Loading...
HomeMy WebLinkAbout2005-120 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2005- 120 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Ron Robinson Limited, Bowmanville. Ontario, to enter into agreement for the Scugog Street Reconstruction, Bowmanville. THE CORPORATION OF THE MUNICIPALITY OF ClARINGTON HEREBY ENACTS AS FOllOWS: 1. THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington and seal with the Corporation Seal, a contract between, Ron Robinson Limited, Bowmanville, Ontario, and said Corporation; and 2. THAT the contract attached hereto as Schedule "A" form part of this By-law. 27 June By-law read a first and second time this day of , 2005. 27 June By-law read a third time and finally passed this day of , 2005. ~---- /....., ~ --::..----- - - ,-. -'.:\~~~ ." unicipal Clerk I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON SCUGOG STREET RECONSTRUCTION, BOWMANVILLE CONTRACT NO. CL200S-12 APRIL 2005 ~~ architects planners TSH No. 12-29427 I I I I I I I I I I I I I I I I I I I AGREEMENT THIS AGREEMENT made in quadruplicate BETWEEN: RON ROBINSON LIMITED of the Regional Municipality of Durham and Province of Ontario hereinafter called the "Contractor" THE PARTY OF THE FIRST PART - and- THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON hereinafter called the "Pnrchaser" THE PARTY OF THE SECOND PART WITNESSETH, that the party of the first part, for and in consideration of the payment or payments specified in the tender for this work hereby agrees to furnish all necessary machinery, tools, equipment, supplies, labour, and other means of construction and, to the satisfaction of the Engineer, to do all the work as described hereafter, furnish all the materials except as herein otherwise specified, and to complete such works in strict accordance with the plans, specifications and tender therefore, all of which are to be read herewith and form part of this present agreement as fully and completely to all intents and purposes as though all the stipulations thereof have been embodied herein. Page 1 of 3 I I I I I I I I I I I I I I I I I I I DESCRIPTION OF THE WORK AND LIST OF DOCUMENTS Scugog Street Reconstruction, Bowmanville, Contract No. CL2005-12. ADDENDUM NO.1 dated May 4, 2005 ADDENDUM NO.2 dated May 9, 2005 A. TENDER FORM: General Itemized Bid Agreement to Bond Schedule of Tender Data B. STANDARD TERMS AND CONDITIONS C. INSTRUCTIONS TO TENDERERS D. SPECIAL PROVISIONS - GENERAL E. SPECIAL PROVISIONS - TENDER ITEMS F. STANDARDS G. PLANS: Drawings No. GIOI, G102, P201, P202, X201, X202, ALN-l, C-lR to C-5R, C-I to C-6, XS-l to XS-4, Ll and 1.2. H STANDARD SPECIFICATIONS: It shall be the Contractor's responsibility to obtain the applicable edition of the following Ontario Provincial Standard Specifications and Region of Durham Standard Specifications revised March 2004. OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 353 Seot. 1996 510 Aoril 2003 128 Current 405 Feb. 1990 511 Nov. 2001 201 Nov. 2003 407 Nov. 2001 570 Aug. 1990 206 Nov. 2000 408 Nov. 2001 571 Nov. 2001 310 Nov. 2002 410 April 1999 572 Nov. 2003 314 Dec. 1993 501 Feb. 1996 577 Feb. 1996 351 Sept. 1996 506 Nov. 2001 I. GEOTECHNICAL INVESTIGATION (Borehole Logs) J. 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...2!!- working days from the date of commencement. IN CONSIDERATION WHEREOF said party of the second part agrees to pay to the Contractor for all work done, the unit prices on the Tender. This agreement shall enure to the benefit of and be binding upon the heirs, executors, administrators and assigns of the Contractor and on the heirs and successors of the Purchaser. Page 2 of 3 I I I I I I I I I I I I I I I I I I I IN WITNESS WHEREOF, the Contractor and the Purchaser have hereunto signed their names and set their seals on the day first above written. SIGNED"" ,0<1" by '" ;~""1dOBINSON LIMITED ) . .-r - , ) -.JJ,\/c::. IS 0<-00$ ) Date I ) ) ) ) ) ) in the presence of ~'7/L, ~J l1:\I C. IS I ~ 2.oos Date SIGNED and sealed by the Purchaser THE CORPORATION OF THE MUNICIPALITY OF CLAR N in the presence of ) ) ) ) ) Date ) ) ) ) ) ) Date P/29427ISp<<slAGR.doc Page 3 of 3 I I I I I I I I I I I I I I I I I I I CONTRACT NO. CL2005-12 MUNICIPALITY OF CLARlNGTON SCUGOG STREET RECONSTRUCTION, BOWMANVILLE ADDENDUM NO.2 Contractors are hereby advised of the following modifications to Contract No. CL2005-12 1. ITEMIZED BID Part 'c' - Watermain and Appurtenances i) Modify Descriotion: Item 3.01.32, delete the following: "Field Closure at Sta. 1+624.482, Scugog Street at Existing 300 mm Watermain Tee" Replace with: "Field Closure on Mill Lane - The Intersection of Scugog Street and North Mill Lane, at Existing 150 mm Watermain" ii) Modify Ouantitv: Part 'A' - Roadworks and Storm Sewer Item No. 21 - Delete 880 and replace with 700 Part 'C' - Watermain and Appurtenances Item No. 3.01.02 -Delete 26 and replace with 63 Item No. 3.0l.04-Delete 431 and replace with 300 Ail tenders must be submitted on the basis of these modifications. This Addendum shall remain attached to and form part of all tenders submitted. TSH Engineers Architects Planners 513 Division Street Cobourg, Ontario K9A 506 May 9, 2005 P\29427'Specs\ADD2.doc I I I I t I I I I I I I I I I I I I I CONTRACT NO. CL2005-12 MUNICIPALITY OF CLARINGTON SCUGOG STREET RECONSTRUCTION, BOWMANVILLE ADDENDUM NO.1 Contractors are hereby advised of the following modification to Contract No. CL2005-12 1. INSTRUCTIONS TO TENDERERS Page I General Tenders will be received until "2:00:00 P.M.. LOCAL TIME. WEDNESDAY. MAY 11. 2005" 2. GEOTECHNICAL INVESTIGATION Attachment (letter dated May 3, 2005 and Borehole Logs 6, 8, 9 and 10) to be added. 3. STANDARD DRAWINGS Drawing No. STAGING -I, STAGING DETAILS Replace summary block entitled STAGE 2 - CONSTRUCTION with the following: Close Scugog Street to through traffic beyond north limits of Stage 1 after July 4, 2005. Complete concrete curb all types and place asphalt on Scugog Street from Middle Road to the north intersection of Mill Lane and Scugog Street and entrance to St. Stephen's Secondary School immediately after completion of Stage 1 works. Complete road works behind underground works to 75 mm of Granular 'A' as underground works progress. Maintain existing road at the north limits of the project to ensure traffic is maintained to Durham Christian Secondary School. All tenders must be submitted on the basis of this modification. This Addendum shall remain attached to and form part of all tenders submitted. TSH Engineers Architects Planners 513 Division Street Cobourg, Ontario K9A 5G6 May 4, 2005 P\29427\Specs\ADD1.doc Attachment: Letter dated May 3, 2005 and Borehole Logs 6, 8, 9 and 10 I I I I I I I I I I I I I I I I I I I 05/03/2005 10:06 4162925375 VAl;O)DASS PAGE 02 w v. A. WOOD ASSOCIATES LIMITED CONSUl.TING GEOTECtiNICAl. ENGINEERS 10110 TAPSOOTT ROllO. UNT 24. ~H. ONTARIO MiX IE? 'TaEPHOHE:l41'l-- . FAX No: (416) 292-6376 May 3. 2005 FAX: 1-905-372-3621 Ref No. 4643M-5-3 Totten Sims Huhicki Associates 513 DlvlsionSI. P.O. Box 910 Cobourg, Ontario K9A 4W4 Attn: 7Toy MacArthur Re: proposH R<<onstruCtioll Sellgor Street Cfarlntdtm. Otdllrio Dear Sir: Attcu;hed are the logs oflhefow Boreholes which were ~nded as rtlluested. The logs show that the dense to very dense silty clay till ~nd$ to at least 6.5 metres below grade in Boreholes 6. -8 and J O. and at least 8 metres beluw ~ in Borehole 9. 'I'M ]Jft1/f4flent groundwater table wasfound 10 be between 1.5 and more than 8 metres below grade. The findings shuw no significant change in the site ~logicaI ~ons and, therefore, the recommendations in our geotechnical report at'e stIll valid Should you have any questions or concerns regat'ding this letter, please do not hesitate to contact lhis office. Yours very truly. V..4. WOOD ASSOCIATES UMlTED /Ih4I-- , ~ne Quiambao Encl: Borehole Logs (4 pages) ((I~ _'lEClI'I'a:VA _\llI&I'HIlNO.---..... ~ Ill!!" _ (1111_101 I I I I I I I I I I I I I I I I I I I 05/03/2005 10:06 4162925375 VAWOODASS PAGE 03 RdeftDCC No ~ 46434-2 Borehole No : 6 EadoAIrt No : 7 Cliellt: l"ottaI Silns lI_bkld ~~iatts projett : Scupg Strc:et Reeonstndion MeoW, A..o. lAcatinn : !\ctlltott Screet. Clari",to.. ON DIo...... : 11010.- Datum EkVlldon : D... : rob 2JJAprll ~,20\15 SUBSURFACE I'llOI'lLE I SAMPLE e I T Wmr% , Stalldanl PeaomdlGa Pludo: Uadt . 2 .i . .II .I I L1qtd4Umit - .. i J! i ! . 11. ~ . . ! i~ ~ ~ ~ 10 441 60 80 100 111030 40 so ~ _ I;"", . I : ~ ........It ; 1 AS 75.... G_. Fill , j 1~",m (:n.ct'CW FILL I- . <:..........II}'.... .od_ 2 !IS U ~ ....... 1 ~ ; !~...... dJ SIt- TY SANO ,;!~j J 55 441 0 c-..... ,........- c...... ,. I : , ( i ..i 4 ss " I .1 ~ ! .. . . .. 5 RS ffl ) ~ " .. J i I J $/UYCLAY7II.L !Ii , c.J .....ry d........... ~......... i .~ .. .. ..,- J _I ! J J SS 11800l I J (I'\Int!lll: Rardlole ohltMlfll fnHn 3-~.. 6 ( 11 to ....~m on 4-29-05) , ... .. . I- , ~ : ,- . ~ .7 55 11Iltl ( i ~ J E" ofBurehole 7-1 .. .. j , J , i ~ I i i ..... V.A. WOOD ASSOCIATES LIMITED OllkNo: ._: loCI I I I I I I I I I I I I I I I I I I I 05/03/2005 10:06 4162925375 VAvroDASS PAGE 04 RcfcrCftU No ! "-4:s.....1IIIJ.1 Borehole No : 8 ElIdosan No : , Client; TORtn stmlli Hablekl A"'tes Project : ~ot ~.-ed Rtc.omtractlcnl 1.0<0_ tS,.~S_~Cktl",ON JIf_: "...,r DUlla,"r: 110m.. Dat1ml ElewItiD. : Date : Feb :l3IApl'l'19. 2005 SlJIISURFACE PROFtIE SAro<PL& E ~ ,!! & I I I _ t .i i1i ! l: .~ w.... % I'\oJIIc Limit Llq." Lkait : 102030...50 L i . r2 Stoad.... Po__ ! ~ .~ R t . Cl 20 40 liD 10 100 ~ t....... "" " d" "...- ^"1I!W!. I AS 7:'i....G.........n ..,... - I_me-- , FlU. Jli a....oII)'..ad ; 2 S8 .u CLAYEY $./LT 7lU 11.n1,~.""'L_- I. 1 3 sslftHl+i .. ~ ~ . N!" ss IICI... - ... I ....... ( _"'1P1Ml ..dpof..... ( ..I 3.:J ..i :l ,..l I ~ I~ . ~ .. 6..., wetat3m , ... 5.SS" o SANDY SILT 1JLL Vel')' deaN. tM!" ~c~ brvwra.. maiN (N_: .........1. ._.... f..... 3..~.. to 655", ",6-29-<<1) 6 55'63 ) .. II .7' I-- 55 !100' c .J I~S ~ I 7~ Eld nf lIarelaolc - .. ~ j '''' I-- .. -I- ! i I --' .... -...... V.A. WOOD ASSOCIATES LIMITED DItkNo: _:Iofl I I I I I I I I I I I I I I I I I I I 05/03/2005 10:06 4162925375 Rof<rcncc No : oI64J-5-Z alent 1 Tottou Sim, H_hkki A.I8OCtfIlftf rrojtcf ~ SeUCn"," SIred RccaMtnt1lon I..o..tion : S<\'l!"I! ~....t, CIlo rintJfDtl. ON Oahm K1evtdoa : SV8SURfACEPROflLE I i 'i ~ C,;nMld 'urf-=- toa..m ^...It 125mm G........ AI 175mmC_ t5Cllnm(7) So'" 1.a.5~ .., 11. \ : . ~ 1 -l 13~ ! J , J 1 v..,. c1enK, c..... ~ra..~ "Uh oa:asIroul!lealft.'ll or..1HI. II""""" ...... ; :l I' 5-! (Note: BoRl..'........."".. 6..1.... .. 107''....4-~ J 16~ , j :f ,..!. SANDY $lLT 7ILL ... j.J ..::!:!.. 1 i ,.] End ofRo.."'" VAWOCIDASS Borehole No : 9 T SAIIIl'LE I I j 5 il ! ii ~ ~ ~ i . t AS J~: 2 SS 54 ~II\ i:~~i: J~, ,:~:,: "i~: ,n :u >- a: 6 "" I"'" 'Pi' .. J~~ Tf '1"1", ::~l' ...... I 8 Sta....rd P<notn_ 20 <<I Gt 10 108 r 3 I'"" 11"'"1 I . 5S IQlHo\ I 5 5S I1lMttj I I-- Eddon..No:IO M.dlod : ^uc<' DIluntter t 1 to... PAGE 05 b...: ,.b23/April29,200S W*'% _Umlt LiquOl Litoit tUI3G4.'_~ ~I () , 0 I ( .' .. I- ( V.A. WOOD ASSOCIATES LIMITED 7 55 .... " I-- - I lIS !tlMttj ( I ~-, I o I.J1 -...: S_,toft ! .a . I c! I I I I I I I I I I I I I I I I I I I 65/63/2665 16:66 4162925375 VA~DASS R.r....... N. : 464.J.5.~ Borehole No : 10 . Sl'MPLE ]1 ! Water % ~ ~ SfandonI r_- PlotCIc LIoIIc .III .~ .I Li40lcJ Lholl I I . I 11 ~ ;. 'l! .. ... ill SO 108 10203'" 50 ~ jI: '" Ii: 0: 1 AS CUcwt : Totten ~iAls Habkld. A!I8OdIItcI Projctt : k.-enc: Street R.ec....!ItnIcIioa. 1.0,_, : s,.... SI..... Clot;....... ON D.tum Elewtioa 1 SUIlSURFAct PROFILE E I I I ~' Gi &1 1-"- . l;"'~llC' ...I 100.". /Up.... ...I 108.. G....."'t Fill ...7....1 -;ri;~ ~ C....dly.... 1...1 j :z- .I , :i ~J SANDY SIl.T TILl- D..... .. vct'1 d_ ...... INVtI. hmwa, .otst , J i 4 ~ (1'1...: Ilonlllole ..leaded 1\'010 ).3!m I ~ _6Am...~ ;3 , 6- -6.' ., -1:1 7:\ J ElHI orB.....,.. .., ~ :l I 9~ . .. '., :l ... 5 ..... .. :::~. .. ~ ' ,: ..I '.; I '..; >' "". ~ , .j 1!SS47 " PAGE 66 _...1'1.:11 M.cW,^_ J)ianK1tr: 110ntm Dol. : F.b 13/AptlI29. ZOOS o ( ( () l~ -~ DllkN., V.A. WOOD ASSOCIATES LIMITED 3 SS 61 o 4 55 Ilec>+t 55 011+ 55 00+ T SS Iw+! I S_:I.f1 I I I I I I I I I I I I I I I I I I I PROJECT: AUTHORITY: CONTRACT ADMINISTRATOR: TENDERER: TENDERS RECEIVED BY: PI29421ISpecsl20801- TF -SignDocs.doc TENDER FOR CONTRACT NO. CL2005-12 SCUGOG STREET RECONSTRUCTION, BOWMANVILLE CORPORATION OF THE MUNICIPALITY OF CLARINGTON TOTTEN SIMS HUBICKI ASSOCIATES ENGINEERS, ARCHITECTS and PLANNERS 513 DIVISION STREET COBOURG, ONTARIO. K9A 5G6 Telephone: 905-372-2121 Fax: 905-372-3621 Ron Robinson Limited Name 3075 MaDle!!Iove Road Bowmanville. Ontario LIC 3K4 Address (include Postal Code) Tel: 905-697-0400 Fax: 905-697-0581 Telephone and Fax Numbers Ronald D. Robinson Name of Person Signing Vice President Position of Person Signing Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington 40 Temperance Street Bowmanville, Ontario Ll C 3A6 Page I of 14 pages I I I I I I I I I I I I I I I I I I I TENDER CONTRACT NO. CL2005-12 To: The Mayor and Members of Council Corporation of the Municipality of Clarington Re: Contract No. CL2005-12 Scugog Street Reconstruction, Bowmanville Dear Sir or Madam: 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 iffound not to be required. Attached to this tender is a bid deposit in the amount specified in Clause 3 of the Instructions to Tenderers, made payable to the Authority. This cheque or bid bond shall constitute a deposit which shall be forfeited to the Authority if the successful Contractor fails to file with the Authority a 100% Performance Bond, and a 100% Labour and Material Payment Bond, satisfactory to the Authority within ten (10) calendar days from the date of receipt of Notice of Acceptance of the Tender. Notification of acceptance may be given and delivery of the form of Agreement made by prepaid post, addressed to the Contractor at the address contained in this Tender. Page 2 of 14 pages I ITEMIZED BID CONTRACT NO. CL2005-12 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2005-12 for the following unit prices. I 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 RMDSS RelZional Municipality of Durham Standard Specifications I I PART 'A': ROADWORKS AND STORM SEWERS I 201 Clearing and Grubbing LS 6,345.00 6,345.00 I SP 2 201 Earth Excavation (Grading) m3 10,425 9.60 100,080.00 SP (P) I 3 310 a) Hot Mix H.L.-3 (Entrances) t 130 78.75 10,237.50 SP I 4 310 Hot Mix H.L.-8 (Including t 1,700 50.93 86,581.00 SP Entrance at Schools) I 5 310 Asphalt Gutter m 85 12.60 1,071.00 SP 6 353 Granular' A' or Crushed Stone for m2 120 11.87 1,424.40 I SP Entrances 7 314 Granular' A ' t 4,000 19.93 79,720. I SP 8 314 Granular 'B', Type I t 10,500 13.31 139,755.00 SP I 9 351 Concrete in Sidewalk m2 325 45.35 14,738.75 SP I 10 353 Concrete Curb for Entrances m 55 64.71 3,559.05 SP 11 353 Concrete Curb and Gutter (All m 883 42.15 37,218.45 I SP Types) 12 353 Concrete Curb and Gutter (First m 687 30.65 21,056.55 I SP Stage) 13 405 100 mm Dia. Perforated m 1,570 9. 15,072.00 SP Corrugated Pipe Subdrain with I Geotextile 14 410 250 mm Dia. PVC SDR 35 Storm m 120 154.20 18,504.00 I SP Sewer Leads, Incl. Excavation, Embedment and Native Backfill 15 410 300 mm Dia. CP Storm Sewer m 20 165. 3,312.00 I SP Class 65-0, Incl. Excavation, Class 'B' Bedding and Native Backfill I Page 3 of 14 pages I ITEMIZED BID CONTRACT NO. CL2005-12 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2005-12 for the following unit prices. I 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 RMDSS Re~ional Municipality of Durham Standard Specifications I 16 410 525 mm Dia. CP Storm Sewer m 13 198.01 2,574.13 I SP Class 65-0, Inc!. Excavation, Class , B' Bedding and Native Backfill I 17 410 600 mm Dia. CP Storm Sewer m 41 223.49 9,163.09 SP Class 65-0, lnc!. Excavation, Class 'B' Bedding and Native Backfill I 18 410 975 mm Oia. CP Storm Sewer m 337 413.54 139,362.98 SP Class 100-D, lnc!. Excavation, I Class 'B' Bedding and Native Backfill 19 410 1050 mm Dia. CP Storm Sewer m 142 464.43 65,949.06 I SP Class 65-0, lnc!. Excavation, Class 'B' Bedding and Native Backfill I 20 410 1200 mm Dia. CP Storm Sewer m 318 563.65 179,240.70 SP Class 65-0, Inc!. Excavation, Class 'B' Bedding and Native Backfill I 21 410 ISO mm Oia. Storm Sewer m 700 136.67 95,669.00 SP Connections, PVC SOR 28, Inc!. Excavation, Embedment and Native I Backfill 22 407 600 mm x 600 mm Precast ea 25 1,542.00 38,550.00 I SP Catchbasin (C-I04) 23 407 600 mm x 600 mm Twin Inlet ea. 1 2,364.00 2,364.00 SP Catchbasin (C-105) I 24 407 1200 mm Oia. Precast Maintenance ea 2 3,593.13 7,186.26 SP Hole (C-101) I 25 407 1800 mm Dia. Precast Maintenance ea 7 8,195.25 57,366.75 SP Hole (C-I02) I 26 407 a) 2400 mm Dia. Precast ea 6 12,175.36 73,052.16 SP Maintenance Hole (C-102) 27 407, 510 Break into Existing Maintenance LS 2,760.00 2,760.00 I SP Hole No.9 and Rebench 28 501 Water for Compaction and Oust m3 900 9.60 8,640.00 I Suppression 29 506 Calcium Chloride Flake kg 6,500 0.96 6,240.00 I Page 4 of 14 pages I ITEMIZED BID CONTRACT NO. CL2005-12 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2005-12 for the following unit prices. I 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 RMDSS Re~ional Municipalitv of Durham Standard Specifications I 30 SP Asphalt Sawcutting m 80 3.15 252.00 I 31 510 Sidewalk Removal (S1. Stephens m2 6 24.00 144.00 I SP Secondary School) 32 510 Curb Removal (S1. Stephens m 8 24.00 192.00 SP Secondary School) I 33 510 Removal of Culverts and Sewers m 180 24.00 4,320.00 SP I 34 510 Removal of Concrete Base m2 3,950 4.80 18,960.00 SP 35 510 Removal of Catchbasins ea 1 240.00 240.00 I SP 36 570,571 Topsoil (Imported) and Sod m2 4,900 4.88 23,912.00 I SP (Nursery, Unstaked) 37 570,572 Topsoil (Imported) and Seed m2 1,800 2.42 4,356.00 I SP 38 RMDSS Adjust Valve Boxes ea I 72.00 72.00 I 39 511 Provisional Item m2 500 2.40 1,200.00 SP Geotextile 40 SP Provisional Item m3 40 45.60 1,824.00 I HL-8 Blend Clear Stone Bedding with Geotextile I 41 577 Provisional Item m 80 9.60 768.00 SP Silt Fence 42 SP Miscellaneous Works LS 1.20 1.20 I 43 552 Street Termination LS 1,155.00 1,155.00 I SP 44 570 Supply and Installation of Plant SP Material I a) Acer freernanii (Autumn Blaze ea 5 435.75 2,178.75 Maple), 60 mm W.B. I b) Amelachier canadensis ea 22 435.75 9,586.50 'Ballerina' (Serviceberry Stnd.), 50 mmB.B. I Page 5 of 14 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2oo5-12 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2005-12 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 RMDSS Re~donal Municipality of Durham Standard Specifications c) Corylus columa (Turkish ea 9 325.50 2,929.50 Hazel), 50 mm B.B. d) Crataegus crus galli 'lnermis' ea 6 336.00 2,016.00 (Thornless Cockspur Hawthorn), 50 mm B.B. e) Quercus macrocarpa (Bur Oak), ea 3 441.00 1,323.00 6OmmW.B. t) Quercus rubra (Red Oak), 60 ea 6 441.00 2,646. mm W.B. g) Syringa reticulata 'Ivory Silk' ea 15 372.75 5,591.25 (Ivory Silk Tree Lilac), 50 mm B.B. h) Viburnum lentago (Nannyberry . ea 22 325.50 7,161. Stnd.), 50 mm B.B. 45 SP Miscellaneous Landscaping LS 4,000.00 Total Part A (Carried to Summary) 1,321,621.03 PART '8': SANITARY SEWER AND APPURTENANCES 2.01 RMDSS Pipe (Not Including Restoration) SP 2.01.02 200 mm Dia. (3.1 m to 4.5 m depth) 2.01.02A Manhole No. 206A - PLUG m 10 228.48 2,284.80 2.01.02B Manhole No. 208A - PLUG m 20 228.48 4,569.60 2.01.03 200 mm Dia. (4.6 m to 5.5 m depth) 2.01.03A Manhole No. 20lA - Manhole No. m 22.5 240.48 5,410.80 204A (Mill) 2.01.09 250 rom Dia. (5.6 m to 7.0 m depth) 2.01.09A Manhole No. 210A - Manhole No. m 30.4 264.29 8,034.42 211A Page 6 of 14 pages I ITEMIZED BID CONTRACT NO. CL2005-I2 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2005-12 for the following unit prices. I Spec. No. The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications SP Refers to Special Provisions (Pl Plan Quantity Payment Item RMDSS Re.eional Municipality of Durham Standard Specifications I I 2.01.09B Manhole No. 211A - Manhole No. m 24.8 264.29 6,554.39 212A 2.01.09C Manhole No. 212A - Manhole No. m 43 264.29 11 ,364.47 I 213A 2.01.17 375 mm Dia. (3.1 m to 4.5 m I depth) 2.01.17A Manhole No. 205A - Manhole No. m 61.7 261.40 16,128.38 206A I 2.01.17B Manhole No. 206A - Station m 29 262.60 7,615.40 1 +498 2.01.17C Station 1 + 552. 7 - Manhole No. m 18 262.60 4,726.80 I 208A 2.01.170 Manhole No. 200A - Plug m 50.5 261. 40 13,200.70 I 2.01.18 375 mm Dia. (4.6 m to 5.5 m depth) I 2.01.18A Manhole No. 200A - Manhole No. m 27 274.60 7,414.20 201A I 2.01.18B Manhole No. 201A - Manhole No. m 39 274.60 10,709.40 20ZA 2.01.18C Manhole No. 20ZA - Manhole No. m 104 272.20 28,308.80 I 203A 2.01.180 Manhole No. 203A - Manhole No. m 90 272.20 24,498.00 I 204A (Scugog) 2.01.18E Manhole No. 204A (Scugog) - m 82 272.20 22,320.40 Manhole No. 205A I 2.01.18F Station 1 +498 - Station 1 + 525 m 27 274.60 7,414.20 I 2.01.18G Station 1 + 552. 7 - Station 1 + 580 m 27.3 274.60 7,496.58 2.01.18H Manhole No. 210A - Manhole No. m 38 274.60 10,434.80 I 11-11 2.01.19 375 mm Dia. (5.6 m to 7.0 m I depth) 2.01.19A Station 1 +525 - Manhole No. m 10 284.20 2,842.00 207A I Page 7 of 14 pages , I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2005-12 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2005-12 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 (Pl Plan Quantity Payment Item RMDSS Re~ional Municipalitv of Durham Standard Specifications 2.04. !OF Maintenance Hole No. 208A (Drop Structure) 2.04. lOG Maintenance Hole No. 209A 2.04.IOH Maintenance Hole No. 210A (Drop Structure) 2.04.1OI Maintenance Hole No. 211A 2.04.10J Maintenance Hole No. 212A 2.04.10K Maintenance Hole No. 213A 2.04.10L Maintenance Hole No. 11-11 2.40 RMDSS Miscellaneous Items SP 2.40.02 Excavate for Utility Verification LS 6,822.06 6,822.06 LS 5,417.15 5,417.15 LS 7,206.35 7,206.35 LS 5,498.09 5,498.09 LS 5,580.47 5,580.47 LS 5,661.41 5,661.41 LS 5,171.44 5,171.44 ea 1 420.00 420.00 Total Part B (carried to Summary) RMDSS Pipe (Not Including Restoration) SP 150 mm PVC m 63 185.05 11,658.15 300 mm PVC m 300 212.50 63,750. Field Closure at Sta. 1 + 103.343, LS 960.00 %0. Scugog Street at Existing 150 mm Watermain Field Closure at Sta. 1 +372.728, LS 1,080. 1,080.00 Scugog Street at Existing 300 mm Watermain Field Closure on Mill Lane - LS 960. %0. Intersection of Scugog Street and North Mill Lane, at Existing 150 mm Watermain Page 9 of 14 pages PART 'C': WATERMAIN AND APPURTENANCES 3.01 3.01.02 3.01.04 3.01.30 3.01.31 3.01.32 462,255.14 I ITEMIZED BID CONTRACT NO. CL2005-I2 I In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2005-12 for the following unit prices. I 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 RMDSS Re~ional Municipality of Durham Standard Specifications I I 3.02.04 Remove Existing Valve Box ea I 96.00 I 3.02.06 Concrete Plug in Abandoned Pipe ea 4 132.00 I 3.02.14 Stone for Extra Depth Bedding (HL m3 40 48.00 8 Blend Clear Crushed Stone with Geotextile) I 3.03 RMDSS Valves SP I 3.03.02 150 mm Gate Valve and Box as per ea 1 703.20 703.20 S-408 I 3.03.04 300 mm Gate Valve and Box as per ea 2 1,610.40 3,220.80 S-408 3.04 RMDSS Hydrants I SP 3.04.01 New Hydrant with Storz Pumper ea 3 3,254.40 9,763.20 I Nozzle as per S-409 3.04.03 Temporary Flushing Hydrant ea 2 540.00 1,080. I 3.04.05 Remove Existing Hydrant Complete ea 1 360.00 360.00 with Concrete Plugs I 3.05 RMDSS Services (Not Including SP Restoration) 3.05.01 19 mm Main Stop ea 41 263.88 10,819.08 I 3.05.02 25 mm Main Stop ea 7 279.58 1,957.06 I 3.05.06 19 mm Curb Stop and Box ea 41 173.71 7,122.11 3.05.07 25 mm Curb Stop and Box ea 7 207.72 1,454.04 I 3.05.11 19 mm Dia. Copper Pipe m 531 21,664.80 I 3.05.12 25 mm Dia. Copper Pipe m 150 44. 6,660.00 I Page 10 of 14 pages I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2005-12 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2005-12 for the following unit prices. Spec. No. SP (P) RMDSS The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment Item Re~ional Municipality of Durham Standard Specifications 3.06.01 19 mm Dia. Test Point as per S-429 3.07 RMDSS Blowoff SP 3.07.02 50 mm Dia. Blowoff as per S-406 3.11 RMDSS Temporary Water Supply SP 3.11.01 Temporary Water Supply to Residences 3.4 RMDSS Miscellaneous Items SP 3.40.02 Excavate for Utility Verification ea 2 840.00 ea 1 660. 660.00 ea 28 180. 5,040.00 ea 1 420. 420.00 Total Part C (carried to Summary) 152,716.44 PART 'D': GENERAL ITEMS 8.01 RMDSS Contract Administrators Field SP Office 8.01.01 Supply and Maintain Field Office 8.02 RMDSS Contractor Documentation SP 8.02.01 Bonds, Insurance and Maintenance Security 8.03 RMDSS Mobilization and Traffic Control SP 8.03.01 Mobilization and Demobilization 8.05.01 SP Pre-Condition Survey LS 2,400. 2,400.00 LS 30,240. 30,240.00 LS 1,800. 1,800.00 LS 3,588. 3,588.00 Total Part D (carried to Summary) Page 11 of 14 pages 38,028.00 I I I I I I I I I I I I I I I I I I I ITEMIZED BID CONTRACT NO. CL2005-12 In accordance with the first paragraph of this Tender, the Contractor hereby offers to complete the work specified for Contract No. CL2005-12 for the following unit prices. Spec. No. SP (Pl RMDSS The numbers in this column refer to the applicable issue of the Ontario Provincial Standard Specifications Refers to Special Provisions Plan Quantity Payment Item Re~ional Municipality of Durham Standard Specifications SUMMARY - Total Part A - Roadworks and Storm Sewers Total Part B - SanitarY Sewer and Appurtenances Total Part C - Watermain and Appurtenances Total Part D - General Items 1,321,621.03 462,255.14 152,716.44 38,028.00 Total (excluding GST) GST (7% of Total) Tenderer's GST Registration No. RI04620729 PI29427/Specsl29427-ItemBid-SignDocs.xls Page 12 of 14 pages I I I I I I I I I I I I I I I I I I I AGREEMENT TO BOND (to be completed by Bondin!! Company) CONTRACT NO. CL2005-12 Bond No.: TS 8000548/42 WE, the Undersigned, HEREBY AGREE to become bound as Surety for RON ROBINSON LIMITED 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.CL2005-12 is accepted by the Authority. IT IS A CONDITION of this Agreement that if the above mentioned Tender is accepted, application for a Performance Bond and a Labour and Material Payment Bond must be made to the Undersigned within TEN (10) DAYS of Notice of Contract Award, otherwise the Agreement shall be null and void. DATED AT Toronto this 6th 2005 day of May The Guarantee Company of North America Name of Bonding Company Brian Edmunds Signature of Authorized Person Signing for Bonding Company (BONDING COMPANY SEAL) Attorney-in-fact Position (This Form shall be completed and attached to the Tender Submitted). Page I3 of 14 pages I I I I I I I I I I I I I I I I I I I SCHEDULE OF TENDER DATA CONTRACT NO. CL2005-12 The work specified in the Contract shall be performed in strict accordance with the following Schedule: A. TENDER FORM: General Pages I and 2 Itemized Bid Pages 3 to 12 Agreement to Bond Page 13 Schedule of Tender Data Page 14 B. STANDARD TERMS AND CONDITIONS C. INSTRUCTIONS TO TENDERERS Pages I to 5 D. SPECIAL PROVISIONS - GENERAL Pages I to 14 E. SPECIAL PROVISIONS - TENDER ITEMS Pages I to 17 F. STANDARDS G. PLANS: Drawings No. GIOI, Gl02, P201, P202, X201, X202, ALN-I, C-IR to C-5R, C-I to C-6, XS-I to XS-4, Ll and L2. H STANDARD SPECIFICATIONS: It shall be the Contractor's responsibility to obtain the applicable edition ofthe following Ontario Provincial Standard Specifications and Region of Durham Standard Specifications revised March 2004. OPSS No. Date OPSS No. Date OPSS No. Date 127 Current 353 SeD!. 1996 510 Anril 2003 128 Current 405 Feb. 1990 511 Nov. 2001 201 Nov. 2003 407 Nov. 2001 570 Aug. 1990 206 Nov. 2000 408 Nov. 2001 571 Nov. 2001 310 Nov. 2002 410 Aoril 1999 572 Nov. 2003 314 Dec. 1993 501 Feb. 1996 577 Feb. 1996 351 Sent. 1996 506 Nov. 2001 I. GEOTECHNICAL INVESTIGATION (Borehole Logs) J. 