESIGN AND SPECIFICATION. Date: • UNDER CONSTRUCTION N.2118 REMOVE EXIST. RELOCATE EXIST. HYDRO, I wEASE I REVISION S REMOVE EXIST. TREES REMOVE EXIST. SHRUBS I 350mm CSP BELL & TV POLES (B.OJ I I No. DESCRIPTION DATE BY APPROVED (TYPICAL) TO PROPERTY LINE REMOVE AND DISPOSE RELOCATE EXIST. I ag^; As PER ADDENDUM Na.1 AUG/02 R.A.W EXIST. ASPHALT I REMOVE EXIST. MAIL BOXES n 1 CONC. BLOCKS � filj /7nnET. MELL —_—sRrngs srE<ues ^ slauas m• eao,m • __!p-- —1 E%.150 mm PVC NM.—— — —_---_-----'— — — — _ Z --- — THE CORPORATION OF THE MUNICIPAUTY OF CLARINGTON z Public Works Department " PRESTONVALE ROAD -- 9+R . L°, ERAUBE Av RP 4 O CL2002-34 REMOVE EXIST. \, REMOVALS BRICK EDGING T i ��3yy1 IA" —T RELOCATE EXIST. HYDRO,-----/ PROPERTY LINE L1q --- REMO EXIST. RELOCATE EXIST.BELL do TV POLES (B.O.) 1` FROM STA 0+625 TO STA 1+175 REMOVE EXI T. �`� CSP MAIL BOX 150mm PVC No.2125 I CULVERT I VAILLANCWRT NEI. MOVE EXIST.7 1 sTY.BR. 0mm CSP 1/2 sTr.PR. Qa 1 sTY.FIT.VACANT nELD @MOVE EXIST. PATIO j B. Wmrom 706AisM112 Y < STpNES, SALVAGE AND Na.2153 " r9sa¢m I PROVIDE TO HOMEOWNER ' NozDRYF1 cT5 +, $b e`° uim� ""`°1 - 1 � NOE ar 084' e PRESTONVALE ROAD DATE: AUGUST,2002 DRAWN BY: O.K. PROJECT No, 8 ISSUED FOR CONSTRUO ION 0126, SCALE VERT 1 500 DESIGNED BY: R.A.W. DRAVANG No. - : . HORIZ. 1 500 CHEMQC T .B. 2 8 NOTES: Q 1. THE CONTRACTOR SHALL REMOVE AND SALVAGE EXISTING TRAFFIC, STREET AND 911 SIGNS AND DELIVER THEM TO O a-ARINGTON WORKS DEPARTMENT YARD, FOR RE-EREC11ON BY CLARINGTON FOLLOWING COMPLETION OF THE WORK. 2. REFER TO GENERAL NOTES IF APPLICABLE. s 3. EXISTING STOP SIGNS ON PRESTONVALE ROAD TO BE KEPT IN USE AT ALL TIMES DURING CONSTRUCTION. ° 11 RELOCATION TO PERMANENT LOCATIONS AS PER DRAWING 0 0 1 I I C'1 I I I I PM-1 TO PM-3. 10 ii + UNDER CONSTRUCTION D It C ` ` T v 1 1 �I TI 1+19 9 PREST V �R 1 I I 1 STY.FR, I III II ^ III I O 11 r 0+000. MEADO ROAD 1 'I{ I{ I ✓ZU 225,8 I 1 I III V/ C4 1 II FII I D 1 1 11 1 I'III I 'a r 1 i 1 R I T. EES RELOCATE EXIST. HYDRO, II �, I I I I I I I13 I IT1 EMOVE EX S I _ — 111 I I Z TYp{ AL BELL P S (B.O.) RELOCATE EXIST. I 1 1 ( ) I (MAIL BOXES B.O. 0 I I RELO�ATE EXIST. HYDRO.111 ( ) I i? I aaf ROOmm E IST BELL IPOLES (B p.) I Q v oIl a —— _ _ _ REMOVE AND DISPOSE D o "" -Se—I — _—————— ——————— — ——— — ow ooh. I BAISIN AND REMOVE DITCH INLET CATCH LE D I' I� It I`i >T s sw o I 2%P zoo mm Pvc wu, M R.E M " 00nui C ems,. Y 200 m 1 STY.BARN \fr/ / ••-PA rtNa J Raw t l J,=' _.. �_EA,JOO m �^Ply AM. / 1 : 9i / F®Rili 'Iw J_.I:-.I� .I _I-'fl`x aoM Inow3 'f vvvR m SAN MH 34-O] I + 4.84 \ I' TmRODUw mnfFla .I. 'I I 'I` '1 O*noLxfa p EX.J00 mm 51M. mm SAN. I rAnfL I -- i i i RELOCATE EXIST. HYDRA REMOVE AND DISPOSE REMOVE EXIST. _, BELL POLES (B.OEXIST. ASPHALT BOULDER REMOVE EXIST..) T°E Re RELOCATE EXIST. T 91 I 400mm CSP REMOVE AND DISPOSE MAIL BOXES I EXIST. CONCRETE SIDEWALK vncANT FIELD I SAW CUT EXIST. ASPHALT +45e. R T RO N LIMIT OF CONTRACT LAP JOINT AS PER N-420 2+T42.S70 GLENABBEY ROAD Sl�t. 1+415.336 SAW CUT EXIST. CURB & GUTTER, REMOVE FROM EXIST. I SOUTH LIMIT TO STA. 1+415.336 { OPEN nELD PRESTONVALE ROAD CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF ALL EXIST. U/G & OVERHEAD UTILITIES. VARIOUS UTILITIES CONCERNED TO BE GIVEN REQUIRED ADVANCE NOTICE PRIOR TO ANY DIGGING, FOR STAKE OUT. THE CONSULTANT ASSUMES NO RESPONSIBILITY FOR THE ACCURACY OF THE LOCATION OF EXISTING UTILITIES AS INDICATED ON THIS DRAWING. APPROVED APPROVED Daly Director Of Public Works P. Eng. Municipolity of IoNngton Department Of Works APPROVED AS TO FORM IN RELIANCE UPON THE PROFESSIONAL SKILL AND ABILITY Region Of Durham OF G.M.SERNAS#ASSOCIATES,CONSULTING Date: ENGINEERS.AS TO DESIGN AND SPECIFICATION. R E V I S I O N S No. DESCRIPTION DATE BY APPROVED T AS PER ADDENDUM N.1 AUG,/O2 R.A. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON Public Works Department PRESTONVALE ROAD REMOVALS FROM STA 1+175 TO STA 1+415.336 tyw �w W I'.— n TamAe— ;f ft ll F05,13 MR I 0*,aR .e-o. . 1. o, y Men MCE eF a� G DATE: JULY,2002 DRAWN BY: O.K. PROJECT No. ISSUED FOR .CONSTRUCTION 0,261 SCALE VERT 1 ; 50p DESIGNED BY: R.A.W. DRAWING No. HORIZ. 1 : 500 CHECKED BY: D.B.G. RM-3 OCT 1 0 700 ., �'. IIIII y7 O 0 �2:is;:.i..-1:,-QR•1:[MY.7'i%M! _8 0 Y- ,,� iPi�s7:1fYE' MAN Norio • • .1 _` AT ' I, ,I BOULEVARD 13E COOI ]. ' LIMIT SUBECT TO ' _ , -glig MH INNIffififfil FOR THE ACCURACY OF THE LOCATION . AS INDICATED ON THIS DRAWING. 116 ■■■■e■■■■■■■■■■■■■■■■■■i■e■■■■■e■■■■e■■■■■■■■■■■■■■■■■����■■■■■■■■ -=�: £���11■■q�����3Q�L iF���� 1q��������H■s���3��:gd�������������r�11��®�u711 .-=v„ ■■■■ ■■■■ . ■■■■■■■■■■■■■■■■■■■■■■■■■■■e■■■ �.■■■■■■■■■e■■■■■■■■■■■ ■■■■■■■■ � : ■■■■■■e■■■■■■■■�1■■■■■■■11■■ee■■■C '■■■■■■■■■■�Oi ��ii �i�1■■ID■■■■i■■■■■■ �,;:;,;, :1I1;Ill . • • ° 1201 °g�iuuniiii m1u nir :9 ■■■■■■■■■CIE ■■■ 1■■■�■■�■■ �� ■■■■■■■■�. •! � l�■■■■/■%■■� JO■e■■■■■■■ APPROVED APPROVED 118 rington Deportmerit Of Works AppRovE0 As To IN RaJANCE UPON ■■■ ��■■■■■v ■■■■■■ �■■■■i� .■■■■e■■■■■■■■■■■■■■■■a■■■e■� � �=_..ee■■ ■■■■ �i■�E ■�■■��®%■■■■■■■■■■■■■■■�■'%■/JD■■ /! ■'i■■■■■■■■■■■■■ ®ice ,. e■■■ee■S�e���a■■■�■■■■■■■■■■■■e■■■■■ergo■■�����■■■■■■■■■■e■■■■■■■■■ � .CC ■■■■ ■r_■■� r�:■■■■■■■■e■■■■■■■■■■■■■■■ ®�■■■■■■■■■■■■■■■■■■■■■■ ,: ee■■e - a■■■■■■■■e■■■■■e■■■ee■ens-.�■■ee■■■■■■■s■■■ee■ee■■■e THE CORPORATION OF THE MUNICIPAILITY OF CLARINGTON • Public . • .. . . ■■■■r►■■e■ ■■■■■■■■■■■■■■■■■■■■■■■■.■■■■■■■■■■■■s■■■■■■■■■■■■■■■ CL2002 34 110 Om . � .. . OF .. BEDDING CLASS -B- :�.. � BEDDING CLASS -B-: 15 Mimi s. ]. SCALE HORIZ.1 : 5 . . . : Y• 1 Q• 1 1 1 . .• . 1 1 1 .1 , .• . ,tip o • � k—%i 1 r - 1 - 1' 1 •fir u :. .-- - — ,' ���� Y ti �, , i1l.l•O�i J.11i:JL11.TY1Y111N11' 'L+."i-w/►ft�3'l�Jlil �_ �� �=- ----"-•-•--°. . d_ -� - ;.::-•- i Syr---- j®i6 .-- ^J. . ^;•_W V– –_ – - _ _ �5�'Tia=c 6;7.1 –_ a •. - ��`yR.R•� J:ie;:>) .{.7lflelel:lryll' �,;� FiT.: .+11 a:i acv r r . ..• ON ir4 "YI Vrr- ., I • • 123 123 122 A, ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■1� 1■■■■■■e■■■■■■■■e■■■■■■1� 1■■■■ . ; -a ■■■■wwwwwwwwwwiwww����wwwwwwwwwwwwwuwwwwwwwwww� I I�za�w■il'.�wwwwwwi� ;• wwwwwwwwwwwwwwwwwwwwwwwwwwwwww��wwwwwwwwwwwwwwwwr�wwwwwww��■■■■ I? '. , ■■■■wwwwwwwwwwi�wwwwl■■■e■■■lClwww� .wwwl■■■■■■■■■■®L�■■■■■■ •'■■■■ `I ! -j=y ■■■■■■er ■■I■■■■■■■■■■■■■■e■■■■ ° ■■■■s■■■■■■■■■�■■■■■■■■■■■■■■ : 120 ■■■■e■■roses■e�lerw■I■�I■��■■■■■ ■■■�rI� ■■■■■■■■■■e■ ■■■_■■■-■■■■ . . �.��—•—--��.. nuuuu- ■■■■CCCCCi���■■IIIIe���uCCC!C■■ ■■IQiQ:'■■■CC■■■ ■■■CC■■■ iiCCC■�CCC■■■■ ■e■■■■■■■eeeeel�:�eeeC■■■■■■■■111■viii■■:ii■ice■■1�■■ee■� � �e■■■=■s■■■■■ 1191 ■■■■O■■■■■■■■■1111■■' • ' /!■iiiQiill=LL�L■CCCCCCe■'�.■■ii■■i■■III'I�e■■■■■■■■■■■ APPROVED APPROVED Director■■■■■■■■■CCCC■I IIIC�■C■�■■■■■■1 I■e■CCe■■■■�==■■■■■■■I ilk■■C!�■■■�■■■■ �w..... ■■■■_- esSffi�e 5F —�����1�1 ---�.�.cc1CUUwi'lLC'� �_����'� "I - APP VIED AS TO FORM 1NitXANOE Municipality: ' • Durham 117 ■■■■tee■■■■■■■■I''III■■■■■■■■■■��lu��wwwwwwsw.�low�w��.___ .. - .- . ■■■■ ".' r. h s.� ��', ■■■■■■■■■■■■■■III le■■■■■e■■■■■■■■■■■■■■■■■■■■■■■■■■■V �■:.iii■■■■■ roe SIN® 116 IN MONNININNIN ■■■■■■■■■■■■■■w■■■■■■■■■■■■■■■■■■■■■■■■■■■■■e■■■■■■ee■■■■■■■■■■■ IN ■■■■■■■■■■■■■■ ■■■■■■■■■■e■■ee■■■e■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ CORPORATION Works Public■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ Department 114 PRESTONVALE ROAD ■■■■■■■■■■■■■ I■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ CL2002-34 1130M . . _ PROP. 1 • 0.50% CIL 65—/ STU. 0 0.50% CLASS V BEDDING (N-301) CLASS -W BEDDING (N-301) DATE FEBRUARY,2002 zfvlllzm:f�: ISSUED 0,M1 .121 ar r 1 11 .• 1111 • 11 r ` • F _ 1 / f 1 ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■Il•1 ,■■■I ■■■ l■■■■■■■■■■■■■■■■■■■ "` :7:1�",,,,,+II 11�..........II,�� p\\1'iu 11111111111111+ ee■■■e■■■■■■■■■■■■■ee■■e■■e■■e■e■■[� �ee■I■ ■■■ �■e■e■e■■■■e■■■■■■■e -,L_ ■■■■■eee■■■■ee■■■eeee■■■eee■■■e■■■ee■e■ee■■ _■■■e■■■■■■■■■■ee■e■ ��_ " =, •�. 125 125 ■e■■■e■■■■■e■eee■■■■■■■■■e■■■■■■ee■eeee■i::©■�:■�■■■e■■■■■■ e■■■■ ` � I-:� .�. ■■■e■ee■■■e■■■■■■■■■a■■■■■■■■■■■■■■ee■�■■■■�■ ee■■ee■■eeee■ e■eee �11110i11= 11111111111111111 IIIIIIIIIAIlllllp, /' ■■■■■■■■■■■■e■eee■ee■■■■■■e■�■�■ee■■■■eeee■■e■■■■e■■■■■■e■ ■■■■■ 124 01111111111111 111111111t1111111„_ ■■■■■■■■■■■■ ■■■■■ee■���■� L'riL�ll ���■e■■ ■eee■■e■■■eee■■ ee■■ �114f11111i ��' 11111111111- ■eeee■■■■■ee�r ■■■■■■■ I ®■e� ��ee■■■e �l■W■■■■■eeee���..�eli■■■■ 122 122 APPROVED 121 _ , r 11 II 1111 � ■eeee■■eee■ e■■■■■■erne■ I �e���� v ■e�■■■=:�■■■eesei �■■■e ■■■■■ee■■■■ ■1■ee■e■■t! 1 ■e■■■■■ ■►_-���e�� �Zi��'ii■■e■a�!=■i■e■elf.■ee■ ■iii■ie■■ie■��[.,.� ■'.!'1'==iii■�el�! �, ■■■■ ■■e■■■■■■■e �._- �_- . 1 ����:��i� ili■■eil�+es=■■iii■■�IIIIe■■■■��' "..� ==�.��a■■■■ O 1' ■eee __�.�■see � , .. . �m..... / _ '.►�� �$���- gym`-- • 1 �- a�'- ■■■ei■■ee■■■[i� le■ ■I I`iee■�ee_�.�eee■■■■■■e■ ■■■■ ---���� ��i■■■■■■■ 1■■■■■ee■■■■■■■■■I I ■■■■■■ee■■■■■■■■■■■■■■■ ��� ■■■■ �.���- II■■■■■■■e■ le■■■■■e■■■■et■■■I ■■■■■ee■e■■■■■■■ee■■■■■ THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON ■■■■ � + I■■■�■■■■■ �_���...�_. �:ii i■■■■eeee■■■■■■■■■■■■■■■ .. Department eee■■�.■■ ■� === ::.:■�i■■■eee■eeee■■■e■e■■■e■e■■■e■■■■■■■■■eee � = • • a. ■■■■:ee■ ■e`a■e■■■ee■■■■■■■■e■■■■■■ee■e■ee■■e■■ee■e■■■e■■e■■■■■ PR_—ESTONVALE ROAD MOM SU 0+625 TO STA 0+900 PROP 90 Or. • --.- • . •/ . PROP. . . . CLASS V BEDDING (N-301) a„ 1 BEDDING O . . i 1 � � 9:(c1:JR.T.Y.I.i:I.IR:lYfh -"f1�i�Hl�i;�FfYJ'Iq:.4k.T+7Mr..;+A.ci'f7llfiY101Wd?� �';�� � Y x. - ... _ -■ a aY _ ,er e o x...,, ,.., - ., a:8 '4aiay�X.0�,9_Y, a. ....:a'° .0 0 v. pz.°c es xsssldxuLd � 4I.RCa.:Rki.iA:'..FA1.ixXR'F.I - lAa1AxER•.1'A°.AFRiA7.A'7.Fe;. F.* S.R IikxA 'xA ASA AF.A',IM $aabe vim!& ,$i WD. -We 11 IN xf k oil■ WjjjX WON . •. ism W Ali 129 129 . .•. 3 vJ_1�\`\1111111 IIIIIIIIIII,�I' q\III1111111111111111111-�. 128 ■■■■■■■■■■■■■■■■■■■■li���l�ill■■111 9■■■■�■■■■■■■■■■■■��®�■■■■■■■■■■■■e � � 1==N,'llll 'i l'6„= sy 127 ■■■■■■■■■■■■■■■■■■■■■■ ®■■■■ ■■■■ems■■■■�■■■■■■■ � ■■■e■■■■■■■■■ �� IIIIIIIIII101111 Ilniflllllilllllli, IIIIIIIIIIIIIIIp=llllllllllllllllllllllp ■■■■■■■e■■■■■■■■■■■■■■■■■■■■.�.�■■■■���e���a����■■■�a��■■■■■■■es■■■■ 127 �IIIII, =1111IIIII,I,,, F�1 [``■n �� �Rnii%;niui :mwl!dli✓• ■■■■■■ ■■e■■■■■■■ ■■■■■■��® ���■� ■■■■■■„■■�^! ��=�.■.■■■■■■ IIIIIIIIIIII 111111111111 .•. . . r '�- 11111111111 .; �_--� I1i911■■■■������■■■■ 126 II II III � 125 ■■e■■ . ■■■■■■■■■■ I ■■ie� � ����■ _e..■■■■�le! !I �■i■■■■■■�■■■■■ APPR-OVM - APPROVED DM Publi P. Eng. 124 WPIROWD AS TO FORM IN to"ANCE MON e■■■■��■■■■■■■■■■e��■��_�.�..� �■■��■I1■■ire■■e=�i■i■■IIll■■■■e■ems ■■■■■ . .. ��....�. _ I$■■■e■■■■■■■■■ ■■■■■tie■■iii■■■■! �zT�ii■■■■■ill■�■■■����._--- � � 12 Detment Of Works ■■■■ � ��■■■MEN aii■I In.."M .MIS, ,1 i � ■oi INN ON■■■■■el I■mom■■mom■■OMEN 12 Do NONE NMI I In Ill .41�0� ■ =��Qii 1i■iir■��I I INNmommome■■! Ie■■■■■■■■■■■■■■ a.. ■■■■� aa ��i�■■■■■■■■�■■� �! :i.■■■■■�■■■��i��_■ '■■■■1i■.■■■■■■■■ 12■■■■■■II■ ■�� =viii■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ THE CORPORATION . 