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 o. CL2005-12, executed by me/us bearing date the _ day of 2005 and we have fully read II rated documents to tender data as listed above. SIGNATURE: Vice President POSITION NAME OF FIRM - (CO~A~'y_SI;AL) - . Ron Robinson Limited -'..... .- Privacv Le2'islation . ~ :::: ;.,,- Federal legislation governs the collection and use of personal information from individuals. We represent and ~mlnt t~1.he~~ th8t we have obtained the CONSENT of any and all employees whose personal information we have supplied to the owner:in thts teo."rler":':ihis personal information, which includes, but is not limited to, the employees' names, education, work and project htSlary, profis"ssKmal designations and qualifications. This CONSENT permits the owner to disclose this personal infonnation to the Engineer (owner or agent) for the purpose of evaluating our bid. In the event that the tender is successful. this personal infonnation may also be used in project administration, for contact purposes. This is Page 14 of 14 Pages to be submitted as the Tender Submission for Contract No. CL2005-12. I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL200S-12 STANDARD TERMS AND CONDITIONS I I I I I I I I I I I I I I I I I I I STANDARD TERMS AND CONDITIONS The Municipality ofClarington'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 Provisions - General" Section of the Contract. . Clause 15 of the "Standard Terms and conditions" shall be superceded by Clause 2, "Guaranteed Maintenance" ofthe "Special Provisions - General" Section of the Contract. . Clause 16 of the "Standard Terms and Conditions" is not applicable to this Contract. . Clause 23 ofthe "Standard Terms and Conditions" shall be superceded by Clause 6.03.02 of the OPS General Conditions of Contract (September 1999) which requires a $5,000,000.00 liability coverage. . Clause 26 of the "Standard Terms and Conditions" shall be superceded by Clause 20, "Workplace Hazardous Materials Information System (WHMIS)". PI29427/SpecsflO8OJ-T&C.doc I STANDARD TERMS AND CONDITIONS 1. DEFINITIONS I Municipality - The Corporation of the Municipality ofClarington, its successors and assigns. I 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. I Contract - The purchase order authorizing the company to perform the work, purchase order alterations, the document and addenda, the bid, and surety. I Subcontractor - A person, firm or corporation having a contract with the company for, or any part of, the work. I 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. I 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. I 2. SUBMISSION OF BID I Bid invitation shall be in accordance with the Municipality ofClarington 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. I 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. I The bid must be signed by a designated signing officer of the Bidder. I If a joint bid is submitted, it must be signed on behalf of each of the Bidders. I The bid must be legible, written in ink, or typewritten. Any form of erasure, strikeout or over-"WTiting must be initialled by the Bidder's authorized signing officer. I 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 retnm the document or invitation may result in the removal of the Bidder from the Municipality's bidder's list. I A bid received after the closing date and time will not be considered and will be returned, unopened. I 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. I I I I I I I I I I I I I I I I I I I I I I 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 narned above, notwithstanding the chronological order in which they are issued or executed. The intent of the contract is that the Company shall supply work which is fit and suitable for the Municipality's intended use and complete for a particular purpose. None of the conditions contained in the Bidder's standard or general conditions of sale shall be of any effect unless explicitly agreed to by the Municipality and specifically referred to in the purchase order. 4. CLARIFICATION OF THE DOCUMENT Any clarification of the document required by the Bidder prior to submission of its bid shall be requested through the Municipality's contact identified in the document. Any such clarification so given shall not in any way alter the document and in no case shall oral arrangements be considered. Every notice, advice or other communication pertaining thereto will be in the form of a written addendum. No officer, agent or employee of the Municipality is authorized to alter orally any portion of the document. 5. PROOF OF ABILITY The bidder may be required to show, in terms of experience and facilities, evidence of its ability, as well as that of any proposed subcontractor, to perform the work by the specified delivery date. 6. DELIVERY Unless otherwise stated, the work specified in the bid shall be delivered or completely performed by the Company as soon as possible and in any event within the period set out herein as the guaranteed period of delivery or completion after receipt of a purchase order 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 10 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 ofthe contract. I STANDARD TERMS AND CONDITIONS (continued) 7. PRICING I Prices shall be in Canadian Funds, quoted separately for each item stipulated, F.O.B. destination. I Prices shall be firm for lbe duration oflbe contract. Prices bid must include all incidental costs and lbe Company shall be deemed to be satisfied as to lbe full requirements of lbe 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 lbe submission of the bid. I Payment shall be full compensation for all costs related to lbe work, including operating and overhead costs to provide work to lbe satisfaction oflbe Municipality. I All prices quoted shall include applicable customs duty, excise tax, freight, insurance, and all olber charges of every kind attributable to lbe work. Goods and Services Tax and Provincial Sales Tax shall be extra and not shown, unless olberwise specified herein. I I If lbe Bidder intends to manufacture or fabricate any part of lbe work outside of Canada, it shall arrange its shipping procedures so lbat its agent or representative in Canada is lbe importer of record for customs purposes. I Should any additional tax, duty or any variation in any tax or duty be imposed by lbe Govermnent of Canada or lbe Province of Ontario become directly applicable to work specified in this docwnent subsequent to its submission by lbe Bidder and before lbe delivery of lbe work covered lbereby pursuant to a purchase order issued by lbe Municipality appropriate increase or decrease in lbe price of work shall be made to compensate for such changes as of lbe effective date lbereof. I I 8. TERMS OF PAYMENT I Where required by lbe Construction Lien Act appropriate monies may be held back until 60 days after lbe completion of lbe work. I Payments made hereunder, including final payment shall not relieve lbe company from its obligations or liabilities under the contract. Acceptance by lbe company of the final payment shall constitute a waiver of claims by the company against the Municipality, except lbose previously made in writing in accordance wilb the contract and still unsettled. I The Municipality shall have lbe 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. I Payment may be made 30 days after delivery pursuant to lbe Bidder submitting an invoice, contract requirements being completed and work being deemed satisfactory. I 9. PATENTS AND COPYRIGHTS I The company shall, at its expense, defend all claims, actions or proceedings against lbe 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 lbe Municipality all costs, damages, charges and expenses, including its lawyers' fees on a solicitor and his own client basis occasioned to lbe Municipality by reason lbereof. I The company shall pay all royalties and patent license fees required for the work. I I I I 9. I I I I I I I I I I I I I I I I I STANDARD TERMS AND CONDITIONS (continued) 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. Ii. EOUlV ALENCY 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 REOUIRED 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. 16. 17. 18. STANDARD TERMS AND CONDITIONS (continued) 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 acceptJrnce of contract by the Municipality to the extent described in the notice of award. DEFAULT BY COMPANY a. If the company: commits any act of bankruptcy; or if a receiver is appointed on account of its insolvency or in respect of any of its property; or if the company makes a general assignment for the benefit of its creditors; then, in any such case, the Municipality may, without notice: terminate the contract. 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; recover from the company loss, damage and expense incurred by the Municipality by reason of the company's default (which may be deducted from any monies due or becoming due to the company, any balance to be paid by the company to the Municipality). iii) CONTRACT CANCELLA nON 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. I I I I I I I I I I I I I I I I I I I I I 19. I I I 20. I I I I 21. I I I I I 22. I I I I I STANDARD TERMS AND CONDITIONS (continued) QUANTITIES Unless otherwise specified herein, quantities are shown as approximate, are not guaranteed to be accurate, are furnished without any liability on behalf of the Municipality and shall be used as a basis for comparison only. Payment will be by the unit complete at the bid price on actual quantities deemed acceptable by the Municipality. SAMPLES Upon request, samples must be submitted strictly in accordance with instructions. If samples are requested subsequent to opening of bids, they shall be delivered within three (3) working days following such request, unless additional time is granted. Samples must be submitted free of charge and will be returned at the bidders expense, upon request, provided they have not been desttcyed by tests, or are not required for comparison purposes. The acceptance of samples by the Municipality shall be at its sole discretion and any such acceptance shall in no way be construed to imply relief of the company from its obligations under the contract. Samples submitted must be accompanied by current Material Safety Data Sheets (MSDS) where applicable. SURETY The successful tenderer shall, if the Municipality in its absolute discretion so desires, be required to satisJY 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 Board has been received. The company shall, if the Municipality in its absolute discretion so desires, be required to satisJY fidelity bonding requireroents by providing such bonding in an amount and form determined by the Municipality. Failure to furnish required surety within two weeks from date of request thereof by the Municipality shall make the award of the Contract by the Municipality subject to withdrawal. WORKPLACE SAFETY AND INSURANCE BOARD All of the 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. I STANDARD TERMS AND CONDITIONS (continued) 23. INSURANCE I 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. I 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. I I 24. LIABILITY I 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 dsmage caused by the negligence of the Municipality or its employees. I 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. I I 25. VISITING THE SITE I 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. I I 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. I I 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. I The Company shall provide Material Safety Data Sheets (MSDS) to the Municipality for any supplied Hazardous Materials. I I I I I I I I I I I 29. I I I 30. I I 31. I I I I I I I 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. 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. 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. 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. I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL200S-12 INSTRUCTIONS TO TENDERERS PI29427/Specsl20S02-IT.doc I I I I I I I I I I I I I I I I I I I INDEX INSTRUCTIONS TO TENDERERS CONTRACT NO. CL200S-12 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 11. 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. A WARD OF THE CONTRACT........................................................................................... 4 17. DEFINlTlON OF OWNER/AUTHORITY AND ENGINEER/CONTRACTADMINISTRATOR .............. 4 18. ADDENDA.................................................................................................................... 4 19. UTILITIES.................................................................................................................... 5 20. STREET NAMES ................. ......................... ........... ........... ......... ............... ........... .........5 21. STAGING OF WORKS .....................................................................................................5 I I I I I I I I I I I I I I I I I I I PAGE ONE INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2005-12 1. GENERAL SEALED Tenders plainly marked "Contract No. CL2005-12" will be received until: 2:00:00 P.M., LOCAL TIME, FRIDAY, MAY 6, 2005 and shall be addressed to: Ms. Patti Barrie, Clerk Corporation of the Municipality of Clarington 40 Temperance Street Bowmanville, Ontario LlC 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 ofthe Contract. Total Tender Amount Minimum Deposit Required $ 20,000.00 or less 20,000.01 to 50,000.00 50,000.01 to 100,000.00 100,000.01 to 250,000.00 250,000.01 to 500,000.00 500,000.01 to 1,000,000.00 1,000,000.01 to 2,000,000.00 2,000,000.01 and over $1,000.00 2,000.00 5,000.00 10,000.00 25,000.00 50,000.00 100,000.00 200,000.00 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. I I I I I I I I I I I I I I I I I I I INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2005-12 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. I I I I I I I I I I I I I I I I I I I INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2005-I2 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 30 days after the closing date. After this time the tender may only be accepted with the consent of the successful Tenderer. The successful Tenderer shall execute the Contract Documents and furnish the required bonds within 10 calendar days of receipt of notification of Acceptance of Tender. Failure by the successful Tenderer to meet the above requirements will entitle the Authority to cancel the award of the Contract and to retain the tender deposit as compensation for damages sustained due to the successful Tenderer's default. The Authority may then award the Contract to one of the other Tenderers or take such other action as it chooses. 11. COMMENCEMENT OF WORK The successful Tenderer shall commence work at the site within 7 calendar days of the official commencement date as specified in the written order issued in accordance with GC7.01.02 of the General Conditions. 12. LOCATION The work is located on Scugog Street from Middle Road to 350 m north of the north intersection with Mill Lane, Bowmanville, Municipality of Clarington. 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 ofthe Geotechnical Report is included with the Tender Documents as listed in the "Schedule of Tender Data". Design cross-sections may also be viewed for information purposes at TSH Cobourg. I I I I I I I I I I I I I I I I I I I INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2005-12 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. 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, TSH, Telephone: 905-372-2121, attention: Will McCrae, P. Eng. or Troy MacArthur. 16. A WARD OF THE CONTRACT The award of this Contract is subject to the approval of the Regional Municipality of Durham and the Ministry of the Environment. 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 Cia ring ton". Wherever the word "Contract Administrator" or "Engineer" appears in this Contract it shall be deemed to mean the Consultants, Totten Sims Hubicki Associates, or such other officers, as may be authorized by the Authority to act in any particular capacity. 18. ADDENDA The Contractor shall ensure that all addenda issued during the tendering period are attached as part of the submitted bid. Failure to do so will result in disqualification of the bid. I I I I I I I I I I I I I I I I I I I INSTRUCTIONS TO TENDERERS CONTRACT NO. CL2005-12 5. 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: Ms. Kimberly McLellan Bell Canada Tel: 905-433-3061 Mr. Sam Pazuki Enbridge Consumers Gas Tel: 1-888-899-9894 Ms. Cindy Ward Roger Cable T.V. Ltd. Tel: 905-436-4138 Mr. Terence Butler, CET Veridian Connections Tel: 1-888-445-2881 Ext. 4308 The Contractor shall note that certain utilities are in conflict with the proposed works. Full utility relocation may be completed prior to the commencement of work. The relocated gas main will be installed 0.6 m off the east property line and the relocation will be completed before construction commences. 20. STREET NAMES For the purposes of this Contract, the names Scugog Street and West Scugog Lane refer to the same street. A street name change is being considered, but it is not yet finalized. 21. STAGING OF WORKS The works in this Contract shall be completed in two stages: Stage 1 - Middle Road to just south of the entrance to St. Stephens School. This will be carried out while school is in session and is meant to ensure that school bus and other traffic has unimpeded access. Stage 2 - Stage 2 shall run from the north limits of Stage I to the north limits of the Contract. Work on this stage shall not commence until schools are closed for the summer break. Underground work must be completed beyond the entrance to Durham Christian Secondary School before school re-opens. Work on road construction, i.e. granulars, curbs, asphalt, etc., shall proceed immediately behind the underground works so that a passable road is available as soon as possible. I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2005-12 SPECIAL PROVISIONS - GENERAL PI294211Spe<;'&I20804-SPG.doc I I I I I I I I I I I I I I I I I I I INDEX SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL200S-12 CLAUSE SUBJECT PAGE 1. PLAN QUANTITY ITEMS ......................................................................................1 2. GUARANTEED MAINTENANCE............................................................................l 3. CONTRACT TIME AND LIQUIDATED DAMAGES..................................................... 1 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE..................................................2 5. OPS GENERAL CONDITIONS ..... .......................... ........ ..... ........ ..................... .......2 6. LAYOUT...........................................................................................................2 7. RESTRICTIONS ON OPEN BURNING ......................................................................3 8. PAYMENTS.......................................................................................................3 9. UTILITIES.........................................................................................................4 10. HAUL ROADS....................................................................................................4 11. DUST CONTROL.................................................................................................4 12. TRAFFIC CONTROL, FLAGGING............................................................................5 13. CONTRACTOR'S SUPPLY OF CONSTRUCTION SIGNS ...............................................5 14. MAINTENANCE OF TRAFFIC ......... ..... ....................... ........................... ....... .........5 15. EMERGENCY AND MAINTENANCE MEASURES ......................................................6 16. ENGINEERING FIELD OFFICE ............................................................................... 7 17. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL...........................................8 18. OCCUPATIONAL HEALTH AND SAFETY ACT 1991 - DESIGNATED SUBSTANCES .........8 19. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS) ..................9 20. SPILLS REPORTING............................................................................................ 9 21. PROTECTION OF WATER QUALITy..................................................................... 10 22. TRAFFIC AND STREET SIGNS............................................................................. 10 23. GARBAGE COLLECTION... .......... ........ ............ ....... ........... ............. ........... ......... 11 24. ASPHALT MIX DESIGNS .................................................................................... 11 25. AMENDMENT TO OPSS 1820; CONCRETE PIPE ...................................................... 11 26. DELIVERY OF TEST SAMPLES............................................................................ 12 27. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES 12 28. CONFINED SPACE ENTRy.................. .......... ......... ........... ............. .......... ........... 12 29. ENTRY ONTO PRIVATE PROPERTy..................................................................... 13 30. STORAGE AREAS........... ................. .......... ........ ...... ..... ............ ........................ 13 I I I I I I I I I I I I I I I I I I I INDEX - SPECIAL PROVISIONS-GENERAL CONTRACT NO. CL2005-I2 (ii) CLAUSE SUBJECT PAGE 31. GENERAL LIABILITY INSURANCE ...................................................................... 13 32. CONSTRUCTION LIEN ACT................................................................................ 13 33. PROPERTY OWNER'S RELEASE OF PRlV A TEL Y OWNED LAND USED BY THE CONTRACTOR................................................................................................. 14 SCHEDULE (C)-CONTRACTOR SAFETY I I I I I I I I I I I I I I I I I I I PAGE ONE SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2005-12 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.l5.02 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 ofthis contract. For purposes of this Contract, GC1.04 ofthe General Conditions is revised, in that Contract Time means the time stipulated herein for Completion ofthe Work as defined in Clause GC1.06. (2) Progress of the Work and Contract Time The charging of working days shall commence on June 6, 2005 and the Contractor shall diligently prosecute the work on this contract to completion on or before the expiration of ...2L working days from the date of commencement. If the contract time above specified is not sufficient to permit completion of the work by the Contractor working a normal number of hours each day or week on a single daylight shift basis, it is expected that additional and/or augmented daylight shifts will be required throughout the life ofthe contract to the extent deemed necessary by the Contractor to insure that the work will be completed within the contract time specified. Any additional costs occasioned by compliance with these provisions will be considered to be included in the prices bid for the various items of work and no additional compensation will be allowed therefore. 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. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2005-I2 (3) Working Day Working Day as defined in GCl.04 is modified by the addition of the following under Paragraph (a): Except any day from inclusive, even though the Contractor may elect to carry out any approved work as called for under this Contract during this period. The Contract Administrator will furnish to the Contractor for his signature a weekly "Statement of Record of Working Days". The Contractor will be allowed two weeks in which to file a written protest setting forth in what respects the said weekly statement is incorrect, otherwise, the statement shall be deemed to have been accepted by the Contractor as correct. (4) Liquidated Damages It is agreed by the parties to the contract that in case all the work called for under the contract is not completed within the number of working days as set forth in the special provisions or as extended in accordance with Section GC3.07 of the General Conditions, a loss or damage will be sustained by the Authority. Since it is and will be impracticable and extremely difficult to ascertain and determine the actual loss or damage which the Authority will suffer in the event of and by reason of such delay, the parties hereto agree that the Contractor will pay to the Authority the sum of one thousand dollars ($1,000.00) as liquidated damages for each and every calendar day's delay in achieving completion ofthe work in excess ofthe 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. 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), 04), 05), and 06), and by the addition of the following: 2. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL200S-I2 3. The Contract Administrator shall lay out and establish the primary alignment and grade controls necessary for construction. The Contractor shall provide the Contract Administrator with sufficient advance notice of his requirements to permit appropriate scheduling of the layout work. The layout performed by the Contract Administrator shall be sufficient to permit construction ofthe work by the Contractor in compliance with the Contract Documents, but shall not relieve the Contractor of his responsibility for the provision of qualified personnel and normal tools of the trade, as necessary for the transfer or setting of the secondary lines and grades from the primary controls provided. Tools of the trade are interpreted to include but not necessarily be limited to hand and line levels, boning rods, tape measures, lasers, etc. 7. RESTRICTIONS ON OPEN BURNING Open fires will not be permitted within the limits of this Contract. Brush and debris may as an alternative to burning, be disposed of outside the Contract Limits and in compliance with the requirements specified elsewhere for Management and Disposal of Excess Material. 8. PAYMENTS Except as herein provided, payments under this Contract will be made in accordance with Section GCS.02.03 of the General Conditions. Notwithstanding the provisions ofthe General Conditions respecting certification and payment, the Authority may withhold 2-1/2 percent of the total value of work performed beyond the expiration of 46 days from the date of publication of the Certificate of Substantial Performance, to enable the Contract Administrator to produce the final detailed statement of the value of all work done and material furnished under the Contract. As a condition of holdback reduction from 10% to 2-1/2%, the Contractor shall supply a Statutory Declaration as defined in GC8.02.03.07 03)(b) and advertise the Certificate of Substantial Performance per GCS.02.03.04(03). The Completion Payment Certificate to include statutory holdback release, will be issued within 120 days after the date for completion as specified under GC 1.06. The date for interest due to late payment shall commence following 180 days after the date of completion of the work. As a condition of the final holdback payment, the Contractor shall provide the required Property Owner's Releases as specified elsewhere, as appropriate. The Contractor shall include in his price for the publication of the Certificate of Substantial Performance. Publication is mandatory whether Contractor requests Substantial Performance or not. The Contractor is advised that the Authority may withhold payment on Interim and Holdback Release Certificates up to 30 calendar days from the date of receipt of the executed Payment Certificates. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2005-12 9. UTILITIES Sections GC2.0l 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. 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 ofthe 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. I 4. I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2005-12 5. 12. TRAFFIC CONTROL, FLAGGING I I I I I I I I I I I I I I I I Flagging for traffic control on this Contract shall be in conformance with the procedure outlined in OTM Book 7 (Ontario Traffic Manual). 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. 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 be provided in general accordance with the latest edition of the "OTM 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: Sign Number Sign Message Number Required TC-I CONSTRUCTION 6 TC-3L LANE CLOSED AHEAD 2 TC-3R LANE CLOSED AHEAD 2 TC-3tL LEFT LANE CLOSED 2 TC-3tR RIGHTLANE CLOSED 2 TC-7, TC- 71, TC-8t ROAD CLOSED, LOCAL TRAFFIC ONLY 2 TC-4IA CONSTRUCTION ZONE BEGINS 6 TC-41B CONSTRUCTION ZONE ENDS 6 Traffic controls shall be operational before work affecting traffic begins. 14. MAINTENANCE OF TRAFFIC Scugog Street shall be closed to through traffic for the duration of construction. The street shall be kept open to one lane for local traffic only. It is intended that the work proceed in two stages: . Stage I will entail reconstruction from Middle Road to the south side ofthe west entrance to St. Stephens School. This stage will be carried out while schools are in. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL200S-I2 6. I I . Stage 2 shall run from the north limits of Stage I to the north limits of the Contract. Work on this stage shall not commence until schools are closed for the summer break. Underground work must be completed beyond the entrance to Durham Christian Secondary School before school re- opens. I I Although there are no sidewalks within the contract limits, pedestrian access shall be maintained throughout the works by the use of temporary granular or asphalt walkways. The use of protective barriers, sidewalk diversion or other controls shall be utilized to ensure pedestrian safety. I Conditions of vehicular access on side streets will be reviewed with the Contractor during operations but it is the intent of the Contract that access be available only to local vehicular and pedestrian traffic during construction. I 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 each phase at the end of each working day. I It is understood that implementation of traffic controls will require ongoing review and adjustment to suit construction operations. I I I 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. I I 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. 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. I I I I The Contractor shall be responsible for all detour signing outside the contract limits. 15. EMERGENCY AND MAINTENANCE MEASURES I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2005-12 7. 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. The Contract Administrator's office shall have a minimum of 17 m2 of floor area, with a clear ceiling height of not less than 2.3 m, weatherproof, insulated walls and roof and a tight wooden floor raised at least 0.3 m clear of the ground. The office shall be fitted with a minimum of two glazed windows, both of which can be opened and are fitted with screens. The door shall have a reliable lock, all keys for which shall be in the care of the Contract Administrator. The 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 and a broom. Where the Contractor elects to supply a combination office for the use of the Contract Administrator and his own staff, the minimum requirements for the Contract Administrator's accommodation as outlined shall be met. In addition, separate outside access for each office shall be provided and the Contract Administrator's office shall be partitioned off from that of the Contractor, on the inside. Any inside connecting door between the two offices shall be fitted with a lock or closer on the Contract Administrator's side. Where the field office is situated remote from a built-up area and where alternate toilet facilities are not available, the Contractor shall also supply an acceptable chemical or equivalent dry toilet, in a location convenient to the Contract Administrator's office. The field office and other facilities shall be provided at the site within 14 days of the Date of Notification to Commence Work or on the date of the Contractor's actual commencement of work, whichever date occurs first, and shall remain at the site, if the Contract Administrator so requires, for a period of up to two months after the completed work is accepted by the Authority. With the office the Contractor shall provide fax facilities for the use of the Contract Administrator. The fax machine shall be capable ofhand]ing letter and legal size documents. For the purposes of this tender, the Contractor shall allow a monthly cost of $1 00.00 for fax use. 17. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL The requirements of OPSS ] 80 shall apply to this Contract, revised as follows: .] Section ]80.03, Definitions, shall be amended by the addition of the following: SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL200S-I2 8. I I I I I I I I I I I I I I I I I I I 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 1800, OPSF 180 I, OPSF 1803 and OPSF 1805 for use where appropriate with respect to disposal of excess material. 18. OCCUPATIONAL HEALTH AND SAFETY ACT 1991- DESIGNATED SUBSTANCES In accordance with the requirements of Section I 8a(l) 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 ofthe 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 lAB, of the I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2005-12 9. 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. Should a Designated Substance not herein identified be encountered in the work, then management of such substance shall be treated as Extra Work. The requirements of Section GC4.03 of the General Conditions of the Contract shall apply. 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 labeled. 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. I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL200S-12 10. I 21. PROTECTION OF WATER QUALITY I At all times. the Contractor shall maintain existing stream flows and shall control all construction work so as not to allow sediment or other deleterious materials to enter streams. I No waste or surplus organic material including topsoil is to be stored or disposed of within 30 metres of any watercourses. Run-off from excavation piles will not be permitted to drain directly into watercourses but shall be diffused onto vegetative areas a minimum of 30 metres from the watercourse. Where this measure is not sufficient or feasible to control sediment entering the watercourses, sedimentation traps or geotextile coverage will be required. I I If dewatering is required, the water shall be pumped into a sedimentation pond or diffused onto vegetated areas a minimum of 30 metres from the watercourses and not pumped directly into the watercourses. I No machinery shall enter the creek bed of any watercourse. Movement of construction equipment in the vicinity of any creeks shall be limited to the minimum required for construction. I The Contractor shall not carry out equipment maintenance or refueling or store fuel containers within 100 metres of any watercourse. The Contractor shall not stockpile construction debris or empty fuel/pesticide containers within the Contract limits. I I 22. TRAFFIC AND STREET SIGNS Scheduling for sign removal shall be as approved in advance by the Contract Administrator. I I 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. Regulatory signs such as "Stop" and "Yield" must be maintained throughout. I 23. GARBAGE COLLECTION I 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. I I 24. 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. I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2005-12 II. All costs associated with the provision of approved mix designs shall be borne by the Contractor. Steel slag and blast furnace slag coarse and fine aggregates shall not be used in any hot mix required by this Contract. 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-MI982 - Standards for Concrete Pipe Section 1820.07, Production, ofOPSS 1820 is deleted and replaced by the following: 1820.07 Production 1820.07.01 General Production methods shall conform to the requirements ofCSA A257.1 and CSA A257.2. Pipe for use in sewers up to and including 900 mID 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. 1820.07.02 Marking Marking shall conform to the requirements ofCSA Standard A257.IM 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". SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2005-12 12. I I I I I I I I I I I I I I I I I I I 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. F or this contract the designated testing laboratory is TSH Cobourg 27. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES Clause GC7.0L06 ofthe 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 worn but, if required, be readily available to supply air for instant egress) . 7 minute Escape Pack . Explosion-proof temporary lighting . Adequate clothing to ensure protection against abrasions and contamination. In addition the Contractor shall provide a competent person who shall inspect all safety equipment prior to use to ensure that it is in good working order and appropriate for the task at hand. I I I SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL200S-12 13. 29. ENTRY ONTO PRIVATE PROPERTY I I I I 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. 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. I 31. GENERAL LIABILITY INSURANCE I I I The Regional Municipality of Durham shall also be named as an additional insured. 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. I 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. I I I 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. I I I I 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 indemnity the Authority from reasonable legal fees incurred in appearing on such an application and in addition agrees to pay to the Authority its reasonable costs incurred in producing such documents to the extent that the same is made necessary under the disposition of the matter by such judge, and the Contractor further agrees that such reasonable costs and fees incurred by the Authority as stated herein may be properly deductible from monies otherwise payable to the Contractor under the terms of the Contract Documents. SPECIAL PROVISIONS - GENERAL CONTRACT NO. CL2005-12 14. I I I I I I I I I I I I I I I I I I I 33. PROPERTY OWNER'S RELEASE OF PRIV A TEL Y 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 40 Temperance Street Bowmanville, Ontario LlC 3A6 Re: Contract No. CL2005-12 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 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. I I I I I I I I I I I I I I I I I I I SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE POLICY: Contractors and Sub-contractors are responsible to ensure that their personnel are updated on all safety concerns of the workplace and are aware of the safety requirements as required by the Contractor under the Occupational Health and Safety Act. Safety performance will be a consideration in the awarding of contract. Under the Occupational Health and Safety Act (Section 23 (1), (2)), it is the constructor's responsibility to ensure that: the measures and procedures prescribed by the Occupational Health and Safety Act and the Regulations are carried out on the proiect; every employer and every worker performing work on the proiect complies with the Occupational Health and Safety Act and the Regulations (under the Act); and . the health and safety of workers on the proiect is protected. . Where so prescribed, a constructor shall, before commencing any work on a project, give to a Director notice in writing of the project containing such information as may be prescribed. DEFINITIONS: Contractor - any individual or firm engaged by the Municipality to do work on behalf of the Municipality. Project - means a construction project, whether public or private, including, . the construction of a building, bridge, structure, industrial establishment, mining plant, shaft tunnel, caisson, trench, excavation, highway, railway, street, runway, parking lot, cofferdam, conduit, sewer, watermain, service connection, telegraph, telephone or electrical cable, pipe line, duct or well, or any combination thereof, . the moving of a building or structure, and . any work or undertaking, or any lands or appurtenances used in connection with construction. Construction - includes erection, alteration, repair, dismantling, demolition, structural maintenance, painting, land clearing, earth moving, grading, excavating, trenching, digging, boring, drilling, blasting, or concreting, the installation of any machinery or plant, and any work or undertaking in connection with a project. SCHEDULE (C CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... Constructor- means a person who undertakes a project for an owner and includes an owner who undertakes all or part of a project by himself or by more than one employer. Project Manager - means the municipal management representative who has responsibility for a contract. PROCEDURE: The following items are required before any Contractors are hired by the Municipality. a) Before beginning a project, the project manager or delegate must determine whether any designated substances/hazardous materials are (or will be) present at the site and prepare a list of all these substances. b) The project manager or delegate must include, as part of the request for tender/quotations, a copy of the above-mentioned list. The list of designated substances/hazardous materials must be provided to all prospective constructors and/or contractors. c) The request for tender/quotations will require prospective contractors to include a list of the designated substances/hazardous materials that will be brought onto the work site and material safety data sheets. d) Before awarding a contract, contractor(s) will be required to complete and sign the Health and Safety Practice Form (Schedule "A"). The Purchasing Office will maintain all contractors safety performance records. e) As part of the tender/quotation conditions, before award of a contract, the contractor will be required to provide proof that all workers involved with the project have the proper WHMIS training, as required by the Occupational Health and Safety Act. f) As part of the tender/quotation conditions, before award of a contract, the contractor must provide details of their Health and Safety program. g) The project manager or delegate must provide the successful contractor with a workplace orientation, which will include, but not limited to identifying known potential hazards, hazardous material inventory and material safety data sheets for the sites. A workplace orientation/Job Safety Instruction Checklist to be completed (see Compliance page 9). h) Before the start of the assignment, the following documentation will be provided to the successful contractor, by the project manager or delegate. i) Copies of the Municipal Corporate Health and Safety Program Ii) Departmental health and safety policies iii) Workplace procedures regarding health and safety practices. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... i) The contractor has the responsibility to provide any and all prescribed personal protective equipment for their own workers, to include as a minimum but not limited to hard hats and safety boots. If a worker(s) fails to comply with any program, policy, rule or request regarding health and safety, that person(s) is not allowed on the site until the person(s) complies. j) The Municipality will retain the right to document contractors for all health and safety warnings and/or to stop any contractors' work if any of the previously mentioned items are not in compliance. Similarly, the Municipality will have the right to issue warnings and/or to stop work if there are any violations by the contractor of the Occupational Health and Safety Act, Municipal Health and Safety programs, policies, rules, and/or if the contractor creates an unacceptable health and safety hazard. Written warnings and/or stop work orders can be given to contractors using Contractor Health and Safety Warning/Stop Work Order Form (Schedule "8"). k) Where applicable, the Municipality will retain the right to allow municipal employees to refuse to work in accordance with the established policy and the Occupational Health and Safety Act, in any unsafe conditions. I) The Purchasing Department will maintain current certificates of clearance until all monies owing have been paid to the contractor. m) Responsibility for ensuring contractor compliance to this policy falls upon the project manager or designate. This will include identification, evaluation and control practices and procedures for hazards and follow-up and issuing of Contractor Health and Safety Warning/Stop Work Orders. SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... HEALTH AND SAFETY PRACTICE FORM To Contractor(s): The Municipality of Clarington is committed to a healthy and safe working environment for all workers. To ensure the Municipal workplace is a healthy and safe working environment, contractors, constructors and subcontractors must have knowledge of and operate in compliance with the Occupational Health and Safety Act and any other legislation pertaining to employee health and safety. In order to evaluate your company's health and safety experience, please provide the accident/incident and/or Workplace Safety and Insurance Board (WSIB) information noted below, where applicable. . The New Experimental Experience Rating (NEER) _ The WSIB experience rating system for non-construction rate groups ............................................................................................. . The Council Amended Draft #7 (CAD-7) Rating _ The WSIB experience rating system for construction rate groups ............................................................................................. Injury frequency performance for the last two years - This may be available from the contractor's trade association ............................................................................................. . Has the contractor received any Ministry of Labour warnings or orders in the last two years? (If the answer is yes, please include the infraction). Confirmation of Independent Operator Status _ The WSIB independent operator number assigned: (Bidders to include the letter confirming this status and number from WSIB with their bid submission.) I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SCHEDULE (C) CONTRACTOR SAFETY POLICY 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. I/we will work safely with skill and care so as to prevent an accidental injury to ourselves, fellow employees and members of the public. 1. The contractor/successful tenderer certifies that it, its employees, its subcontractors and their employees, a) are aware of their respective duties and obligations under the Occupational Health and Safety Act, as amended from time to time, and all Regulations thereunder (the "Act'); and b) have sufficient knowledge and training to perform all matters required pursuant to this contract/tender safely and in compliance with the Act. 2. In the performance of all matters required pursuant to this contract/tender, the contractor/successful tenderer shall, a) act safely and comply in all respects to the Act, and b) ensure that its employees, it subcontractors and their employees act safely and complying all respects with the Act. 3. The contractor/successful tenderer shall rectify any unsafe act or practice and any non-compliance with the Act at its expense immediately upon being notified by any person of the existence of such act, practice 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 any representative of the Municipality shall be deemed to be an assumption of any of the duties or obligations of the contractor/successful tenderer or any of its subcontractors under the Act. 6. The contractor/successful tenderer shall indemnify and save harmless the Municipality, a) from any loss, inconvenience, damage or cost to the Municipality which may result from the contractor/successful tenderer or any of its employees, its subcontractors or their employees failing to act safely or to comply in all respects with the Act in the performance of any matters required pursuant to this contract/tender; SCHEDULE (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 contract/tender. .. .&,J.... .?.''4-J~.<:\J.... L'11,:r!.~................... .E.-/,J, ,~... ..j...... . (4,$,FIV.-s.:",; ......... Contractor Name of Person Signing for Contractor ........ A.v.........~.............................................. ,.:1 ~,V.?. 15,...2.... .<is................. Signature of Contractor Date I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... Schedule "B" CONTRACTOR HEALTH AND SAFETY WARNING/STOP WORK ORDER The purpose of this form is to: (Issuer to check one of the following) Provide warning to the contractor to immediately discontinue the unsafe work practice described below Direct the contractor to immediately cease all work being performed under this contract due to the unsafe work practice described below. FAILURE TO COMPLY WITH THIS WARNING/STOP WORK ORDER SHALL CONSTITUTE A BREACH OF CONTRACT. PART "A" - DETAILS OF CONTRACT CONTRACT/P.O. # DESCRIPTION: NAME OF FIRM: PART "B" - DETAILS OF INFRACTION (TO BE COMPLETED BY ISSUER) SCHEDULE (C) CONTRACTOR SAFETY DATE & TIME OF INFRACTION: DESCRIPTION OF INFRACTION INCLUDING LOCATION: ORDER GIVEN BY MUNICIPALITY: DID THE CONTRACTOR COMPLY WITH THIS ORDER? DATE & TIME OF COMPLIANCE: ISSUED TO: CONTRACTOR'S EMPLOYEE TITLE ISSUED BY: MUNICIPAL EMPLOYEE, DEPARTMENT TITLE PART "C" - ADDITIONAL COMMENTS THIS SECTION IS TO BE USED INTERNALLY TO RECORD ADDITIONAL COMMENTS SUBSEQUENT TO ISSUING THE WARNING/STOP WORK ORDER, I.E. DATE AND TIME WORK RESUMED, FURTHER ACTION TAKEN, ETC. SlAdmin/Forms & SpecsJClaringtonIPolicy-MOC I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2005-12 SPECIAL PROVISIONS - TENDER ITEMS PI29427fSpeetI20a0S.SP-T1.doc I I I I I I I I I I I I I I I I I I I PAGE ONE SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2005-12 PART 'A' - ROADWORKS AND STORM SEWERS CLEARING AND GRUBBING - ITEM NO. I For the lump sum bid under this Item, the Contractor shall also include for sawcutting trees fronting House No. 307, into 2 metre lengths and stockpiling on the Owner's property at a location of their choice. All brush from tree trimming shall be removed from the site. EARTH EXCAVATION (GRADING) - ITEM NO.2 Payment under this Item shall also include: . Removal and disposal of asphalt from all streets. . Removal and disposal of asphalt from entrances. . Proof rolling of subgrade. Of the total volume of 10,425 m3, 3,119 m3 is topsoil stripping. All topsoil shall be disposed of off the site at a location arranged for by the Contractor. The volume of concrete base to be removed shall not be deducted from the earth excavation volume. Granular materials removed from the old road bed may be used as Granular 'B' in road sub-base at the Contractors discretion. Handling and stockpiling of this material is subject to the approval of the Contract Administrator. In calculating the volume of stripping, a depth of 300 mm has been assumed for topsoil depth in areas outside the right-of-way used to accommodate cut or fill situations. Excavation of any deleterious material encountered shall be measured and paid for under this Item, additional to the plan quantity volume. The area of the existing Scugog Street which lies outside the new construction, but within the contract limits, shall be regraded with excavated earth material following removal of concrete base. The area shall be graded as directed by the Contract Administrator and shall be left ready to receive topsoil and seed. The Contractor shall also note that rough grading for proposed lots abutting Scugog Street may be undertaken prior to commencement of work on this Contract. HOT MIX HL-3 AND HL-8 - ITEMS NO.3 AND 4 The Contractor shall supply all materials required for the proper execution of paving in accordance with OPS 310. Asphalt shall be PGAC 58-28. The Marshall Stability for HL-3 surface course shall be a minimum 8,900 and for HL-8 lower binder course a minimum of 8,000. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL200S-12 2. The unit price under these Items shall include for the following: . Forming curb at catchbasin and catchbasinlmaintenance hole locations. . Construction of step joints at limits of construction at Middle Road. . Forming temporary ramps at limits of construction. The Contractor shall note that the entrance to House No. 307 shall be paved all the way to the garage and shall include paving of a turn-around area. The depths of asphalt for streets and entrances are indicated on the drawings. Of the quantity of 1,656 tonnes ofHL-8, approximately 34 tonnes are required for school entrance base course paving. The Contractor shall allow for this in his unit price bid for HL-8. ASPHALT GUTTER - ITEM NO.5 Payment shall be made under this Item for the supply and placing of asphalt in gutters, in accordance with OPSD 601.010 Type 'B'. GRANULAR 'A' OR CRUSHED STONE FOR ENTRANCES - ITEM NO.6 GRANULAR 'A' AND GRANULAR 'B', TYPE I - ITEMS NO.7 AND 8 Payment shall be made under these Items for supply, placing and compacting of Granular' A' and Granular 'B', Type 1. Entrances may be constructed in Granular' A' or crushed stone to match existing. The Contractor shall note that granular material removed from the existing road bed has been tested and it meets the gradation requirements for Granular 'B', Type 1. This material may be used to construct the new road sub-base provided it can be handled and stockpiled with restriction to normal operations and traffic movement. An appropriate price adjustment shall be agreed with the Contractor for the use of such material. Additional material, if required for the reshaping of the entrance to House No. 307, prior to paving, shall be paid for under the Granular' A' Item. The depth of granular materials for streets and entrances are indicated on the drawings. CONCRETE IN SIDEWALK - ITEM NO.9 Where new sidewalk 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. No Granular 'A' base is required in the sidewalk construction. Sidewalk at entrances shall be 150 mm thick in accordance with Municipal Standard C-307. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL200S-12 3. CONCRETE CURB FOR ENTRANCES - ITEM NO. 10 CONCRETE CURB AND GUTTER (ALL TYPES) - ITEM NO. 11 CONCRETE CURB AND GUTTER (FIRST STAGE) - ITEM NO. 12 A 2 metre length of curb and gutter shall be omitted at each catchbasin where barrier curb and I st stage curb are to be constructed. The unit price bid shall include for sawcutting existing curb at point of connection to new curb. Subsection 353.07.06 ofOPSS 353 is amended in that transverse jointing of curb and gutter shall be at a maximum spacing of 4.0 m. Subsection 353.05.01 ofOPS 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. First stage only of two stage curb and gutter will be constructed under this Contract. 