12 Public Works Department PRESTONVALE ROAD ! FROM STA 0+900 TO STA 1+175 ■■■■e■■■■■■■■■s■■■■■■■■■■■■■■■■ee■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■ee■e■ee■■e■■■■■■■■■■■■■■■■■e■■■■■■■■e■■■e■■es■■e■e■ee■e■e 75.Orn 75.Onn . r, 1.00 BEDDING 0 :y.. • BEDDING 0V`. -I-OR-OJECTNo. 0 01261 now Inniff ISSUE1 IN • B• i I L � lirs .r_ � • \• • h.`� `'. � !y..u[ •. .�+yy�l1[�#YOiII_#GFI[mlliJ i.' i[. r 1 NTRACTOR TO BE RESPONSIBLE FOR LOCATION OF ALL EXIST. i G & OVERHEAD UTILITIES. VARIOUS UTILITIES CONCERNED TO R41n(' ■V�Cltl',�. � u j �0 u 0 obi . vr . _ r i 7 :II3Yk� ': .i[Sf[3F7 • , • (GIVEN• • 1 1 • I- \ OUT. THE CONSULTANT ASSUMES NO RESPONSIBILITY OR THE ACCURACY OF THE LOCATION OF EXISTING UTILITIES :• kS INDICATED ON DRAWING. P■■■���I■■■■■■■■■■■■■■■■1 ' 1■■■■■■■■■■ ZONE ONE =I' r2e: S) �so[[Ir �i�•�i�i ��1�•�_ nniu mnn nninnnui ir:, .■:■■Z!■■■■■■■ �nn nnndi n unnnnun' ■■e■■■■ewe ��■e■■■■ 1�■■■■■■■■■■■1 ■���� ,, ,„,i ■■■■��ii�{I■■■■■■■■■■■S■QC■Gii■■iii■■■■■rid■i■■=i ■=■■■■ !!!�i ■■■■■■■■■■ „5,5,5, Main e■■■■■■■e■■■■■■■eeeaEe$ �eeeeeeeaeeee� ee� ■■■■■■m■"■■OMEN■■■■ . 1 . 1 P. EIig ON Flummummummmom 12 Dep rtment Of Works Re 9 n Of Durham 12 ee■■■■■■1�--- _ ��■■■■■SIN■■■■■■■■■■■■■■■■■■■r■■■■■■■■■■■ 1 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON Public Works Department 12' PRESTONVALE ROAD ■■■■■■■■1 .■■■N�■■■ ■■■■r■MN■M■ ■■■■■■■■■■■■aO■■■■e■■■■O■■■■■■■■ Mee■■O■■ i■N■O■eN�■e•■■ =■ ���■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ •• _o�.���■■e■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ F . 1 . . . -/w 5 CLASS 'B' BEDDING N-301) CLASS 'B' BEDDING (N-301) am il 1 ..- - � m:; �,,: .. •j a .e e' ° e • Q r- WWFALI .. alil , ,' ,•. pj • • 1 � , • ■■■■■■■■■■■■■�� I■I� �■■■■■■■■■■■■■■■■■■Idyl■■■■■1��1■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■ ■■■■ ■ ■■■ ■■■■■■■■■■■ �■■■■■■■■■■■■■■■■■■■■■■■■■ illihlfllh;ll91'aC,'7 d B 7;j/ : s■■■■■■■■■■■■■ ■■■ ■■■■■■!■■■■■■����■■■■■■■■■■■■■■■■■■■■■■■■■■■ �■ >, raan„III"Illlli ■■■■■■■iii■■■■I�■■■:1'ii■ii■�i�iis■■■��■i�■■■■■■■E�®■■■■■■■■■■■■■■■■■■■■■ , APPROVED ■■■■■■■■■■■■■■■■■■11111 !!■■■I�liiii■■ ■■■■!��■■■i'i■■■■■■■■■■■■■■■■■■■■■ ._.. ■■■■■■■■■■■■■■■■■■11■��_.�.�'-ICI■■■■■■■■iss■11■■ice■■■■■■■■■■■■■■■■■■■■■■ Region Durham ■i■t■■■!■■ ■■■■■■■�IEr���,ii: ■= !!! !!!!��■■IliuB �\■■■■■■r: r�.�,4ifi�l■■■■■■ �m ■�Ilii:■■■■■ti■�:■■il��� � �=\■■■■%■■■■■■■■■■■ roe MEN Public Works Department PRESTONVALE ROAD BLOOR STREET FROM STA 0+676.174 TO STA 0+825.108 ■■■■■■■■■■■■■■■■■sly■-===s:..■■■■■■■■��■■■■■■■■■■■ ■■■■■■■■■■■■■ ■■■■ ■■■■■■■■■■e■■■■■■■■■■■■■■■■■■■■■■■■■■■a■�■■■■■■■ ■■■■ � i■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■s■■■■■■■■.■■■■ F . STIVI. 0 I.00X M CLASS 'B' BEDDING (N-301) CLASS 'B' BEDDING (N-301) ®■ - �® CLASS« .0 ■� co DAU AUGUST�2002 ISSUED FOR ON i. • p I9' I I I I I I OI PROPOSED WATERMAIN DATA TOP OF n Y - �" CURVE DATA MARK DESCRIPTION CHAINAGE WATERMAIN ELEVATION ———————— B c A i 2712'19' A PROP.300 mm MECHANICAL PLUG 0+300.000 116.679 •�� I n I YA R e 418,750 m" S. LIMIT 0 CONTRACT I I a I, T 101.327 m. g PROP. 3DO mm GATE VALVE AND BOX 0+301.500 116.715 STA. 0+103.125 ———————— I I I I I I L i 98.832 m. C-196.969 m: ro STY.. C PROP. 300 x 300 x 150mm ANCHOR 0+303.000 116.750 S. OMIT OF URBAN SECTION ———,———— _AXFORp I m� TEE,VALVE, BOX AND STORZ PUMPER STA 0+133.125 ———— CW CE N ° Na s HYDRANT FU T�Y� / • 6 D PROP.300 mm x 150 mm TEE 0+304.937 116.798 30m TAPER _— —— 1 MH (B.O. FUUT 2 A° s�cr-(�o�� F H43 a(B.O 4.3pm_ '� —T 17 „C1-1505p m •M�. E PROP. 150 mm MECHANICAL PLUG 0+304.937 116.798 ' (n� H5xY1D0R0O m DUCTS ® Ip AI N CLA 1 CS PROP.300 mm GATE VALVE AND BOX 0+324.265 117.264 �."- ....� .. .:_:.+:._.� ,,...,�.�::: t::::,.::::A::t ::::-::: iii>rt ::'ii :,.a:::::-:...... 8 ...:.................................................... . ... ..... ... ... ..................-.................:.:..::...:.:..::....::: .::::....::::..... ..:: F PROP. 150 mm GATE VALVE AND BOX 0+ 4 ..........::::... W .............: ...:.. L_J ..............................:::::�::..... ..,..:.;`'cam,-..:=_;:zf' . 1 FOR GENERAL NOTES AND LEGEND SEE DWG GNT Q ... .. :::Sts:+:: :t'::>" '"c `?% :'vi`.F' �s,.,,. —__— —— � �-�/ "• - .: w;¢ 2. MEASUREMENTS IN METRES AND/OR MILLIMETRES R UNLESS OTHERWISE SHOWN. ` N TO�A�NC 3. FOR STORM SEWER AND ROADWORKS REFER TO P-1. f FARM flFl.p MPORAR 1 ' C-0 2_$w WATERMAIN QQNqTRUCTION NOTES: CCESS —_ 000 1. NEW WATERMAIN TO BE SWABBED, PRESSURE TESTED Ac = I FLUSHED AND CHLORINATED PRIOR TO CONNECTING TO EXISTING WATERMAIN. T s1Y.eR. J 2. TRACE AND CATHODICALLY PROTECT PROPOSED P I E ,,, WATERMAIN AS PER S-425, S-435, S-436, S-438, AND S-441, METRIC CONVERSION 3. EXACT LOCATION AND ELEVATION OF EXISTING WATERMAIN USED ON THIS DWG. TO BE FIELD DETERMINED BY THE CONTRACTOR. / mm In 4. CONTRACTOR TO MAINTAIN WATER SERVICE TO ALL 750 30 CUSTOMERS AT ALL TIMES DURING CONSTRUCTION. 450 18 375 15 5. ALL UTILITIES CROSSING TRENCHES SHALL BE SUPPORTED 300 12 AS PER S-407. 250 10 200 8 6. GATE VALVES 300 mm AND SMALLER AS PER . PRESTONVALE 150 6 STANDARD DRAWINGS S-408 & S-425. 0 D 19 3/4 7- HYDRANTS AS PER S-432. ALL HYDRANTS INSTALLED UNDER THIS CONTRACT ARE TO BE PURCHASED BY ELEVATIONS ARE BASED ON 1978 SOUTHERN ONTARIO ADJUSTMENT THE CONTRACTOR FROM THE SUPPLIER AT THE CONTRACTORS EXPENSE. ALL HYDRANTS TO BE INSTALLED WITH ANCHOR TEE, VALVE AND STORZ PUMPER CONNECTION. 8. RESTRAINED JOINTS AND GRANULAR THRUST BLOCKS N TO BE USED AS PER S-430, S-431 & S-433. 9. LOCATION OF WATER SERVICES TO EXISTING HOUSES TO BE DETERMINED IN CONSULTATION WITH HOMEOWNER. 0. FOR RURAL SECTIONS OF PRESTONVALE ROAD, TOP OF = d I WATERMAIN ELEVATION TO BE GREATER OF 1.5m BELOW 116.000 FI ISH D AID o < PROPOSED GROUND OVER WATERMAIN OR 1.8m BELOW 122.000 PROPOSED CENTRELINE OF PRESTONVALE ROAD. a / go —1 Iffig TED_MAA 5E- C OF ON TR CTI — -- — EXI T. OF]LIE �i /' NO. DATE NAME REVISIONS 114.000 EXIST. - RO LE 120.000 G CONS UC ON i ' < UTILITIES VERIFIED CABLE T.V. I BELL CANADA 2002 01 09 HYDRO 2002 01 09 CONSUMERS GAS 2002 01 04 CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF ALL EXISTING U/G&OVERHEAD UTILITIES.VARIOUS UTILITIES CONCERNED TO BE .112.000 GIVEN REOUIRED ADVANCE NOTICE PRIOR TO ANY DIGGING, FOR STAKE 118.000 OUT.THE REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURACY OF i THE LOCATION OF EXISTING UTILITIES AS INDICATED ON THIS DRAWING. / ............_.--------- ....._.. / ........ a 'O �� •..�5n1: fT a 'x1 DATA W ......... �� o f. i:tMp.��3`CCpISTS3 ......... � ..:. g y`��\*o NOV..2001 " O r EH.G RULE N� SC &E 116.000 ma ALE • W DRAwN: 0. KWONG DATE: 2002 04 _ � DESIGN: T.J. RULE DATE: 2002 04 - CHECKED: R.WELDON DATE; 2002 04 _ APPROVED: D. GOUDEY DATE: 2002 04 108.000 z�� THE REGIONAL XMCIPAIITY C 9 'P' 815 IN ( 401 MAI O bad DIP DURHN[ WORKS DEPARTMENT LENGTHS, SIZES WHITIFY ONTARIO AND GRADES PRESTONVALE ROAD SANITARY SEWER SANITARY SEWER AND WATERMAIN FROM 127m SOUTH OF SOUTH SIDE AXFORD CRIES. INVERT EL. TO 85m SOUTH OF SOUTHFIELD AVE. CONCESSION REG.RD.N0, AREA MUNICIPALITY$} _g} $ g m° — S C4 N C4 m c$} $ N n In CA ROAD MUNICIPAUTY OF CLARINGTON cli C4 O C1 O O CS O 8 O O C4 C4 O Q Q n HAINAGE DRAWING NUMBER CONTRACT NUMBER SHEET NUMBER 8 L/vIvulllVVllROJECTNo. 02O56 C-02—SW-1 CL2 — 4 1 OF 6 I SEE SERNAS ASSOCIATES PROPOSED WATERMAIN DATA TOP OF _ PROJECT NO. 96124 O ICI �J MARK DESCRIPTION CHAINAGE WATERMAIN B1•- r I I I - FUT.401,.... � /� ELEVATION CCK .Z 7 11 1I II I' 1 1 1 o A PROP.300 mm GATE VALVE AND BOX 0+388.152 118.081 +p��pt 1♦ 1 o �. --__ --- B PROP.300 x 300 mm TEE 0+406.560 118A98 13� _ d5' 1 �1 E �I I 1 I I ttl r m p Op C PROP. 11.25'BEND 0+406.560 118.098 REMOVE PLU AND CONNECT 11 o PROP. SAN. PLUG_- 11 O __ •'j I 1 '^ h -4W.T15-.650 � D PROP. 30D x.250 mm TEE 0+412.610 118.084 + ` ) J 1 1a PROP. 4.25m- m f - EN E o PROP. 15_Om=?OOrr1m6 E PROP. 250 mm GATE VALVE AND BOX 0+472.610 118084 C) T 1*i C-900, CL-1 PVC W 1 1° BA A CRS o o' PYCSDR T35 SAN. PIPE A s �o CLASS 'P' BED G{S ) 11 0.508 CLASS 'P' BE�DINN9 F PROP. 250 mm MECHANICAL PLUG& 0+412.610 118.084 m ,ALL a FUT. 150mm0 WM (8.0.) '- �11}1- '1/}Q - _ -• ,- r PRD�. 4.30m-150mm4 TEMPORARY BLOW-OFF O 11 i 11 Et 1 E 1x REMOVE AN OCATE �„ �F T. MH B_0.) FUT.•200mm0 SAN (B FLIT.--- FUT.MH 8..0.)yT (,`- -F� W _ EX. TEMP. H RANT TO - �-f B m BEDDIN S- 1 N G PROP. 300 x 150 mm TEE RESTRAINED 0+474.110 178.078 ca - 150 A VALVE AND BOX // •,�',� �. N :n;a;_. ­STO._Q4.42$. 12 - U MkL --- rm�' a $ _ + H PROP.150 mm GATE VALVE AND BOX 0+414.100 118.078 - - --- _ , • ••.. _ _ I PROP. 150 mm MECHANICAL PLUG& 0+414.110 118.078 3141i bW4 .-.-.- -.-.�.�.-.....-. -;�: Op 3 .. -_-- IR ir J PROP.H ...:...:.......:....:... ... .......::.:.:_..:._::..<.:.-.:.:-..:....._...... .... .,-.. .. .. .. :. _.:....._...:.... .. . .. . :._:.<.:.....:-..:-..: YDRANT-RELOCATE FROM TEMP. 0+425.212 178.019 -ND OF souTwirm AVE-- +... o ro '.r4:iF�'.. .un:�4.Gwai�#i�,a•irs4ci.i.'.+wig,t«,.y.i.ti,�+M'»��ai+i±���ii�Mii..'�ie!�i'-- � N .z::.::.:......'.,..'...,:....-..........'..-'.':."'.:-'`�'."�`-'" '3 :::..::.::.::rn :,..s.<a ..+y.-:.CS<:'..:.>:'�. .:::.::.>::: _..:r::•:.,�;"s::',:.: `::::ti: :r: �:::.'::2i::5:::-`_::::Y::::> 0 OR _. ---------- ----- -� ---- -------- - - ,0 K PROP.300 x 300 x 150 ANCHOR TEE, 0+556.000 117.823 PROP,�­GATE 94709 117 A7A N C-02� - - - O' PROP. 22�bm-TSOmm (UOWESTT wT PR�'0 �43m =2--- - I .2 FIT _ -150 PVC W/M- f S REFER TO DRAWING PVC SDR-35 SAN. PIPE 6. m mf WM CROSSIN g CLASS 'P' BEDDING (S-401) 10.508 CLASS 'P' BEDDING OVER 825mmf STM DO N a W +! BOTTOM WM 117.670 I NO. C-02-SW-3 H PROP.150 mm MECHANICAL PLUG& 0+581.913 117.991 "T BOD A�' PROP. SAN. PLUG STM INV. 116.550 _ 0+629.692` C-900, CL-150 PVC W/M TOP STM 117.470 CLASS P' BEDDING (5-401) INV. 118.248 w I CLEARANCE 0.200 W PROP. SOUTH OUR-WE PROP. a8mso500m O ' LL I W H PROP,15D-m GATE VALVE AND RD 18,012 COMM NITY PARK +CLASS P' BEDDING (S-401)I m< I I j METRIC CONVERSION N°a USED ON THIS DWG. I PROP.150 mm MECHANICAL PLUG& 0+585.072 118.012 a i IV- IIIDl 10 A PROP.300 mm RID GATE VALVE AND BOX 0+588.466 118.034 750 30 NOTES: 450 18 I 375 15 1. FOR GENERAL NOTES AND LEGEND SEE DWG. GNT. 300 2 1 250 10 2• MEASUREMENTS IN METRES AND/OR MILLIMETRES 200 8 UNLESS OTHERWISE SHOWN. 150 6 3. REFER TO DRAWING No. C-02-SW-1 FOR WATERMAIN PRESTONVALE ROAD ;9 3�q NOTES. 4. FOR STORM SEWER AND ROADWORKS REFER TO SHEET P-2. ELEVATIONS ARE BASED ON 1978 SOUTHERN ONTARIO ADJUSTMENT SANITARY SEWER CONSTRUCTION NOTES: 1. CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING EXISTING SEWAGE FLOWS AT ALL TIMES DURING CONSTRUCTION AND PROVIDE TEMPORARY SEWAGE w BY-PASS WHERE APPLICABLE. 2. UTILITY CROSSINGS TO BE SUPPORTED AS PER S-407. 3. EXISTING AND PROPOSED MANHOLES TO BE BENCHED AND o REBENCHED AS PER S-113. t 4. RESTORE IN KIND ALL DISTURBED AREAS RESULTING FROM 122.000 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 11 1 122.000 SANITARY SEWER CONSTRUCTION BEYOND THE LIMITS OF co ao GRADING OR ROAD RECONSTRUCTION. FIN SHE GRADE m 10 5. LOCATION OF SANITARY SERVICES TO EXISTING HOUSES L el ADOUS1 MH FR ME 8 .°f N TO BE DETERMINED IN CONSULTATION WITH HOMEOWNER. COVER EL 19. 