100 MM DIA. PERFORATED CORRUGATED PIPE SUBDRAIN WITH GEOTEXTILE - ITEM NO. 13 The Contractor shall supply and place perforated corrugated polyethylene pipe complete with geotextile sock. Backfill to subdrains shall be Granular 'B', Type I, paid for under Item No.8 and not Granular 'A' as shown on Standard C-301. STORM SEWERS AND STORM SEWER LATERALS - ITEMS NO. 14-21 Under these Items and for the unit price bid, the Contractor shall supply all materials, labour and equipment and all pipes of the required type, size and class. The concrete pipe bedding shall be Class 'B' using crusher run limestone, cover shall be sand and backfill shall be native material. For all PVC pipe bedding shall be Class 'P' using crusher run limestone, sand cover and native backfill. Type 3 soil conditions can be assumed for Class 'B' bedding. There may be a requirement for the use of filter wrapped clear stone in wet conditions. The Contract Administrator shall approve the bedding prior to use. Bedding, cover and backfill to sewers shall be in accordance with OPSD 802.031 and S-40 I. Connection of catchbasin leads and laterals shall be by manufactured tees or by an approved coring method. Measurement for storm lateral riser connections shall be made vertically along the centre line from the connection at the main sewer to the point where the lateral can be measured horizontally and this shall be SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL200S-12 4. added to the horizontal measurement. Storm laterals shall only be installed for development lots and not existing homes. Existing sump pump outlets shall be located and connected to the new storm sewer by individual connections at each location. Connecting pipe shall be PVC SDR-28 as per storm laterals for development lots. Restoration beyond property line, if required, will be measured and paid for under the Items appropriate to such work. Laterals for existing homes shall be constructed to street line. The unit price bid shall be deemed to include the cost of a closed circuit television inspection of the completed sewers, in accordance with OPSS No. 409. CA TCHBASINS AND MAINTENANCE HOLES - ITEMS NO. 22-26 Structures shall be installed in accordance with Municipal Standards C-lDI, C-I04 and C-lDS. Compacted sand backfill shall be placed around the structures to the dimensions indicated. The unit price bid under these Items shall include for the following: . Providing a knock out to Maintenance Hole No. 12. . Grading of ditch at structure on Mill Lane. . Placing a minimum of three rows of adjustment units on each maintenance hole or maintenance hole/catchbasin. . Supply and installation of safety grates on structures indicated on the drawings. All catchbasins shall be fitted with sumps. Maintenance holes shall be benched. Catchbasin and catchbasinlmaintenance holes shall be constructed to the level of base course asphalt in this Contract (middle binder level). Maintenance holes and catchbasins shall be fitted with frames, covers and grates in accordance with Municipality ofClarington Standards C-Il3 and C-114, OPSD 400.010 and OPSD 400.030. The Municipality of Clarington Standards will take precedence over OPS Standards indicated on the drawings. All catchbasins fronting the proposed development north ofScugog Street shall be fitted with geotextile filter fabric during construction and this shall remain in place until Stage 2 curb and gutter is completed. Filter fabric shall be "Siltrock" distributed by Terrafix Geosynthetics Inc. or approved equivalent. Filter shall be placed under the catchbasin grate. BREAK INTO EXISTING MAINTENANCE HOLE NO.9 AND REBENCH - ITEM NO. 27 Payment under this Item shall be made for the following work: . Break into existing Maintenance Hole No.9 and dispose of materials. Remove benching as required to facilitate connection and dispose of materials. Connect 1200 mm Dia. storm sewer. Supply all materials and rebench maintenance hole to suit new connection. . . . I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2005-12 5. . Clean out structure on completion. ASPHALT SAWCUITING -ITEM NO. 30 Payment shall be made under this Item for the sawcutting of all road and entrance asphalt at the limits of road and entrance construction. The unit price shall be deemed to cover all sawcutting at whatever depth of asphalt is encountered. SInEW ALK REMOVAL (ST. STEPHENS SECONDARY SCHOOL) - ITEM NO. 31 Payment shall be made under this Item for the removal of sidewalk as required on the north side of the entrance to St. Stephens School. Extent of removal shall be agreed with the Contract Administrator. Concrete rubble resulting from sidewalk removal shall be disposed of off the site at a location arranged for by the Contractor. Payment shall include for sawcutting as required. CURB REMOVAL (ST. STEPHENS SECONDARY SCHOOL) - ITEM NO. 32 Payment under this Item shall include for sawcutting of concrete curb and gutter at the entrance to St. Stephens School. All rubble resulting from curb and gutter removal shall be disposed of off the site at a location arranged for by the Contractor. The unit price bid shall include for sawcutting as required. The extent of removal shall be agreed with the Contract Administrator. REMOVAL OF CULVERTS AND SEWERS -ITEM NO. 33 Backfill to excavation resulting from culvert removal, which is below subgrade level, shall be approved native material. Culvert pipe shall be removed from the site and disposed of at a location arranged for by the Contractor. REMOVAL OF CONCRETE BASE - ITEM NO. 34 Payment shall be made under this Item for the removal of non-reinforced concrete road base within existing Scugog Street. The soils report indicates the base varies in thickness from approximately 100 mm to 400 mm. All rubble resulting from the removal shall be disposed of off the site at a location arranged for by the Contractor. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2005-12 6. REMOVAL OF CA TCHBASINS - ITEM NO. 35 Frame, grate and precast structure shall be salvaged and stored on site for reuse. TOPSOIL (IMPORTED) AND SOD (NURSERY, UNSTAKED) - ITEM NO. 36 TOPSOIL (IMPORTED) AND SEED - ITEM NO. 37 Screened topsoil shall be placed to a minimum depth of 100 mm in areas to be vegetated with the new road and boulevard construction and to restore the area ofScugog Road which is to be scarified and seeded. It is not anticipated that there will be suitable topsoil available from stripping operations. Subsection 570.05.01 ofOPSS 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 +/- 2 ppm. The potassium level shall be 235 ppm +/- 30 ppm. The soil shall have a base saturation of calcium of75%, +/- 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 soils shall be treated with the required amendments as recommended by the topsoil analysis report. Seed shall be Standard Roadside Mix. The limits of the area to be seeded shall be agreed on site with the Contract Administrator. The Contractor is advised that in spite of the requirements ofOPSS 571 and the efforts of homeowners, should sod not establish to the satisfaction of the Municipality within the two year maintenance period, the Municipality reserves the right to implement additional works to remedy the situation. GEOTEXTlLE (PROVISIONAL) - ITEM NO. 39 Payment shall be made under this Item for the supply and placing of geotextile Terratrack 24-11 as manufactured by Terrafix or approved equivalent. Geotextile shall be placed on subgrade areas where directed by the Contract Administrator. H.L.-S BLEND CLEAR STONE BEDDING (PROVISIONAL) - ITEM NO. 40 Payment shall be made under this Item for the following work in connection with storm sewer installation: . Excavation of unsuitable materials below standard bedding depth. . Disposal of surplus excavated materials off the site of the works. . Supply and placement of Geotextile Terratrack 24-11 as wrap to clear stone. I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2005-I2 7. . Supply and place 19 mm clear crusher run stone bedding to depths as directed by the Contract Administrator. SILT FENCE (PROVISIONAL)-ITEM NO. 41 Payment shall be made under this Item for the supply of materials and the erection of silt fencing at locations as directed by the Contract Administrator. Payment for erection, maintenance and removal shall be in accordance with OPSD 577. MISCELLANEOUS WORKS - ITEM NO. 42 Payment shall be made under this Item for work on a time and material basis. Work under this Item shall include but is not limited to the following: . Removal and relocation of mail boxes. Relocate split rail fence at House No. 307. Relocate underground wire for invisible fence at House No. 307. Relocate existing sign (saw blade) at House No. 307. Removal and disposal of existing concrete headwall at the intersection of Scugog Street and Mill Lane. . . . . STREET TERMINATION - ITEM NO. 43 Payment shall be made for the supply of all labour, equipment and materials required to construct street termination in accordance with Municipal Standard C-401. SUPPLY AND INSTALLATION OF PLANT MATERIAL - ITEM NO. 44 No planting shall commence until location of utilities has been confirmed in the field. I Payment shall be made under this item for the supply and installation of plants in accordance with the Contract Drawings. All planting and related work shall be done by experienced, qualified personnel under the direction and supervision offoremen with at least five (5) years of horticultural and planting experience. All trees shall be nursery grown, true to type and structurally sound, with straight trunks and leaders intact and be well and characteristically branched for the species. Root balls shall not be cracked, broken or damaged. All plants shall be free of disease, insect infestation, rodent damage, sun scald, frost cracks and other abrasions or scars to the bark. They shall be densely foliated when in leaf and have healthy, well developed root systems. Plant names shall be in conformity with that accepted in the nursery trade. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2005-I2 8. Substitutions for the specified plants will not be accepted unless approved in writing by the Contract Administrator. The Contract Administrator reserves the right to reject any plant material, whether planted or not, which does not conform to the specifications. Do not remove any labels from plants until they have been inspected and approved by the Engineer. All debris, clay lumps, roots and stones over 50 mm in diameter and other extraneous matter shall be removed from excavated soil to be used in backfill and disposed of off site. Shredded bark mulch free of any granular and organic material will be applied over planting pit areas of trees and throughout shrub beds in accordance with the Contract Drawings. A sample of the mulch to be used shall be submitted to the Engineer for approval. Maintain all plant material and assume full responsibility for protection of all planted areas until final acceptance of all project work. Keep planted areas free of weeds at all times. Remove all debris, broken branches, etc., and maintain planted areas in neat condition at all times. Water plants as necessary with sufficient quantities to moisten the entire root system. Submit a written warranty to the effect that all materials and workmanship is guaranteed for a period of two (2) years following project completion. All plants that are dead, or not in a healthy, satisfactory growing condition or which in any way do not meet the requirements of the specifications, shall be replaced by the Contractor at the Contractor's expense. All required replacements shall be as originally specified. The warranty on replacement plant material shall be extended for a period equal to the original warranty period. Final inspection of all plantings shall be made at the end of the specified warranty period. Stakes and all staking material shall be removed at the end of the warranty period. The Contract Administrator or Owner reserves the right to extend the Contractor's warranty responsibilities for an additional year if, at end of initial warranty period, plant condition is not sufficient to ensure future health. MISCELLANEOUS LANDSCAPING - ITEM NO. 45 Under this Item the Contractor shall be paid on a time and material basis for landscaping work at House Nos. 360 and 368 Scugog Street. The Contract Administrator shall agree the works in negotiation with the respective homeowners. PART '8' - SANITARY SEWER AND APPURTENANCES SANITARY SEWER AND APPURTENANCES Reference: .1 Construction of all sanitary sewers and appurtenances in accordance with Region of Durham Standard Specifications revised March 2004 - Section 02530. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2005-12 9. .2 Contract Drawings and Details for Contract No. CL2005-12. SANITARY SEWER PIPE - ITEMS NO. 2.01.02A - 2.01.19D Reference: Contract Drawings and S-401 Include: .1 Sawcutting of trenching beyond limits of road construction. .2 Backfilling of sanitary sewers with approved native material. .3 Removal of plug on existing 375 mm Dia. sewer and connecting new sewer pipe. SERVICE CONNECTIONS - ITEM NO. 2.03.01 Reference: Contract Drawings and S-301 and S-401 Include: . I Note: .1 Marking and recording of location and elevation of plugged ends of service connections. Sanitary laterals shall be installed beyond street line as per Standard S-301 and capped. .2 Laterals shall not be backfilled until "as constructed" inverts are surveyed by the Contract Administrator. .3 Measurement for payment shall be in accordance with RMDSS Section 02530, 1.6. .4 The required location for new service connections shall be confirmed by the Contract Administrator. CLEANOUTS -ITEM NO. 2.03.07 Reference: RMD Detail S-303 Include: . I Supply and installation of all materials necessary to construct cleanout as per Detail S- 303. .2 Supply and installation of Sand Fill cover for exposed pipe. Reference RMDSS Section 02530,2.8 for gradation requirements of the Sand Fill material. .3 All miscellaneous items. Note: .1 Measurement of Payment - each. .2 Basis of Payment - unit price bid will include all labour, equipment and materials to supply and install cleanout. .3 Cleanouts shall be installed at locations to be determined on site by the Contract Administrator. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL200S-12 10. I I I I I I I I I I I I I I I I I I I .4 Cost of excavation, backfill and surface restoration shall be deemed to be included in the unit price for service connection and restoration items. SANITARY SEWER MAINTENANCE HOLES - ITEMS NO. 2.04.09A - 2.04.10L Reference: RMDSS Section 02631, Contract Drawings and Standards Include: .1 Maintenance hole steps as per OPSD 405.010. .2 Setting of frame and grate to middle binder course level. Note: .1 Drop structure shall be in accordance with the requirements ofS-107 EXCAVATE FOR UTILITY VERIFICATION - ITEM NO. 2.40.02 Payment shall be made under this Item for excavating as directed to confirm utility depth and location. The unit price bid shall include for backfilling with compacted native material. PART 'c' - WATERMAIN AND APPURTENANCES WATERMAIN AND APPURTENANCES Reference:.1 Construct all watermain and appurtenances in accordance with Standard Specifications for the Construction of Watermains - Revised March 2004, Section 02511. .2 Contract Drawings and Details for Contract No. CL2005-12 W A TERMAIN PIPE - ITEMS NO. 3.01.02 and 3.01.04 Reference: Contract Drawings and S-435 Include: .1 .2 Cathodic protection at all points of new PVC main to existing ferrous main. Mechanical restraining of all joints in combination with granular thrust blocks. Note: .1 It is intended that a contract for the installation of the 300 mm Dia. main (as indicated on D. G. Biddle Drawing No. C-4) will be awarded and that this main will be in place before construction on this contract commences. REMOVE EXISTING VALVE BOX - ITEM NO. 3.02.04 Reference: Contract Drawings I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL200S-12 11. Include: .1 Excavation to grade and disposal of surplus material. .2 Removal and disposal off site of valve box. .3 Backfill with native material and compaction. .4 Valve to be turned to the "off' position. CONCRETE PLUG IN ABANDONED PIPE - ITEM NO. 3.02.06 Reference: Contract Drawings Include: .1 Sawcutting of existing cast iron pipe. .2 Removal and disposal off site of existing pipe including fittings, valves, etc. as reqttired. .3 Supply and placement of 20 MPa concrete plug in the ends of the existing waterrnain. Minimum length of concrete plug shall be 300 mm. STONE FOR EXTRA DEPTH BEDDING (HL-8 BLEND CLEAR CRUSHED STONE) - ITEM NO. 3.02.14 Reference: RMDSS and Detail S-401 Include: .1 Extra excavation of unsuitable native materials below standard bedding depth and disposal of surplus materials. .2 Supply, placement and compaction ofHL-8, clear stone blend. .3 Supply and place Geotextile Terratrack 24-11 as wrap to clear stone. VALVES AND VALVE BOXES - ITEMS NO. 3.03.02 and 3.03.04 Reference: Contract Drawings and RMD Detail S-408 Include: .1 Supply and installation of gate valves and box as per S-408. .2 Excavating, blocking, backfilling and compaction. .3 Supply and installation of cathodic protection as per S-435. .4 Adjustment to level of middle binder asphalt course. The unit price shall include for all labour, materials and fittings and disposal of surplus excavated material. NEW HYDRANT WITH STORZ PUMPER NOZZLE - ITEM NO. 3.04.01 Reference: RMDSS Section 02511, RMD Detail S-409 Include: .1 Excavation to grade and disposal of surplus materials. .2 Supply and installation of hydrant, anchor tee 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. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2005-12 12. I I I I I I I I I I I I I I I I I I I .4 Supply and installation of mechanical restrainers. .5 Cathodic protection as per S-435. .6 Backfill with approved native material and compact. TEMPORARY FLUSHING HYDRANT - ITEM NO. 3.04.03 Include: .1 .2 .3 .4 .5 Note: .1 .2 Excavation to grade and disposal of surplus materials. Supply of temporary hydrant meeting requirements ofRMDSS Section 0251 1, except for Storz pumper nozzle and inner workings of hydrant. Complete installation of piping, hydrant, blocking, tie rods as per S-409 and removal upon completion. Supply and installation of all other materials as required. Backfill with approved native material and compaction. Contract allows for installation of temporary flushing hydrants on side street connections. Hydrant shall remain the property of the Contractor. REMOVE EXISTING HYDRANT COMPLETE - ITEM NO. 3.04.05 Include: . I 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 of20 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 approved native material and compact. MAIN STOP -ITEMS NO. 3.05.01 and 3.05.02 Reference: RMD S-41 0 Include: .1 .2 Supply and installation complete with saddle, union adapter, connections, etc. Connection to new service pipe. CURB STOP AND BOX - ITEMS NO. 3.05.06 and 3.05.07 Include: .1 Removal of existing curb stop, box and rod. .2 Supply and installation complete as per RMD Detail S-4 I O. .3 Stainless steel rod with brass pin. WATER SERVICE CONNECTIONS - ITEMS NO. 3.05.11 AND 3.05.12 Reference: RMDSS 02511 and RMD Detail S-410 I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2005-12 13. Include: .1 .2 Note: .1 .2 Cathodic protection as per S-435. Abandon existing service boxes. Remove box and rod and dispose of and turn to "oft" position. Water service shall be connected to existing service at street line on all streets. Where lead services are encountered these shall be removed and full length of the service replaced to the house. 19 MM TEST POINT - ITEM NO. 3.06.01 Reference: RMD Detail S-429 Include: .1 Supply and installation of all corporate main stops, valves, backtlow preventers, copper tubing, fittings, etc. .2 Removal of all main stops upon completion of testing and tlushing. .3 Supply and installation of a brass plug in locations where main stops are removed. .4 Backfill with approved native material. 50 MM BLOWOFF - ITEM NO. 3.07.02 Reference: RMD Detail S-406 Include: .1 Excavation and disposal of surplus materials .2 Supply and installation as per S-406. .3 Backfill with approved native material and compact. TEMPORARY WATER SUPPLY TO RESIDENCES - ITEM NO. 3.11.01 Reference: RMDSS Section 01510 Include: .1 Supply and installation of temporary by-pass line, service connections and valves and check valves where required. .2 Chlorination of temporary by-pass lines and service connections. .3 Protection of the installation from damage as specified in "Driveway Protection" and "Burying By-pass" below. .4 Removal of by-pass line, service connections and plugging oftemporary taps. .5 Temporary shut-off of private services by operation of curb-stops or such other means as required. .6 Permanent surface restoration of the site upon completion of the work. .7 Measurement for Payment - per house supplied with temporary water connection. Temporary by-pass lines shall be supplied by connections at each end of the line where practical. Where the ends are at different pressure districts, a check valve shall also be installed. Valves shall be installed in the by-pass in the vicinity of existing main line valves on the line being removed labandoned and at such other locations as the Contract Administrator may direct. The existing watermain shall not be SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2005-12 14. removed from service until the installed by-pass line has been approved by the Contract Administrator in writing. The Contractor shall make all shut-offs of property services and shall furnish water for the temporary by- pass service from a hydrant or other temporary source. Safety measure shall be taken by the Contractor to the satisfaction of the Contract Administrator but such provisions shall not relieve the Contractor of full responsibility for the adequacy of protection. Drivewav Protection The Contractor shall be required, at his own expense, to mound over the by-pass pipe with asphalt or other acceptable material, wherever it crosses a driveway or sidewalk in order to prevent injury or damage to vehicular or pedestrian traffic. Building paper or other such material, as approved by the Inspector, shall be placed before mounding up the asphalt. Such lights and barricades as may be required shall be furnished and maintained by the Contractor. In general, the temporary service pipe shall be laid where it will cause the least obstruction and is least liable to be damaged. Burying Bv-Pass At all street crossings, the Contractor shall cut and remove asphalt across streets to permit burying the by- pass pipe, without disturbing the concrete base, where applicable and shall replace the asphalt in kind when the pipe is removed. EXCA V A TE FOR UTILITY VERlFICA TION - ITEMS NO. 2.40.02, PART 'B' AND 3.40.02, PART 'C' Prior to any construction, test pits are to be dug by the Contractor to determine the field location and elevation of existing utilities where agreed with the Contract Administrator. The utility shall be exposed and field measured. Payment at the unit price shall be full compensation for all labour, equipment and materials to do the work including excavation, measurements and backfilling. PART 'D' - GENERAL ITEMS SUPPLY AND MAINTAIN FIELD OFFICE - ITEM NO. 8.01.01 Under this Item the Contractor shall supply and maintain a field office for the sole use of the Contract Administrator as described in Clause 17 of the Special Provisions - General. Payment shall be made at 50% on the first Payment Certificate and the 50% balance will be paid on the Payment Certificate following issuance of the Certificate of Substantial Performance. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL200S-I2 15. BONDS, INSURANCE AND MAINTENANCE SECURITY - ITEM NO. 8.02.01 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. 100% payment of this Item shall be made on the first Payment Certificate. MOBIUZA TION AND DEMOBIUZA TION - ITEM NO. 8.03.01 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 Payment Certificate following issuance of the Certificate of Substantial Performance. PRE-CONDITION SURVEY - ITEM NO. 8.05.01 Pre-Condition Survey shall be carried out to depict existing interior and exterior conditions of building, utilities, monuments, bridges, structural improvements, streets, driveways, sidewalks, within the area of influence of the work site and/or specified distances. The "area of influence" is that radius of distance adjacent to heavy construction, within which structures and property are subject to possible damage. The Pre-Condition Survey shall be completed on all structures, or part thereof, within 30 metres of any work, at a minimum. Additional inspections may be required, if deemed necessary by the Vibration & Noise Consultant commissioned to carry out this work. SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2005-12 16. I I I I I I I I I I I I I I I I I I I Ouality Assurance A Vibration and Noise Consultant (VNC) with over five (5) years experience in loss control in urban areas shall be retained by the contractor to complete this work. The person in charge shall be a Professional Engineer Registered in Ontario. The Company shall carry Professional Errors & Omissions Insurance in the amount of$l,ooO,OOO.oo. Procedure Immediately upon notice to proceed, all pertinent available data relevant to those applicable portions of the work and such other areas as deemed available to be Pre-surveyed is obtained by the VNC. Introduction & Notification A Letter ofIntroduction from the Owner is hand delivered to all properties within the "area of influence". The letter contains pertinent information regarding the proposed work and advises the identity, telephone number and name of contact person capable of answering questions or addressing complaints. This letter serves to acquaint residents with proposed construction in the area. Inaccessible Properties Should access to a premises by the Inspector be prohibited for any reason, Le., absent owner/Iessor/manager; denial of authorization; vacant; safety hazard; in such case, particulars of efforts made to gain entry are recorded on the Pre-condition Survey Summary Sheet as follows: . Time and date(s) of contact . Means of contact (in person or by telephone) . Authority (owner/Iessor/manager) . Reason(s) for entry refusal or inaccessibility Photographic Documentation Photographic equipment and materials used are capable of yielding high quality negatives from which detailed enlargements may be made. Pavment 100% payment of this Item shall be made on the first Payment Certificate on proof that the survey has been completed. Pre-Condition Survev Report Documentation of exterior and interior conditions of each property/item surveyed includes, as a minimum: . Vintage and type of construction I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS - TENDER ITEMS CONTRACT NO. CL2005-I2 17. . Description/depiction/dimension of differential settlements (visible cracks in walls, floors, ceilings) or any other apparent structural or cosmetic damage or defect Copies of Introduction Letters, Notification Letters and Refusal Letters are to be included in the report. Completed Pre-condition Survey data is to be assembled in a formal comprehensive report, including Summary Sheet. The application of a "Pre-Condition Survey" is optional and should be reviewed for each project with the Owner. I I I I I I I I . I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL2005-12 STANDARD DRAWINGS I I I I I I I I I I I I I I I I I I I STANDARD NO. Staging 1 OPSD- 218.01 310.020 310.030 310.050 350.010 351.010 400.010 400.030 404.020 561.010 600.060 601.010 608.010 701.021 704.010 C- 101 102 104 105 108 109 110 III 113 114 301 302 304 305 307 401 PAGE ONE STANDARD DRAWINGS CONTRACT NO. CL200S-12 DESCRIPTION STAGING DETAILS SODDING OF SIDE SLOPES CONCRETE SIDEWALK ADJACENT TO CURB AND GUTTER CONCRETE SIDEWALK RAMPS AT INTERSECTIONS SIDEWALK DRIVEWAY ENTRANCE DETAILS URBAN INDUSTRIAL, COMMERCIAL AND APARTMENT ENTRANCES URBAN RESIDENTIAL ENTRANCE CAST IRON SQUARE FRAME WITH SQUARE OVERFLOW TYPE DISHED GRATE FOR CA TCHBASINS CAST IRON SQUARE FRAME WITH SQUARE V GRATE FOR CA TCHBASINS ALUMINUM SAFETY PLATFORM FOR CIRCULAR MAINTENANCE HOLE INTERLOCKING CONCRETE PAVERS ON GRANULAR BASE CONCRETE SEMI-MOUNTABLE CURB AND GUTTER ASPHALT CURB AND GUTTER METHOD OF TERMINATION, CONCRETE CURB AND GUTTER MAINTENANCE HOLE BENCHING AND PIPE OPENING DETAILS MAINTENANCE HOLE AND CA TCHBASIN PRECAST ADJUSTMENT UNITS 1200 PRECAST CONCRETE MANHOLE 1500 - 3000 PRECAST CONCRETE MANHOLE SINGLE CATCHBASIN DOUBLE CATCHBASIN STORM SEWER TRENCH BEDDING PVC STREET CA TCHBASIN CONNECTION HOUSE SERVICE LOCATIONS PVC STORM SEWER SERVICE CONNECTION ROUND MANHOLE FRAME AND COVER BEEHIVE CATCHBASIN FRAME & COVER PERFORATED PLASTIC SUBDRAINS STANDARD CURB AND GUTTER STANDARD TWO STAGE CURB AND GUTTER CURB AND GUTTER DETAIL AT CA TCHBASIN CONCRETE SIDEWALK STREET TERMINA TION DETAIL I I I I I I I I I I I I I I I I I I I STANDARD DRAWINGS CONTRACT NO. CL200S-I2 S- 301 302 303 401 406 408 409 410 429 431 433 435 439 PI29427ISpeWStandDraw.d0l; 2 SANITARY SEWER HOUSE CONNECTIONS SANITARY SEWER RISER CONNECTIONS FOR RESIDENTIAL, INDUSTRIAL & COMMERCIAL DEVELOPMENTS PVC SANITARY SEWER CLEANOUT SANITARY, STORM AND WATER (MAIN AND SERVICE) TRENCH BEDDING DETAILS 19 mm AND 50 mm BLOWOFF 100 mm to 400 mm DIA. GA TE VALVE AND VALVE BOX HYDRANT ASSEMBLY WITH MECHANICALLY RESTRAINED JOINTS 19 mm AND 25 mm COPPER WATER SERVICE 19 mm TEST POINT BY-PASS JOINT RESTRAINING LENGTH FOR PVC PIPE THRUST BLOCKING FOR PVC W A TERMAINS CATHODIC PROTECTION FOR TRACER WIRES ON PVC CATHODIC PROTECTION FOR EXISTING FERROUS W A TERMAIN """'Docume'tl(;\GtSPRCJEGJS\12_;9<?'\M_\'~_2<>I:I'SlIlg",9.""dl '!?\l}OO~_l' '2"'.;~~ H~ "'z )>)>)>:r>Z ll!~ IO O-o;oZo ,",0 ~;g;?-<~ i I~i ,0 ~ozCJcn IZ cn<G)~" en en "' on", ;~I "'/1 0<>'" ~ m" <-< -lmm:r; 10 10 0 j , ~ "c ffi~~ ;~ m" ~CJ~-f '8 '" " 0 " 0" CC -1mm6 " I 0 , z Zo ~~C ifi ",0 o:i:':iz '" ~ ! ~ " ":" ~U :!! m=' ;;O::r:(/)"Tl " ~"' 00 m:x:e: m C~ " ~Z "'~ ~ , ~ "'" ~~ ",-< 8gs:: ~m , ! ~~ , eo ~~ " ;=~ Z'-< ~ "' ~& , ~ , ,~ -<OI ", t5~ ~€ Ii , . <;;'" ?2~U) z gi ~ ~ , zO 0 " , I m -< .:. ~ ~ N I I I 1 ~~ > I ., I ~.. 0:: I .'E I I - .,g g: ., I 0 .,.. - e~ " I . (J) 0 OJ z'" 0 I ",0 - Ole 0 N !j (J) I I Q! I a I en ., I Q.. - " 0 0 I , I I I I .\. . \ I I I I '. '" I -= .. ... .... ~.. .... ....... ..... " .... .. ...... .... .... -< "- ~"i. .... .... '" ~- ....... ~~ ~,. ..- .s.~ ..... .... 0;.. \ '\ ~~ "0 . - .. . .~ I ~\ I I I I I I I I I (!) Z CJ) ~ W 0:: a. 0 0 0 -' 0:: CJ) ~ W z Q ~ - (f) CJ) ...J lL <( 0 0 z (!) :> 0 z 0:: - D- o '" 0 ~ 0 " 0 ~ OJ 0:: CJ) ., ~ OJ ~ ... Z ., ~ 0 (; ., ., ., '" "c '" " ... " OJ ., " ... '" - - '" " E "'- 0> '"'E '" "U .= o ... - ... " c: OJ o c: +: 0 8 -;; = ~ 8:~ m"" wa= 1-\4.<( o Z<(lD 1.5m Note 2 Ex:pansion joint material Finished road surlace Concrete R-5mm sidewalk LSUbgrade or granular base os specified 510 e 2% to 4% ". .",. " .....".;J#." ~....: ~ ,f. ,.: 150mm Note 1 ,. . .. . R=5mm ... .' . .... ".. '" Curb and gutter as specified TYPICAL SECTION 5-W- 5 ~:;~~,<"< j' .i[1 . 1..... . .1. .", .' 0 "'0 . ( ~ ~:':~ -.:} . ~~~.'~:. :~..'J~ ~ ~ Expansion joint material DUMMY JOINT Curb and gutter 511 O.25T ':-~::..~.":" =:..Y. ': ..I~ 1I:7!5. . ,'( ..H.: ":1."..::1 ~ ~ ,'.. ;_...,'.....: ......,;,t. G . ...... '.. .f. .,', #' 0 3:! . :. .~., ':. ...... . " . :E II "', .. Of .,.. J I-- _ . . . _ :.., ,', .. 0 Expansion joints CONTRACTION JOINT R=5mm Typ. 5 Dummy joints Typ : ~:" ";\ <. ill ..~. ... .:l. f ", ""', ~ "0 . _ .4 . .' ~. .., .2 "ii . . "11 . ',,,, . f. . ): . . "J' f=. .... .. _. . ." . 0 --II-- 1 2mm exponsion joint material Contraction joint JOINT L4.YOUT EXPANSION JOINT NOTES: 1 Sidewalk thickness at residential driveways and adjacent to curb shall be 150mm. At commercial and industrial driveways, the thickness shall be 200mm. 2 Sidewalk width shall be increased to: 1.8m when adjacent to curb on major roadways 204m at schools, bus stops and other high pedestrian areas. A All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING CONCRETE SIDEWALK ADJACENT TO CURB AND GUTTER ---------- Date OPSD - I I I I I I I I I I I I I I I I I I I Stop or yield street Stop. or yield -:- -_:- -_- street ...... ". ". ". ". Expansion joints Typ Expansion joint material, Typ . Through street Curb ond gutter Curb and gutter Through street UNSIGNAUZED INTERSECTIONS - - - - - - .". . ". ". - - ". ". . -.- ...... Back of sidewalk Expansion joint Typ Directional lines O.3m apart and '.5m long - min Typ ,_oL,.s--L,.o RAMP ELEVATION Curb and gutter Finished road surface Expansion joint material SIGNAUZED INTERSECTIONS 2.5m Back of sidewalk .. : "..!".. _Slope -8l1 max S~ desirable ...: .. :i.. : " : . ...",,!. ..: ".~" : " . ".. .. '" '':: o. ':"~' 150mm min ~., .. ..::.....".. Sidewalk ramp Curb and gutter os specified lYPlCAL RAMP SECTION NOTES: A Directional lines shall be 1 Ox1 Omm made B with grooving tool having a 15mm radius. All dimensions are in millimetres or metres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING 1993 10 01 CONCRETE SIDEWALK RAMPS AT INTERSECTIONS Date OPSD - 310.030 ~z )> 0 O)><Ta.~rn "., = ct :::!. <0 3g,~~o3 .. .. 3 00 -.. 3'< 3 ~::I .... to!!!.3'-eJ o . ::T__ C:J COo ::I.. _ CD =to to 0 -::J CIJ (il ~a. 0__ :J__ ~:::::I a.::J - "a. "3 "c ~- lO~ Cif= 'J":J. .. 3 09- ..~ :r~ ~lO ::I (I) - o r'1 .=E )> I ^ o 0;0 r'1- -t< )>r'1 -=E I)> (1)-< r'1 Z -t ::::0 )> Z (") r'1 01 <<> 0 !'\., <<> -0 .. , v. (J) I , 0 0 , I , 0 I , I I , ;0 .. I , < I Ul g o z ~< 13- ~:: !:2 o ~ Ul~ JT1 ~:E O:t zo c 0-1 101 og r ~ ;0, o 3 5. ..; .' .1 . .. .... " c. d "" n.. g:a: "g . ., .. ... Vl ii: " " " ;<' o ~ " .. 0. .. ii: " ~ ;<' ~:;' 0.0 " " ~ ~. 0::::: ~g ~ " !:l- o. " !!1 o ~ r ^ ~ o ;0 <: ~ '< ~ r ~ o IT\ -0 ;0 IT\ (J) (J) IT\ O__ln 00-. ~ 0. 0..3 ; ~.!a~ ..n ,,:To. '<" 0... ~.., ,,~ ..."" "."" -.... d 0.0 " 0. nn ..'" ~ <T t () c , <T Q " 0. '" C - - ~ I '" 3 3 5" () '" <T " " 0. '" '" :::: .. ~ 1.5m min :. , 4. \ 1 JT1 Z -l ~ Z o JT1 1 "1J s: Z --Vl ~ 0 a: o..3~ ~"" <'o~ ;:7"0.. ~ ~.g o.g ~ m "." ~ -.... aQ.~ " nn ..c ~ <T o~ I I I I I I I I o I I I I l+ o ~ or+ I o 0. 3 2- " CD Q C ;;- < Q a. 1.5m min 0 ~ Q ,. (J) . 0 ... 1 ~ Ulr JT1^ Of ~:; :!. .. --I Ul ~ O:J: . .. ~ JT1 ".": Z ~ ... 01 00 0 IF z o!< ,.. .. )> m ;0 - I , 0 m ~~ . . . ~ 3 5" o ~ ;0 o "1J ;0 ~ Z o ~ r 4 -0 )> ::':l > r ~ o IT\ -U ;0 fT1 Ul Ul fT1 o -l ....z- '<"," ." -0 "3 -3 ~ Z ~ ;0 o o ~ z C) I I I I I I I I '. ~ .4 . ., I I I I I I I I I. " I I I I I I I I I I I I n-o o .!! "'~ " u - " -00. ~n DRIVEWAY DIMENSIONS WIDTH RADIUS lAND USE m One W Two-Wo m min mox min mox min mox Ught Industrial 4.5 7.5 7.2 12.0 4.5 12.0 Commercial and rtment Heavy Industrial 5.0 9.0 9.0 15.0 6.0 15.0 I r600mm min J- Dropped curb ! DETAIL A I -1b~ Left 3.Om min. turn if required lane See Table ~_-L_ Varies --- Iloulewrcl Concrete curb or curb and gutter. for entrance without curb or curt> and llutter lee Det<nl A R-5.Om for light industrial commercial and apartment entrances on 2 lane roads PlAN Goon.... . R=8.0m for all heavy industrial entrances, and for commercial and apartment entrances on 4 lane roods. SidO'll"'" Bole Subbooe NOTES: A All dimensions are In mnllmetres unless otherwise shown. ONTARIO PROVINCIAL STANDARD DRAWING URBAN INDUSTRIAl, COMMERCIAL AND APARTMENT ENTRANCES ---------- ---------- OPSD - 350.010 .m~'~~>; ~ i<':'~\~, ~ ~;.,w~~~,~..,i (ij, .~. ~.) ~'~,.:~~ ~~~ Ar+ I See Table y- o r L Curt> and gutter Sidewalk 600mm min JOOmm I 300mm min A ~in PLAN Entrance Dropped curt> Boulevard . - i ISOMETRIC VIEW Var SN or SN ond entronce SN[Entrance 4:P:max ~ m"" Dropped curb SECTION A-A DRIVEWAY Dlt.I~IONS WIDTH lAND USE m 51 Ie u e mln mox mln mox 3.0 4.3 6.0 7.3 NOTES: 1 Maximum upgrade sholl be 10ll:. 2 Maximum downgrade sholl be 8". A All dimensions are' In mlllimctres unless otherwise shown. Residential ONTARIO PROVINCIAL STANDARD DRAWING April 1999 URBAN RESIDENTIAL ENTRANC"E ---------- ---------- OPSD - 351.010 I I I I I I I I I I I I I I I I I I I I I I I I I I j~~ colr (J o....L z -CO 0 TTr"=l I-llr 11 Z llr -l I j::: ~ I ~ ~ ~ ~ I .090 I ~ u; " a. z :5 a.. () a..I ~ 0:: C> E E 01 - !;Z ....-- --- - CO - -- 1=n llr !;~ ~ I-Z0l~Ol-l 9L ~ i-= tClZ .=.:....t-- OOZ +'0 9L D !;ol I I ~ co zr-l ~ Ll~~l (7:9 L!;9 III - It') U I-zr - It') Q;;; 01 - co ~ o < ~ co zr-j t..I. .cl;;; ~ o - s - III om E ED. It')~ ~L t L Er Eo. ~~ D. ... ~ I E ... E Z ~ 0 - j::: ..l (J :-r l;l .01 9 zr ci N o ci ~ U) '0 C o o C C! ~ OJ:: ~ ., U) N I :: g 17l0~ N 0. CD > OJ:: 0 ..r:. 0 Z .... ~i : c..!! o C ;:; ::J o '" C> c CD % :3 ... g] ~ 0=0:: oE oE 0 '0 C 0 0_ 0: ~ ~ ~ ~ II 0 z "1;) < o C .... 0 o oii cnC;i 0. ~ 00_ 5 (/).,'0% W:C=>O 131-< %<mg: o ii: ~ o c I c Z o t .... III < I ~ < It) - Z I~ (J .... ~ z :5 <a.. a..I :::E < 0:: lo.. m I m ....~ It') ~ fOfO I I I I I I I I I I I , '0 , I en I '0- r '0 I , 0: e~ w~ ::I:I-Z I-<cW -0:0.. 3=C)0 .....0..... ~.....Z <(::I:O O::(I)m .....- .....CC) O::.....Z <(0..- ::::>>-0:: 01-15 (I);=::I: - 0 - Z-JVI o.....Z 0::0:- ..........VI I->~ (1)0 <(.....::I: 00::0 <(I- ::::><c 00 VI It) .= ir ...J e c 9 ~ III I:) -l o PI -l > j= .. Ul ~ PI ...... () Q. ;C -l 1-22 co ~t 0 ~~ Z '" -N CD '" R=203 )> mm I 67 "tI CD >: Z ... U. 3 3 83 3 <5 ---r 25~ tlo1 ~ 1-172:1 CD> z o ~:;l -i iii' l:1 0- 3'0 .. -u " Ul UJ 0 o. ...... " 0 UJ C CT -, (I) .. -, (I) -. c " 0- 3 -. :.:::1 3.0 (I) 0 ~" ~ c. UJ g C :::': " 0 CD" ~ '" ;:;: o :T ~ :To (I) -u i1 Ul -. Cl :; I en UJ ~ :TO o '0 :IE ? 0 825 al ~ I I I I I I I I I I I I I I I I I I I ~ '" t ... 1]1-, '" N --1 j~ .... '" t )>'" '" N Dr '" l+ al 16-1, 654 11-16 Ul 622 PI () ~ ~""f ::! 0 D r32 z H: ~ J~ > ~ 0 I I II~T > 615 ;0 il. 64 III PI () -l o Z o I o o -<N '<", ~ .LsD g -<f ] Z '<'" 1 "3 1"1 3 -IN I '< '" PI "3 3 ~ 76mm min I r Typ c;) ;c )> -i IT! "tI >: z ~- -.", .33 co 3 "'5'-a.. ~ -0 a .jo ~ I I I 1 1 I I I I '" I I r-Im=_~~~_m_----L III PI () -l o Z () I () '" '" It. I I I I I I I I I I I I I I I I I I I en I en % o i= o LoJ (f) '~~:l~ :2 ~J; 1~1 T I-SL-I 'b~~gg ,..,.,..,,.., "b~::~o ("tt,jf'l'll"')"It" I- ~ o n. n. ::;) III Z o I !J o III 0% Z::5 <0- o Z ~ ~ o o CO..,..,. \)Ul""'(bN CDO~"'" OCO,..,...,. '<\1O,....,cnC'\l CD~~~ o GJ ..,. ...,. tlc"'...... O;:,..,t::: " .. - e 0('11('11"""'" - o - ..... ~ 0 e ...I .<> ~ '" w :S c c " ~$ < "6 - ~- ...!! ..0 U1Z 1; ..oX oou .EE :I:.<> o Z '- .. - '" Ecocc 00000 c~~CIJ~ :I: ::;: en ...J ~ LoJ C .. 00 c :E oX u o T - c; UI z 23= I-LoJ D iij- 0> n.LoJ zc w- n.(f) o 000000000. 1j ., " o'ii ~ cli 2'" 2- .. ..!' ~f e.& ~ 0", F OF- z< wi n.< o 0% z2 il3 .. o t;: ~ o % o N o 0, ..q-' o ""'" ~ > '" 0:: N o o N > o Z 01 (f) a.. o ...J ::!; o z ~ 0: a. c.,je oi '" 100: ~ !i :g ,g~ II ~ lie "0 a. "0 "'~ -0"0 I C "'.,_ c."O 0 +I . I) L ......s:;. 0.... L- ..... ..",,-oc,, .5 E:C": III ~o.u_'c E &'0- "'", < Ol:5'-.s: 01' _Ill < ....ouo--o .oCjO')o .c 0__ IC)~- 't:: ......, > - ...J DlO~ ~ c:Ec"'O:.s. ; ...-- C c;>.:;:>"" E u '" '" 8 '" col-' '- ........:pa..OO':J "'....Q) cO' """+1 ... C::J 0 " E"O ~ 0 ~.2._ clIO "'E ..- ::JO')+,O c .,"'_-"'0.016-..... Q 0 C.- .... .....~ttl(l).- Eoo_.5o ~"~.." 00') = _uOEtIl .cg",,~..,. uco.., Ec "'0 .... +' ...,-..... 0 u Co ~ c"OtIlooE a. a. a. 0 0') 0" 0 c'" 0&:1:0 0 t) I)..... .0"0_0 1': .. u 01'- . "0 ll"O tIl .. II _ 6 .. ii I)....C 1:-"0 CD.c '0.... ~ c; 0 oa.~'!;<.!.!! O.!!1'j _ "" III 0.. ..:M: b oo.....o~oc., 0) u=Eo""cjo"" ""01-"" ;'li"'i e08"" .:- u ..~.. . e " Eo g ~ ~1l ~c.....>.Ul:::UE.. OI::J 'D"" .."OE~'&._"6.6016q ~~~2 ~o g'''~ll o::J~E'~~'$i-::J C Efi .- .'-_.x_ e - - 0; - 01'6 "" Ecuc coc'tl- 0_ ~ ~~'S!~U ~g~ 6 ::nnd! ~~ ~ <C III UQLo.l...Cl " z ~ c C 0: ~ Z ~ W -I ~O 0:::J: Ow LL.O I-z :3<( a..z w >-1- I-Z W - LL.<( <(~ (f) 0:: ~:3 :J:J ~O ~o:: :J- -10 <0:: o LL. - Z -i rrI :::0 or- zg G')2S ;oZ l>C'> Z ' en ~~ ;o~ mrrl l>r;I V) rrI -0 l> < rrI :::0 (J) o "'U C/) a o o ~ '" (]I ()) ~ @) . o ~ o ~ III e ::r: 0- a. n ., c 0 4' > 3' ~ ::0 z , 0 ,.. CD N '4 ' > N .... Z ..~ g:;l I 10 ffi '3'- 0 0.-' 0 ~e. II -h...:J 000 ?3 0)0."''''''' .. 0., .. CD 00 ::J < c:- ::> ~ 0" !I!, 1.0 _0:::1 '::r 0 ::> 1-'''' ::> 3,'" < g ~ .. ca _0 () act 0 UJ U) ;r...,., ~ !;-S" g q~ o 00-. 3' ~o-":!i~ -.0 -:::I :l ,.+ n " 3 t.C.., II en ::: !" .. :!i 1 .. - 0 .. 3' a.nco CD -' 1 0 <r ::> 3 CD 0 0>3 .. 0 0 0 2.33 ., 53 ~j' 3 0 CD <!:3 ,.. o _, ., ::> ::> CD 0 .. ~ ~ e ;;: ::> ;;r ::0 0' 0 .. 0 .. " III 0 0 -0 ,.. '3' ::0 .. N ~ ~ 0 0 0;' z CD n ~ r ~ Z ~ a a ~ z G) ~ '" '" 0> o '" ~ 01 AI CD < III e 0- '" d a. .. 00c;) ..::I.., 0.0 .. ::I .., .. e CDe- o tr~ -'0- ii'o 0'" 0...0 CD.. CD oo-N ..CD01 0.1 ~~~ ",::10 0'" 3 5..3 "'0 0.::1 a. z o z I ~ ::r: n c > ;;0 ~ , I I I I I I I I I I I I I I I I I I I Dropped curb at entrances. Typ \ ~ 2751\ 225 -f>~ r R=5mm For flexible Note 2 "d"a 251 h pavement. ~~ _. 0 Typ_____ . . .t' : 1 n ,. ,. ....~... i.......R=5mm. .; "'.,.:.>" "," '." '.; ,,' . . ,. J<t2 ,-:" on . . ..... . -.- . . .,..,.... It) .............. ;........0.... '. ...1 (',I C'oI ~..' .":' :.i 0 -:;". -",:.~_..... ....( N )."'."'. ...."'. .,;.....~'~l~ y." .... ".. ._"..."r'. '.,.... I L .... -.' .., 3' ..- ':f '_00' '-..-: :...., Note .. .. 1 :A.'. : -' .- .. ~. !-.. .~ ~ /-1'.I-~' . . 5~' .. . '. .. I~t.- "-... Loonr Acl~ wi~ for rigid povem<ont where sidewalk Is 25x75mm keyway adjacent to curb, centred in concrete Typ base. Typ Notes 1 and 3 Thickness of adjacent Sidewa'k'7 Typ 275 --r- 2251 . R=5mm -f>~~o~ 251 II / ILNote 2 ~.. tt1 R=5mm~ . '.f'. . l' :-~.. ~...._:--:..:;":'.'\o.':;:' ~ ~ . .. ..... .._."... .D t" '.":":.;: ':'~' ;:~. ::'-:.,"b ..: .~~~ .g :-..- :. .....f . ".: ~..-.?)~ . t 0 ~ ,;.:":: .:;:.:. :~: ...~:. ;': ::"':':.:"':. '. ~ ~.;.: > N -.;Jt: ~ ,., -.; .,,'~ ~t~. 3 " ~. ) :','.:,. <:.;;'-'-'5'-"':' ::........'l.-\- -I ~~. 525 50 TANGENT SUPERELEVATED NOTES: 1 When curb and gutter is adjacent to concrete pavement or base. this drawing is to be used in conjunction with OPSD-552.010 and 552.020. 2 Flexible and composite pavement shall be placed 5mm above the adjacent edge of gutter. 3 For slipforming procedure. a 5" batter is acceptable. A Treatment at entrances sholl conform with OPSD-351.010. B Outlet treotment shall conform with OPSD-610 Series. C The length of transition from one curb type to another shall be 3.0m. except in conjunction with qulde rail. It shall conform to OPSD-900 Series. o All dimensions are in millimetres unless otherwise shown. LEGEND: S - Rate of pavement Buperelevatlon In percent, ,.. ONTARIO PROVINCIAL STANDARD DRAWING April 1999 600.060 CONCRETE CURB WITH SEMI-MOUNTABLE STANDARD GUTTER ---------- ---------- OPSD - I PaYt depth ,-- Natel~ Tack coat surface 800 I ~ '" -I--~ J Existing povt ___T:~":_~rface ___~ 200 ASPHALT CURB MACHINE lAID <; " ~ PaYt depth , Note 1 ~ T Qck coat surface -- ASPHALT GUTTER - lYPE 'A' ASPHALT GUTTER - lYPE 'B' ONTARIO PROVINCIAL STANDARD DRAWING April 1999 NOTES: 1 Depth of gutter at pavement edge to equal depth of new pavement but In no case less than 130mm. A All dimensions are In mUlimetros unless otherwise shown. ASPHALT CURB AND ASPHALT GUTTER ---------- ---------- OPSD - 601.010 I I I I I I I I I I I I I I I I I I I ( 1- - --- I 1'5Omm min I 1 \ , \ \ \ -~\ 1 0 \ 0 a:l ~\\I ! , J f I -I 225 l- V) ... ENOVlEW I J.8m Tennination Curb and gutt.... Gutter fine PLAN ----- ELE.VATlON MOUNTABLE CURB AND GUTTER Curb and guttef" PLAN I 1 I ~, . - 't: -r ~ - I o , J Z I I I -I Varies I- .., ... ENOVlEW 3.8m Tenninatlon Guttef" or curb line ( 1'----- --- ELE.VATlON BARRIER AND SEMI-MOUNTABLE CURB AND GUTTER NOTES: 1 Slope to match existing shoulder. A This drawing Is to be read In conJunctlon with OPSO-600 series curb and gutter drawings. B All dimensions ore In mlllimetres unless otherwise shown. OPSD - 608.010 ONTARIO PROVINCIAL STANDARD DRAWING METHOD OF TERMINATION FOR CONCRETE CURB AND GlJ II t.K ---------- ---------- 3. Three way junction I I I I I I I I I I I I I I I I I - I 1. Right angle bend ~ Tee connection 4. Four way junction 5. straight through 7. Wye connection 8. 450 bend 6. Dead end ~ . . . ~ \ . , . <II . ......-... .. '. .'. Concr~'" . .<11 ...... 50mm m.n Section NOTES: A .Concrete for benching to be 30M Po. B Benching to be given wood float finish, channel to be given steel trowel finish. .C All dimensions are nominal. o All dimensions are in milimetres or metres unless otherwise shown. MAXIMUM SIZE HOLE IN THE WALL IN PRECAST RISER SECTIONS Maintenance Hole Diameter No. 1-4 No. 5 & 6 No. 8 mm mm mm mm 1200 700 860 780 1500 860 1220 960 1800 1220 1485 1220' 2400 1485 2020 1760 3000 19 0 2300 3600 2195 3085 2730 ONTARIO PROVINCIAL STANDARD DRAWING MAINTENANCE HOLE BENCHING AND PIPE OPENING DETAILS No.7 Inlet Hole Outlet Hole mm mm 700 860 860 1170 1220 1485 1485 2020 1930 2450 2195 3085 .1998 03 01 OPSD - 701.021 I I I I I I I I I I I I I I I I I I I co o 'g > " -.; Me! .:! ~4~ 1i "" ...Af .E:;~ 5.c:g.;.,.,o j;~ 2".E=g~~ C'JU I:::=.....C .a...~ U CJ ~ 0 V04-Q.~.() <_):0 c -.; " '" ~ o - " o !~ OF- . t [ I 6'__- I I ? I ~ I I 0:: I I I I I eI'l I I ~ 0 I I en (f) 0 I I <D I., a.. en 1..- 0 en 0 ~ Ie :x:: C> ::>z 0- o:~ Fal z:X:: oU t=~ Ou w (f) ~ ,. " r- I I I I I I I I I I , :.: . '.. ..... ~ ~ 0::: - U ~~z C<(O~ C U_ ~~f-Z ~O(/)::::> ~:c~~ ....WWW :;!;UO:::::E uZa..f- z <( (/) ~zz::::> O:W-"J o...f-(/)O QZca<( ~<( z::E:c o U ~ () " E ~ ...." "E1> "L -u'" C-u ... .sc.~ "'''~ " .. .of .:! c.c: co- :J.....o _0 ~EE E,," \lEE "c'X e- ~EP c o '" o ... " " .. o L "t; ~ Ii: a:: L ~ o o c .,~ 010 .....c: 1)" Ea =., E~ c..c: -..- o a ...., 0., a .,- CC 0::1 ;;;., ce a.... Ea 'OE -... :(0 OJ L o i ~ '" "" c " " E " L .... "= "'''"'' ...." .:!u~ L "c:" E-1:: o~oo.. it:; E~ '" - c.:=--q "i~ I I ..0::1 .-~t- a"''''"1 I ~ I::tl . .~,...:..,... :x:: C> ::> 00... 0:<( FU t5~ 6 w (f) :~ I I '. I I I I I I I t t t I I I I I ...1 " I \11.- " '0 ~ " o c " c~ J! c" '61) ::E:Z r- I I 1 t I ~ a- t .; o . 0 .... - .- c> 0. C.c :J..c." .- C CJ ~'O ~~:5 .5 1)1;) "'0 .,"" .... ::1_ 0 0 tJ :00 c;OI OiE =1: c ): 0 0=2-0 ~~ C::Jf (tJ"i) -....:>~"S .,C.... SO '-ag _ o.E........a ali ;::I c:s . li:>5 a f l1:OE~-g-fl Y.il;::8.~~~ ~ It::Sb<.o ~ ~ -< o - (L_ ~ ti.." .l!.. :rg~ "'->g " ~:g 8-:.. " 8i.E g I) et.~ feif<< 0 e~ e"- - E" J 8"lii! p:~ ::i!eo;:.=:-z . rl=!1 .... . I I of! a1n r-., I::tl :x:: C> ::> 00... ~g zffi ~~ w (f) a- .Jl ! , ~ a- t J fRAME NID ~ ItS PER C-113 COHCREIE CN' MORTAR TOP AND BOTTOt.t ROWS ONLY (""",,'''''''RER'S SfJUIIT rN'E BETWEEN ROWS) UlH. ONE ADJusn.cENT UNrr, UAX.. 300mm o o N ()U1'gDE OF BRIa<woRK TO RECEI\IE TWO COATS Of BfTUMINOUS PAINT WHEN MANHOlE NOT lOCATED IN ROIDNAY .., ; !:l ~ :.' PRESS SVL OR EQUI\fAlDlT RUB8ER "'-SKU (WATERl1GKI) 3OI.fPo CONCRETE BENCHING 75mm Of 19mm CRUSHER RUN UMESlOtIE (COMPACTm) ON STRUCTlJRAlLY SOUND GROUND >.';"\' ..~~ :/?~,~; ) }>>./ ........ ......... ...... .. l~mOtA. illITES 1 All precast components to be from approved suppliers. 2 Pipes must not enter at 0 manhole section joint. 3 lift holes to be completely filled with mortar before bockfilling. 4 Aluminum manhole steps as per OPSD 405.020. 5 Precast flat top design only as approved. 6 For manhole depths greater than 5.0m safety grates required. 7 Max. spacing between safety grates is 4.5m. B For depths greater than 7.5m manhole to be custom designed. 9 For benching delail see OPSD 701.021 (use pipe dia. + 100mm 10 Compacted sand backfill within 1.0m of monhole. 11 Semi-cast manholes to be individually designed ond approved. All dlmenetOM are in mIlUm.tre, unle.. otherwl.. noted. Clarin ton POURED CONCRETE CIWllE 10 ,ot JOINT . .. PRECAST FLAT TOP for max hole size). Serrices De arbnent -... -- -- -. 2004 1200mm PRECAST CONCRETE MANHOLE C-101 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I - I 1-- FRAME AND COVER 1<5 PER C-11J C<ltlCREl>: CAP WORTM lOP AND BOTTOt.l ROWS ONlY (1olANUl'.<cruRER'S SOlANT TAPE BETWEEN ROWS) OUTSIDE Of BRICKWORK TO RECEIVE TWO COAlS Of BrT1.AONOUS PAINT WHEN MANHOLE NOT LOCA.TED IN RONJ<<AY ~ g;l '" ~ '. 1-.50 PREC.<ST l1WlSlT1ON SWl '0 PRESS SEAL OR EQUtI.-LENT RUIlllER GASI<ET (WAmmGHl) :0 30NPa CONCREIE BENCHING PRECAST BASE .~: '. .-. ,OJ .,.. :...:: .... ::.- POURED CONCRETE CR.'DlE TO . at JOINT 7Smm OF 19nwn CRUSHER RUN ~COIotPJClDl) ON y SOUND GROUND ~ 1 All precast companents to be from approved suppliers. 2 Pipes must not enter at a manhole section joint. .3 un holes to be completely filled with mortar before backfilling. 4 Aluminum manhole steps as per OPSD 405.020. 5 For manhole depths greater than 5.0m safety grates required. 6 Max. spacing between safety grates is 4.5m. 7 For depths greater than 7.5m, or where directed, manhole to be custom designed. 8 For benching detail see OPSD 701.021 (use pipe dia. + 100mm for max. hole size) 9 Compacted sand backfill within 1.0m from manhole. 10 Semi-precast manholes to be individually designed and approved. All dlmeMloMl are In mllUl'rMtAa unl... otMrwI.. noted. Services De artment Clarin En n _1lO. -- 1500 TO 3000mm PRECAST CONCRETE MANHOLE C-102 115 1==1}". ~ CATCH BASl:N I '''~ l-f-1 ~ ". I ,. " -.... .'. .... -:.~ L '. .... 200mm SOlI> WALl. pvc ptPE .:,~ .~.~ .. '" , .~,;~ , A . .~ . .~ "~ 4.,': :,:-. .. .... .... ... . .. ., ',,' ~ .~ ',','.' ,....-~_. ~.., '~'.:". .,.... ...~-.. .., - J....... ':;:;:;:;m;:.:;:!:!:. .. . ......:~. :" -~" . :"-. . '....... ..~...-: ~':" :~~."~ _ . .... ~. ...... ...:-r ........:,:,~,:,:o.;,:,-..:,....,...,.,.,:.:~ 150 75mm Of 19mm CRUSHER RUN UIoIE5TOIlE (eot.tPACIEIl) SECTION 8-8 SECTION A-A B A . . NOTFS 1 All precast components to be from approved suppliers. 2 Compacted sand backfill within O.3m of catch basin. 3 Refer ta C-109 and C-305 far additional detoils. 4 Invert of sub-drain and the obvert of catch basin lead ore to be level. 5 Uft holes to be completley filled with mortar before backfilling. B PLAN All dlm.nelon. a,.. In mllllmetrn un.... otherwl.. noted. Sernces De ~ent -... -..... n SINGLE CATCH BASIN C-104 .... __ 2004 A I I I I I I I I I I I I I I I I I I I I I . i".: , , . ; , .. ..; '" :!! '. ~:. :0- '; .oj,' " " .... -..,; " ~ 1700 r 115 161. F1 61.~ ~ORT'" .', ; ~ . " " '" ~. ";.- , " - .,' 100mm PERFORATED .''".. SUllllIWNS 115 S40 61. .'~ I I I .' ~. SUllllIW~ ::- 250mm SOlID WIILL PYC PIPE ~" O~---' , \ I I , I \ , , , ---",-- 25Qmm SOUO W""- PYC P1l'E .' ,', F ~': -:.. ..... ", - .... ", I >, _;t...>..:.. ",,!.o' ".....~..". ',:~"~,,,-~, .!"......... - -", ...~.. ,. ." . :;~~.::'.:..~~:."~..'....... :"........," 150 _." .'..~.......... ..':!~..,-~",'~'~.':' .:~~'.- ~:..... :-:_::..,:,~!:,-,~:.",~,:";:'''/ ~ s....... .S. :!.. ..~.i!.. S. .:... ,--:;:;:;.;~~;;:;:!:::!:;:;:;.:.!!.:.:-',:..~:S. I ~:;.~~~~..:1 ~1I.~?~.~..~ -. !i" i!~i!".. .. !te. SECTION A-A \ \ SECTION B-B L75mm or 19""" CRUSHER RUN j UMESTONE (COMPIClBl) I I I A I I B B BEAM I I I A NOTES PLAN 1 All precast components to be from approved suppliers. 2 Compacted sand backfill within 0.3m of catch basin. 3 Refer to C-l09 and C-305 for additional details. 4 Invert of sub-drain and the obvert of catch basin lead are to be same elevation. 5 Lifting holes to be completly filled with mortar before backfilling. I I AU dtmenalon. an In mUlImetrn unl... othet-whe noted. Clarin n Serrices De ~ent -... -- DOUBLE CATCH BASIN C-105 I - __ 2004 CQI,lpACTE[) 19 mm CRUSHER RUN UNESTONE llex $PO w COlAPACTED SAND 9ax SPD t 300 . .....: .,..' . ~.'. .:. . ~ . . .. ". .' '. .... .... .' .'. ..-' .', .~~ .'-..~'.'~~ . . ..;: .:~>~.: .'" ~~~: ...:.. ..... :.....2: ... : . '. ': - ': .. .. ~ ..~~;:~i~\:~..:\:~:;;~. .';:~' .}~.; .: ;~.~:~ ~:.?' ClASS B BEDDING BEDDING AND CLEARANCE IHS&OE PIPE ow.cETER UP TO goo 1050 AND lARGER d(1otlN) 100 150 w (Ill H) 300 500 AU dlmen.lon. are 'n mllllm"r.. unl... oth.rwl.. noted. Clarin ton .... ....... ZOO4 Services De artment _NO. - .... STORM SEWER TRENCH BEDDING d I I I I I I I I I I I I C-108 I I I I I I I I I I . .. . STORM SEWER I :.... ", ~ ".:i ". . . .....:. ......:: I .: . ~. ..... -c. ". .: . .". ..".. I I I UANUF.tCRJRED SANDED P.V.c. StreIE (WAmmGHT) SOUO WALL P.V.c. CATCH BASIN l.EAD (s.o.R. 35) CATCH BASIN .... . . . -' -.i' ." -:'" :. ~.' 19mm CRUSHER RUN lAlESTONE TO TOP Of PIPE. CQWPACTEO 10 9ax SPO NOTES 1 Pipe to enter catch basin at right angle 2 250mm dia. lead far double catch basin. 3 200mm dia. lead for single catch basin. I I All dlm.nllon. a,.. In mlPlmetn. unl... otherwl.. noted. n I I Clarin P.V.C. STREET CATCH BASIN CONNECTION ~;.~;~~.~ .~:-:'" ~~?;~ ~~~-' ~~ ..\ ~~~. " , .:.J.. I.~"':...~ ;;tt~ ,':,. . Sennces De ~ent _NO. -- C-109 G1WlE '" '" 0 '" ,0.<.'-(<<- 0 ~ 0 ~ t: ~ '" ~ '" " '" '" !:1 ~ ~ ~ 600 c/L lOT 8 I 0- ~, ~ ~ I'" 0 0.. l:I~ '" 0 ~t: ~ '" ;~ <n ~~ ~ '" I I 'I' I r 1 I 1 I 1---L150 1500 A 19mm CRUSHER RUN UUESTONE 10 TOP Of PIC PtPE AND COWPACTED TO 98X $PD. SECTION A-A NoTS. S1REE1UNE " Gt1llER 1 UANiOl.E sttRr:SE.WER:.' _ 1_ I _ ~c/L'STREET _ " _' ,_, 'C'" L I' -------- SEWER ---~ i------------------------=;....---~---"'-"- 1 1 I : I CURB a: GU1lER ..-::::::::::::WAlERUAIN ----------------------~-----------------------~------------------- ------------------------- 4 tMlRN<f SlREElUNE NOTES 1 For storm service connection details refer to C-lll. 2 For sanitary/water service connection details refer ta Durham Region specifications. All dtm.nalon. a... In mltllme.,... unl... otherw". not~. Services De artment -.... - .... Clarin n HOUSE SERVICE LOCA nONS C-110 .... -. 2004 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ~ ..... " w z fl ~ J SUITABlE DEPTH TO N.l.!:1N FOR CONNECllON 10 HOUSE WEEPING 11lE. (UIN. 1.8, loW(. 3.0) WATERTIGHT PlUG 100mm CRUSHER RUN lIMESTONE TO TOP OF PtPE 300mm SAND COVER 150mm . P.V.c. (s.o.R. 28) PIPE PACTED 19mm CRUSHER RUN UUfSIONE PROFILE OPENtNG TO BE IUCHlNE-coRED IN FIElD -v.c. IlIWlCH 10 BE Fl_V UORTARED TO WJN SEWER. (WATD<l1CIIl) 150rrwn tI BRANCH OFF PREIoW<UFN:lURED lEE P.V.c. SWEEP BEND CONNECTION FOR SEWER MAINS 525mmlll & LARGER OOIES CONNECTION FOR SEWER MAINS 450mmlll & SMALLER Service connection invert to enter main at springline or higher. All dlmen.lont an In m.tr.. un'... otherwl.. noted. Sernces De arbnent PVC STORM SEWER SERVICE CONNECTION _NO. -- C-111 V 676 6'3 633 624 SECTION B-B 578 5' t r 57l\ II \{1 667 900 SECTION A-A FRAME PLAN 4.5mm MAX. CLEARANCE I I I I I I I I I I I I I I I I I I I "STORM" YEAR OF CONSTRUCTION COVER PLAN 624 NOTES 1 Allowoble tolerance for dimensions of 300mm or less is :I: 3mm. 2 Allowable tolerance for dimensions greater than 300mm and up to gOOmm is :I: 6mm. 3 The nome of the manufacturer is to be distinctly cost in raised letters. 4 The designation "STORM" and year of construction are to be distinctly cost in raised letters. All dtmenelonl are In mllllmet,., unl... ottMntt.. noted. Sennces De arbnent -.... -- ROUND MANHOLE FRAME AND COVER - __ 2004 C-113 I I I I I I I I I I I I I I I I I I I 820 A+- .-J l L '" 0 .., -, ~l ~l .., ~ --' N .. .. .. IT '" 151 0 .., ~+ --, r +-r- A+- o N FRAME PLAN t 597 I ~r- B J~~ooo~C ~g@88 n~aO~~~ L 11 r ~I- B I. l;; '" GRATE PLAN All dlmenalon. a,. In mlll1m...... unl... otherwl.. not.-d. ......... BEEHIVE CATCH BASIN FRAME & COVER .... __ lOO4 152 - 25 :: =:1 a " .., '" N .. .. :; .1.. ~~ 40 ~ SECTION A-A 150 ~ ~ ~ ~ SECTION 8-8 Serrices De ~ent _NO. -- C-114 l00mm CORRIJG,'.TED. Sl.OlTED pLJoSllC PIPE wm< FM:TORY tlSTl<llD FlLml F""me. I I I I 150 UIN. I I I GRN&A.AR "AO BACI<F1\.l. OR I .oIPPROVEIl EQUlVIUNT I I - PERFORATED PLASTIC SUBDRAINS C-301 IWES 1 Subdrains are to run continuous on both sides of road. 2 All subdrains shall have sufficient grade to drain into catch basin. 3 Subdrains are to be installed in a trench condition. 4 If additional depth road granulars used. subdrains must be lowered accordingly. 