00 EXIT PROFILE G3 120.000 - - K ^6 K 120.000 1 AuC./02 RAGA. AS PER ADDENDUM Na i NO. DATE NAME REVISIONS -- - - -- - _ UTILITIES VERIFIED -'- --'-- CABLET.V. 2002 01 09 HYDRO 2002 01 09 CONSUMERS GAS 2002 01 04 CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF ALL EXISTING ............."""..""""...............::::::118.0 0 0 118.000 "` : ::............ : :: : U/G & OVERHEAD UTILITIES. VARIOUS UTILITIES CONCERNED TO BE .. ...-..:......... .s:.:�;:;:......::ss:::y;::::: ::::::::.st�ss: ;::s::ssss::::::::.:::......_..... ::::::::::.-:._.::::::.-:-::::::::.::................. ......... ..::::::::: ... GMEN REQUIRED ...........::: ..............��....:::�::s;;; -.-:�:::.......:::......................:"".....,.,.::.....................:........._ :::: :::::._:::::::-. -: -:..... ADVANCE NOTCE PRIOR TO ANY DIGGING, FOR STAKE .......:....-::.::..:.:.:::.a;::::::;::::;;:;»:;.:;::::::tr:::::::............... :.;........ .......... OUT.THE REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURACY OF ..................:::::::::::::.::::::::::::::::..:..... .................. ......................................................... F Pft :::::::::::::.: :::.- .........:......-: ........ .......:...........: .......:..:::::::::-::::.- :::.::::.-::::::::::::;:::::::.::-:as.::'.;.::: THE LOCATION 0 EXISTING I INDICATED N I RAW • mm ..:... ........................,,.:.,....................... .................�::::::::.:-::::: ........ .........-:.-:::::: .-::::::::_:.-:::.:::.:::::.................-..........:.:...... IX 5TI G UTILR ES AS 0 THIS DRAWING. P W TER . :. :.:: s;:;.....- :; s;::.;: ............. SURVEY T NOV., 2001 :t.:. lh�M�S30C1�'TE3 116.000 0 1 1 o f 116,000 ° - EH.G RULE I- T- Li 3te yW� P W DRAWN: 0. KWONG DATE: 2002 04 1f)z DESIGN: T.J. RULE GATE: 2002 04 � 0011 CHECKED: R.WELDON DATE: 2002 04 APPROVED: D. Z GOUDEY DATE-. 20020 4 THE ppVl m UVCEpALM PR 75.1 m C- 00, CL 50 P WA AIN, SS P' EDDNG S- 1) o s� OF DUPJ" WORKS DEPARTMENT PROP. 86.5 n I OF 200 mmf F VC WHITBY ONTARIO SDR-35 SAN. PIPE AT 0. LENGTHS, SIZES 4 cxASS P BEDDING AND GRADES PRESTONVALE ROAD o n ^ SANITARY SEWER AND WATERMAIN a SANITARY SEWER o FROM 51m SOUTH OF SOUTHFIELD AVE. INVERT EL. TO 46m NORTH OF NORTH SIDE BATHGATE CRES. _ CONCESSION REG'RD.N0. AREA MUNICIPALITY ° $ 9$ 8 N C4 C/L ROAD MUNICIPALITY OF CLARINGTON a , O O h CHAINAGE DRAWING NUMBER CONRYCf NUMBER SHEET NUMBER V SRN PROJECT No. 02058 C-02-SW-2 Go-2-34 2 OF 6 a ISSUED FOR CONS u L; 20D2° PROPOSED WATERMAIN DATA BLOCK 30� '25 I MARK DESCRIPTION CHAINAGE WATT RMAIN R ELEVATION RFt,ti CURVE.DATA PROP. SAN. PLUG I3 W �-. l A PROP.300x150 mm CROSS&150 mm 0+659.448 118.634 NO, CTO pRg1yN 19'z4'55' INV. 117.158 3 3 RESTRAINED GATE VALVE&BOX TT W. p2- G R=250.000 PROP. 11.5m - 200mmO f O B PROP.150 mm MECHANICAL PLUG AND 0+659.448 118.634 ${y T 43.142 m.V 5,�ep;tpi L=85.443 m. PVC SDR-35 SAN. PIPE AT I 0 TEMPORARY BLOW OFF v' `O 4,2 C=85.028 m. O.50X CLASS 'P' BEDDING ($-401) I; o C PROP.150 mm GATE VALVE AND BOX 0+659.448 118.634 4SS'.Cgs'^�7g 300mmO WATERMAIN CROSSING I I o, - 1$0 + - B PROP.150 mm MECHANICAL PLUG& 0+659.446 118.634 QUO Pvu,Ois OVER 450mm0 STORM O TEMPORARY BLOW-OFF `NG WjM STM. IN WM 118.405 FARM HELD A I C D N V -(S STM. INV. 117.475 PROP. 4.25m-300mm0 zx1 I fil 40 �1 D PROP.300 x 300 x 150 mm ANCHOR 0+684.574 118.885 TOP STM. 117.989 C-900, CL-150 PVC W - CLEARANCE 0.416 ' - �"I TEE, VALVE, BOX AND STORZ PUMPER Nw• °''.::_ �"�_��-' � CLASS 'P' BEDDING (5-401 :"=i:: HYDRANT E PROP. 300 mm GATE VALVE AND BOX 0+782.500 119.857 -�..,...-�.� �.�-�-_- n F PROP.300 x 300 mm TEE 0+787.325 119.894 ....................... PROP. SAN °ac .....::.:::::::::... �. ...................... .. �_::�:a::::t':t .;:. E PROP. �:.:....- :�: .� ':....� ::,::...__..:......:... 300 mm GATE VALVE AND BOX 0+787.325 119.894 gA _........... .... ..... ................................ .......................................:.:-:::::.:::::::::::::::::: ....d....... .. 1 RESTRAINED TO TEE ......W. ....... .......... ............ ....x:-..::......... :...:................. ..... .....�..... .........................:........:^:.-._ .... .:......" Op ............. .. .:......................... ............................' .................................. :.- ............. ....-.-: ..::. ::::::.-:::::::.:: .-:. � G PR 300 mm MECHANICAL PLUG& 0+787.325 119.8 4 C, �, ..........................._..--................ ............... . s g0p 1.Qn1` � ........ ............................................................................ tr.::rr::= . ..._:: � S TEMPORARY BLOW-OFF P' --:.. -------- ----- iiii:::ii -- _ REFER TO DRAWING H PROP.45'BEND 0+791.410 119.928 G __ _--- _ -__-�s� � 1 0+798.409 119.965 ----- :? NO. C-02-SW-4 P .°�Trnm4 - -- �u H° H PROP.45'BEND PVC SDRASS PEA. F PROP.300 x 300 mm TEE 0+797.600 119.974 ,?mss 0.507E CLASS 'P' BEDDING =�`���_ _�-�. % � J PROP.300 x 200 mm REDUCER 0+800.598 119.994 PROP. SAN. PLUG � I F �. INV. 117.173 + PR T 4 FAR v ..F•� K PROP.200 mm GATE VALVE AND BOX 0+825.000 120.166 J2 // M FIELD O+6BB.B3.BLODR SWEET 1 I N 0 Z L I PROP.200 x 200 x 150 mm ANCHOR 0+835.933 120.266 METRIC ON NVERSION 1'DRANT�•BOX AND STORZ PUMPER H I / � m 750 30 j h i i N 2 450 to NOTES: 000 ;0 2 1. FOR GENERAL NOTES AND LEGEND SEE DWG. GNT. 11`4 200 6 2. MEASUREMENTS IN METRES AND/OR MILLIMETRES 150 6 UNLESS OTHERWISE SHOWN. P ^ ^TO A 1 / /� ROAD D REFER TO DRAWING 19 50 2 3. REFER TO DRAWING No. C-02-SW-1 FOR WATERMAIN K J I I\v' V H K NO. C-02-SW-8 79 3�4 NOTES. ELEVATIONS ARE BASED ON 1978 SOUTHERN ONTARIO ADJUSTMENT 3. REFER TO DRAWING No. C-02-SW-2 FOR SANITARY a NOTES. ° 4. FOR STORM SEWER AND ROADWORKS REFER TO P-3. g 124.000 '� 124.000 o m 0 M (C C $ UC ON) til O it OIO N Ld •N -IL 122.000 Io ° _ ° d C NS U 010 <aw z$ - - - _ - 122.000 V7 m C - g a a ° a z c - . SE nn 1C. U - -- �E _ ._ AUG./0 R.AW ::. - v.: ....... ... AS PER ADDENDUM Na 1 - ... --... ..: .. NO. DATE NAME PENSIONS 120.000 - - pp mm O 000 UTILITIES VERIFIED ..........:... .,::::::......... - HYDRO 2002 01 � ..._:.:-:s::.::....."" 2002 002 19 -- ...... .::- .:-:.-.:-:;-. .....::::. 2002 1 04 GAS OP• SE • t: Q - --------_ 1N 2 m • CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF ALL EXISTING m :;;;; U/G& OVERHEAD UTILITIES,VARIOUS UTILTIES CONCERNED TO BE i `� __ �.:-: GIVEN REQUIRED ADVANCE NOTICE PRIOR TO ANY DIGGING, FOR STAKE ' OUT.THE REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURACY OF - 116.000 1tr...... THE LOCATION OF EXISTING UTILITIES AS INDICATED ON THIS DRAWING. ......... :. 118.000 EEEI suRV F O O N � DATA DATE a a < �M�aolca�� PRO . NOV. 2001 -..-........ ..:.:::::::::::::.:::.-:::::::::._........ ............................. S U R S 10 E ...:::....:.�.:.. N SCALE ...................-_.........................:x�*: E.H.G.RULE .�... w^a rmm�vr R 2 • 000 w l � N°`or°a 116. 116.000 DRAWN: 0. KWONG DATE: 2002 04 �_ DESIGN: T.J. RULE DATE: 2002 04 '-�� CHECKED: R.WELDON DATE: 2002 04 APPROVED: D.GOUDEY DATE: 2002 04 O PRO'. 7 4.8 m OF mm - - c T$� REGIONAL ItUNICIPAIITY C 00, CL 150 P W AIN S P BEDDING S 1) POP. 99. OF 2 m C 90 C 1 P W TE AI 0m8bl C4 ASS P' 6 IN (S OF DURI AM 401 WORKS DEPARTMENT PROP. 86.1 m OF 200 mmi I PROP 52.5 m OF 20C mmO WHITBY ONTARIO PVC SDR 35 SAN. PIPE A PVC R-35 SAN. PIE AT PR P. 84.5 m OF 2 mmO PVC SD -35 PROP. 110.0 m OF 200 mmO PVC SDR-35 LENGTHS, SIZES 0.50% P' BEDDING 0.50%CLASS 'P' B DING SAN. PIPE AT 0.50 CLASS P BEDI ING SAN. PIPE kT 1.488 CLASS 'P' BEDDING AND GRADES P R ESTO NVALE ROAD SANITARY SEWER AND WATERMAIN SANITARY SEWER FROM 179m SOUTH OF BLOOR STREET INVERT EL. TO 96m NORTH OF BLOOR STREET CONCESSION REC.90.NO, AREA MUNICIPALITY } m} a�} 8 n} {g n} $} $} 0} g ,°o $ 8 CA ROAD MUNICIPALITY OF CLARINGTON F� v m O O n CHAINAGE DRAWING NUMBER CONTRACT NUMBER SHEET NUMBER Ni 11 1 SRM PROJECT ND. 02035 C-O2-8W-J CL2DCZ-3 OF p � /--REMOVE AND RELOCATE No.2156 VACANT FIELD HYDRANT TO STA. 0+985 933 DECOE n p ares'CCai yL' « 1' . I , I III •.UNDER CONSTRUCTION SEEM= RAMP N 2148 WEASE p ..,. REDUCER REMOVE EMSTING PLUG AND A BLOCKING AND CONNECT 1 46.F L7F7 �e 0 0' Jlc1JYt7.'iX1`[NR-'S'7�11e _ _ O .100—CATV DUCTS 2.100mm HYDRO DUCTS ON NOTES 0 ='.`.:l-.r . ..- ------ -- _ -rem K:=2 'w'z'*a`c��Yd,"1 dia u.", - - J JY!• viRig,(aSa .;d -�� .Orl.d NOTES / LEGEND SEE / 1. FOR GENERAL•.dM -- .....o• e/ .r -•-.r Ya--sa w••:r c 4 • DRAWING ••••••••a 1 �- 11� >•1 -71 �11' /1Z,£ SZS{S :J"l: I_�, i �.R.? = j __Q • FOR WATERMAIN REFER TO DRAWING CONSTRUCTION NOTES. 3. REFER TO DRAWING No. C-02—SW-2 FOR SANITARY CONSTRUCTION NOTES. 4. FOR STORM SEWER AND ROADWORKS REFER TO P-4. 1 ■e■■■■■■■e■s■e■■■■e■■■■■■■■■■■■■■■e■■■■■■■■■■fie■■■■■■■■ ■e■■e■■■■■ee■ee■■■e■s■a■�■■■■e■e■■■■I�I�I�I�■■■�®�■■e■■eee■ ■■■■■■■■■■■■■■I�■■■e■■■see■■■■■ ■■■■■e ��re ■■■e■■■■■ e��e■■e■e■■■■� ■■■■■e■■■�ee�e���r�■■..■■e■■�iel !i �eie■■■■■■■ woe ■■ =--p..� �■■f�■Iiiil �■■I�e==eiaoi �il■■■■■ ■■ale ,,, ■F��i■■ee■e�■�■�����■■■■■■■■! !S■i�ili■iii■�� ,.��� , � E■■■■i■■■■■■ ••• rAMmm UTIUMES■ ■■■■■���■■■■. 'T.=i�ii■■et■I I■�■I�I■! I� ■■����■il 1:1■e■eeee■■■ 10 I• 1-11 I 1• =' � ��1■■eA�SOii■ICI_!_!!! ' �•'" � � _ $�i1■i■■■e■e■■■I I■■■■■■■■■e■ i■II�� _ �°'•�,,eraaa� — — 7• a • ,• ama maaaa� • •,, • ' _-.■■■e■e■eeee■■■�• '��'. I��ee■■■■■■■■■e■■■■e■■■e■■■■ee■ • ••• ' � - � . ■■■■■■■■■■■■■■■■■■■eee■■■■■■■■■■■■■■■■■■e■■■ee■■■■■■■■■ ■■■■■■■e■■ee■e■e■■■■■■■■■ee■■■■■■■■eee■■■■■■■■■■■■■■■■■ ..-. . I : I1 , . - . 11 . i ' .I ,. I . .. .. 1=10X& XMIMPALM OF DURHM WORKS DEPARTMENT NONE It■■�•*■ ■ ��1• �5� �� •• '�■e■■!11■■■■■eee■■■■e■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■��■■■■■■■■■■■e■■■■■■■■■■■■■■ 11 :711 : :11 ; •IIY :;"I LENGTHS, SIZES RFGICN WHITBY ONTARIO , • . • . , CAROAD ARE MUNICIPALITY OF CLARINGTON CHAINAGE"mul Rk "'. mw - I ® CL2002 y ' III% . OO AND/OR- MILLIMETRES UNLESS OTHERWISE SHOWN. 3. REFER TO DRAWING No. C-02-SW-1 FOR WATERMAIN • — • NOTES. . 3. REFER TO •' , FOR SANITARY CANNOT w 4. FOR STORM SEWER AND ROADWORKS REFER TO P-5. 5. HOUSE SERMCES • 1 UNTIL SYSTEM ON MEADOWGLADE IS IN OPERATION. us : P �:iTS�. v®��'61a!EY•erlsRlFi.`-.mc rw,�m��l�ia\i "�_.- 1 11- - ,.e. .`p� ly �• tFir ,yY•m�_ J•(/IfIF:17Kilif'N/.Y; ' � 1 ; � m .21:117'-tw T �Sy+lYlf4.�' .D�•--.-., ...... 3 . • - . 1' : �- -- .. ..:. �w+ i '`��1ij ii�s�"YYff.'1l_r �!��•snr.m...... �� e., '' 'sue-iii .. '(➢"�. 8441 .dlc l'J.itl'��C ,. .._. � - ".k A� fO• '� a `� ���air��-� N C` I / ........ 5' i " 'L""I3 .fk7fh;l ,i•3Q.� 1 y -1 1 . 11•1• -500.000 10.522 m. mum UTILITIES 1 111 I• 11 I ■■■_!■■!����*====■:iiis���■■t■t■11�■■■■■■■■��■11■�■iiiii:�■'■sss■! ���. . ••• i�ss■s■■■■■■■■■■■■■iii■■■■■■ �■■■■■■■■■■■■�i■■■■■■■�■■■■■■■ ��� .0■l iii■liil�■■■■rr■ii■■iil■=■Q■■!■ ■■■ ! '!!■■■■i■!i■■■■■■I1�■■■■■■ 1■■■■i■■iii■�ii�■iQ�i�iC■■■!!!■■■■■A� CABLE T.V. ;; : •: 1 • 11 1 .9 BELL CANADA g5]5] y}1.J�µ71��.W.Y«gyJy�y;; -�$ p��ffi ---.......���■■■■■■■■■■ CONSUMERS GAS 2002 01 R' DRAWN: 0. KWONG DATE-1662-64 DESIGN: TJ RULE DATE: 2002 04 CHECKED., R.WELDON DATE: 2002 04 ■■■■L;MI!!*il !l L�!!hl■■■■■■■■■■■■■■■■■■■■■■■■■ I �ilii■■■■■■■■■■■ -- OF DUIM" WORKS DEPARTMENT WHITHY ONTARIO CA ROAD AREA MUNICIPMAY .09,ff Too 1 i PjAjr�,�GE CONTF,-=NUMBER-- i>UH!1:1M .• l �• F PROPOSED WATERMAIN DATA SEE SERNAS ASSOCIATES REFER TO DRAWING EP OF MARK DESCRIPTION CHAINAGE WATERMAIN PROJECT No. 96001 N0. C-02-SW-3 ELEVATION Q A PROP.300 x 300 mm TEE 0+694.654 119.974 B PROP.11.25'BEND 0+705.139 120.022 I ^> Q C PROP.300 mm GATE VALVE AND BOX 0+712.459 120.056 I D PROP.300 x 300 x 150 mm ANCHOR 0+719.287 120.08T- 0 I I TEE, VALVE, BOX AND STORZ PUMPER ' 2 'Lai HYDRANT I No.15JA 1 _—J I; 1Q E PROP. 300 mm MECHANICAL PLUG AND 0+720.530 120.093 DWY FIT I I TEMPORARY BLOW-OFF I D iBLOOR STREET I 7L7O -w� I wr d '°a A i I 0 1. 0 FlY 1" — O ' — ° lYlifiREG. ROAD 22 � 1 ----J -- - 1. FOR GENERAL NOTES AND LEGEND SEE DWG. GNT. E.,200 LI°GAS — _ ----- 0 2. MEASUREMENTS'.'.: �� 7 IN METRES AND/OR MILLIMETRES UNLESS OTHERWISE SHOWN: I .,.;. ..".., - ........., 0 A No. C-02-SW-1 FOR WATERMAIN 3. REFER T DRAWING NOTES. �— DRAWING No C 02 FOR SANITARY 3 REFER TO RAWI SW 2 NOTES. p 66. —_ NT.30dnm,WAIERMAIN __--_—__----______ __—_— _ _ -' D —_ —- 4. FOR STORM SEWER AND ROADWORKS REFER TO P-6. I 5. HOUSE SERVICES CANNOT BE CONNECTED UNTIL SYSTEM W >k� ON MEADOWGLADE IS IN OPERATION. M Z Eli TEMPORARY ROCK FILL METRIC CONVERSION f - I n CHECK DAM OPSD 210.210 I I I I USED ON THIS DWG. W I :;: I I mm In W v°a 450 8 ,j 375 15 300 12 I I 250 10 - 200 8 REFER TO BLOOR STREET REG. ROAD 22 '193%4 ELEVATIONS ARE BASED ON 1978 SOUTHERN ONTARIO ADJUSTMENT 124.000 124.000 ID C4 CID F FU". BL OCIR RFJ LIM MEN T 0. X a c EXI T. R LE rn c IX 122.000 GM P OJE T 12 ( T/1 98 < CL U i ( /L OF TRU TI ) w 122.000 AUG./02 FLAW. AS PER ADDENDUM N.1 __ N0. DATE NAME REVISIONS -- sou DIr d F UTILITIES VERIFIED L_ PR ILE O - CABLE T.V. 2002 01 09 HYDRO 2002 01 09 O_ U 7 BELL CANADA 2002 02 19 CONSUMERS GAS 2002 01 04 C NC S CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF XI y� ALL E STING 120.000 120.000 _ U h OVERHEAD UTILITIES.VARIOUS UTILITIES CONCERNED TO BE 0 C ONC S714. S GIVEN REQUIRED ADVANCE NOTICE PRIOR TO ANY DIGGING, FOR STAKE OUT.THE REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURACY OF THE LOCATION OF EXISTING UTILITIES AS INDICATED ON THIS DRAWING. SE C 9 SURVEY FES IOM I� O .:.: i. ................. .: gam+ DA TA DATE :1T. \4 d' 'TCiP 118.000 .1.T m S N. ° NOV., 2001 p e, °R - t 118.000 E.H.G.RULE _ ANCC OF°� `J DRAWN: 0. KWONG DATE: 2002 0 Mg P75 ED GR E T RE ON TO MA CH WSTING ` N= DESIGN: T.J. RULE DATE: 2002 04 BLOOR M G CHECKED: R.WELDON DATE: 2002 04 5b 116.000 ON C STR CTI TA NG 116.000 APP RovEa D. GOUDEY DATE, 04 Z IMIONa MMaPA{ii 1 CL 150 P W TER AIN •� F B DI G ( - ri) O Rls ad OF DURHAI[ WHITBY WORKS DEPARTMENT - - ONTARIO PROP. 1100 m OF 200 mnio PVC SDR-35 � .LENGTHS, SIZES y SAN. PIP AT 1.00X CLA 'P' BEDDING AND GRADES BLOOR STREET SANITARY SEWER SANITARY SEWER AND WATERMAIN _ FROM PRESTONVALE ROAD TO INVERT EL. 126 m EAST OF PRESTONVALE ROAD CONCESSION I REG.RD.NO. AREA MUNIGPAI.IIY ° ° ° ° ° gg C ROAD a �m '$m m g n g rl m '$ a� MUNICIPALITY OF CLARINGTON S. DRAWING NUMBER CONTRACT NUMBER SNEET NUMBER -CIS Inv s 02056 C-02-SW-6 CL2002-34 6 OF 6 a OCT 1. 0 anna WEST EAST WEST EAST WEST EAS7 LIMIT OF CA LIMIT OF - LIMIT OF CA OMIT OF RIGHT-OF-WAY CONSTRUCTION LIMIT OF CA LIMIT- AIGHT-OF-WAY 13.0 CONSTRUCTION .13.0 RIGHT-OF-WAY RIGHT-OF-WAY 10.045 VARIES RIGHT-OF-WAY CONSTRUCTION PoGNT-OF-WAY SOUTHBOUND NORTHBOUND 13.0 VARIES SOUTHBOUND LANES NORTHBOUND LANES LANES SOUTHBOUND NORTHBOUND CHECK INDIVIDUAL SECTION 2 30 CHECK INDIVIDUAL CHECK INDIVIDUAL LAN LANES 5.30 5.30 _ CROSS SECTION CROSS SECTION CROSS INDIVIDUAL CHECK INDIVIDUAL CHECK INDIVIDUAL FOR BOULEVARD FOR BOULEVARD CROSS SECTION 2.30 CROSS SECTION FOR 100 mm TOPSOIL CROSS SECTION CROSS SECTION GRADES GRADES FOR BS BOULEVARD _ _ GRADES FOR BOULEVARD FOR BOULEVARD 700 mm TOPSOIL CURB AND GUTTER 100 mm TOPSOIL Is:/w GRADES GRADES -0URB A GUTTER 100 mm TOPSOI CURB ANDGUTIER CURB AND GUTTER AND SOD N-5D1 ANO SOD CURB ANO GUTTER N-501 N-501 AND SOU�PSOIL ROUND ISTINC N-501 N-01 AND SOD 100 mm TOPSOL VARIES VARIES (X2OUND AND SOD EXISTING VARIES '�,OX 2.0X VARIES S/W S — X 2.0% S/W VARIES 20R VARIES GROUND EXIST.GROUND 40 mm HL-3(B.O.) EXIST.GROUND 40 mm HL-3(B.O. 100 mm P FORMED EXIST.GROUND 40 mm HL-3(B.O.) 100 mm P FORMED 80 mm Hl-8 80 mm HL-8 PLASTIC SUBDRAIN 150 mm GRANULAR'A' 100 mm PERFORATED 700 mm PERFORATED 150 mm GRANULAR'A' INCLUDING FlLTERCLOTH - 80 mm HL-8 PLASTIC SUBDRAIN • 100 mm PERFORATED 450 mm GRANULAR'B• PLASTIC SUBDRAIN PLASTIC SUBDRAIN 450 mm GRANULAR'B• N-418 100 mm PERFORATED 150 mm GRANULAR'A' INCLUDING FlLTERCLOTH PLASTIC SUBDRAIN INCLUDING FlLTERCLO7H INCLUDING FIL7132CLOTH © PLASTIC SUBDRAIN 4©mm GRANULAR'B' N-418 INCLUDING FlLTERCLOTH A N-418 N-418 INCLUDING FlLTERCLOTH N-418 N-418 PRESTONVALE ROAD PRESTONVALE ROAD PRESTONVALE ROAD URBAN — SOUTH OF BLOOR STREET URBAN — NORTH OF SLOOR STREET URBAN — NORTH OF BLOOR STREET ACROSS FRONTAGE OF SOUTH COURTICE COMMUNITY PARK BLOOR STREET TO MEADOWGLADE ROAD MEADOWGLADE ROAD TO GLENABBEY DRIVE SCALE 1 100 SCALE 1: 100 SCALE 1 100 - _ - NORTH SOUTH OMIT OF CA OMIT OF - RIGHT-OF-WAY VARIES VARIES CONSTRUCTION RIGHT-OF-WAY WESTBOUND EASTBOUND G 2 iO S LANES T Pg g ROUTAI 20 VARIES VARIES ROUNDING m m� O � EXISTING GROUND $ g 119.773 VARIES z z_ s.D VARIES 119.57 0.7_�X 3. iGG N 119.857 119904 119.873 40 mm HL-3(8.0.) 119.804 119.773 100 mm HL-B 719.757 150 mm GRANULAR'A' 100 mm PERFORATED 800 mm GRANULAR'B• PLASTIC SUBDRAIN 100 mm PERFORATED INCLUDING FILTERCLDTH PLASTIC SUBDRAIN N-418 INCLUDING FILTERCLOTH N-418 PRESTONVALE ROAD BLOOR ST. GUTTERGRADE DETAIL PRESTONVALE ROAD TO 127m EAST APPROVED APPROVED PRESTONVALE ROAD & SOUTHFIELD AVENUE II'' Detk SCALE t: 500 Municaali0tf of bqurWo ttat P. Eng. CD APPROVED AS TO FORM IN REUANCE UPON DBpOftmeFlt Of Works r 7HE PROFESSIONAL SKILL AND ABIUW Region Of Durham O N OF GL.SI]1NA5 6 ASSOCIATES.CONSI LTWG Date: q ENONEEA9.AS TO DESIGN AND SPEOFICA7WN. $ 5 REVISION S A No. DESCRIPTION DATE BY JAPPROVED U1 "' 11S! m ` AS PER ADDENDUM No.2 SEPT./02 R.W Ir / 2.OD% 1 3 � Q�121. 4 1 1�'� THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON 121.832 1.50X 122. 1 1.00, 121.870 121.959 12113 9 oso� Public Works Deportment m 121.533 PRESTONVALE ROAD PRESTONVALE ROAD TYPICAL SECTIONS AND 1.371% 127.093- - 'X °• X N GUTTER GRADE DETAILS ' - 128.755 728.9 127.787 PRESTONVALE ROAD 00fcssiN M.-2M p-S15OC1A0MM W GUTTER GRADE DETAIL GUTTER GRADE DETAIL RY6AG. g o uxm o� or dO PRESTONVALE ROAD & MEADOWGLADE ROAD PRESTONVALE ROAD & BLOOR STREET EAST g' SCALE t: 500 - SCALE 1: 500 PROJECT No. - x ISSUED FOR CONSTRUCTION °A'� JULY,2002 DRAWN BY: R.A.W. O1Z61 DESIGNED BY: R.A.W. DRAWING No. SCALE: AS N07ED TX-1 CHECKED BY: D.B.G. NOTES: 1.ALL MARKINGS AND SIGNS SHALL CONFORM WITH THE I I I I I I I ONTARIO TRAFFIC MANUAL ———————— 1 I I I CURVE DATA 2.FINAL LOCATION OF ALL SIGNS SHALL BE APPROVED A:2712'19' BY THE ENGINEER PRIOR TO ERECTION. 1 ——————— I REFER T01 SERN S ASS6CIATEIS I R:416,750 m. S. LIMIT OF CONTRACT" I I PROIIECT N . 98114 1 { I T=101.327 m. p L e 198.832 m. STA. 0+103.125 ———————— W { { 1 I NNN C=196.969 m. S. OMIT OF URBAN SECTION ® I I STY. � PAVEMENT MARKING LEGEND STA. 0+,33.,26 _—————— \\�,AXFORD CRESCENT J =TONE LIMIT OF GRADING a"�" S.159 No. TYPE COLOUR WIDTH i 1Q BROKEN WHITE 10em I 30m TAP%R ———-F——_ I / _ __ —/ LIMIT OF GRADING © SOLID WHITE 10an Wa-28 / Q) SOLD WHITE 60an N° ROADWAY NARROWS SOLID YELLOW t0em ° 3.04 4 4 N N N ^ ——— ® 0 187 O O O O O O N �I 3]SmmO—T r o o° BROKEN YELLOW loan W.-3R PROP- CURVE AHEAD ———11L—— a I. DWY FlT L----J1L_ ,R 1 13.00 m ADING AT 2.00R �L L_ h I PROP. SOUTH COURTICE — TRAFFIC SIGN SCHEDULE COMMUNITY PARK SIG" DESCRIPTION MESSAGE QUANTITY COMMENTS I 2� Wa-31- CURVE AHEAD 2 I i Wa-3R CURVE AHEAD 1 Wa-28 ROADWAY NARROWS 1 PRESTONVALE ROAD O NOTE PAVEMENT MARKINGS ON LIMITS BEYOND THE REFER TO SERNAS ASSOCIATES LIMITS OF CONSTRUCTION PROJECT No. 98124 ARE BY OTHERS A I I II CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF ALL EXIST. F 1 1 1 1 1 1 1 AA S a'�92 ' ^1Q\I � 139 _—— ———— 11 —— ——— — U/G & OVERHEAD UTILITIES. VARIOUS UTILITIES CONCERNED TO 1 BLOCK 295 BLOCK 2P4 � 1 BE GIVEN REQUIRED ADVANCE NOTICE PRIOR TO ANY DIGGING, N — —— 1 - BLOCK 293 _ o FOR STAKE OUT. THE CONSULTANT ASSUMES NO RESPONSIBILITY 11 J _ I _ S FOR THE ACCURACY OF THE LOCATION OF EXISTING UTILITIES BL�CK 296— 1 1 1 1 1 1 1 " I ——— N AS INDICATED ON THIS DRAWING. 1 _ APPROVED Q t APPROVED 1\UM0 OF GRADING 1 2 ——— BATHGATE CRESCENT + L�Q ———— \ ° ————— Director Of Public Works P. Eng. G DWY FlT 11 ¢ 11 O 1 — - -.".".- -�y / Municipality of Clarington Department Of Works _ ___ __ UMIT OF 7NE PROFESSIONAL.11 AND ASIITY Region Of Durham 17.39m — — — ——� y APPRObED AS TO FCI1M IN RELIANCE UPON - AT 6.00R V — — _GRADING N OF O.M.SERNAS Q ASSODATES,CONSULTING Date: - I ENGINEERS,AS TO DESIGN AND SPECIFICATION. IT OF GRADING —— ° —__ —— I —J a R E V I S I O N S ° Wa-31L No. DESCRIPTION DATE BY APPROVED CURVE AHEAD z U, 17m 17m R a a Y N N vo'ni b Z R 0 o o 0 O o R < A a'� .ti ___________ SID=@ ��_ ~ THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON . 4 TMFI _ __ __ o+ez9s9 � —LIMIT OF GRADING Wa-3L — — - � � Public Works Department —— 7. CURVE AHEAD " I LIMIT OF GRADING PRESTONVALE ROAD DWYFl I ��_--�--- z A 2. x i I I z M PAVEMENT MARKINGS LL FROM STA 0+103.125 TO STA 0+625 B PROP. SOU COUR1WE I I N o COMMUNITY ARK 00 i RaafESS,aN,f A I i ey LINM C PRESTONVALE ROAD ATE: AUGUST,2002 DRAWN BY: O.K. PROJECT No. l ISSUED FOR CONSTRUCTIO o,2s, I DESIGNED BY: R.A.W. DRAWING N. SCALE: VERT 1: 500 HORR. 1 : 800 CHECKED BY: D.B.G. PM-1 n? �g W PNOTE AVEMENT MARKING ON BLOOR STREET WEST OF +�N I 01-1 m04 0 TO BE DONE BY OTHERS.PRESTONVALE NOTES: O ^6 BLOCK 300 1 m O:0 0 1.ALL MARKINGS AND SIGNS SHALL CONFORM WITH THE Ln0 no p I -4 Y N oo ONTARIO TRAFFIC MANUAL n 00 Z rn a, Cl + 2.FINAL LOCATION OF ALL SIGNS SHALL BE APPROVED \ + GARM FlE70 + + I m au m r°r'Ti O BY THE ENGINEER PRIOR TO ERECTION. d ` o 0 o z rn Do 03 60m TAPER 15m ST A E "a —1 + + _ Wa-3R �i I ism 60m TAPER Q tl LIMIT OF GRADING CURVE AHEAD TORAGE 3/3 SKIP PAVEMENT MARKING LEGEND —— ———— ——— — � ,� _LIMIT OF GRADING —— — ———— No. TYPE. COLOUR WIDTH Y / o PROP.1.5m CONC.SW. Q-� 1 QTR, O ��•: N o o° R N m o I m o — — — BROKEN WHITE 10 cm n 17. 1xrL ca - 3 2 _ � _ n 1 _ _ ® SOLID WHITE 1Ocm Q SOLID WHITE 60cm 2� DWY FIT ` - - ___ 3/3 SKIP R��p. 1 3 �, LIMIT OF GRADING 04 SOLID YELLOW 10cm _ —- liol S14 1� - +715,939 REINSTALL EXIST. ® BROKEN YELLOW t0an J 18.24m `�— -- ? N Sl ------ a AT-8.00% — ——— LIMIT OF GRAUINV ————— I Ro-1 STOP SIGN LH @7 x.682 3.80 - W REINSTALL EXIST. 2 m ➢ 3 SCHOOL AREA w °4au 114D / @o Ra-1 STOP SIGN I 4, I �') rn +730.939 01 NVALE I I O / PRESTO _ FARM FIELD 0+69&939 BLOOR STREET II Q PRESTONVALE ROAD 1 1 � TRAFFIC SIGN SCHEDULE DESCRIPTION MESSAGE QUANTITY COMMENTS _ Wa-3R CURVE AHEAD 1 Ra-1 STOP SIGN 2 RELOCATE EXISTING I �T9D'939 WC-1 SCHOOL AREA 1 4 N yyMgppl II.3 I I � I 11 ;� 4 o _- g II 4 o © CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF ALL EXIST. D U/G & OVERHEAD UTILITIES. VARIOUS UTILITIES CONCERNED TO + I °�3 z" BE GIVEN REQUIRED ADVANCE NOTICE PRIOR TO ANY DIGGING, n I P FOR STAKE OUT. THE CONSULTANT ASSUMES NO RESPONSIBILITY FOR THE ACCURACY OF THE LOCATION OF EXISTING UTILITIES OZ --- AS INDICATED ON THIS DRAWING. 