5 Proper connections are to be used when splicing sections together. All dlm.nelon. a.... In mIlUm.t..... un.... otherwt.. noted. Clarington Sernces De arbnent _NIl. - .... -. 201M I I I I I I I I I I I I I I I I I I I 25 DRIVEWAY DEPRESSION .'. ',:~.~~..'i :" -_.:~-:~ .~- ~ - . .. '"_. ,~,,;.~~ :.'-} , ';,: ."".. ~'" . - ~ 5 4o'.~ ~ -. ~ ....". ,,"'.. ..' . .. . ... ..... ....4...._.:'\ ..~-..~..4 .~-'" :~-_....: :\' ; ~~." '''~''. ..... .." ~.,.. .~::....j ~ ~--~ :.: ... -. ".' S1DE.WAlK lEDGE (sa: MOl< . STANDARD CURB AND GUTTER R- _AY DEPRESSION ,".. :~'~".'~ .;-".- ;.,."-. ASPWLT ':~ :.:.0: .-<.~~ ;:.' '.- ..... .11; '. . ~~ .,' "--.I . . 'ii .. :, ..'" ~. . .... ... ... .. ..; :.~. \~.:.< ..~;:~. ..... . ..: . :":...u: .'.: .'io." .",.. .:". BARRIER CURB NOTES 1 Concrete shall confarm to OPSS specifications pOMPa, 7% :l: 1.5% air). 2 Contraction joints every 3.0m (maximum). Saw-cuts to be 25% of total depth. 3 Curing compound is to be sprayed on within ane hour of finishing. 4 Additional width required where curb is adjacent to sidewalk. All dlmenelon. are In mllllm.t,... un.... otherwl.. noted. .......... En Serrices De ~ent -.... -..... - STANDARD CURB AND GUTTER C-302 - .... N'llI. ZOO4 I I 25 I I R-25 , , . 'R=SO , " . . " . .... . , . , , , . , . . , . . . . . . . . . I DRIVEWAY OEPRESSK>N TOP ASPHAlT I '. . ~. .. ~.. 1l I -' " . I 1" . . . . .. STm. SI1RRUPS PUoCED E'IERY 1.5m (STNlGERED) ". ..... .. . .' , . . .' , . '. , . . , . . . : . I . . . , . , . , I I I I NOTES 1 Concrete sholl conform to OPSS specificotions (30MPo. 7~ :I:1.S~ oir). 2 Stoge 1 contraction joints every 3.0m. Stage 2 contraction joints to align with Stage 1 joints. 3 Saw cuts to be minimum 25~ of concrete depth. 4 Curing - Stage 1 and Stage 2 - curing compound within 1 hour of finishing. 5 Base asphalt to be trimmed to allow for mechanical compaction of HL3 filler (min. 300mm). 6 Stage 1 to be flushed with water just prior ta stage 2 application. 7 Excess concrete to be removed immediately at time of pouring. I I I STANDARD TWO STAGE CURB AND GUTTER C-304 All dime".". ore 'n mUlImetre. unl... ottl...I.. noted. on En Services De artment ........ -... - .... 1 I I I "'\ -----~ \~~~7 'I' I : \L I I I L_ -' I I I I I I I I I I I I I I I I I I I B . . A SEE NOTE 2 B PLAN '. .... ':~ ~ ." ~,; SECTION A-A --j! ;: ~ SHAPED "'fA I :A --1.t I I CURS ENOS 10 BE IoWlE IIERTlCAl. (FU.JSH) AT 1ILfE OF POURtNG. TOP CURB TO BE .uGNED N:CURA1U.Y WItH BASE CURS. 1.2m FUll. DEPTH EXPANSiON JOINT :. ., -.... ::. Nl TOP _ .,' BCmllIoI ROWS ONlY (IoWlUFN:1URER'S SEI<NIT TAPE ;" BEfWEEN ROWS) 1~ ~ ~: . t; '; SECTION B-B NOTES 1 For grate specificotions see opse 400.010. 2 Stage I - temporary asphalt filler around catch basin including full curb. 3 Stage II - remove asphalt filler and complete curb in one pour. All dlm.natons .,. In mlHlnMtre. unl... otherwl.. noted. ......... - - .... -. 2004 Services De artment -... -""'" En CURB AND GUTTER DETAIL AT CATCH BASIN C-305 I I CONCREI"E INFIU. Iltn<=!:rl CURS I I b~ w.xIUUM SPAC$NG OF 30m BETWEEN EXPANSION ~ JOINTS AND WHERE SIOEWAI..K ABUTS Nf'( RIGIO STRUCTURE - - I 1.6 1.5 ISl I COHI1lACIION olOIN1S (TYP.) I I ,.. 0.75 ... 5 ~ .. o g: I :vc I .', . ," ,",' ~ . .." ~. . -. . .',.~.:. '';': .:" :.... >..: '-:., '~.:..' i';.: I . :~.' "'~' ~ 30nun 150mm AT DRIVEWAYS COUPIClm NA11VE W.lEIlIAL (SEE N<mS , _ 2) STANDARD CONCRETE SIDEWALK C-3D7 t:mES 1 Use 100mm compacted granular 'A' if native material is deemed unacceptable by the Municipality. 2 Subgrade material to be well compacted, then dampened immediately prior to pouring sidewalk. 3 Concrete shall conform to OPSS specifications (30MPa, 77. :I: 1.57. air). 4 Curing compound to be sprayed on sidewalk within 1 hour of finishing. 5 Expansion joints to be be placed full depth of sidewalk. 6 Contraction joints to be 257. af full depth of sidewalk. 7 Surface of sidewalk to have a broom finish. All dlm.nelGn. are In metrn unl... otherwl.. noted. Clarin n Services De artment -... -- __ 2004 I I I I I I I I I I I I I I I I I I I "'-108 (900x900) NOTE . GALVN4IZED RAIL UNPAINTED 15Ox150 POST 15Ox1 SO POST " E E o ... " E E " TO BE fASTENED W'I1H NUTS &: BOLTS 50 WIDE x 50 DEEP _V 3.8m 3.8m BARRICADE DETAIL l 700-\ I 40 I 4lIO 75 , I " 1.Om (-.J NOTES 1 This standard ta be read in conjunction with OPSD 912.101. 2 Checkerboard sign as specified in Ontario Traffic Manual. :3 All hardware to be galvanized. 4 All wood members are to be pressure treated. ~ POST DETAIL All dlm.na.oM are In mlUlmetre. unl... oth.rwt.. noted. Sernces De ~ent -... -- M STREET TERMINATION DETAIL C-401 __ 2004 E F1NISHED SHOU.JlER GIWlE 1~~~ I I E on .. ... ... i I 'A' i CONNEC'I1ON IINERT CONNECI1ON IllWlCH SEE NOTE 2 'B' /' I--=- ~rl' lJHE I SHORT llNGTH ~ \'C OR PYC SllR 28 E E ...0 Nf'l BElL EllO WITH PLUG OR ;?WITH I~ i NOTE 4 PIPE COUPl.ING WAX. 3' AJU. llNGTH ~ 'IC OR PYC SllR 28 'A' - IIN. 75 mm, WAX. 125 own OIMRT 10 OIMRT 'B' - WAX. 300 mmOBl/ERT 10 OINERI" CONNEC1lON IN\IERf SEWER _ SANITARY SEWER HOUSE CONNECTIONS "1"_ EXPANSION ANCHOR IlSlCE ClRCUIlFelENCE ~ PIPE CUT OPENING MORTAR ON SADDLES FOR CONCRETE MAINS OVER 450 mm DIAMETER A A L-o---.J TOP VIEW ~.~R. ~~1oCOORlllNG 10 _ SPEClFlCAlIOH WASHER - STMUSS S1m. SECTION 'A-A' STRAP 1:1 NOTES: 1. II Nf.W SUllOMSlONS 1IlE SN<<TNll' SEWER NiD WAml SEJMCE CONNEC1IONS _ SIWJ. BE INSI'AIUD II SEPARAlE lREHCHES. II CASES WHERE 1IlE SEPHIA1E 1RENCH INSTN.IJJION IS Mar PlWlTICW.. _lIlY SEWER _ WAml SER\IICE COHNECI1ONS IlAY BE INSW.I.EIl II A COIlIlON 1RENCH N> PER DETM. 'A'. 2. II Nf.W SUllOMSlONS AU. COHNECIlOIIS 10 1IlE SEWERS _ 10 BE IWlE _ A FICIllR'I' _AClUAEIl T. fllR COHNECI1ONS 10 ElCIS11NG SN<<TNll' SEWERS. 01HER 1IWC PYC A lWXll.E CONNECI1OH IlAY BE USED. IIORIM-()N SAIlIlUS SIWJ. BE USED ON CONCIlEIE PIPE GRFATER 1IWC _ mm llWlEIER. CONNEC1IONS 10 EllISIlNG M SEWERS _ SlW.I. BE IWlE WITH A F1ClOR't llANUFoICIUREIl TEE OR NI N'PROIIED SHllll.E. CONNEClIOHS 10 ElCISlING A.B.S. 1RUSS PIPE _ SIWJ. BE WIlE WITH A SOlVENT WElDED SHllll.E. 3. 4S" S11W' ON lWXll.E SIWJ. BE USED ON SEWERS 01HER 1IWl PYC PIPE. WHEN lA1elH. ..,.......,~ SEWER _ I'f NI N::U1[ NlGIL 4. 1ME SEWER CONNECIION SIWJ. BE a.w FROIl 1IlE _ 10 1.5 m BEYOND 1IlE ~ UNE II IE.W SUIIllIVISIONS ONLY. 5. 1IlE 010 or AU. SEWER PIPE SIWJ. BE IWHNED. AU. CUT11IlG - u..alIlE SlW.I. BE DONE BY CONl1W:IOR. &. A lXlU'\JNCl SIWJ. BE INSI'AIUD AT IlfHl END _ SIWJ. BE PIIJGGEIl USING A WA1Dl 11GIfT PLUG. 7. 0Ef1ECl10NS ~ PIPE AT JOlIl1S IS NOT 10 EXCEED 75 own LE.: 150 -mm MAXIAJM DEFLEC'nON FOR A 3 m LENG1H OF ASIlESlOS CEIlENT PIPE 75 mm.1IAlCIllUIoI IlEI'UI:I1ON fllR 1.8 m LENGlH ~ \'E11lIFEIl o.AY PIPE 8. PIPE COUPUNG SIWJ. BE 'RlNG-1lIE' OR EllUI'MlENT. PYC SIWJ. BE IIELL _ SPlGCIf olOIfI". t. REFER 10 SID. 5-401 fllR BEDOlNG REQUREIIEHIS. 10. WHEN IlORTAR-()N So\IlIlUS _ USED. A u..alIlE CUT OPENING IS SIWJ. BE IWlE II 1IlE SN<<TNll' SEWER WITH A CORING IIACHIlE. F1NISHEIl GIWlE d - !IN. 75 mm, DEP1H ~ BEDOlNG BaOW PlPE. Be - 0UfSIDE ow.lEltR Bd _ ..-AI WDIH ~ 1RENQI _ Be + eoo mm wmt UIN. Of'800mmOR8c+ WlOIH or SHORIlO + 100 own SEJMCE SEWER SER\IICE DETAIL A' COMMON TRENCH DETAIL 0llQ. GAlE: lt81 04 _ NO.1 t REV, GAlE: 2002 10 ICMEl Il.T.I. SANITARY SEWER HOUSE CONNECTIONS AND SADDLES (100 mm & 150 mm PIPE) 8-301 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ----r--- ~ PA~-==~=:T-r- S 75 mm MAX.. DEFtECTlON FOR ~ ~ 1.8 m L.D<<mi OF 150 mm PIPE ~O :J ~ 150 mm MAX. DEFlECTION FOR EVERY l: ::E 4.0 m lENGTH or 100 mm PF'E f5 a. li1 a. l0- a IllllOlNG DETAIl ~ PER 5~1 00+ 600 WIN. TYPE 1 ----r---;;~~~tION=r-T- Cj 75 mm IoIAX. IlEFl.E:l1ON FOR EVERY I Sj 1.8 m lENGTH OF 150 mm PIPE AND w z 1SO nun IAAX. DEFt.ECT1ON fOR EVERY 5 ~ 4.0 m IDlGlH Of' 100 mm PlPEJ Z k. l:; :i :. 45" SWEEP BEND ffi E h ~~~. ~ DETAIl ~ 4 ~ PER 5~1 UNOCS1URIlEll GROUND MeN. 100 rnm ~ E a ..; 22.5 PIIC SWEEP BOlO FJCTORY 1oINlUFH:1UAlD lEE BEIlO\NG DErHL ~ PER ~1 19 mm CRUSHER RUN UMESTONE 10 EXTEND TO TOP Of' SWEEP BOlO. SEE HOlE 7. TYPE 2 NOTES: 1. RISER OONNECt1ONS SHALL OE USED WHEN IoIAIN SEWER llEP1H IS GREATER 1IWI 4.5 m. FllOI.t t PAVEIoIEHT ELEVAtION TO 1HE DIN. Of' IoIHN SEWER. 2. RISER CONNEclION TIPE 1 AND 2 SHALL BE USED WHEN WALLS Of' EXCAVAtION _ 3S" - 4S FROIl VERTICAL. 3. IN NEW SIJ8OMSIONS lHE SEWER OONNECllON SHALL BE LHD FllOI.t lHE i.Wii TO 1.5 m 8mlND 1HE PftOl'O<Ir UNE N<<l Pt..UOClED WlIH WATERnGHr PWC. iii SANITARY SEWER RISER CONNECTIONS FOR RESIDENTIAl, INDUSTRIAL, & COMMERCIAL DEVELOPMENTS (100 mm AND 150 mm PIPE) --------r-~-~==r-r_- ~ 7S mm IlWC. DEFLECTION z 6i FOR EVERY 1.8 m lENGTH ~ z OF 150 mm PPE NlD 1SO nwn l; i lWt Dm.EC1lON FOR EVERY fi' ~ 4.0 m L.ENCmI OF' 100 nwn PIPE ~ a. tl ~ SET1I.DlENT oI04NT >CIORl" IoWlUFH:lUREIl lEE 00+ 800_ VERTICAL. TRENCH -----I-==~--r ~ 75 mrn WAX. DEFlECTION ;l: Ej FOR EVERY 1.11 m LENGlIl ~ ~ OF 150 nwn PCP[: Nm 150 mm ! WAX.. DEFl.ECTION FOR E.VERf ....0 m LEHGT1i OF 100 mm PIPE ~ .. tl ~ 22.5" SWEEP 8END SET1I.DlENT olOINT fACTORY WHUFAC1URED 1EE 00+ 100 ..... OPEN A~ n 4. ALL CUTlING IN/) IUCHININC SHALL BE DONE BY 1HE CONTRACTOR. 5. APPROVED COUPLINC SHALL BE USED WHEN CONNEClION IS IoIAIlE TO III EXISl1NG lATEIW.. 6. WHEN CONNECI1NC TO III EXISTINC SANITARY SEWER, CRIJSH[Jl RUN UIoIESTONE IS TO Dm:NO FllOI.t SPRlHGUNE Of' SEWER TO TOP Of' SWEEP BEND. 5 ERE D'Ml. DAlE: \oeo 00 REWlION NO.1 1\ REV. DAlE: 20CK 07 SCH.fl H. T.s. 8-302 8-303 I I I I I I I I I I I I I I I I I I I ROAD.H.LOWAHCE I PRIVATE ~ J--MAX..3 mi I I ~ I ~I ~I ~I I I "'ll4~~'f;{I:{f~~/J;;f!':!!;~;-'1 135 mm Sl.JOE typE v.\I.VE BOX " COYER 22.5X RADIUS BENDS I SURFACE CLEANOuT I I NOTES: 1. WIiEN 1HE ClENlOUf IS LOCAlDl II A ORM.WAY, A st<HIlMll v.\I.\'E BOX IS REllUlRfD. 2. IIEIXlIlC DETAIL IS PER 5-401. VALVE BOX FOR PVC SANITARY SEWER CLEANOUTS DtIIl. DAl[: 18711 o:s _ NO.1 . REV. DAm 2002'0 ICAl.fl II.T.I. I I I r-llfwiN: eoo'1"i I PlAIN OR RDNFORCED CONCllElE 1llN. 15 IlP<l I I CONCRETE ENCASEMENT DETAIL CONCRETE ARCH DRY~ 19 nm CRUSHER RUN UWESTONE COIoIP.ocm> 10 118 I: PROClOR 00lSIlY WET 1RF'NCH HL8 BlEND Of" CRUSHED ClEAR SIlltIE I 1. PYC WATERIlAIN .....Y NOT BE CONCRElE ENCASED. 2. CONCllE1E ENCASEMEHr Of" GR1M1Y SNllTNlY SEWERS IotUSf EXTEND FROIol PIPE .IOIHf 10 PIPE JOlNf. 3.1HS DEr.... N'PUES 10 PROPOSED PIPING ONLY. CLASS A REINRJRCED A. - Ull: 4 - 4.8 REINRJRCED A. - 0.41: ~- 3.4 P\AIN I.f - 2.8 I 10fu&t~1 I '~~'r. .-:....:\,..~~..,.~; ..~.. ..... -1:;'........~1':T4...:--:...~ <".....~~..w:".......,:,. tY.-. ..-:......: c~;.c.;:1~~~"'~oei.: ,.-.~~..\,......~JI':~".....,. .":'1;... 1 1:. 1,..-....,:0.- ..,... - '" ~"'. ~i...:':'. SANO BEIlOlNG Nlll COYER <:oIllW:TED IN ISO mm IAlERS 10 _ PROClllR 00lSIlY SAt<<) BACKFI.L COYF.t.CTED 10 _ PROClllR 0ENSIlY I nRV tRFNCH Ii mm CRUSHER RUN UIlESTONE COIlI'N::lBl 10 118 I: PROClllR 0ENSIlY . W[1' '1'RFNOI HL8 IllEND Of" alUSHEIl aENl SIlltIE I I CLASS 8 CONCRETE AND CPP PIPE Lf - ,.1 I I I I I .,. TMNCH bRV TR9D4 I J 1:1 100 I CLASS 0 DUCTILE IRON PIPE LEGEND 0.0. - 0UTSl0E DIAIoIElDI OF PIPE 4 - UWl FN::1llR A. - MEA OF STED. NOTES ,. BEDOING IotA'ltRW.S SlWl. BE IlJUY EXlENIlEIl ANO COIlP.ocm> HlHNST TRENCH w.II.LS. BEDOING IotA'ltRW.S SlWl. BE PW:m NlO OOIIPJICIm IN 150 INn LA'I'tRS. 2. NO MEaWICtt. ~ EQUIPMENT stW.L BE USED 011 lOP OF PIPE PIllOR 10 PIAClHll A --.. OF ;JOO """ CIMR. 3. PIPE SlWl. BE IIEDOOl 10 PROPOiSED LINE NCl ClWlE WIIIf UNIRlAIl NIO COH11HUOUS SUPPOlll' fROlot 8EIlOING. IILlla<INO WIIIf Nt( IWlD lllIJmf SK\LL Nllf BE USED 10 _ 1HE PIPE 10 0IWlE. SANITARY, STORM AND WATER (MAIN AND SERVICE) TRENCH BEDDING AND CONCRETE ENCASEMENT DETAILS I 8-401 I \ mm WAm< SER\1CE I "" lOP SECllON - ~ SER\1CE BOX VALVE BOX I (135 mm SUDE TYPE) \CORPORAnON WAlERUAIN I WAIN S1llI' '" AI'I'Il(MD SAllOLE 8 ~ z I :; RESTRAINED PUJG I 0\ ' /. I I WATERMAIN ~ ~~ BO mm COPI'ER MAIN SlOP It mm a..E:AR CRUSHED S1llNE '" APl'ROVED 50 mm x 150 rrm X 300 mm I SAllOLE CEDM BLOa< 50 mm BLOWOFF BUJE PAINlEIl I LOCAlION STAKE WATERMAIN T aIIIIP SER\1CE BOX 5l I l! lOP SEC1lON ,. - VALVE BOX ~ I ~ I I 18 nvn COPPER I NOTE: I CA1I<<lOIC n<uloGllOH. _ coaL NIl GAlE VALVE '" BOX It mm a..E:AR CRUSHED S1llNE nw::ER WIlE SIW.I. BE IS PER $-4Oll eo nwn x 1150 mm X 300 mm IS PER 1-435. ~. CEDAR BLOa< I 19 mm BLOWOFF FOR 100 mm TO 300 mm WATER 1:1 0Wll. DAlE: 1_ 11 RE\1SION HOJ 2 I REV. DAlE: 1002 10 19 mm & 50 mm BLOWOFF ICALEl N.T.I. 8-406 I I I I I I I I I I I I I I I I I I I I GRADE 13 mm ROUND NOlL "'TH GRQANET 135 mm SUOE TYPE VAl..VE BOX Ie CO'<al lRACER ll1RE Eon oj!! No ~z "'~ 50 mm OPERA liNG NUT OPEN TO LEFT GUIDE PLA 1E NON-RlS1NG SlEN 1RACER WIRE CONNECTm TOGEIHER USING A SPUT BOLT I 10 CONNECTOR. SPUT lIOl.T SIW.L BE WRAPI'ED IN ELECIRlCAI. PUTlY. WA lERNAIN SUOE lYPE G 5.4 kg ZINC ANOOE SOUO CONCRElE IllOQ( 150 mm x 150 mm x 300 mm NOTES I. VAl..VE BOX SHALL BE AOE<lUAm.y BRACED IlHII.E BAa<F1UJNC AND MUST REIoIAlN PWIotB. 2. VAl..VE BOX EXtENSION SHALL BE USED ONLY If" RE<lUlRED. 3. REFER TO "STANOARO SPEQF1CAlIONS FOR 1HE CONS1RUCT1ON OF WAlERNAlNS" FOR PLACEIoIENT OF MARKER STAKES. 4. VAl..VE SHALL BE COllPLE1U.Y BAO<f'Il.I.fI) IlITH 10 mm awSHER RIJN UllESTONE. S. WHEN 1HE DEPTH OF THE OPERAlING NUT IS GREA 1ER THAN 2.0 m BaOW F1IISIlEO GRADE AN EXtENSION STEll SHALL BE USED. 6. ALL tNUNE VAl..VES INSTALLEO ON P'<<: WAlERNAlN SHALL BE RES1RAMD Ml PER 5-433. UNUSS OlHERllISE NOlEO. 7. If" VN..VE BOX IS lOCAlEO IN A GRAI,U AREA. A 1.0 m . 1.0 m . 50 mm ASl'HAl..T COlJ.AR SHALL BE lNSTALLEO. Eon oj!! NO ~Z "'~ I I I it I I I , , L,so-l II. lRACER IlIRE COA lEO. 7 STRANO. 12 GUAGE lW75. 1'MJ75 OR ftWg())(lpE 'MIlE RA lEO AT lllNUS 40' C. O. TRACOl ll1RE SHALL BE lNSTAI.lED OUTSlOE VN..VE BOX ANO BROUGHT INTO UPPER 5EC11ON THROUGH 13 mm ROUND NOlL AND I.OOPm AT TOP. LOOP SHALL BE llINIWM 450 mm IN LENGTH. 10. TRACOl _ SHALL BE INSTALLEO IN ALL P.V.c. ANO C-P,p. MAIN UNE VAl..VE BOXES. 11. CA1HOOIC PROIEl:I1ON. IION\JtNQ CA8LE AND 1RACER WIRE SIW.L BE Ml PER 5-435. 5-430. 100 mm TO 400 mm GATE VALVE, VALVE BOX AND TRACER WIRE ARRANGEMENT FOR PVC OR CPP WATERMAlN Owo. DATE: '"' 11 _ON NO.s 14 REV. DATE: _117 -.EI No T.s. 8-408 'l1fl1lRNfT IT :: 8 ~L . I , I , ATToICH 11W:E WIRE UP 1IiROUGH SPUT RING _ FASTEN ~~ ~~ l I I I I I I I I I I I I I I I I I I I , I , I , I NOTES 1. JOINTS SHALL BE uwwac.ow.V RES11WNEIl. 2. IIEIlOINC IS PER 5-CQl. 3. IfI1lRNfT EXlENSlONS SHAU. BE INSTAU.EIl AT IlCl1lllM OF -- 4. NICHOR lEE. VN..'fE .. IfI1lRNfT StW.L BE COIIP\.EIU.V IW:l<R.lm WItH " mm atUSHER RUN I..AIESTONE. 5. F IfI1lRNfT ~ H:aSS N:ROSS llfTQt, INSfIUAllOll SHAU. BE IS PER 5-42lI. 6. 11W:ER WIRE CQQED. 7 S1IWlO, 12 GAUGE 1W75. 11III7l5 OR RW 10 lCIPE WIRE RAml AT wtIS 4O'C. 7. 11W:ER WIRE SHAU. BE INSfI(Ull N AI. IfI1lRNfT 1.OCA11ONS. 6. C111HClOIC ""',....,ouol, _ CMI.E _ 1RACER WIRE SHAU. BE IS PER S-4J5, $-4.111. _ lRN::ER WIRE ONCE AROUND IfI1lRNfT __ lRN::ER WIRE COATED 7 S11WCl 12 GAUGE 1W1S, 1WU7S OR RW 10 lCIPE WIRE RAml N IIINUS 4O"C 19 "'"' CRUSHER _ UIIESIONE CDIoII'IClED 10 lI8X PllOC1llR DENSI1Y 'IJ FlNSHEIl GRADE ~I h 1Il~ ~ IoIlJUSI"AIlI.E V.-L'fE BOX SHALL BE 50 FUJSH 1Ill1i FHSHED GRADE 1:;0 "'"' GAlE V.-L'fE 150 nvn ~ PIPE 11W:ER IMES. COIHClEIl '1OGElHER US1HQ A SPUr IIDU , 10 CONNECIDR SPUr IICll.T SHAU. ~ WRN'PEIl II ELEC1RICN.. PUl1Y =-1 JOCNrS stW.L BE ~y RES'lIWNEIl IS PER S-433 CONCllEIE Ill.DCK utN. 1000 150 x 150 . 300 III "'"' CRUSHER RUN UIlESIDIIE CXlIlPACTED 10 _ PRllCTOR DENSI1Y lllN. 1500 HYDRANT ASSEMBLY WITH MECHANICALLY RESTRAINED JOINTS DlIU. DAlE: 19711 D3 __11 1l&V. DAlE: 1002 10 N.T... 8-409 COPPER 10 COPPER COUPUNG COI.tPRESS1ON JOINT (SHAlL BE USED llHERE REIlUlRal) IlAASS SERIo1CE GROUND CWlP elW NIOOE WIRE CONNEC1OR sa: NOTE 4 COPPER SERIo1CE PIPE rn>E 'K' 5.4 kg 2INC NIOOE llRASS SERIo1CE GROUND CWlP C/W 1IlACER WIRE CONNECRlIl SEE NOTE 4 1IlACER WIRE ccwm 7 snwo. 12 GAUGE 1W75, lWU75 OR RW 10 lCI.PE WIRE RA1ED AT IINlS <<TC. CORPOllA11ON _ S11lP (MIH N'PRCMD SADlll.E) I I I \RC>'D~ f1NISH(I) GRHlE I I I I I I I ~~ NON FERROUS WU CURS S11lP LOCA1IONS I>S PER $-445 ROO 8 ~ :i :i 1-150 -I so mm x ISO mm x 300 nun CfIlAR IIl.Oa< PUCED ON UNDISlURBED _ COPPER SER'IICE PIPE rn>E 'K' I I I I I I I I I FERROUS WM fINISHED GRHlE _M_~ I LOWERING WATER SERVICf'S ;I 19 mm AND 25 mm COPPER WATER SERVICE OWII. DAlE: ,tal 04 RE'f1SION NO.1 II REV. DAlE: 2002 10 SCAD II.T.I. NOTES 1. '!HE WAmI CONNEClIOH SHAlL BE lAID f'ROloI tHE MAIN 10 150 ..... _ tHE 1'1<urfM. UNE, IN NEW SUIlIlMSIONS ONlY. 2. HORIZOIITH. GOOSE IlEac SHAlL BE USED WHEN COlIER uss 1tWt 1700 mm. . 3. _ SIW.L BE ~ UNDER PRESSURE. 4. SER'IICE GROUND a.oMPS Il1O SPUr BOLT SHAlL BE WIW'PED 1llIH EUC1RICN.. PIIl1Y. 5. NIOOE SHAlL BE PUCED Ar IEASr 1.0 m -.Y f'ROloI tHE SER'IICE Il1O I>S DEEP I>S THE IIOl1lllol OF THE SOMCE. ll. N<<lDE SHAlL BE LOCATED IIEIWEEN THE _ S11lP Il1O CURS S11lP. 7. ~ CllII1lIN::11lR 10 ROlOl/E TAl. PIECE _ HOOK UP 10 CURS SlllP. a. CAlHOOIC nNlu,,11UN, 8OMOCNG CWl.E AN) 1IW::ER WIRE SIW.L BE I>S PER 5-435, $-438. 8-410 PROl'OSEIl ......TERIotAlH IM~. 600 FLOW . ~ 10 non 'M'E 'l<" COPl'ER I I I I I I I I I I I I I I I I I I I EJCIS11HG WA1ERIlAIH ~. 6001 10 non _ S1llP SIW.I. BE REIICMD NIl REPI.-aD WIlH A 10 non IIRASS PLUG Nml 'lESI\Nll HAS IlEDl COIoIPlElm ~ ~~ 10 non IloICl(flDW PRE.\IENTER 10 non CURB S1llP MAY BE OPERAtm BY 1HE COHlRIClOR NOTES 1. l1lENCH SHALL BE un OI'EN NIl mlCED ~ N::CORIWlCE WIlH 5N'ElY REllUlA'llONS. 2. 1HS\JlA11ON OF _ BY-PASS REllUIRED IlUIlIHC F1lEI2IHQ 00IIlIlI0NS. 19 mm TEST POINT BY-PASS OWQ, DA'It: 1082 03 _ NO.1 4 _. DA'It: 1002 10 ICALEI II. l... 8-429 RESTRAINED JOINT DETAIl IS PER 5-433 ITRENCH WlDlli I .,.....~ 19 mm CRus-IER RUN ...~.';...;.;:7; "'''' MIN. 300 UMESTONE COMf'ACTED ...,.~.. :r"...;".. TO 98 X OF PROCTOR J ~;.;. .:,....: 0.0. 0€N$fTY. ~ },.:. ;'".;. --.- ..~. ,. ~.:.~....: MIN. 300 75 SECTION A-A HORIZONTAL DEFLEQTlON RESTMNDl JOINT DETAIl IS PER 5-433 B~ TRENCH lIlIllH TRENCH W1DlH 1 g mm CRUSHER RUN .lIotESlllNE COlotP.-c1ED ) ge " Of PROCTOR iJlSl1Y I ~:~~~~j:D ....;:.~.~~. ., .....~-::,...~..#.:.. 150 .... t 19 mm CRUSHER RUN UMESTONE COlotPACml TDge"Of PROCTOR DENSITY :,....~:~"..;..;.! ':~.S ....:-1 a:. ".~. MtN. ..~~.. .,.... ~." ...... :.~ .:..-. DO '. .. .. ~... .......';fJ. SECTION C-C UPWARD THRUST . ClEAR SlONE fO\JNllofo.llON IS REQUIRED SEE HOlE 3 SECTION B-B DOWNWARD THRUST VERTICAL DEFLECTION 1. AU. JOINTS ENCOUNTERED WIlli" 1liE SPECIflED RES11lAINING LENGl1l "I." SIWJ. lIE RES11lAINDl ON EACH SlOE Of 11lE FIT11NG. 2. GRNIUlJoR lllRUST Ill.OCl<S SIWJ. lIE fULly EX1ENDED NJ;) COIoIPACml AGNNSr TRENCH WAU..S. 3. F lllE BEARING CN'ICN Of TRENCH BED RESIS11NG DOWNWARD 1HRIJSI" IS u:ss 11Wl 100 1<N/m2. ctDR SlONE FllUNIlI.T1DN SIWJ. BE PRO\/IDED IS DIRECTED sr 11lE ENGINEER. 4. WHEN FITT1NGS ARE PHmH.1.Y OR FUlLy EXPOSED UNDER PRESSURE. AU. JOlN1S MUST BE RESlRAINED. 5. AU. FITT1N<l JOINTS SIWJ. lIE RESTIWNED .. FNl1H FlU. N'PI.ICATlONS. 6. C111HOOIC PR01ECl1DN. IlONOING ~ AND lRN:al WIRE SIWJ. BE IS PER 5-435. 5-QlI. TABLE NO.1 IlINlllUlol 0II0IENSIDN FOR GIWlUlAA 1HRUS1' Bl.DCKS 0Efl.. PIPE llWoIEIER (mm) ANGlE 1001:150 200 300 4DD . 11.25" 4DD 500 &DO 7DD 22.5" 4DD 500 &DO 7DD 45" 450 550 650 750 llO' 600 7DD 850 gro TABLE NO.2 "I." _1oIUIoI RES'IR.'lNING LENGlll (m) VERllCAL DEFLECl10N HORlZOHTAL PIPE DOWNWARD 1HRUS1' U~ 1HRIIST DEFLECl10N IlIA. (mm) 11 22.5" 45" 11 22.5" 45" 11.25" 22.5" 45" llO' 1001:150 1.6 2.8 4.g 4.g 7.6 10.1 1.6 2.8 4,g e.l 200 2.0 3.7 6.3 6.3 g.6 13.1 2.0 3.7 6.3 10.6 3DD 2.8 6.2 g.o e.8 13.4 16.3 2.8 5.2 g.o H.g 4DD 3.6 6.7 11.6 11.2 17.2 23.7 3.6 e.7 11.8 Ig.3 ENS! NOTES JOINT RESTRAINING LENGTH FOR PVC PIPE (IN COMBINATION WITH GRANUlAR THRUST BLOCK) DWO. DAlE: 1m 11 RE\1SlON NO.: 4 REV. DAlE: 2003 06 SCALE: N.T.s. 8-431 UNOISlURBED GROUND "I." "I." "I.. GAANUlAA THRUST BLOCK 18 mm CRUSHER RUN UMESTONE COMPACTED TO 98 " PROCTOR DENSIlY. MECHNlICAL JOINT eN' .~i /;- . ::-~: .:;. '.~~'..::'~.:'.::. ... N~RBED GROUND ELEVATION PLAN DEAD ENDS RESTRAINED JOC "I.. 5 ~ :>:: o is j!: GtWIUlAA THRUST BLOCK 19 mm aMlHER RUN UIoIESTDNE COMPAClEO 10 98 " PROCTOR DENSIlY. ~ ~::.: ;f:.::.;'.~. ~ ~.'. .~ ELEVATION RESTRAINED TEE U:1It ~ 'i PLAN WHERE PIPE IS 1WD SIZES lAAGER DR MORE 10 REDUCED PIPE. Lo. 3DD , 10 150 , 20D , 10 100 , R~NED REDUCER tRENCH WIDTH "I.. GAANUlAA THRUST BLOCK 19 mm CRUSHER RUN UIoIESTDNE COMPAClEO 10 98 " PROCTOR DENSI1Y. ELEVATION RES1'RAINED lRENCH WIDTH PLAN PLUGGED CROSS J. GIWl\JIAR THRUST 8l.OCI<S SIW.J.. BE ENCl.DSED WITH FLTER FAIlRlC F GROUND WATER TAIll.E IS NKNE THE tRENCH BED DR F GROUND WllTER IS SEEPING THROUGH tRENCH WH.lS. 4. WHEN f1lT1NGS ~ PI\RIW.lY DR AJU.Y EXPOSED UNDER PRESSURE, ..u. .lOINTS MUST BE RES1'RAINED. 5. ~ =..,~ SIW.J.. BE RES11WNED IN rNml 8. CIITHDDtC PROTECT1DN. IIDNIllNG CAIIl.E NIl) 1IlIICOl WIRE SIW.J.. BE IS PER 5-435. 5-439. 7...u. SlOES SIW.J.. BE RES1RAINED FOR IN LK TEES. MENSIDNS PIPE DIll. 10Da.15O 2DD 3DD 40D "I.. MIN. RESTlWNING LEN<llH (m) 15.2 19.8 27.7 38.3 WHERE 0WCl. Oil TE: 1991 II RE\'lSKlN NO.: 8 REV. Oil TE: 20DJ oe SCALE> N. U. NOTES I...u. JOCNTS ENCOUNTERED Wl1HIN THE SPEClRED RESTRAINING I.ENG1H "I.. SIW.J.. BE RES1IWNED FllOloI THE ARST JOINT ON FlT11NG. 2. GIWMAA THRUST 8l.OCI<S SIW.J.. BE AJU.Y EXlENDED IIND COMPACTED IIGAINST TRENCH ~ F tRENCH WIlLI. ~ ~l\JRA.TED DR OISlURlIED. SPECIAl. ll€SIGN DETM..S Of" lHRUST RES'lIWNT SIW.J.. BE PRCMDED BY lHE ENGINEER FOR REVIEW BY lHE REGION. THRUST BLOCK FOR PVC WATERMAINS FOR HYDRANT RUNOUTS, TEES AND DEAD ENDS ~ '(# ~,~ .p. I I I I I I I I I I I I I I I I I I I r?,t ~. ~;>> 6~~ t9' .;I-~ ~~~, ~f/Io ~ ~:> r ~;>> ~~ ~~~ NOTES '(# 1. _ SIW.J. lIE PUCED AT lEAST 1.0 .. _ FROII THE WA1tR S'ISltM APPIJRlOIANC[S NIl IS DEEP IS tHE BCmllU llI' 1HE N'I'IIRlDWlC[S. -.. DISTNICE IIE1WEEN NlOOES SIW.J. lIE t.o ... 2. ALL IlONIlNl NIl N<<lOE CMlE 00NNECl10HS SIW.J. lIE _ _. ALL _ WELD CONNB:lIONS SIW.J. lIE COMEII wmt Nt N'PIllMIl COo\11NC IIIiltRW. J. IIONOINQ CMlE SIW.J. lIE NO. .. SE'IEN ST1WCO COo\1m COPPER WIRE, CHlWEUlEIl 10 FlT11NOS. 4. 6.4 100 ZINC _ SIW.J. lIE SUPl'UED NIl lNSfolU.ED II A _ N'PIllMIl BY 1HE IIBlION FOR t'fERY 1000 .. llI' 1RACER litRE INSWUD. 6. IINlNESI! III _ CMI.ES SIW.J. lIE lLUE NIl ZINC _ CMI.ES SIW.J. lIE lMlE. , ~ ~ CATHODIC PROTECTION / BONDING CABLE / TRACER WIRE FOR PVC AND CPP WATERMAlN SYSTEMS Il'MI. DAlE: 1181 04 __II 1lEV. DAlE: _ to ICW.EI ... T.I. 8-435 ~ d,r.~ ~11- 1~ 4 ~.~ 1W' ~ I I I I I I I I I I I I I NOTES I 1. _.SlWJ. BE l'U<<D AT I.EASr 1.0 m NIIAY FROII tHE Fll11NC AND IIELOW OR Lf.'IEL 'M1H WAlEJlllMl I IIINlIIUII oosrANCE BE1WEEN NIOOES SlW.I. BE 1.0 m. 2. H.L IIONllNG AND _ CHIlE COHIlECIlOllS SlWJ. BE 1HEIU1E WElDED. H.L 1HEIlIIITE WElD COHIlECIlOllS SlWJ. BE ClOA1m 'M1H HI N'Pft(Nf1J CClA11llCl IoIAlOlW. 3. IlONllNC CHIlE SlW.I. BE NO. .. SE.WJC S1RNCl CClAlUI COPPER -. CHlWEUlED 10 f1IlINClS. I 4. ANOOES SlWJ. BE l'U<<D IIELOW OR Lf.'IEL 'M1H WAlEIlIIHIC. 6. _ _ CHILES SlW.I. BE IIl.OC AND ZINC _ CHILES SlWJ. BE WHIlE. I I I 1~ ~/1 ~ 11- ~ OWQ. DAm lt111 11 , _NO.1 I CATHODIC PROTECTION / BONDING CABLE RtV. DAm lOO2 10 ICMLI N.T'" FOR EXISTING FERROUS WATERMAlN SYSTEMS 8-439 I I I I I I I I I I I I I I I I I I I CORPORA nON OF THE MUNICIPALITY OF CLARINGTON CONTRACT NO. CL200S-12 GEOTECHNICAL INVESTIGATION I I I I I I I " I J ~ I I I I I I I I I II Ii Ref. No. 4643-5-2 Enclosure 1 '0. II BOREHOLE LOCATION PLAN I Reference No : 4643-5-2 Borehole No : 1 Enclosure No : 2 I Client: Totten Sims Hubicki Associates Jl.-ojecf : Scugog Street Reconstruction Method: Auger I Location : SCllgu~ SIn.'ct, C1arington. ON Diamder: 110mm Datum Elevation: Date: February 23. 2005 I E c .~ ;; .. . '" E '~ ~i:.. . ,Q Description SAMPLE I Water % - u Standard Penetration Plastk Limit !2 "0 - . ~ Liquid Limit - "" e "" . .. ~ E . S Co > 20 40 60 80 100 1020304050 S >. ?; ~ >. Z. . '" Z E- o: I I I I I I I AS I SUBSURFACE PROFILE ....!!...- 0 ' (; round SUl'facr I ..., I - 50mm Asphalt I JOOmm (;l1Il1ular Fill , JOOmm Sand I SS ; lOOmiu (?) Concrete -'"" 1..- 2 27 ; FILL - Compact sand)' silt with trace gravel I ; ; itt tup. c1aye)' silt with mixed topsoil - at the bottom - 1 SS I Ie - 3 15 .2.1 2- - . I I - CLA YEY SIL T I ! SS I 10 I Stit1~ ''"'ith scams of fine sand. brown, I I 4 13 - moist I I I , -2.9 - I I I I ----; 3_ ~ - I 5 I ssl10 10 - ~ - - , 4...., - I - ~ SIL TY CLA Y - SlilT hecoming firm. brown. moist to I ss I , ) - wet 6 6 5- (gn.')' rnlRl .:1m) - 81,... - - ~ - 6""; - 7 I ss 4 b -<,5 - ,{t I-- I - End uf Ilurchole - I 7_ i I I I I I I I I I I w I V.A. Wood Associates Limited DlskNo: Sheet: I of I I I I I I I I I I I I I I I I I I I I I I Reference No : -16-13-5-2 Borehole No . 2 Enclosure No : 3 . Oient: Totten Sims Huhicki Associates IJrojcct : Scugog Street Reconstruction Method: Auger Location: Scug("~ Street. C1aringfon. ON Diameter: 110mm Datum Elevation: Date: February 23. 2005 SlJllSURFACE PRm'ILE I SAMPLE 5 . I I I Water % t c 5 I . Standard Penetration Plastic Limit !2 ~ Description ~I~ Il . Liquid Limit ~ << ~ .. << ,. ~ ~ > 20 40 60 80 100 10 20 30 40 50 5 ~ ~ 6J ::: " z ~ '" c f- ez: ~O G."ound Surface t t t I I I t IAsl I - I t 7501111 Asphalt ; 600mm Granular Fill I I IOOmm (?) Concrete - POSS/IlLE FILL I. " l...l Cumllad sand)' silt. trace grolnl 2 SS 10 'J -1.4 j , I I --' Wet at 15m ... CLA YEY SILT ~ I 3 I ss I I \"CI1' stiff. with SCllms of fine sand, 21 ( l:aVC-inlltl.8m , brown. moist I ,2.1 2- - I I I - .~ - I I ss I I c ~ 55 - SIL TY CLA Y TILL ~ , - I I I 3- II~trd. tnlce l,!:1-avcl, brown. moist I -; ~ I 5 I ss I 80 I ( -3.5 I - -; End of 8orehole - ~- - i ..., - , , -; , 5-, I - I - - 6- I I - I I - - I - I 7_ I W V.A. Wood Associates Limited Dl.kNo: Sheet: lofl I Rcference No : "6-'3~5-2 Borehole No : 3 Enclosure No : 4 I Client: Totten Sims lIubicki A.ssociatcs l'I'ojcct : Scugo~ Street Reconstruction Method :.Auger I LOclltion : Scugog Sh"ecl, Chuington. ON Diameter: 110m m Datum Elevation: Date: February 23. 2005 I SUBSURFACE PROFILE I SAMPLE 5 10 I i - Waler 0/. c 5 ~ . Standard Penetration Plastic Limit !l .~ Description ~ . c Liquid Limit ~ ~ l.c :! .c . ;; ~ 'c. , '5 . 5 Co ;. 20 40 60 80 100 10 20 30 40 50 5 . '. ,>- ::: c >- t . i;j IQ , iCIJ ;<: .. 0: ~O GnlUnd Surfatt.' I I I I I I - 601ll1U ASI.h~lt I IASI I - 550mm (;nlOuJar fill ..; 150mm (?) Concrete I I - POSSIBLE FILL e I ss I I"": Cum pact sandy silt mixed with 2 10 ,.-... -' lopsoil ~ -1'" ! , I f----" ! - I I ss I I - 3 2J 2-" , ~ I I I I wctal2.1m - - ~ I I ss I Ie 4 14 - , - TI I I I 3_ - CLA YEY SILT ~ 5 1&~11310 - - Very stitT to hard. with seams of sand. brown. moist - 4_ cave-in at 4m , I , 1 -' I ss I , - 6 18 C 5-' - -5.5 - ----, - ~ - SIL TY CLA Y 6-: - Firm, ~rc)'. moist I 7 SS 7 :) -(,.:\ - - - End Ill' Burehole I - ; I 7_ I I W Wood Associates Limited Disk No : V.A. Shee': lofl I I I I I I I I I I I I I I I I I Reference No: ....6....3-5-2 I I Client: Totten Sims Hubicki Associates Pl'Oj~ct ~cugog Sh-ect Reconstruction Locution: ScugO!! Street. Cladn~ton. ON Datum Elevation: I E .2 s -; ,.c ... c.. ei ;Q " I -I I I I I I I I I I I - - , , I 5~ - - - - G- - .... - - 7 SlIBSUI\FACE PROFILE Description II Gl"tlUlld ~tll'facc - 75mlll Asphalt 600mm Granular Fill 12Smm Concrete .... PDSSIIlLE FILL Loose silty S~If1(J ~lIixed with topsoil SAND Compact fine sand. trace sil~ brown. wet SANDY SILT Dense. hrown. wet End IIf Borehole I w V.A. Wood Associates Limited I Borehole No : 4 I SAMPLE I i i , i , I i - i u I~ 1* u ~ .0 u ;; E Co ... I'"' ... ~ '"' t '" ,~ Z ... I I I I ~ . I I 2 S5 I 9 I::::::: I I I ::n~1291 I:::::::~ 1" l~'" I ~~ I 1-1 . ::::::: I I I I I:::'! ! I. I 4 I ss I 38 I : I I 5155145 I I Standard Penetration 20 40 60 80 100 ,-.. o q ~ Enclosure No : 5 Method: Auger Diameter: 110mm Date: FebruaQ' 23, 2005 Watcr% PlasticUmit Liquid Limit 1020304050 DbkNo: Sh..t : 1 orl .l1 - . E u c: can-in at 1.801 I Rcfcl'cnce No : .I6-U-5-2 Borehole No . 5 Enclosure No : 6 . Client: Totten Sims Iluhicki Associates f'rojcct: ScuglJg Street Reconstruction Method: Auger Loc:.Ition: Scugog St..eet, Claringtoll. ON Diameter: IIOmm Dlltum Elcvution : Date: Fcbnla."y 23. 