1 .57 0 °o APPROVED APPROVED O n_ D°La phector Of PublIic Works P.En O I I I STY.BR. ± Municipality of Clarington g O I _ APPROVED AS TO FORM IN REUMICE UPON Department Of Works 01 I I I NDECOE THE PROFESSIONAL SKILL AND ABILITY Region Of Durham OF G.M.SERNAS k ASSOCIATES,CONSULTING +O I ELEMENTARY SCHOOL SITE I 1 STY.SR. I ENGINEERS,AS TO DESON AND SPECIFICATION. Date: VACANT FIELD I LINGER CONSTRUCTION I Ne.2148 I REVISION S WEASE I No. DESCRIPTION DATE I BY JAPPROVED DWY FIT 9.72m 1 M AT 4.00% LIMIT OF GRADING 0- GRADING I d z GQW o o n o o v o U THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON 4 ^ o a 4 ^ — — —r — — 4 — — Public Works Department —4j __ __ = o PRESTONVALE ROAD ——_ —— ——— — LIMIT OF GRADING —-- ——— _—— __ An0, L` ——— U I1, mA.a r.�N. DWY FlT LIMIT OF GRADIN PAVEMENT MARKINGS 5y1 1 6.69_ I 6%8 FIT $ I L IWY AT-3.41% I FROM STA 0+625 TO STA 1+175 6.83m AT 1.77% `6 No.2125 I HEAL I 6.72m VAll1ANC0URT I QadFESSIOA,IC I ,5tt.eR AT-1.648 z 1 1/2 STY.FR. 1 Stt.FR. u D.LL W„.GeL Fl; q VACANT FIELD I I I NOZDRYN Na 2153 = n 1/O UNW �q U p R 'yOE DF dO:'� PRESTONVALE ROAD I I I DATE: AUGUST,2002 DRAWN BY: O.K. PROJECT No. ISSUED FOR CONSTRUCTION 0,26, DESIGNED BY: R.A.W. DRAWING No. . SCALE: VERT 1 500 HORIZ, 1 : 500 CHECKED BY: D.B.G. PM-2 00 2007 NOTES: 1.ALL MARKINGS AND SIGNS SHALL CONFORM WITH THE BY THE THE ENGINEER PRIOR TO ERECTION. NOTE PAVEMENT MARKING ON MEADOWGLADE 2. FINAL LOCATION OF ALL SIGNS SHALL BE APPROVED ROAD BEYOND LIMITS OF CONSTRUCTION ARE BY OTHERS. REFER TO SERNAS ASSOCIATES a I t I !t PROJECT No. 96001 I1 m PAVEMENT MARKING LEGEND in ± Q !11 3 3 I v UNDER CONSTRUCTION - --- \ I No. TYPE COLOUR WIDTH .+�.li 1Q BROKEN WHITE 10em v III. ml O gI I yi /+19B.j69 PRESTONVALE'ROA I I t STY.FR. i VIII I II Itll © SOLID WHITE 10cm 11 I ,A 3I 11 r 0+000.W MEAUU— ROAD II 1I ' ANU 258 I IV 1 I 1 II 111 Ial N � 111 m I I I II 'I II 1I 1I i i I II IIIg m SOLD WHITE BOGm a 1 1 I 1 1I ,I 1I I tl ,I 1I ,I III I DWY FIT L 1*1I Z O SOLID YELLOW loom Wz pN WC-1 I I III 8.68m TI1 a> Q BROKEN YELLOW 10cm SCHOOL AREA I I AT z t9 1pry 11� 2 _1 UM ccc C) 111 m IT 0_ DING a r - I gI1I \ FG A — - x o: --fir— -1T--1I I I 3I1I ' p v O lSm _ aD_�ppp I 3 I IX 4 - - a� _ e_9 -- L _ GI -smm _, _�--_- T- -tx 20,mm Pvc " o _�__ - pMH 34-i xTl.— — I ------ - / -'-T r �1 -._ _. �i'_'$--- _ `� -- --1- 200 mm Pvc W_ Wo-28 / � 1 S7Y.BARN SH 59Em 901 iRa:S _ __ —SEX.300 mm SAM. MH 34-� ROADWAY NARROWS R0"�°„'"0EN5 LIMIT OF GRADING \ a s ex 300 mm srM. 3o—SAM— I " DWY FlT + LIMIT OF GRADING _ aaa mw. '"'M"r "vE _ I 17.48m DWY FIT ? P i AT-4.98% - AT O 4.00% t+ I -line, == L_- _ F 13.50m 1 44 st I Q AT-11.8% VACANT FIELD I 1+458.297 PRESTONVALE ft0A0 N coNTRacr LIMIT 2+142.070 GLENABDEY ROAD of STIR- 1+415.336 I OPEN FIELD I TRAFFIC SIGN SCHEDULE SIGN DESCRIPTION DESCRIPTION MESSAGE QUANTITY COMMENTS 1 Wo-28 ROADWAY NARROWS 1 WC-1 SCHOOL AREA 1 PRESTONVALE ROAD CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF ALL EXIST. U/G & OVERHEAD UTILITIES. VARIOUS UTILITIES CONCERNED TO BE GIVEN REQUIRED ADVANCE NOTICE PRIOR TO ANY DIGGING, FOR STAKE OUT, THE CONSULTANT ASSUMES NO RESPONSIBILITY FOR THE ACCURACY OF THE LOCATION OF EXISTING UTILITIES AS INDICATED ON THIS DRAWING. APP OVED APPROVED Director Of Public Works P. Eng. Municipality of Clarington Deportment Of Works APPROVED AB TO FORM IN RELIANCE UPON THE PROFESSIONAL SKILL AND ABILITY Region Of Durham OF G.M.SERNAS&ASSOCIATES.CONSULTING Dote: ENGINEERS,AS TO DESIGN AND SPECIFICATION. R E V I S 1 0 N S No. DESCRIPTION DATE BY APPROVED THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON Public Works Deportment PRESTONVALE ROAD PAVEMENT MARKINGS FROM STA 1+175 TO STA 1+415.336 _ QppFE531a44T �A�S�SOCI®TEAS B. 110limYfbul (1 . FFI SM RNITT vo pN �+ ...otlYaw o t' uxsn o L MpE of p� ISSUED FOR CONSTRUCTION DATE: AUGUST,2002 DRAWN BY: O.K. PROJECT No. J n CONSTRUCTION`/�-T A o�2s� 0 v • 1 0 2002 SCALE: DESIGNED BY: R.A.W. DRAWING No. 1 VERT 1 500 , HORIZ. 1 : 500 CHECKED BY; D.B.G. . PM-3 ��° 0+100 0+1414.771 STRIP o.ao Q- STRIP 264 PRO OSED CO MUNITY P RK ENTRANCE E Flu 0.01) 112 � 2 112 © E Fu 8.63 110 _ 110 E EXG DAD - 111.678 © E EXC. 3.99 i I --im 3 GRAN'A' 0.00 GRAN'A' a � K; ;I - 1.56 J GRAN V 0.00 0 ©GRAN'B' 8.40 108 $ w 108 110 20 110 0^ 10 w 20 10 -20 -10 0 10 20 0+103.126 S. LIMIT CONSTRUCTION 0+152.494 STRIP 0.67 STRIP 110 a b E FILL 0.00 r 112023 � 2 ® E FILL 1201 110 w 109.x07 110 © E EXC- 7.19 112 �l0 112 © E EXC. 297 u N GRAN'K 1.7e bl E 7. FIELD,5; 31 GRAN'A' 1.86 afl © GRAN b' 5.50 &WAN 40 © a wv. o_ F fo9.z9 109.25 F a N�I 8 U) n 3 $ w 108 20 -10 0 10 20 08 110 20 -10 0 10 w 20 10 0+120 0+160 112 112 1. STRIP 1.41 1 2.07E STRIP 2.92 �{ E FlLL 0.01 112389 FARM ® E FlLL 12.42 r�ln © E EXC. 112 L„ FIELD 112 © E EXC. 259 170.880 n S� GRAN'A' 2.07 bl GRAN'A' tsa 110 J J 110 ©GRAN'B'I &71 CL d 0_ GRAN T7• 5.40 a W 109.68 109.90 Q N w En 3 - W -20 -10 0 w 10 20 110 20 -10 0' 10 a 20 10 0+133.125 S. LIMIT URBAN SECTION 0+1 80 112 112 114 114 -. STRIP 205 n STRIP 3.25 e GI � 111.151 2.0%0 © E FILL 6.36 20; 111322 IrI* K 201E © E FILL 1&72 FARM Q E EXC. 4.72 E EXG 249 GRAN'A' 1.86 o GRAN'A• IAW 110 - - n 110 ELAN.6• &40 112 a 112 ©GRAN Yi' &'w o_ m H In ci to W Q N 3 W -20 -10 0 10 20 -20 -10 0 10 20 0+140 0+200 g 116 1111 FARM 116 112 112 D_ FIE j 111.460 "� STRIP 297 N oFD / STRIP 4.14 FARM FIELD © E FlLL 11.33 ICI © E F71L 22.54 E M 4.27 2 114.322 ♦.04 © E EXG 260 GRAN'K 1,50 114 m 114 GRAN'A' 1.56 110 a a- 110 ©GRAN T1' 5.40 s ©MAR V' 5.40 V) w BA 299 i a -20 -10 0 10 20 8 a o w 112 20 -10 0 10 20 12 - R °reselo4 DRANN R. WELDON DATE 12/2001 CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF 3�M.03'30CIATE3 �" ,, PRESTONVALE. ROAD CONTRACT No. ' ALL EXISTING U/G&OVERHEAD UTILITIES. VARIOUS �° "+o DESIGN R. WELDON DATE 12/2001 THE CORPORATION OF THE UTILITIES CONCERNED TO BE GIVEN REQUIRED ADVANCE W " a1EEXEED D. GWDEY DALE 12/2001 NOTICE PRIOR TO ANY DIGGING,FOR STAKE OUT. THE lapia4 lt.wra - � : FROM 298m SOUTH OF SOUTHFIELD w0 F5W.5R APPROVED D. GOUDEY DATE 12/2001 Municipality of Clarington.. REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURACY ..,. ..,r., TT-- ---- - DRAYANC Ns ' OF THE LOCATION OF EXISTING UTILITIES AS INDICATED t.m SURVEY DATA AVENUE TO GLENABBEY DRIVE po i HORIZ. :1:200 GATE NOV. 2001 PUBLIC WORKS DEPARTMENT P7./0 R.A.W AS PER ADDENDUM No. 2 SRM PROJ.No, 012E1 STA. 0+2001 CX-1 'tGF or°" �� VERT. �1:50 Na DAR NAME RENSIONS 002 0+220 0+300 118 J 118 d FIELD IL - STRIP 163 OUSE No. 1539 1 � E FEl 0.01 1 120 I N A P*o I _ w 120 p E EXC. 44 76 116 / 116 STRIP 4.82 n GRAN•A' 1.56 4.0% 2,0% p E FAL 1e.27 - GRAN'8' 140 0% 113.322 © ri 20%t1.� AXFORD RES. 20%GRAN'A• 1.56 Q GRAN•e• 5.40 1 -- �lr -10 0 20 t8 114 114 LJ LJ ^ BL K 299 j �_ 0+320 -20 -10 0 10 20 122 N N 122 0_ + +VA-AN 0+240 N m o FIELD STRIP 124 E.FILL 0.01 VACANT o E EXQ 50.54 gl CL FIELD AXFO CR �e GRAN'A' 1.58 Iz� 120 7 120 QGRAN'8' 140 118 0; „6.9e 118 al yo% 4. 4.0% y 9 STRIP 4.52 d 1 4 :1 AXFORD CI ES. 2 =i zo% E FILL 10.55 W n6.z79 Q E IXG 17.33 -20 -10 0 10 20 115.938 ; 116 GRAN•A' 1.56 y Q GRAN'9' S.4o 0+340 122 122 / - d d STRIP 176 F I r r VACANT E FILL 0.02 V) In FIELD 114 20 -10 0 10 20 14 HOUSE o n _ ® E.IXG 39.11 0. 1592 i o _ GRAN'A' 1.56 0+260 120 /2\GRAN GRAS' 5.40 ° 120 120 120 4.0% 2 0% VACANT 119.386 d 0- FIELD V) - - -20 -10 0 10 20 o/ STRIP 3.98 118 118 AXFORD C ES. ; / 2D= E FILL 156 0+360 E.IXG 2130 nz12s � 16.963 GRAN'A' 1.56 122 - J 122 STRIP 114 GRAN'w 14o d m d VACANT E FILL 0.01 ~1 N FIELD 116 116 n w p E IXG ze.69 No. 1592 W GRAN'A' 1.56 Y Q GRAN T7' 140 e -20 -10 0 10 20 120 119.671 4. 120 -20 -10 0 10 20 0+280 0+366.024 120 _ tl HOUSE No. 120 - 1539 a <L STRIP 174 122 122 STRIP 252 I % E FILL 0.00 d E FILL 0.00 j. GRAVEL g W N In AXFORD RES = © E IXG 34.e3 DRIVEWAY x - - _ - p E IXG 30.24 117.e56 4.0% 2'0% GUN•A' 1.56 No HOUSE,1 ' o' FIELD ENT. w GRAN'A' 1.55 118 .658 20% a 118 p as.>a 6 540 BURIED 3 p caw 7t 5.40 120 w e• CSP CULVERT 2.0% 120 V) - to 119.734 tl Ui Ui -20 -10 0 10 20 -20 -10 0 10 20 E Fc6s RO DRA*N R. WELDON DATE 12/2001 ° CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF awn aalsoc��rsw yo,�6 A44 f° - PRESTONVALE ROAD 'S"°T"° r ALL EXISTING U/G&OVERHEAD UTILITIES. VARIOUS DE51G7 R. WELI)ON DATE 12/2001 THE CORPORATION OF THE UTILITIES CONCERNED TO BE GIVEN REQUIRED ADVANCE �, GIECIIED 0. GOUDEY DATE 12/2001 NOTICE PRIOR TO ANY DIGGING.FOR STAKE CUT. THE � D. . - APPROVED D. GOUDEY DATE 12/2001 Municipality of Clarington FROM 298m SOUTH OF SOUTHFIELD 9 REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURACY .W,qal R.��+rwnw SURVEY DATA AVENUE TO GLENABBEY DRIVE ORAYR70 No. EI OF THE LOCATION OF EXISTING UTILITIES AS INDICATED R*RO +� D e* HORIZ. 1:200 DATE NT V 2001 o P PVBLIC WORKS DEPARTMENT •� �rT� 'N°z or O PL/0 R.A. A$PER ADDENDUM No.2 VERT. + 1:50 SRM PROD. No. 01281 'I"J66.O2 CX_2 168,Ne. DAIS NAME REWSIONS ^ _ . o` 0+380 0+460 122 J J 122 EL d STRIP a08 I� VACANT CANT STRIP 296 ' N H VACANT E FILL 0.02 h E FLL 1.78 A N FIELD _ © E EXC. I4 HOUSE � lJ 19.71 12O � la 4.0%+- 120 - © E IXG 14.245 No. 1592 - GRAN'A' No. 296 119.550 _ �_ 1.545 _ GRAN'A' 1.56 120 °z 4.04 20x 120 ©GRAN•9' 140 -+ J GRAN 1. 540 IL a N -20 -10 O 10 20 -20 -10 0^ 10 2018 9 SOUTHFIELD AVENUE0+400 COMMUNITY CENTRE 0+480 11 VACANT STRIP 147 ° J - FIELD E FILL DG4 a R VACANT STRIP 294 n Ot 119.903 E IXG 24.14 g Iw Fl� E FLL 1.67 120 .514 120 © 120 120 © E EXC. 14.01 23m WC GRAN'A' 185 BLOCK Ia 4.04 -3 No.296 119.470 GRAN,A, 1.56 ©GRAN'e' 10.72 \- GRAN 73' 4.345 J -� a U) ti a 118 w 118 -20 -10 0 10 118 20 -10 0 10 20 18 I i 0+400.954 0+500 SOUTHFIELD AVENUE COMMUNITY CENTRE L III *[ STRIP 3.49 S °n .455 VACANT a a STRIP 271 u _ is s"° _ FIELD E FILL 0.04 E FILL 1.83 BATHGA RE gg Y H s 120 - -- © E M 21.82 I .� a VFlELDT E IXG n.5e 23m LVC �^ -1.514 - 120 GRAN'A' 3.85 120 LL o - 120 ©GRAN•A• 7.56 ©GRAN Ti' 10.72 GRAN'8' 4.56 _- a I In o N a 118 g 1J 118 118 -20 -10 0 10 -20 -10 0 10 2018 LOW POINT 0+501.607 119.338 0+420 I 0+520 VACANT STRIP ax STRIP 273 I a FIELD BATHGA RE . LOTS 0. I� A E FILL 12.4 I E FILL 3-25 12O lox < u9 119.852 2az 12O © E IXC. 1242 120 I VACANT 120 © E D:G 9.63 _ GRAN'A' /.545 9 119.3911 I . _ ox I`J3�i 2.0% GRAN'A' 1.545 ©GRAN'B' 4.55 ��1T- li J LJ 4�7 J ©GRAN'B' 4.56 o_ rn N a N w N a 118 118 118 -20 -10 0 10 -20 -10 0 10 2018 0+440 0+540 STRIP 103 BATHGA RE STRIP 116 I ®R - n E FILL 2N FARM E ILL ael 120 ~- tox 120 ©E IXa 1a16 120 18' FIELD 120 © E ExG 119.709 Ny 7.32 GRAN'A' 1.56 11x5/9 204 GRAN'A' 1.545 J ©GRAN T!' 4.545 J y 4. a Q GRAN'6' 4.55 � -J a N a w w 118 20 -10 0^ 10 20 18 118 -20 -10 0 10 2018 CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF s:2M ARI323t0C1.1&'r S QppF[ef�pl.4l DRANK R.WELDON DATE 12/2001 CONTRACT No. . ALL EXISTING U/G do OVERHEAD UTILITIES. VARIOUS �s° DESIGN R. WELDON DATE 12/2001 THE CORPORATION OF THE PRESTONVALE ROAD UTILITIES CONCERNED TO BE GIVEN REQUIRED ADVANCE cNEG® D. GOUDEY DATE.12/2001 NOTICE PRIOR TO ANY GIGGING,FOR STAKE OUT. THE 1e►�m+ .