2005 SUBSURFACE .}ROFILE I SAMPLE , I I] E , I Water % c E '0 i I.. . Standard Penetration Plastic Limit 11 ~ Description " Liquid Limit ~ . ~ ~i; . .. ~ > Co I~ Co ;- 20 40 60 80 100 1020304050 E . . J) .::: >. i. . w 0 f- " ---'!.......! II (; ruund SUI'face I I I I I I ! - 75mm A$phalt I I IAS I - 550111111 Gr.mular Fill 150mm Concrete I - I , - PQSS IllLE FILL I SS I ,..: Cum pact silt), sand mixed with 2 10 " hlllsoil I. ~ - I cave-in at 1.2m -1-1 ---:....- ., wet at 1.5m - ill I I ..... ) - I:::::::j J I SS 66 ....... 2_ '111 I I I I - I..... I - il11 I I SS 1100+1 ( 4 I - SILTY SAND IX~ i I - Vcr,)' dense, hrown, moist to wet I I liT J_ ..... IH I SS c: - 5 100+ - ::iT ..... 1 I - ....... ....... - .. j --I . _4 - - - I ss - 6 J6 C I 5": CLA YEY SIL T I - I - liard. ~I'C)'. moist i I - - (,- - ~ 7 I ss 6J .(1':; - - I - End nr Bureholc - 7 I ! I ". W Wood Associates Limited DI.kNo: V.A. Sheet: 1 011 I I I I I I I I I I I I I I I I I I I I Enclosure No : 7 Reference No : 4643-5-2 I I Datum Elcviltion : Client: Totten Sims lIubic:ki Associates IJroject: Scugog Sri-cd Reconstruction Location : SCU~(lg St.'cel, Clarington, ON Borehole No : 6 Method: Auger Diameter: II0mm Date: February 23. 2005 I E c .!2 .. .. . t;; E '" , ~ . ;Q I I ~o I ! i .~ , - I -lA, - I -2.1 2""; - I - - 3_ - -3.5 , - - .., 4_ , - - - , - 5_ - - , .., - 6_ - I I I I I I I I SUBSURFACE PROFILE Description Ground SUl'face 7511101 ASIJhalt 750ml Granular Fill 150m 111 Concrde: .., FILL Compact silt)' sand mixed with lopsoil S/L TY SAND Compact. brown.. mOL"t S/L TY CLA Y TILL Vcr)' denst', trace gra\'cl. brown. moist End of Ilorcholc 7 I SAM PLE I_! I. I I. Ii ~ 11 ~ I ~ I I I I I II IIIAsl I 21ssl11 C; I I 3lssl48 I I I I 41sS[S9 I I 5 ssl64 Standard Penetration 20 40 60 80 100 In Iii ~;-i , 0::: I o ( Q ~ ) V.A. Wood Associates Limited Water % Plastic Limit Liquid Limit 10 20 30 40 SO !I . . E . <>: DlIkNo: Sh..t : I of! I Reference No: 46.U~5-2 Borehole No . 7 Enclosure No : 8 . Client: Totten Sims lIubicki Associates Project : Scugo~ Stl"Cel Reconstruction Method: Auger Location: Sl'ugog Sln'cI, Chu"ingtoll. ON Diameter: 110m rn D<l.tum Elevation: Date: February 23. 2005 SIJIlSURFACE PROFILE SAMPLE E Water % : E " v Standard Penetration Plastic Limit II .~ Description '0 . 0 Liquid Limit " << .~ .Q " .Q << v :< v .. .", E v E Co ;. 2.0 40 60 80 100 1020304050 E v ,0 ... ~ 0 ... i. v '" 0 '" Z ... 0: " 0 G."ound Surt"act J I I : lOUlIlnl Asphalt IASI - 150mm Grunular Fill 1 -0.55 ' - 150m m Concrete 150mm (?) Sand I I - n ..... - I ss I 1- 2 28 ~ IT ~ - I I - - :TT" 1 3 I ss 100+1 C; ""J - ....... 2_ li:fl I I I - ..... ! - ,....... 4 i 5S 1100+1 ( '11 - ..... I I I - ....... 3"': ....... : lul ! SANDY SIL T TILL ..... I 5 SS 1100+ - I ;. - Compact at top then very dense, ::IT ..... - trace gravel. with occasional seams or 0: - sand~ hrown. moist ....... :IT' 0 4_ - - :IT ..... - 1551100+1 6 - :IT ..... 5_ - :IT - ..... - ....... ::IT - ..... 6_ ...... 7 5S 100+ C; ~(d5 . - ::1::1:.. ~ - End ur Borehol~ I ! I - - i I i 7_ ! I W Wood Associates Limited DI.kNo: V.A. Sbeet : 1 of! I I I I I I I I I I I I I I I I I I I I I I Enclosure No : 9 Reference No : -46.U~5-2 I I Client: Totten Sims Hubicki Assaciates PI"ojcct : Scugog Stnd Reconstruction Location : Scugo<~ Stn:ct, C1adnglon. ON lh.tum Elevation; Borehole No : 8 Method: Auger Diameter: IIOmm Date: February 23. 2005 I E c .~ .. .. . t;; " I I -0.(, ; I I I I I I I I I I .E I; j~ '0 - , - - (.- , - - - - 7 SUUSURFACE PROFILE Description II (; l"llUud Surface 75m III ASIJhalt 75mm Cnnulur Fill 15011110 Concrete ....LL G."nclly sand CLA YEY SILT TILL liard. trace ~..avcl, brown. mob:t SANDY SIL T TILL Vcry dense. h"llCe gravel, brown. moist End uf Borehole II w V.A. Wood Associates Limited II I I I . '0 . . '" '" E ~ E w c >> ;;0; '" z 'm 1 I J "I ....1 "', "I . 4 ..". I ". :"1 r..fl ~ 5 SAMPLE I I~ I I IAsl I I Standard Penetration . c ;;; ;;.- t 20 40 60 80 100 2 SS 42 _----{ I I I J ISSIIOO+ I I :SS!IOO+I I I SS 169 I I o Water % Plastic Limit Liquid Limit 1020304050 .!:! . w E . .. -coarse gravel at tip of shoe wet at 3m Dbk No : Sheet: lor! I Reference No : 464J-5-2 Borehole No : 9 Enclosure No: 10 I Client: Totten Sims lIulJicki Assodates I Project: ScugoJ,: Srl-cel Reconstruction Method: Auger LOClltioll : Scug(l~ SII"Cct. C1arington. ON Datum Elevation: Date: Februat")' 23, 2005 I Diameter: lIOmm SUBSURFACE PROFILE I SAMPLE I I I I c I Water % c , I Standard Penetration Plastic Limit ~ C . I! " ::! Description 1-0 i. " c Liquid Limit . c ~ JO " JO .. C C. E t = C >- 20 40 60 80 100 10 2030 40 50 C " " ! ;~I~ c z " '" 0 I z <=: " 0 C;mund SllI"face I 1 I 1 1 I -. IOOmm Asphalt I IAS I I 125mm (;r~nular Fill I ; 175111111 Concn::te -(I':;;::; - --'-....., "" ISOrnm('!) Sand /I;;::;::j I I I - 1:1:1"1 I I ss I 1- 2 54 r , I ~ - I'll I , , ..... I I , - Ij:'i~ - 1 3 IS511OO+ ( - ;";;j 2_ ....... I ! I ::iT 1 - ..... I - I....... 1 4 1 S5 1100+1 ( I:::::::. I If - i......i i I I .....j i - :::::::1 I 3_ III ; ; ..... I 5 I 5S 1100+1 - SANDY SILT TILL I , , >- ; - Vcr)' dense. trace gra\'cl. with ::iT ..... - uccasional lu"llms of ~and. brown. <=: moist ....... -; ....... ;Tl 0 4_ ..... -; I ;Tl" - I ...... - I < 6 5S 100+ - iT 5- ...... - ,:::;, - III I ....... - ....... - !Tl I 6_ ........ ! ........ i 1 ss 7 100+ -fl.J=, . ., ;'j::h - - I I , I End flf Burehole I 1 - I , I - , I I I I i I 7_ , i W Wood Associates Limited DI,kNo: V.A. Sheet: 1 of 1 I I I I I I I I I I I I I I I I I Reference No : J6JJ-5-2 Enclosure No: 11 I Client: Totten Sims lIubicki Associates PI"ojed: Scug(l~ Street Recollstruction I Location: Scugog Sln!"et. Oaringron. ON I)"tum Elevation: Borehole No : 10 Method: Auger Diameter: IIOIl1n1 SlIllSlIRFACE PROFILE Date: February 23. 2005 I E i " .:! E ;; ~ ~ ~ ,Q ~1I (; round Surfllcc 1000mm Aspludt 100mm (;I"llnuhtr fill 4001ll111 COllcl"ete FILL GI"anll,ysll.nd I Description I I -0.7. - - I"': I , - - ; - - 2...! - - SAND Y SIL T TILL Hense to vcr)' dense, trace gn,,:cl. bruwn. moist I I 3- I -3.5 . - End of Borehole 4_ I .., I 5_ I 6_ I I 7 I w V.A. Wood Associates Limited I i I I] I ~ I, E 11; ,., >- "'I~ I I /. .. .. 'I .~ ~j i r I' ;- i 14 II , f :::::::::. r I I ~I Q L.II SAMPLE " . .c E ~ , ,., ;z: ... I I I I II IAS 1 I ITD 121ss1471 I I 31ss1681 I I I 4 jssIJOO+1 I I 51SS110O+ Standard Penetration . = .. >- Z 20 40 60 80 100 ""' o Water 0/0 Plastic Limit Liquid Limit 10 2030 40 50 .!2 " ~ E . '" ( DlskNo: Sheec: lof1 e~/el/2ee5 14:13 t:F ::Lq4~1 PAGE e1 4162925375 VAWOJDASS w V. A. WOOD ASSOCIATES LIMITED CONSULT1NG GEOTECHNICAL ENGINEERS 1080 TAPSCOTT ROAD. UNIT 24, SOAABOROuGH, QNTAFUO 1A1X lE7 TeLEPHONE: (416) 212-2_ . FAX No: (416) 292-5376 1 April 2005 FAX: 1-905-372-3621 Ref. No. 4643M-5-1 Tal/en Sims Hubicki Associate.' 513 Division St. P.O. Box 910 Cobourg. Ontario K9A 4W4 AUn: Troy MacArthur Re: Proposed Reconstruction Scugog Street Clarillf!ton. Ontario Dear Sir: We r~fer to OUT recently submitted Geotechnical Investigation Report for the above project. A. concrete road base was encountered in a number of boreholes and we subsequently returned to the slle and put down thirteen probes through the pavement in order to better assess the extent of the concrete. The probes were located on the opposite side of the road from the original boreholes and were given the corresponding numbers with the suffix of A. The results of the probes are as follows: o~ ASlJQCIATlOl'PIOI:VA 'MXlIl ~ INC.. 405_-''''' -. H1E_ T6IS'MlIE: 11111- I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 04/01/2005 14:13 4162925375 VAWOODA5S PAGE 02 Totten Sims Hublckl Associates 1 April 2005 Ref. No 4643-5-3 Page 2 BH# pavement Probe Pavemem 1 62m asphalt 1A 62mm asp1u:tlt 300mm granular base 352mm gran base na concrete no concrete 2 75m asp1u:tlt 2A 62mm asphalt 600mm granular base 425mm gran base no concrete no concrete 3 75m asphalt 3A 62mm asphalt 300mm gran base 325mm gran base 250mm concrete no c01lcrete 4 75mm asphalt 4A 62mm asphalt 175mlllgran hase 250mm gran base 150mm concrete na concrete 5 75mm asphalt 5A 75mm asphalt 550m/ll gran base 125mm gran base 150mm concrete 175mm concrete 6 75mm asphalt 6A 90mrn asphalt 75mm gran base 400mm gran base 150mm concrete no concrete 7 100lllm asphalt 7A 75mm asphalt 15 Omlll gran base 125mm g1'an base 150mm concrete 125mlll concrete 8 75mm asp1u:tlt 8A 90mm asphalt 75mm gran base 175mm gran base 150mlll concrete 100mm concrete 9 100mm asphalt 9A 75mm asphalt 125mm gran ba.ft 150mm gran base 175mm concrete 125mm concrete 10 100mm asphalt lOA 75mm asphalt 100mm gran base 200mm g1'an ba.fe 400mm concrete 75mm ~~/~l/~~~~ 14:1j 41b~~~~j/~ VAWWLIA'=i'=i I"A(x' ~j ToUen Sims Hubicki Associates 1 April 2005 Ref. No. 4643.5-3 Page 3 Should you have any questiorlS or concerns regarding this letter, please do not hesitate to contact this '?iliec. Yours very truly, V.A. WOOD ASSOCIATES LTMJTED ~o!-~ V. Wood, P.Eflg., MEng. VW/sw I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ,I I CORPORATION OF THE MUNICIPALITY OFCLARINGTON CONTRACT NO. CL200S..}Z OPS GENERAL CONDITIONS OF CONTRACT (September 1999) I I- I I I I I I I I I I I I I I I I I ONTARIO PROVINCIAL STANDARDS FOR ROADS AND PUBLIC WORKS GENERAL CONDITIONS OF CONTRACT SEPTEMBER 1999 I I I I I I I I I I I I I I I I I I I GENERAL CONDITIONS OF CONTRACT Table of Contents SECTION GC 1.0 -INTERPRETATION GC 1.01 Captions................................................................................................................... 1 GC 1.02 Abbreviations ........................................................................................................... 1 GC 1.03 Gender and Singular References ............................................................................ 1 GC 1.04 Definitions ........................................................................................... ..................... 1 GC 1.05 Substantial Performance ......................................................................................... 5 GC 1.06 Completion............................................................................................................... 6 GC 1.07 Final Acceptance ..................................................................................................... 6 GC 1.08 Interpretation of Certain Words ............................................................................... 6 SECTION GC 2.0. CONTRACT DOCUMENTS GC 2.01 Reliance on Contract Docurnents............................................................................ 7 GC 2.02 Order of Precedence ...............................................................................................7 SECTION GC 3.0. ADMINISTRATION OF THE CONTRACT GC 3.01 Conlract Administrator's Authority ........................................................................... 8 GC 3.02 Working Drawings ................................................................................................;.. 9 GC 3.03 Right of the Conlract Administrator to Modify Methods and Equipment ................. 9 GC 3.04 Emergency Situations............................................................................................ 10 GC 3.05 Layout.................................................................................................................... 10 GC 3.06 Working Area.........................................................................................................10 GC 3.07 Extension of Contract Time ................................................................................... 10 GC 3.08 Delays.................................................................................................................... 11 GC 3.09 Assignment of Contract......................................................................................... 11 GC 3.10 Subcontracting by the Contractor.......................................................................... 11 GC 3.11 Changes ................................................................................................................12 GC 3.11.01 Changes in the Worl<.............................................................................................12 GC 3.11.02 Extra Work............................................................................................................. 12 OP8o......1COO_.af~.II.\J ...... t88ll T_ afC<<*nta.1 GC 3.11.03 Additional Work ..................................................................................................... 12 GC 3.12 Notices................................................................................................................... 12 GC 3.13 Use and Occupancy of the Work Prior to Substantial Performance .....................13 GC 3.14 Claims. Negotiations, Mediation............................................................................ 13 GC 3.14.01 Continuance of the Work....................................................................................... 13 GC 3.14.02 Record Keeping ..................................................................................................... 13 GC 3.14.03 Claims Procedure .................................................................................................. 13 GC,;3.14. 04 Negotiations............................................................................... .................... ........ 14 GC .3.14.05 Mediation ......................................... ...................................................................... 14 GC 3.14.06 Payment................................................................................................................ 14 GC 3.14.07 Rights of Both Parties............................................................................................ 15 GC 3.15 Engineering Arbitration ........................................................................................... 15 GC 3.15.01 Conditions for Engineering Arbitration................................................................... 15 GC 3.15.02 Arbitration Procedure............................................................................................. 15 GC 3.15.03 Appointment of Arbitrator....................................................................................... 15 GC 3.15.04 Costs......................................................................................................................16 GC 3.15.05 The Decision..........................................................................................................16 GC 3.16 Archaeological Finds ............................................................................................. 16 SECTION GC 4.0 - OWNER'S RESPONSIBILmES AND RIGHTS GC 4.01 Working Area......................................................................................................... 17 GC 4.02 Approvals and Pennits .......................................................................................... 17 GC 4.03 Management and Disposition of Materials ............................................................ 17 GC 4.04 Construction Affecting Railway Property .............:..............................................:.. 18 GC 4.05 Default by the Contractor....................................................................................... 18 GC 4.06 Notification of Default ............................................................................................18 GC 4.07 Contractor's Right to Correct a Default................................................................. 18 GC 4.08 Owner's Right to Correct Default........................................................................... 18 GC 4.09 Tennlnatlon of Contractor's Right to Continue the Work....................................... 18 T_ of ConlentIo - y OP8GenemCOO_.of~.8.p.. ._ IllIG ,. .. '. I . I I I I I I I I I I I I I . I I I I I I I I I I I I I I I I I I I GC4.10 GC 4.11 GC 4.12 GC 4.13 Final Payment to Contractor.......... .... ................ .................... ..... .............. ............. 19 Tennination of the Contract................................................................................... 19 Continuation of Contractor's Obligations ............................................................... 19 Use of Perfonnance Bond ..................................................................................... 19 SECTION GC 5.0 - MATERIAL GC 5.01 GC 5.02 GC 5.03 GC 5.04 GC 5.05 GC 5.05.01 GC 5.05.02 Supply of Material..................................................................................................20 Quality of Material................................................. ................................. ................ 20 Rejected MateriaL.... ....................................................................... ........ ............... 20 Substitutions .......................................................................................................... 20 Owner Supplied Material....................................................................................... 21 Ordering of Excess Material.................................................................................. 21 Care of Material..................................................................................................... 21 SECTION GC 6.0 -INSURANCE, PROTECTION AND DAMAGE GC 6.01 GC 6.02 GC 6.03 GC 6.03.01 GC 6.03.02 GC 6.03.03 GC 6.03.04 GC 6.03.05 GC 6.03.05.01 GC 6.03.05.02 GC 6.03.05.03 GC 6.03.05.04 GC 6.03.06 GC 6.03.07 GC 6.04 Protection of Work, Persons and Property ............................................................23 Indemnification ...................................................................................................... 23 Contractor's Insurance...........................................................................................24 General..................................................................................................................24 General Uability Insurance....................................................................................24 Automobile Liability Insurance...............................................................................24 Aircraft and Watercraft Uability Insurance............................................................. 25 Property and Boiler Insurance...............................................................................25 Property Insurance .......... ................ ........... .... ............ ..... ............. ...... ... ........... ..... 25 Boiler Insurance................. .......... ................ ..................... ..................... ................ 25 Use and Occupancy of the Work Prior to Completion........................................... 25 Payment for Loss or Damage..............................:................................................. 26 Contractor's Equipment Insurance ........................................................................ 26 Insurance Requirements and Duration.................................................................. 26 Bonding.................................................................................................................. 27 SECTION GC 7.0 _ CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE WORK GC 7.01 General.................................................................................................................. 28 T.bleol~.1l 0P8 ~ Cond_ oIConl18c:t. ......._1_ GC 7.02 GC 7.03 GC 7.04 GC 7.05 GC 7.06 GC 7.07 GC 7.08 GC 7.09 GC7.10 GC7.11 GC 7.12 GC7.13 GC 7.14 GC 7.15 Layout.................. ............ .................................................. ......................... ........... 29 Damage by Vehicles or Other Equipment............................................................. 30 Excess Loading of Motor Vehicles ........................................................................ 30 Condition of the Working Area............................................................................... 30 Maintaining Roadways and DetoUlS...................................................................... 30 Access to Properties Adjoining the Work and Interruption of Utility Services....... 31 Approvals and Pennits ..........................................................................................31 Suspension of Work .............................................................................................. 32 Contractor's Right to Stop the Work or Tenninate the Contract............................ 32 Notices by the Contractor .................;..................................................................., 32 Obstructions................ ............................................................... ............................ 33 Umitations of Operations....................................................................................... 33 Cleaning Up Before Acceptance ........................................................................... 33 Warranty ................................................................................................................ 33 SECTION GC 8.0 - MEASUREMENT AND PAYMENT Measurement......................................................................................................... 35 GC 8.01 GC 8.01.01 GC 8.01.02 GC 8.02 GC 8.02.01 GC 8.02.02 GC 8.02.03 GC 8.02.03.01 GC 8.02.03.02 GC 8.02.03.03 GC 8.02.03.04 GC 8.02.03.05 GC 8.02.03.06 GC 8.02.03.07 GC 8.02.03.08 GC 8.02.03.09 GC 8.02.03.10 GC 8.02.03.11 Quantities........... ..................................... ........................................ ....................... 35 Variations in Tender Quantities ............................................................................. 35 Paymenl................................................................................................................ 35 Price for Work................ ............. .............................................. ....... ...................... 35 Advance Payments for Material......................................................,...................... 36 Certification and Payment .....................................................................................36 Progress Payment Certificate..... .............................................. ............ ........ ..... .... 36 Certification of Subcontract Completion .............;..................................................37 Subcontract Statutory Holdback Release Certificate and Payment...................... 37 Certification of Substantial Performance............................................................... 37 Substantial Perfonnance Payment and Substantial Perfonnance Statutory Holdback Release Payment Certificates............................................................... 38 Certification of Completion ....................................................................................38 Complelion Payment and Completion Statutory Holdback Release :::nre:.~.~~~~.::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ~~ Interest for Late Payment ......................................................................................39 Interest for Negotiations and Claims ..................................................................... 40 Owner's Set-otf ............. ..... ........ ....................... ....... ....... .............. .... ....... ...... ....... 40 T_ of CclIMnta-1v 0P8 0ener8I eoo_.. of ConInc:I. 8eploo_1_ .1 .-1 ., I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I GC 8.02.03.12 GC 8.02.04 GC 8.02.04.01 GC 8.02.04.02 GC 8.02.04.03 GC 8.02.04.04 GC 8.02.04.05 GC 8.02.04.06 GC 8.02.04.06.01 GC 8.02.04.06.02 GC 8.02.04.07 GC 8.02.04.08 GC 8.02.04.09 GC 8.02.05 GC 8.02.06 GC 8.02.07 GC 8.02.08 GC 8.02.09 Delay in Payment ......m........................................................m.................m.......... 40 Payment on a Time and Material Basis................................................................. 40 Definitions m' ........ ......... ............. ..... ........ m'" .............. ..... ....... .... ......... .......... ........ 40 Daily Wor1< Records................m.....................................................m..m............... 41 Payment for Wor1<.......m.m.......................m.....................m.................................. 41 Payment for Labour .............................m............................................m................42 Payment for Material ......................................................m...........m......................42 Payment for Equipment.........................................................................................42 Working Tune ...............................................................................................m...... 42 Standby Time ........................................................................................................42 Payment for Hand Tools..............................~........................................................43 Payment for Wor1< by Subcontractors.................................................................... 43 Submission of Invoices..........................................................................................43 Final Acceptance Certificate..................................................................................43 Payment ofWor1<ers ..............................................................................................44 Records .................................................................................................................44 Taxes and Duties...................................................................................................44 . Liquidated Damages.............................................................................................. 45 T_titConlel*-V OPS General eoo_. tit ConIIacl- .........1888 I I I I I I I I I I I I I I I I I I I Ontario Provincial Standards for Roads and Public Works September 1999 GC 1.01 GENERAL CONDITIONS OF CONTRACT SECTION GC 1.0 . INTERPRETATION Captions .01 The captions appearing in these General Conditions have been inserted as a matter of convenience . and for ease of reference only and in no way define. limit or enlarge the scope or meaning of the General Conditions or any provision hereof. GC 1.02 Abbreviations .01 The abbreviations on the left below are commonly found in the Contract Documents and represent the organizations and phrases listed on the right "AASHTO" "ANS'" "ASTM" "AWG" "AWWA" "CESA" "eGSS" "CSA" "CWS" "GC" "MOE" "MTC" "MTO" "MUTCD" MOPS" -HOPSON "OPSS" "PEa" "SAE" "SSPC" NUL" MULCH GC 1.03 American Association of State Highway Transportation Officials American National Standards Institute American Society for Testing and Materials American Wire Gauge American Water Works Association Canadian Engineering Standards Association Canadian General Standards Board Canadian Standards Association Canadian Welding Sureau General Conditions Ministry of the Environment (Ontario) Ministry of Transportation (Ontario) Ministry of Transportation (Ontario) Manual of Uniform Traffic Control Devices. published by MTO Ontario Provincial Standard Ontario Provincial Standard Drawing Ontario Provincial Standard Specification Professional Engineers Ontario Society of Automotive Engineers Structural Steel Painting Council Underwriters Laboratories Underwriters Laboratories Canada Gender and Singular References .01 References to the masculine or singular throughout the Contract Documents shall be considered to Include the feminine and the plural and vice versa as the context requires. GC 1.04 Definitions .01 For the purposes of this Contract the following definitions apply: Actual Measurement: means the field measurement of that quantity within the approved "mils of the WOlK. Peg.' OP8o..er.lCo<_.fII~.8&""","'" ,. Additional Work: means work not provided for in the Contract and not considered by the Contract Administrator to be essential to the satisfactory completion of the Contract within its intended scope. Base: means a layer of material of specified type and thickness placed immediately below the pavement, driving surface, finished grade, curb and gutter, or sidewalk. Certificate of Subcontract Completion: means the certificate issued by the Contract Administrator in accordance with clause GC 8.02.03.02, Certification of Subcontract Completion. Certificate of Substantial Perfonnance: means the certificate issued by the Contract Administrator at Substantial Performance. Change Directive: means any written instruction signed by the Owner, or by the Contract Administrator where~so authorized, directing that a Change in the Work or Extra Work be performed. ....,.