-... - Municipality of Clarington .. REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURACY °'" f°"""" - APPROVED D.GouDEY DATE 12/2001 FROM 298m SOUTH OF SOUTHFIELD a OF THE LOCATION OF EXISTING UTILJTIES AS INDICATED a E TO GLENABBEY DRIVE +G Na SEPT./02 R.A.W. S PER ADDENDUM No: 2 gCµE NQRIZ. 1:200 DATE NOV. 2001 �0�1 IF{T CONST x .380 TO STA. Q-1..545}0 CX-3 8 x9E OF a' / VERT. 1:50 SRM PROD.No.01281 s -- Na DATE NAPE BENSONS 0+560 0+640 BATHGA RE! STRIP 3.57 STRIP ass E FILL 10.06 NT. T FARM © o% 120.238 20% 6 FARM E 81.F 9.65 FIELD 120 0% 120 E 110.649 20 s © EXC- E 428 120 BLOCK flELO 120 © EXC. 0.71 • I m GRAN'A' 1.66 N0. 300 _ GRAN'A' 1.56 GRAN 11' 6.40 J J ©GRAN'B' 6.40 a a _ o 3w U) _ ~ 118 w 118 118 $ W -20 -10 0 10 20 118 -20 -10 0 10 20 0+580 0+660 STRIP 176 FUT. s7w a06 . © E FIT/. 2271 120.439 2'� S FARM u Nt. FARM FIELD E FU 7.78 120 n FIELD 120 © E EXC. 29e 120 BLOCK ti - - + n9.nB No.300 120 © E IX8. ae6 THGATE GRAN'A• ,.s6 -C ES.R.O.W f 6RAq'A' 7.56 'S' J 900mm z © 'IRAN 13' 6.40 J J ®GRAN'B' 6,40 a n a _ ItINi a / I- leN.l 800/ m N N VI 3 I Q 0+689.463 •'• W w 118 118 20 - 0 0 10 20 18 118 20 -10 0 10 20 0+600 0+680 STRIP 3.53 NT. FARM © E FILL 20.33 STRIP a10 120 Z.Ox Wo 2.0% 5 FIELD - E F%1 ,0.17 120 © E E%C, a25 - ® E EXC. 7.20 0% 120639 20% S FARM BLOCK GRAN'A' 1.56 FlELD GRAN•A' 1.66 No.29 BLOCK 9 @5g ,�- J ©CRAM 11' 0.10 120 N0.300 J "' J 1ZO ©GRAN'8' 5.40 a 1n = I - rn V) a w R a w 118 20 -10 0^ 10 20 18 -20 -10 0 10 20 0+620 0+700 STRIP 136 - STRIP NT. E FILL 1Z64 120 BLOCK 120.039 20% s FIELD © + NT. ® E FILL 0.M 120 0. 120 © E EM 4.56 120.839 2.. S. FIELD © E EXC. 8.14 GRAN'K 1.56 BLOCK GRAN'A' 1.56 No. 300 J ©GRAN 13' 5.40 a a a 120 aJ a 120 ©GRAN Ts' 6.40 a w a In 118 20 -10 0 10 20 w 18 -20 -10 0 10 20 0+635.031 0+720 GRAVEL FIE ENT. STRIP 1.43 122 1 122 FLIT. STRIP 116 120.189 2'0% S� ,Fi - E FILL 7.83 NT' ® E Fo1 0.36 120 d 120 FARM © E EXC. 0.09 121.039 2IX% S FARM BLOCK 'e' O FIELD BLOCK i � © E D(0. 6.15 No.300 GRAN'A' 1.56 No.300 � --� A'GRAN• 1.61 ©GRAN 9' a40 I a a 120 120 ©GRAN e' ass a N a N m En w N a 11820 -10 0 10 2018 -20 -10 0 110 w 20 y D CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF 3.ZM p7630C1ATE3 g0t.6I.N4t DRANN R. WELDON DATE 12/2001 _ o ALL EXISTING U/G k OVERHEAD UTILITIES. VARIOUS �+ DES IN R.WELDON DATE 12/2007 P R E STO N VA LE ROAD CONTRACT No. UTILITIES CONCERNED TO BE GIVEN REQUIRED ADVANCE THE CORPORATION of THE NOTICE PRIOR TO ANY DIGGING,FOR STAKE OUT. THE ne.ror r�ar9 - CNECIffD D. GOUDEY DAZE 12/2001 REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURACY 811 `R'"' � t � APPROt�ED D. GIXIDEY DATE 12/2001 Municipality of Clarington FROM 298m SOUTH OF SOUTHFIELD £ OF THE LOCATION OF EXISTING UTILITIES AS INDICATED IMme �� ¢91 ,� SRt 6Y DAU HORI - 1:200 1 AVENUE TO GLENABBEY DRIVE DRAMNC N. DATE NOK 200 °'oc or o� PT./0 R.A.W. AS PER ADDENDUM No. 2 sDAlf VERT.-1:50 PUBLIC WORKS DEPARTMENT A 5 Na DATE NAME BENSONS SRM PROJ.No.01261 +720 CX-`t g 0+740 0+820 122 STRIP 247 122 ., s 8 a 0>< 121.279 207[ FLIT. FARM © E FILL 9.73 _ $ p m r ® E FILL 399 FIELD 2.01 a 121.921 N 122 © E M 7.71 VACANT©E IXC. 4.75 122 FIELD BLOCK o. GRAN'A' 1.65 O GRAN'A 220 J J ©GRAN TT' 5.70 J D- ©GRAN W 7.63 120 120 0_ 0. N N dl $ n W W a -20 -10 0 10 20 120 20 20 -10 0 10 20 0+760 0+840 J STRIP 277 - STRIP 232 EL .46 Fa- © E FILL 7.46 E 20K r VACANT FxL 5.27 r 2011 V) FIELD to N 122 © E EXG 5.72 122 W 122 © E IXC. 7.24 122 tyT. W 122 GRAN'A' 1.71 VACANT O GRAN'A' 1.70 011 121.479 2'� FIELD - FIELD GRAN 9' ae9 BLOCK ©GRAN'fY 5.91 _D J D_ No. 300 o_ C R U) & W a 120 120 -20 -10 0 10 20 120 20 -10 0 10 20 20 i 0+780 0+860 STRIP 3.31 - 124 J \ 124 STRIP 1.65 © E FILL 7.16 D- d O_ © E FRL 4.42 p r r r n m In V7 Q E IXG a.n 122 p; 121.642 2ML S FARM 122 GRAN A' 1.75 201f k @ 122439 W VACANT GRAN'A' 1.49 7 BLOCK ®GRAN'6' 6.04 d GRAN'a' 5.18 No.300 122 VACANT 122 o r rn � Li 120 20 -10 0 10 20 2Q -20 -10 0 10 20 0+800 0+880 STRIP 0.00 124 124 STRIP 1.9e g q - E FILL 0.00 E FILL 5.01 3 r 121.942 E IXG 26.79 - N N N VACANT © E IXC a91 122 W FlE GRAN'A' 5.95 d -• GRAN.A. 1.28 VACANT O GRAN T!' 23.79 FIELD D• 122 ©GRAN 9' 4.47 122 _ r It 120 -20 -10 0 10 20 -20 -10 0 10 20 I 0+803.908 0+900 BLOOR SURE T REG. ROAD 22 a 124 124 STRIP s F STRIP R x� 0_ D_ D_ © EFILL 4.50 L FILL 0.00 aSWi 3 122aot _ 3 m s3 E Etcc. 2 r 2o7c 12111 2 (n N- VAC T E E7(C 4.a. =,,j�, VACANT ©GRAN'A' 1.11 GRAN'A' a95 FIELD 7 T _ d ©GRAN W 3.93 GRAN W 2.179 122 122 A-4.5 FUT.91A0R ST.REALIGNM K-26.87 BY O1HER5 LVCr120 120 20 -10 0 10 20 -20 -10 0 10 20 II A... #DT66E1 DRAWN R.WELDON DATE 12/2001 CONTRCONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF 3MM�aocaTEa 1• �� •-• DESIGN R.WELDON DATE 12/2001 THE CORPORATION OF THE PRESTONVALE ROAD ALL EXISTING U/G k OVERHEAD UTIUTIE3. VARIOUS CHECKED D.GWDEY DATE 12/2001 NOTIC1ES CONCERNED TO BE G,FN RSTAKE ADVANCE Municipality Of Clarington FROM 298m SOUTH OF SOUTHFIELD NOTICE PRIOR TO ANY DIGGING,FOR STAKE OUT. THE B. APPROVED D.GOUDEY DAZE 12/2001 REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURACY wpa rq SRVEY DATA AVENUE TO GI ENABBEY DRIVEU'OF THE LOCATION OF EXISTING UTILITIES AS INDICATED L°D' u o - HORIZ. 1:200 DATE NOV. 2001 PU9UC WORKS DEPARTMENT c O'F'JOO CX �MDe of do EPL/O R.A.W AS PER ADDENDUM No.2 VERT. a 1:50 SRM PROD.No.01261 - S Na DATE NAME REN90N5 1 0 2002 0+920 1 +020 • J \ STRSIR"' 1.84 126 126 9 $ a \ STRIP 1.58 C + p O_ 0_ d © E FILL 4.83 § r F- E FILL 1.71 N In 124 © E EXC. 4.n 124.882 2 Q (n © E IXC 5.88 124 w - FI _ VAC kNT 121459 2 VAC NT GRAN'A' 1.11 Fl GRAN'A' 1.11 VAC T 2-- Fl ®GRAN S 383 !L 124 ©GRAN'B' 3113 124 n (AI 122 20 -10 0 10 20 22 -20 -10 0 10 20 0+940 1 +040 J STRIP 1.74. 126 + J 126 STRIP 1.57 d O. O_ © d CL E FILL 1.03 E FILL 138 N - N N VAC NT m - 124.872 2 x N Vf © E IXa 8.85 124 © E IXa 5.07 W 124 w VAC T lox _ VACANT _ FIELD GRAN'K 1.11 VACAN FlE GRAN'A' l.n FIELD O-� �- 1 0 063 O! ` ®GRAN'B' .193 w ©GRAN 13' 3.93. J G. 124 IS 124 a 122 12220 -10 0 10 20 -20 -10 0 10 20 i i 0+960 1 +060 + \ \ STRIP 1.62 J J �. STRIP 1.34 c D_ d E FILL 1.92 a- a. 2.0% 124.139 - .Ox H N VA ANT HOUSE E FILL 0.74 r g o No. 2111 En N + + 126 © E IXa 7.35 124 VACANT Fl 124 © E IXa 5.54 126 GRAN'A' 1.11 / GRAN'A' 1.11 FU E / O ©GRAN'8' 3.83 SCHOOL SITE 20X 40 GRAN T7' 3.97 J O_ _ PE C9 ND 00 GRATE 124.% fA 122 124 n 122 20 -10 0 10 20 -20 -10 0 10 20 24 0+980 1 +078.338 \ \ STRIP 1.77 J STRIP 1.00 O- 4. © E FILL 128 a � 41.7 lym I:li E Fu 0.12 � !n f 126 © E EXC. 0.34 to N ® E IXa 5.25 126 c W 20x 124.478 lox O. VAC T GRAN•A' 1.11 RE s °� No�111 SAN.A. 1.11 SCHO SITE VACA T GC = ®GRAN'g 3.93 ©GRAN B 3.93 Fl 124 0 124 F- RI WA y DRI WAY � a -20 -10 0 10 20 124 20 -10 0 10 20 24 I 1 +000 1 +080 J \ STRIP 1.73 0_ v� SIRW 1.01 a. $ N © E FILL 111 to + DRIVEWAY E FILL 0.2D U) Li 124.7 W © E IXa 5.22 126 - HOUSE 126 © E ERG. 0.05 VA NT ti VAC T CRAM'A' 1.11 lox 21 m No.2111 GRAN'A' 1.11 FI LD O,- FIE J ©o"A"'g 193 ©GRAN'8• 193 124 124 1 D_ 1- F] Q 124 H- 124 -20 -10 0 10 20 -20 -10 0 10 20 DRAWN R. WELDON DATE 12/2001 CONTRACT CONTRACTOR TO BE RESPONSIBLE.FOR LOCATION OFM �oQa�fEasI°'4<<� - PRESTONVALE ROAD DESIGN R. WELDON DATE 12/2001 THE CORPORATION OF THE ALL EXISTING U/G S OVERHEAD UTILITIES. VARIOUS = - CNEOCEO D.GOUDEY DAZE 12/2001 UTILITIES CONCERNED TO BE G.F REQUIRED ADVANCE 'J Municipality of Clarington FROM 298m SOUTH OF SOUTHFIELD NOTICE PRIOR TO ANY DIGGING,FOR STAKE OUT. THE lnmra+ To'�"' .B. - APPROVED D.GOUDEY DATE 12/2001 / b" REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURACY wa,.a `�..., SUDWy DATA - AVENUE TO GLENABBEY DRIVE 0RA1MN6 N. OF THE LOCATION OF EXISTING UTILITIES AS INDICATED °Y^' ��0 - HORIL : 1:200 DATE NOV. 2001 PUBLIC WORKS DEPARTMENT X/ C ♦oY4re of p4��4 PL/0 R.A.W AS PER ADDENDUM No. 2 VERT. 1:50 SI2M PROD. Na D1261 1+080 �^_6 Na -DATE NAME PENSIONS 02 1 +088.527 1 +140 STRIP 1.09 - STRIP 1.51 D_ E F91 OAS a GRAVEL R 126 E Flu a33 + 41 N U) DRIVEWA © E EXC. att + W © E IX0. 7.67 126 - CHDOL SI L+ FL RE yy n - Z �, GRAN'A' 1.11 SCHOOL SITE 2.05 _. 53 g H SE GRAN'A' 1.10 12&178 i No. 125 2.. H USE © GRAN'D' 3.93 No.2153 �� © GRAN'B' 7.97 126 126 30 0 d F N � ~ 124 124 20 -10 0 10 20 -20 -10 0 10 20 1 +100 1 +159.667 STRIP 1.16 STRIP 0.46 0_ E FILL 0.60 O_ m E FILL OAS 6 F n N ~ $ DRIVEWAY E IX0. 7.60 - HOUSE E.N m�° - I�tl° © E EXC. a27 126 _ 126 © a � FU RE 2.05 5, _ g HO SE GRAN'A' 1.11 X4.05 '* z a=E1 GRAN SCHO SITE No. 125 HO SE GRAN'9' 3.93 GRAIL No. 153 © GRAN'e' 3.93 126 DRIVEWAY 1126 o D_ w a 124 20 -10 0 10 20 24 -20 -10 0 10 20 1 +100.227 1 +160 J w J STRIP 0.46 STRIP IAA F + o NN a m ASPH T E FlLL OAS 6S R E FILL 0.81 DRIVE AY E 126 Q E.IXC zeo I. ® E EXC. azo 126 SCH FUTURE 2.05 No. 125 o. 2148 �� 1ze.452 z. ± - GRAN'X 1.10 GRAN'A' 1.11 HOUSE _ GRAVEL T7 No.2153 © GRAN TI' a90 © GRAN'9' 3.93 126 DRIVEWAY 126 J 0- ss o ° 124 20 124-10 0 10 20 -20 -10 0 10 20 1 +120 1 +180 . g m np GR VEL STRIP 1.12 �. Y STRIP 1.64 o + nn GRAVEL 7f E Flu 0.78 HOUSE = nn DRI WAY E rTU 0.05 CONSTRU TION 2.05 + H SE No.2156 g GI 77 © E.EM 7.63 ENTRANCE No. 125 126 © E EX0. 7.65 _ 125.726 126 GRAN'A' 1.11 GRA L 2�= _4. X No.2153 GRAN'A' t.t1 a5op 393 DRIVE AY ® mm,81 393 J © GRAN T7' 126 126 _ d TO BE R OCATED 0- D TO STA. +172.5001 N a 124 lui 124 -20 -10 0 10 20 -20 -10 0 10 20 1 +120.663 1 +181 .283 J STRIP 1.64 STRIP 1.09 r HOUSE H GR VEL . E FILL 0.62 No. 2156 < + DRI WAY E Flu- a05 CONSRTRU TIIXJ z� a HOUSE GR VEL Vs.; r w $ ENTRA CE + 2. No.2125 126 ® E.EXC. 7.66 + HOUSE E EXa 7.77 126 No 21 �� -- GRAN'K 1.11 4 aL �4, GRAN'K 1.11 GRAN Ti' 3.93 ® GRAN'B' 3.93 J 126 126 a TO BE R OCATED a TO STA. +172.5001 124 124 20 -10 0 10 20 -20 -10 0 10 20 8 p4pFEESlpya� DRAM R. WELDON DATE 12/2001 CONTRACT No. CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF �M�ao�uLIM95 DESIGN R. WELDON DATE 12/2001 THE CORPORATION OF THE PRESTONVALE ROAD g�g ALL EXISTING U/G do OVERHEAD UTILITIES. VARIOUS a� R u pIECIeED D.GOUDEY DATE 12/2001 Municipality of.Clarington a UTILITIES CONCERNED TO BE GIVEN REQUIRED ADVANCE ��� 1m��m _ APPROKD D. GOUDEY DATE 12/zoo, . FROM 298m SOUTH OF SOUTHFIELD NOTICE PRIOR TO ANY DIGGING,FOR STAKE OUT. THE AVENUE TO GLENABBEY DRIVE "'""'"G"° REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURAQY w.r.a ..�ara4 SURVEY DATA OF THE LOCATION OF EXISTING UTILITIES AS INDICATED p1 o HORIZ.:1:200 DATE NOV. 2001 PUBLIC WORKS DEPARTMENT CX-7 hpce of.4, EPT./0 R.A.W AS PER ADDENDUM No. 2 SCALE VERT. L•50 SRM PROD. No.01261 STA. 1+088.527 TO STA. 1+181.283 ]RAP NAME REMSIONS ISSUED OCT 1 0 2002 1 +198.46,9 1 +280 MEADOWGLADE ROAD STRIP 202 s,mP 0.45 SUBDIVISI - UNDER V) E FiLL 0.85 CONSTRCTIO A N E FILL 0.41 N 128 I 128 E IX0. 7.00 128 127.508 W' 128 E IX0. 10.64 le GRAN'A' 1.31 2 I CRAN'A' 1.54 9 1 I If HOUSE GRAN W' 4.70 5 OgA 1�, 126.976 2 I I= No.2153 GRAN'8' 4.56 J \ a IVACANT g w 126 20 -10 0^ 10 20 26 126 20 -10 0 10 20 26 1 +200 1 +300 MEADOWGLADE ROAD STRIP 0,46 SUBDIVISION STRIP 212 o_ UNDER n E Flu 0.63 w r E cR.L o.ee CONSTRCTI PROP. a DWY V) E IXa e.o7 128 4 128 w 128 °x_ 127.606 2.0% 128 E IXa 9.63 r_ILL I 4' GRAN'A' 1.33 �I� I CRAN'A' 1.31 � Ip GRAN Ti' 4.70 S _1.46A wl 128. 2.DA le No.HOUSE 153 GRAN Ti' 4.49 J ACANT FEUD to � r rn 126 126 20 -10 0 10 20 26 126 20 -10 0 w 10 20 1 +220 1 +310.524 STRIP 210 SUBDIVISION STRIP 1.57 UNDER EXIST. E FILL 1.ez N I, ONSTRCTIO GRAVEL E PAL 0.00 1 S OR �S ENTRANCE I' B RN 128 126 E IXa am 128 _ E Exa 7.36 - _ �: EXIS SHED 128 tzzee0 BDIVISION r'� 142 7.873 CRAN'A' 1.28 GRAN'A' 1.33 UNDER 20A $I 27.208 2 x y� GRAN'B' A70 C NSTRCTION GRAN'8' 4.31 J a o r h w 126 126 20 -10 0 10 20 126 20 -10 0 10 20 26 1 +240 1 +320 STRIP 205 STRIP 1.66 SUBDIVISION UNDER E F81 0.86 N E Flu 0.15 CONSTRCTIOt 128 R� + 128 E IX0. 6.63 128 127.69 w 128 GRAN A' 6.34 SUBDIVISION GRAN'A' 1.33 I� UNDER lox 127.308 4..5% oNSTRCTIO 4' GRAN'B' 4.70 J GRAN'6' 4.70 J C. VACANT o_ D. r P In ELD a d A 126 20 -10 0 10 20 26 126 20 -10 0 10 20 26 1 +260 1 +340 STRIP 254 I UNDER STRIP 213 E FILL 0.56 'ONSTRCTIOb E FILL 0.70 PROP. 128 SUBDIVISION 41°m 128 E IX0. 9.85 128 OAS DWY x' 127.666 N I 128 E ExC. 0.36 PRQP-ONSTRCTIO DWY x.- 127.406 2 GRAN'A' 1.33 CANT GRAN'A' t.JJ -�Il GRAN•6' 4.70 - J , FIELD GRAN'B' A70 J d VA AN O. • yr1 o a 126 20 -10 0 w 10 20 26 126 20 -10 0 w 26 10 20 b "EM0, IMAM R. WELDON DATE 12/2001 PRESTONVALE ROAD CONTRACT No. CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF 3e2M 06�OCIOTE•S ap ''� DESM R. WELDON DATE 12/2001 THE CORPORATION OF THE ALL EXISTING U/G&OVERHEAD UTILITIES. VARIOUS "an D.GOUDEY DATE 12/2001 r I UTILITIES CONCERNED TO BE GIVEN REWIRED ADVANCE iY MUIIICIP1IIty OI CIaI�II1gCOCI - FROM Z98fl1 SOUTH OF SOUTHFIELD NOTICE PRIOR 10 ANY DIGGING,FOR STAKE OUT. THE W&YiO1 f APPROVED D. GOUDEY DATE 12/2001 AVENUE TO GLENABBEY DRIVE DRAMIM NA REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURACY �.a �su� SURVEY DATA CX-8 - OF THE LOCATION OF EXISTING UTILITIES AS INDICATED J± or'of o+tea' L/0 R.A.W AS PER ADDENDUM No.2 �'� HVERT. -1:50 DATE SRM PROJVNo.�01261 PUBLIC WORKS DEPARTMENT S'TA, 1+198.469 TO STA. 1+340, l'/� No. DATE NAME REN90NS . 1 1' 1 +360 1 +420 - SUBDIVISION UNDER tt CO w J STRIP 222 J STRIP 0.00 0. EX LOT ltl f a E FILL 0.24 ( H E.FILL 0.00 In 126 \ ' 9 ; w 126 © E IXF 11.71 126 S w 128 E.IXF 0.00 4.0 7.366 0% al GRAN•A' 0.00 GRAN'A' 1.34 VAC ANT N Fl LD GRAN'B' 4.70 9'J OPEN FIELD GRAN' 0,00 J © a - \ a N - o oI c~i, 126 126 a 126 126 20 -10 0 10 20 -20 -10 0 10 20 1 +380 1 +440 END 1 1�_ �I STRIP D.% J STRIP 0.00 O1 E.FILL 0.46 r $ E FILL 0.00 n �^ 128 ; 128 © E IXF 6.95 128 rn + w 128 E IXA'F o.00 EX LOT ' °le 127.466 20 GRAN'A' 1.16 Z GRAN' 0.0D J VA ANT FIELD GRAN'W o.00 n LD 126 126 126 126 -20 -10 0 10 20 -20 -10 �± 0 11 10 20 1 +385.069 1+458.297 STRIP 0.96 Noa225B - ? J 2 GLENABBEY DRIVE - E.FILL 31 - - 128 6. m 128. '© E IXF 11.61 GRA DRIVEWAY 4. 127.441 2•0% GRAN'K 1.22 J OPEN FIELD © GRAN'R' 4.25 - Q_ 45 126 1 �10 0 10 20 26 20 1 +400 0 . m K N A STRIP 1.36 (L E FILL 204 r 126 ` 128 © E EM 7.12 \ qsn w GRAN'9 1.34 - 4.0 127.366 . 2mL © GRAN Ti' 4.63 �- OPEN FIELD m aN .N. 126 20 -10 0 10 20 26 sus 1 +415.336 N. LIMIT OF CONSTRUCTION STRIP 0.00 gOL E FILL 0.00 N © E.IXF &00 128 w 128 GRAN W 1.59 • Sw START 127.269 ©GRAN Ti' &00 1+11149 a 126 3 126 -10 0 SO 20 DRAWN R. WELDON DATE 12/2001 CONTRACT No. 'F[SSIO,y4 S CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF 32M 3.S43C)'=1ASTE3 R° << DESIGN R.WELDON DATE 12/2001 THE CORPORATION OF THE PRESTONVALE ROAD ALL EXISTING U/G&OVERHEAD UTILITIES VARIOUS UTILITIES CONCERNED TO BE GIVEN REWIRED ADVANCE 01Ea¢D D.GOUDEY - DATE 12/2001 a NOTICE PRIOR TO ANY DIGGING,FOR STAKE OUT. THE - APmvm D. GOUDEY - DATE 12/2001 Municipality of Clarington FROM 298m SOUTH OF SOUTHFIELD . REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURACY n.,.a .�..., sulvEr DATA AVENUE TO GLENABBEY DRIVE D"AM"N. OF THE LOCATION OF EXISTING U11U11E5 AS INDICATED m *off .IU ° T./0 R.A.W AS PER ADDENDUM No.2 SCALE BRIT.- 1:20 DA19 NOV. 2001 PUSUC WORKS DEPARTMENT Cn-9 _ B DATE NAME Ro.2 SRM PROJ. N.01261 STA. 1+460 TO STA. 1+415.336 e !SSUED MR CONSTRUCTION OCT 1 0 2002 0+720 0+800 J 47, 22 STRIP 0 STRIP 1.24 E FILL 251 2 E FILL 0 121.895 � F O :D E.EXC. 14.27 122 E IXG 11.75 O 122. N GRAN'A' 237 Z \ f�-- 120.578 N GRAN'A' 219 \� GRAN.8. 8.06 ----- -- �� ---- ---- -----_---_ GRAN TT' 9.e8 120 � 120 120 120 -20 -10 0 10 20 -20 -10 0 10 \\ 20 0+740 I0 GRAVEL DRIVEWAY 0+804.478 F w HOUSE No. 1536 -1 d STRIP 0.63 \ 22 a 122 STRIP 0 ' - 0- E FILL 0 9 r`E E.FILL 0 121.776 py' a --` 122 7 122 E.EXC. 1283 O E EXC. 14.87 O — _ Z N GRAN'A' 253 Z\ \ R0 T- 120 2. q GRAN'A' 214 --- —�� -- -- -- GRAN'V 9.88 GRAN'9' 7.68 T�' 120 \\ 120 1 \ 120 12020 -10 0 10 20 -20 -10 0 10 \ 20 \ 0+760 1) ASPHALT DRIVEWAY 0+810.3 7 8 > HOUSE No. 1538 STRIP 0.39 3°j1 122 122 STRIP 0 ' d _ E FILL 0 LL rs 0_ E FILL 0 H 121.528 7 122 E EXC. 14.18 —— ——— E EXG 16.84 - \ .122 2 GRAN'A' 05 �------ Z � �� � GRAN'A' 232 6.Oy_ T GRAN'B' &S2 2.C% GRAN'e' 7.63 \ / � -� 120 Li v 120 INV. 120 20 \ -20 -10 0 10 20 \\ -20 -10 0 10 �\ 20 GRAVEL DRIVEWAY 0+779.378 --- 0+820 E: HOUSE No.1536 } J 3 F J STRIP 0 a STRIP 0 MITI d 0_ E FILL 0 E FRL 0 122----N 6 7 122 E EXC. 19.36 120 Z \ \. 119.878 120 E EXC. 11.64 O _\ Z GRAN'A' 209 GRAN'A' 206 6' —t-7B;-- Izt141 2. % GRAN'B' za \ GRAN'B' 7.77 118 \ 118 120 20 -10 0 10 20 20 -20 -10 0 10 \ 20 \ \\ GRAVEL DRIVEWAY 0+780 ----------__-- 0+825.108 EAST LIMIT OF CONSTRUCTION HOUSE No. 1536 -, J dSTRIP 0 0_ \\ STRIP 0 a E FILL 0 \ - E FILL 0 122 E EXC. 19.35 120 O \ 119.673 120 E.EXC. 10.76 Z 121.126 N - Z \ GRAN'A' 210 \ GRAN'A' 218 -- \ GRAN'B' 7.42 GRAN'B' 7.64 r 120 120 118 118 -20 -10 0 10 \\20 -20 -10 0 10 \ 20 0 \ 8 a - DRAMN R.WELDON DATE 12/2001 - CONTRACTOR TO BE RESPONSIBLE FOR LOCATION OF 1�M�3 LALTE7f R4oFESSIOA41 B LOO R STREET CONTRACT No. ALL EXISTING U/G B OVERHEAD UTILITIES: VARIOUS g fo DESIGN R.WELDON DATE 12/2001 THE CORPORATION OF THE UTILITIES CONCERNED TO BE GIVEN REQUIRED ADVANCE 43 ' aECKED D.GOUDEY DATE 12/2001 NOTICE PRIOR TO ANY DIGGING, FOR STAKE OUT. THE ,»,�9� APPROVID D.GOUDEY DA1E 12/2J01 Municipality of Clarington FROM PRESTONVALE ROAD TO REGION ASSUMES NO RESPONSIBILITY FOR THE ACCURACY w. . .... SURVEY DATA - 113.8 m EAST OF PRESTONVALE ROAD "N6'G N. 3 OF THE LOCATION OF EXISTING UTILITIES AS INDICATED 9O� [f-� ScAtr: HORIZ. 1:200 DATE NOV. 2001 PUBLIC WORKS DEPARTMENT CX—�O g Ncc of° VERT.- 1:50 SRM PROJ..No.01261 STA. 0+720 TO STA. 0+825.108 No. DATE NAME REVISIONS 1 ISSUED FOR CONSTRUCTION OCT 1 0 200? THE DOAUNJU\ OF CA'\ADA GENERAL INSVRA'\CE COMPANY Head Officc -I orontc.Ontanc COPY NO. SSG 3 AMOUNT:A0UNT: $1$1..66665.276.74 PERFORMANCE BOND KN0V1' ALL MEN BY THESE PRESENTS that COBOURG DEVELOPMENT SERVICES LIMITED. as Principal. hereinafter called the Principal,and THE DOMINION OF CANADA GENERAL INSURANCE COMPANY a corporation created and existing under the laws of Canada and duly authorized to transact the business of Suretyship in Canada as Surety, hereinafter called the Surety,are held and firmly bound unto THE MUNICIPALITY OF CLARINGTON hereinafter called the Obligee, in the amount of ONE MILLION SIX HUNDRED AND SIXTY FIVE THOUSAND TWO HUNDRED SEVENTY SIX DOLLARS AND 74 CENTS ($1,665,276.74) lawful money of Canada. for the payment of which sum,well and truly to be made,the Principal and the Surety bind themselves,their heirs, executors,administrators,successors and assigns, jointly and severally,firmly by these presents. WHEREAS,the Principal has entered into a written contract with the Obligee,dated the 16TH day of OCTOBER, 2002, for PRESTONVALE ROAD RECONSTRUCTION,CONTRACT CL2002-34 in accordance with the Contract Documents submitted therefor which are by reference made part hereof and are hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal shall promptly and faithfully perform the Contract then this obligation shall be null and void;otherwise it shall remain in full force and effect. Whenever the Principal shall be,and declared by the Obligee to be,in default under the Contract,the Obligee having performed the Obligee's obligations thereunder,the Surety may promptly remedy the default,or shall promptly (l) complete the Contract in accordance with its terns and conditions or (2) obtain a bid or bids for submission to the Obligee for completing the Contract in accordance with its terms and conditions, and upon determination by the Obligee and the Surety of the lowest responsible bidder, arrange for a contract between such bidder and the Obligee and make available as work progresses (even though there should be a default, or a succession of defaults, under the contract or contracts of completion, arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price;but not exceeding, including other costs and damages for which the Surety may be liable hereunder,the amount set forth in the first paragraph hereof.The term"balance of the Contract price",as used in this paragraph, shall mean the total amount payable by the Obligee to the Principal under the Contract, less the amount properly paid by the Obligee to the Principal. Any suit under this Bond must be instituted before the expiration of two (2)years from the date on which final payment under the Contract falls due. The Surety shall not be liable for a greater sum than the specified penalty of this Bond. No right of action shall accrue on this Bond,to or for the use of,any person or corporation other than the Obligee named herein, or the heirs,executors,administrators or successors of the Obligee. IN WITNESS WHEREOF,the Principal and the Surety have Signed and Sealed this Bond this 16TH day of OCTOBER, 2002. SIGNED,AND SEALED in the presence of COBOURG DEVELd NT SERVICES LIMITED Principal V The Dominion of Canada General Insurance Company a:PERF3702 Endorsed by:R.A.I.C.,A.C.E.C.,C.C.A.C.C.P.E.,C.S.C. Approved by:SURETY ASSOCIATION OF CANADA Cindy Petzoo-Attorney-in-Fact f E THE DOMINION OI, CANADA GENLRAL INSVRANCE COARAN Head Office 1 o101-1k Unlari( COMPLETED IN TRIPLICATE No: SSG 850843 Amount: $1,665,276.74 LABOUR AND MATERIAL PAYMENT BOND (TRUSTEE FORM) Note: This Bond is issued simultaneously_ with another Bond in favour of the Obligee conditioned for the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS that COBOURG DEVELOPMENT SERVICES LIMITED, as Principal hereinafter called the Principal,and THE DOMINION OF CANADA GENERAL INSURANCE COMPANY a corporation created and existing under the laws of Canada and duly authorized to transact the business of Suretyship in Canada as Surety,hereinafter called the Surety are, subject to the conditions hereinafter contained, held and firmly bound unto THE MUNICIPALITY OF CLARINGTON as Trustee hereinafter called the Obligee, for the use and benefit of the Claimants, their and each of their heirs, executors, administrators, successors and assigns, in the amount of ONE MILLION, SIX HUNDRED SIXTY FIVE THOUSAND TWO HUNDRED SEVENTY SIX DOLLARS AND 74 CENTS ($1,665,276.74) of lawful money of Canada for the payment of which sum well and truly to be made the Principal and the Surety bind themselves, their heirs, executors, administrators,successors and assigns,jointly and severally,fimily by these presents. WHEREAS,the Principal has entered into a written contract with the Obligee,dated the 16TH day of OCTOBER, 2002, for PRESTONVALE ROAD RECONSTRUCTION, CONTRACT CL2002-34, which Contract Documents are by reference made a part hereof,and are hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the Principal shall make payment to all Claimants for all labour and material used or reasonably required for use in the performance of the Contract,then this obligation shall be null and void;otherwise it shall remain in full force and effect,subject,however,to the following conditions: 1. A Claimant for the purpose of this Bond is defined as one having a direct contract with the Principal for labour,material,or both, used or reasonably required for use in the performance of the Contract,labour and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment directly applicable to the Contract provided that a person, firm or corporation who rents equipment to the Principal to be used in the performance of the Contract under a contract which provides that all or any part of the rent is to be applied towards the purchase price thereof,shall only be a Claimant to the extent of the prevailing industrial rental value of such equipment for the period during which the equipment was used in the performance of the Contract. The prevailing industrial rental value of equipment shall be determined, insofar as it is practical to do so, in accordance with and in the manner provided for in the latest revised edition of the publication of the Canadian Construction Association titled "Rental Rates on Construction Equipment"published prior to the period during which the equipment was used in the performance of the Contract. 2. The Principal and the Surety, hereby jointly and severally agree with the Obligee, as Trustee, that every Claimant who has not been paid as provided for under the terms of his contract with the Principal,before the expiration of a period of ninety(90)days after the date on which the last of such Claimant's work or labour was done or performed or materials were furnished by such Claimant,may as a beneficiary of the trust herein provided for,sue on this Bond,prosecute the suit to final judgement for such sum or sums as may be justly due to such Claimant under the terms of his contract with the Principal and have execution thereon. Provided that the Obligee is not obliged to do or take any act, action or proceeding against the Surety on behalf of the Claimants, or any of them to enforce the provisions of this Bond. If any act,action or proceeding is taken either in the name of the Obligee or by joining the Obligee as a parry to such proceeding,then such act,action or proceeding,shall be taken on the understanding and basis that the Claimants or any of them who take such act, action or proceeding shall indemnify and save harmless the Obligee against all costs, charges and expenses or liabilities incurred thereon and any loss or damage resulting to the Obligee by reason thereof Provided still further that,subject to the foregoing terms and conditions,the Claimants,or any of them,may use the name of the Obligee to sue on and enforce the provisions of this Bond. ;. No suit or action shall be commenced hereunder by any Claimant: page 1 of 2 page of a unless such Claimant shall have given written notice willun the time hrrnt� hereinafter set forth to each of the Principal the Suretv and the Obligee. stanne with substantial accuracy the amount claimed Such notice shall be served by mailing the same by registered mail to the Principal. the Surety and the Obligee. at any place where an office is regularly maintained for the transaction of business by such persons or served in anv manner in which legal process may be served in the Province or other part of Canada in which the subject matter of the Contract is located. Such nonce shall be given (1) in respect of any claim for the amount or any portion thereof.required to be held back from the Claimant by the Principal, under either the terms of the Claimant's contract with the Principal, or under the Mechanics' Liens Legislation applicable to the Claimant's contract with the Principal. whichever is the greater, within one hundred and twenty(120)days after such claimant should have been paid in full under the Claimant's contract with the Principal: (2) in respect of any claim other than for the holdback, or portion thereof. referred to above,within one hundred and twenty (120) days after the date upon which such Claimant did, or performed, the last of the work or labour or furnished the last of the materials for which such claim is made under the Claimant's contract with the Principal: (b) after the expiration of one (1) year following the date on which the Principal ceased work on the Contract, including work performed under the guarantees provided in the Contract: (c) other than in a Court of competent jurisdiction in the Province or District of Canada in which the subject matter of the Contract, or any part thereof, is situated and not elsewhere, and the parties hereto agree to submit to the jurisdiction of such Court. 4. The Surety agrees not to take advantage of Article 1959 of the Civil Code of the Province of Quebec in the event that,by an act or an omission of a claimant,the Surety can no longer be subrogated in the rights,hypothecs and privileges of said Claimant. 5. Any material change in the Contract between the Principal and the Obligee shall not prejudice the rights or interest of any Claimant under this Bond,who is not instrumental in bringing about or has not caused such change. 6. The amount of this Bond shall be reduced by, and to the extent of any payment or payments made in good faith, and in accordance with the provisions hereof,inclusive of the payment by the Surety of Mechanics'Liens which may be filed of record against the subject matter of the Contract,whether or not claim for the amount of such lien be presented under and against this Bond. 7. The Surety shall not be liable for a greater sum than the specified penalty of this Bond. IN WITNESS WHEREOF,the Principal and the Surety have Signed and Sealed this Bond this 16TH day of OCTOBER,2002 SIGNED AND SEALED in the presence of COBOURG DEVELOPMENT SERVICES LPMITED i �r Principai THE DOMINION OF CANADA GENERAL INSURANCE COMPANY By Cindy Petzdld-Attorney-in-Fact a:LMP-3749 Endorsed by:R.A.I.C.,A.C.E.C.,C.C.A.,C.C.P.E.,C.S.C. Approved by:INSURANCE BUREAU OF CANADA 1 The DOMINION OF CANADA CERTIFICATE OF INSURANCE # General Insurance Company-- the Insurer HEAD OFFICE: 165 UNIVERSITY AVENUE,TORONTO,ONTARIO M5H 38' This is to certify tc The Municipality of Clarington 42 Temperance Bowmanville,ON L1C 3A6 that policies of insurance herein described have been issued to the Insured named below and are J in force at this date. Named Insured - Cobourg Development Services Ltd. Address— P.O.Box 997 Cobourg,Ontario K9H 4W4 Location and Operations to- Trenching,Excavating, Land Clearing,Road Sewer and Watermain Construction which this Certificate applies Prestonvale Road Reconstruction,Contract CL2002-34 POLICY EXPIRY DATE KIND OF POLICY NUMBER D M Y LIMITS OF LIABILITY COMMERCIAL BODILY INJURY AND PROPERTY DAMAGE LIABILITY GENERAL LIABILITY AGGREGATE LIMIT $ 2,000,000 Products Included M CCP 8075422 6 18 2003 EACH OCCURENCE LIMIT PERSONAL INJURY LIMIT and/or Completed $ 2,000,000 $ 2,000,000 Operations Excluded TENANTS'LEGAL LIABILITY LIMIT MEDICAL EXPENSE LIMIT Cross Liability Yes ❑X $ 100,000 $ 2,500 No 0 ANY ONE PREMISES ANY ONE PERSON AUTOMOBILE LIABILITY BODILY INJURY AND $ INCLUSIVE LIMIT PROPERTY DAMAGE COMBINED All owned vehicles ` DESCRIBE SPECIFIC VEHICLES 'Specified vehicles only Standard Non-Owned M CCP 8075422 6 18 2003 $2,000,000.00 Hired Vehicles Leased Vehicles OTHER(DESCRIBE) UMBRELLA LIABILITY 0 CCP 8075422 6 18 2003 $8,000,000.00 0 0 NOTE: It is hereby understood and agreed that The Municipality of Clarington,Region of Durham,SRM and Associates and Totten Sims Hubicki Associates Ltd are added as additional insureds to the Commercial General Liability rider of this policy but only with respect to liability arising out of the operation of the Named Insured. The insurance afforded is subject to the terms,conditions,and exclusions of the applicable policy. This Certificate is issued as a matter of information only and confers no rights on the holder and imposes no liability on the Insurer. The Insurer will endeavour to mail to the holder of the Certificate 30 days written notice of any material change in or cancellation of these policies,but assumes no responsibility for failure to do so. Bailey McNichol 'sod 8 Ass fates j Date 16-Oct-02 per A--a A thorized Repyesentative 5567(07191) 1 „ F;oh Tr;E i::_ r Clsalance Comftc etc, Certitical de deeharge T;rV �T; S ' 6r :S4 - C:2 ' The Workplace Sstety and Insurance Board (VISlb, hereby waives rte rtghls undca Section 141 of the v`.ofkplace Safety end Insurance Art to hold the Pnncipel, that il in a confrectual agreement ev th the Contractor named, liable for any Section 141 liability of the Contractor tot pr_miuma and levia? CONTRACTOR of the WSIb owing now or within 60 days trom the L' ENTREPRENEUR date of this Certificate COBOURG DEVELOPMENT Per la pr6sente. la Commission de le 96cwtte pro less ionnelle et 1'assurance contre leg accidents SERVICES 'LTD du travail ICSPAAT) renonce aux droits qui lui som BOX 997 STN MAIN cunt8t6v an vertu de Particle 141 de la Loi sur la COBOURG ON stcuritt}profassionnelle et l'assmance contre Ic6 K9A 4W4 accidents du travail et qui 1'autorisent d tenit I'entrepreneut principal. qui a tignt une entente contractuelle avec 1'erttrepreneur dont le nom figuresur le prkent cenificat. responsable du paiement de tout primo ou de toute &omme que 1'entrepnmaur est tenu de verse( d la CSPAAT ifnmC-diatemoot ou dans les 60 jours suivsnt la date indiqu(te sur co cenificat. THIS CERTIFICATE IS VALID FOR ALL CONTRACTS OF THE NAMED CONTRACTOR DURING 714F. EFFECTIVE PERIOD r' ZESLN Ct'R:_FiC."�T EST VALID '^max. iOuS _.E'S CONTRATS P,",SSES PAR ',E T� -,PEPRE 777 ?ENDAN7 I,A ?r^..P.10 F ^ v�?d'��i TS�n�vt,�s,ItTeuc�t�dn��t�+,l vvsle. 1Von va n>'n It,dgAvriar dun ogrv+t aulorisf ae b CBPA•7 ✓;�, C A7m�n.1 No.l fC%k",myfc Fum N. A%"d'a�rreC+ico EY�fCt1',.�dn/' h� Ant 5346711 210220ED Y/ .rC/ 4 Rare 1 7— Dsccripnon Rete 7 Teu.v ()extlplq 4721001 IUGfY?RAYS fSTRET'TS/S 4 122 000 WATERWORKS AI's SEW Conaect Descriptbn/0wcft,don du con(cm I C.rmlcua No.(Ar do(artificer i 201500620 19053725036 Conran ms WS18 it you ttuestlon the vOk%ty of thh document. Ve&p&S CQnVrKmVgt W OW h CSPAA r V vous drwtei de 4 tr d"M<A•rNt'sen(<gn,ntntr 01900107/991 1 1 1 1 1 i 1 1 i 1 1 1 1 1 1 1 Whitby Mississauga Toronto 1 110 Scotia Court 141 Brunel Road 8 King Street East Unit 41 Mississauga,ON Suite 106 Whitby,ON L4Z 1X3 Toronto,ON 1 L1N 8Y7 M5C 1B5