- Change In the Work: means the deletion, extension, increase, decrease or alteration of lines, grades, dimensions, quantities, methods, drawings, substantial changes in geotechnical, subsurface. surface or other conditions, changes in the character of the Work to be done or materials of the Work or part thereof, .withintthe intended scope of the Contract. ..., Change Order: means a written amendment to the Contract signed by the Contractor and the Owner, or the Contract Administrator where so authorized. covering contingencies, a Change in the Work, Extra Work, Additional Work and changed subsurface conditions, and establishing the basis for payment and the time allowed for the adjustment of the Contract Tune. Completion Certificate: means the certificate issued by the Contract Administrator at completion. Constructor: means, for the purposes of, and within the meaning of the Occupational Health and Safety Act, R.S.O. 1990, c.O.1, as amended and amendments thereto, the Contractor who executes the Contract. Contract: means the undertaking by the Owner and the Contractor to perform their respective duties, responsibilities and obligations as presaibed in the Contract Documents. Contract Administrator: means the person, partnership or corporation designated by the Owner to be the Owner's representative for the purposes of the Contract. Contract Documents: mean the executed Agreement between the Owner and the Contractor, the Tender. the General Conditions of Contract, the Supplemental General Conditions of Contract, Standard Specifications, Special Provisions, Contract Drawings, addenda incorporated in a Contract Document before the execution of the Agreement, such other documents as may be listed in the Agreement and subsequent amendments to the Contract Documents made pursuant to the provisions of the Agreement Contract Drawings: or Contract Plans: mean drawings or plans, any Geotechnical Report, any Subsurface Report and other reports and information provided by the Owner for the Work, and without limiting the generality thereof, may include soil profiles, foundation investigation reports, reinforcing steel schedules, aggregate sources lists, Quantity Sheets, cross-sections and standard drawings. Contract Time: means the time stipulated in the Contract Documents for Substantial Performance of the Work, including any extension of Contract Time made pursuant to the Contract Documents. Contractor: means the person, partnership or corporation undertaking the Work as identified in the Agreement Controlling Operation: means any component of the Work, which, If delayed, will delay the completion of the Work. P8ge2 OPS_ Coo_II 01 ConIrac:t-a..b..._ Ulllll I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Cost Plus: See "Tme and MateriaI". Cut-Off Date: means the date up to which payment win be made for work perfonned. Daily Work Records: mean daily Records detailing the number and categories of workers and hours worked or on standby; types and quantities of Equipment and number of hours in use or on standby; and description and quantities of Material utilized. Day: means a calendar day. Drawings: or Plans: mean any Contract Drawings or Contract Plans or any Working Drawings or Working Plans, or any reproductions of drawings or plans pertaining to the Work. Equipment means all machinery and equipment used for preparing, fabricating, conveying or erecting the Work and nonnally referred to as construction machinery and-equipment Estimate: means a. calculation of the qUantity or:cost-of-theWork~1l8rt()fitidepending on the context. Extra Work: means work not provided for in the Contract as awarded but considered. by the Contract Administrator to be essential to the 'satisfactory. completion of the 'Contract' within its 'intended scope, including unanticipated work required to comply with legislation and regulations which affect the Work. Final Acceptance Certificate: means the certificate issUed by the Contract Administrator at Final Acceptance of the Work. Final Detailed Statement means a complete evaluation prepared by the Contract Administrator showing the quantities, unit prices and final dollar amounts of all items of work completed under the Contract. including variations in tender items and Extra Work, all as set out in the same general fonn as the monthly estimates. Force Account See"Tme and Materiar. Geotechnical Report: means a report or other information identifying soil, rock and ground water . conditions'inthe area of any proposed excavation or fill. Grade: means the required elevation of that part of the work. Hand Toots: means tools that are commonly called tools or-implements of.the trade and include small power tools. Highway: means a common and public highway any part of which is intended for or used by the general public for the passage of vehicles and includes the area between the lateral property lines thereof. Lump Sum Item: means a tender item indicating a portion of the Work for which payment will be made at a single tendered price. Payment is' not based on a measured quantity; although a quantity may be given in the Contract Documents. Major Item: ..means any tender Item that has a value, calculated on the basis of its actual or estimated tender quantity, whichever is the larger, multiplied by its tender unit price, which is equal or greater than the lesser of, a) $100,000, or b) 5% of the total tender value calculated on the basis of the total of all the estimated tender quantities and the tender unit prices. Material: means material, machinery, equipment and fixtures forming part of the Work. 0I'8caer..t~"'~.""""'_1_ ,,-3 Owner: means the party to the Contract for whom the Work is being performed, as identified in the Agreement, and includes, with the same meaning and import, "Authority". Pavement: means a wearing course or courses placed on the Roadway and consisting of asphanic concrete, hydraulic cement concrete - Portland cement concrete, or plant or road mixed mulch. Perfonnance Bond: means the type of security furnished to the Owner to guarantee completion of the Work in accordance with the Contract and to the extent provided in the bond. Plan Quantity: means that quantity as computed from within the boundary lines of the Work as shown in the Contract Documents. Project: means the construction of the Work as contemplated by this Contract. Quantity Sheet: means a list of the quantities of Work to be done. 1_.<" Rate't?f Interest: means the rate determined by the Minister of Anance of Ontario-and issued by, and ava!~~~le from, the Owner. '''';~'''_1 Records: mean any books, payroUs, accounts or other information which relate to the Work or any Change in the Work or claims arising therefrom. Roadway: means that part of the Highway designed or intended for use by vehicular traffic and includes the Shoulders. ". ,it . J " Shoulder: means that portion of the Roadway between the edge of the wearing surface and the top inside edge of the ditch or fill slope. Special Provisions: mean special directions containing requirements peculiar to the Work. Standard Specification: means a standard practice required and stipulated by the Owner for performance of the Work. Subbase: means a layer of material of specified type and thickness between the Subgrade and the Base. Subcontractor: means a person, partnership or corporation undertaking the execution of a part of the Work 0/ virtue of an agreement with the Contractor. ."'!!>. Subgrade: means the earth or rock surface, whether in cut or fill, as prepared to support the Base, Subbase.and Pavement .~ . Subsuiface Report: means a report or other information identifying the location of utilities, concealed and adjacent structures and physical obstructions which fall within the influence of the Work. Superintendent: means the Contractor's authorized representative in responsible charge of the Work. Surety: means the person, partnership or corporation. other than the Contractor, licensed in Ontario to transact business under the Insurance Act, R.S.O. 1990, c.1.8, as amended, executing a bond provided by the Contractor. Tender: - means an offer in writing from the Contractor, submitted In the format prescribed by the OWner, to complete the Work. TIme and Material: means costs calculated according to clause GC 8.02.04, Payment on a TlI11e and Material Basis. Where "Cost Plus" and "Force Accounf' are used they shall have the same meaning. "-4 OPS __ COllllUo... dConlroc:l- ~ 1m I I I I I I I I I I I I I I I I I I I I I' I I I I I I I I I I I I I I I I I utility: means an aboveground or underground facility maintained by a municipality, public utility authority or regulated authority and includes services such as sanitary sewer, storm sewer, water, eleclric, gas, oil, steam, data transmission, telephone and cable television. Warranty Period: means the period of 12 months from the date of Substantial Performance or such longer period as may be specified for certain Materials or some or all of the Work. Where a date of Substantial Perfonnance is not established, the Warranty Period shall commence on the date of Completion. Work: means the total construction and related services required by the Contract Documents. Working Area: means'a11 the lands and 'easements owned or acquired by the OWner for the' construction of the Work. Working Day: means any Day, a) except Saturdays, Sundays and statutory holidays; . b) ., except a"Oay as tlelenninecl"!lYlheContrifCl'Adminis1rator;'on'Which'1he-Oontractorisprevented by - inclemenl weather or collditions resulting immediately1he.el,om;from ploceeding'With'a'Controlling 'Operation. ., For the purposes of this definition, thiswill.be aOay 'during'which' the Contractor .cannot proceed with at least 60% of the normal labour and equipment force effectively engaged on the ControUing Operation for at least 5 hours; c) except a Day on which the Contractor is prevented from proceeding with a Controlling Operation, as detennined by the Contract Administrator by reason of, i. any breach of the Contract by the OWner or If such prevention is due to the OWner, another contractor hired by the OWner,' or an employee of anyone of them, or by anyone else acting on behalf of the OWner. ii. olKlelivery of OWner-supplied materials, fii. any cause beyond the reasonable control of the Contractor which can be substantiated by the Contractor to the satisfaction of the Contract Administrator. . Working Drawlngs: or Working Plans: . means any Drawings or Plans prepared by the Contractor for the execution of the Work and may, without limiting the generality thereof, include falsewor1c plans, Roadway protection plans, shop drawings, shop plans or erection diagrams. GC 1.05 Substantial Perfonnance .01 The Work is substantially performed, a) when the Work to be' perfonned under the Contract or a substantial part:thereof is ready for use or Is being used for the purpose intended; and b) when the Work to be perfonned under the Contractis''CSpable'of-compIetion-or, where there Is a known detect, the cost of conection, Is not more than i. 3% of the first $500,000 of the Contract price, fi. 2% of the next $500,000 of the Contract price, and iii. 1 % of the balance of the Contract price. .02 For the purposes of this Contract, where the Work or a substantial part thereof is ready for use or Is being used for the purposes intended and the remainder of the Work cannot be completed expeditiously for reasons beyond the control of the COllb....tor or, where the Owner and the Contractor agree not to complete the Work expeditiously, the price of the services or materials remaining to be supplied and required to complete the Work shall be deducted from the contract price In detennlning Substantial Performance. OP8_Cond_oI~.8ejllIoo._t_ "-6 GC 1.06 Completion .01 The Work shall be deemed to be completed and services or Materials shall be deemed to be last supplied to the Work when the price of completion, correction of a known defect or last supply is not more than the lesser of, al 1% of the Contract price; or bl $1,000. GC 1.07 Final Acceptance .01 Final Acceptance shall be deemed to occur when the Conlracl Administrator is satisfied that, to the best of the Contract Administrator's knowledge at that time, the Contractor has rectified all imperfect work and has discharged all of the Contractor's obligations under the Contract. GC1.oS Interpretation of Certain Words .01 ..:the words "acceptable". "approvar, "authorized", "considered necessary", "directed", "required", <::':~satisfactory", or words of like import, shall mean approval of, directed, required, considered . - necessary or authorized by and acceptable or satisfactory to the Contract Administrator unless the context clearly indicates otherwise. ,,-e OPSOennICoo ."".alConlr8cl......_ll8O I I il I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SECTION GC 2.0 . CONTRACT DOCUMENTS GC 2.01 Reliance on Contract Documents .01 The Owner warrants that the information furnished in the Contract Documents can be relied upon with the following limitations or exceptions: a) The location of all mainline underground utilities which will affect the Work will be shown to a tolerance of: i. 1 m horizontal and ii. 0.3 m vertical b) The Owner does not warrant interpretations of data or opinions expressed in any Subsurface Report available for the perusal of the Contractor and excluded from the Contract Documents; and c) Other information specifically excluded from this warranty. GC 2.02 Order of Precedence .01 In the event of any inconsistency or conflict in the contents of the folloWing documents, such documents shall take precedence and govern in the following order: a) Agreement b) Addenda c) Special Provisions d) Contract Drawings e) Standard SpeGifications f) Tender g) Supplemental General Conditions h) General Conditions i) Working Drawings Later dates shall govern within each of the above categories of documents. .02 In the event of any conflict among or inconsistency in the information shown on Drawings, the following rules shall apply: a) Dimensions shown in figures on a'Drawing shall govern where they differ from dimensions scaled from the same drawing; b) Drawings of targer scale shall govern over those of smaller scale; c) Detailed Drawings shall govem over general Drawings; and d) Drawings of a later date shall govern over those of an earlier dale in the same series. .03 In the event of any conflict in the contents of Standard 'Specifications the following order of pnecedence shall govern: a) Ontario Provincial Standard Specifications; then b) Other Standard Specifications, such as those produced by CSA. CGSB, ASTM and ANSI, and referenced in the Ontario Provincial Standard Specifications. .04 The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. " OP8OeMf81Conc1_flt~.8~1 ,w1_ Pege 7 SECTION GC 3.0 - ADMINISTRATION OF THE CONTRACT GC 3.01 Contract Administrator's Authority .01 The Contract Administrator will be the Owner's representative during construction and until the issuance of the Completion Certificate or the issuance of the Final Acceptance Certificate whichever is later. All instructions to the Contractor including instructions from the Owner will be issued by the Contract Administrator. The Contract Administrator will have the authority to act on behalf of the Owner only to the extent provided in the Contract Documents. .02 All claims, disputes and other matters in question relating to the performance and the quality of the Work or the interpretation of the Contract Documents shall be referred to the Contract Administrator. .03 The COntract Administrator will inspect the Work for its conformity with the plans and specifications, a.r:!d to record the necessary data to establish payment quantities under the. schedule of tender qUantities and unit prices or to make an assessment of the value of the work completed in the case of {~J!Jmp sum price contract. .04 :Jl1e Contract Administrator will determine the amounts owing to the Contractor under the Contract and will issue certificates for payment in such amounts as provided for in Section GC 8.0, Measurement and Payment The Contract Administrator will with reasonable promptness review and take appropriate action upon the Contractor's submissions such as Shop drawings, product data, and samples in accordance with the Contract Documents. " .05 ~ .06 .07 .08 .... .09 The COntract Administrator will investigate all allegations of a change in the character of the Work made by the COntractor and issue appropriate instructions. The Contract Administrator will prepare Change Directives and Change Orders. Upon written application by the COntractor, the COntract Administrator and the COntractor will jointly conduct an inspection of the Work to establish the date of Substantial Performance of the WOI1< , and/or the date of Completion of the Work. The Contract Administrator will be, in the first instance, the interpreter of the COntract Documents and the judge of the performance thereunder by both parties to the COntract. Interpretations and deCisions of the Contract Administrator shall be consistent with the intent of the COntract Documents and in making these decisions the COntract Administrator will not show partiality to either party. ~.. .~ .10 The' Contract Administrator will have the authority to reject part of the WOI1< or Material which does not conform to the Contract Documents. .11 Defective work, whether the result of poor wOI1<manship, use of defective material, or damage through carelessness or other act or omission of the Contractor and whether incorporated in the WOI1< or not, which has been rejected by the COntract Administrator as falling to conform to the COntract Documents shall be removed prompUy from the WOI1< by the COntractor and replaced or re-executed promptly in accordance with the Contract Documents at no additional cost to the OWner. .12 Any part of the Work destroyed or damaged by such removals, replacements or re-executions shall be made good, prompUy, at no additional cost to the OWner. .13 If, in the opinion of the COntract Administrator, it Is not expedient to correct defective work or work not performed in accordance with the Contract Documents, the OWner may deduct from monies otherwise due to the COntractor the difference in value between the work as performed and that called for by the Contract Admln~. P98 0P8 0eMl8l Col1lI', " oI~. ....'lber 1_ I I I I I I I I I I I I I, I I I I I I I I I I I I I I I I I I I I I I I I I .14 Notwithstanding any inspections made by the Contract Administrator or the issuance of any certificates or the making of any payment by the Owner, the failure of the Contract Administrator to reject any defective worK or Material shall not constitute acceptance of defective worK or Material. .15 The Contract Administrator will have the authority to temporarily suspend the Work for such reasonable time as may be necessary to facilitate the checking of any portion of the Contractor's construction layout or the inspection of any portion of the Work. There shall not be any extra compensation for the suspension of work. GC 3.02 Working Drawings .01 The Contractor shall arrange for the preparation of clearly identified and dated Working Drawings as called for by the Contract Documents. .02 The Contractor shall submit Working DraWingS to the Contract AcIministrator with reasonable promptness and in orderly sequence so as to-not cauSe delay in theWork. '.If~ the Contractor or the Contract Administrator so requests they shaD jointly prepare-a 'schedule fixing the .dates for submission and retum of Working DraWings. Working - DraWings shaD be.submitted in printed form. A! the time of submission the Contractor shall notify the Contract Administrator in writing of any deviations from the Contract requirements that exist in theWorking Drawings. .03 The Contract Administrator will review and return Working DraWings in accordance with an agreed upon schedule, or otherwise, with reasonable promptness so as not to cause delay. .04 The Contract Administrator's review will be to check for conformity to the- design -concept and for general arrangement only and such review shall not relieve the Contractor of responsibility for errors or omissions in the Working DraWings or of responsibility for meeting all requirements of the Contract Documents unless a deviation on the Working DraWings has been approved in writing by the Contract Administrator. .05 The Contractor shall make any changes in Working DraWings Vlhich the Contract Administrator may require consistent with the Contract Documents and resubmit unless otherwise directed by the Contract Administrator. - When resubmitting. the Contractor shaUnotify the Contract Administrator in writing 'of any revisions other than those requested by the Contract Administrator. .06 Work related to the Working Drawings shall not proceed until the Working DraWings have been signed and dated by the Contract Administrator and marked with the words "Reviewed. PermissiOn to construct granted." .07 The Contractor shall keep one set of thereviewed WorkingDrawingsi markec\;as above, at the site at all times. GC 3.03 Right of the Contract Administrator to Modify Methods and Equipment .01 The Contractor shall, Vlhen requested In writing, make alterations 'In the method, Equipment or work force at any time the Contract Administrator considers the Contractor's actions to be unsafe, or damaging to either the Work or existing facilities or the environment .02 The Contractor shaD, when requested In writing, alter the sequence of its operations on the Contract so as to avoid interference with worK being performed by others, .03 Notwithstanding the foregoing, the Contractor shall ensure that all necessary safety precautions and protection are maintained throughout the Work. OPS 0eneNI Cand_ OIConnct.....- t. "-8 GC 3.04 Emergency Situations ~, .01 The Contract Administrator has the right to determine the existence of an emergency situation. and when such an emergency situation is deemed to exist the Contract Administrator may instruct the Contractor to take action to remedy the situation. If the Contractor does not take timely action, or if the Contractor is not available, the Contract Administrator may direct others to remedy the situation. .02 If the emergency situation was the fault of the Contractor, the remedial work shall be done at the Contractor's expense. If the emergency situation was not the fault of the Contractor, the Owner will pay for the remedial work. GC 3.05 Layout " .01' The Contract Administrator will provide baseline and benchmark intonriation for'the general location, . .alignment and elevation of the Work. The Owner will be responsible only for the correctness of the . .,mformation provided by the Contract Administrator. . ~. GC 3.06 Working Area , --~""~, .01 The COntractor's sheds, site offices, toilets, other temporary structures and storage areas for material and equipment shall be grouped in a compact manner and maintained in a neat and orderly condition stall times. .02 The Contractor shall confine his construction operations to the Working Area. Should the Contractor require more space than that shown on the Contract Drawings, the Contractor shall obtain such space at no additional cost to the Owner. .03 The Contractor shall not enter upon or occupy any private properly for any purpose, unless the Contractor has received prior written permission from the properly owner. GC 3.07 Extension of Contract Time .01 An application for an extension of Contract Time shall be made in writing by the Contractor to the Contract Administrator as soon as the need for such extension becomes evident and at least 15 Days prior to the expiration of the Contract Time. The application for an extension of Contract TlI1le shall enumerate the reasons, and state the length of extension required. .02 .Circumstances suitable for consideration of an extension of Contract Time, include the following: a) Delays; See subsection GC 3.08. b) Changes in the Work; See clause GC 3.11.01. c). Extra Work; See clause GC 3.11.02. d) Additional Work; See clause GC 3.11.03. .03 The Contract Administrator will, in considering an application for an extension to the Contract Time, take into account whether the delays, Changes in the Work, Extra Work or Additional Work involve a Controlling Operation. .04 The Contract Time shall be extended for such additional time as may be recommended by the Contract Administrator and deemed fair and reasonable by the Owner. .05 The terms and conditions of the Contract shall continue for such extension of Contract Time. "-10 OPS_Concl_"'~.8Ip~,,1Iler1_ .. J I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I GC 3.08 Delays .01 If the Contractor is delayed in the perfonnance of the WoIk by. a) war. blockades. and civil commotions, errors in the Contract Documents; an act or omission of the Owner or Contract Administrator. or anyone employed or engaged by them direcUy or indirectly, contrary to the provisions of the Contract Documents; b) a stop work order issued by a court or public authority. provided that such order was not issued as the result of an act or omission of the Contractor or anyone employed or engaged by the Contractor direcUy or indirectly; c) the' COntract 'Administrator gMngnotice under subseclionGC 7.09; Suspension of Work; d) abnormal inclement weather; or e) 'archaeological finds in accordance with subsection GC 3.16. Archaeological Finds. then the Contractor shall be reimbursed by the Owner for-reasonable costs incurred by-the Contractor as the result of such delay. provided that in the case of an application for an extension of COntract Tillie. due to abnormal inclemeni.weather;the''Contractor-shall; 'with 'the'Contractor's -application, submit evidence from Environment Canadain.supportof such'application;'~nsion of Contract Tune will be granted in accordance with subsection GC3;07. Extension of,COnIractTime, .02 If the Work.is delayed by labour disputes. strikes orlock-outs-- includinglock-outs decreed or recommended to its members by a'recognized contracfDl's association, of which, the Contractor is a . member or to which the COntractor is otherwise bound . which are beyond theContracfDl's control, then the Contract Tune shall 'be' extehdeci' in'accordance'with' subsectionGC' 3;07; .Extension of Contract Time. In no case shall the extension of COntract Time be less than the time losIas the result of the event causing the delay. unless a shorter extension'is agreed to by the Contractor; - The Contractor shall notbe entitled to payment for costs incurred as the'result of.such delays unless such, delays are the result of actions by the Owner. GC 3.09 Assignment of COntract .01 The COntractor shall not assign the Contract, either in whole or in part, without the written consent of the Owner. GC3.10 Subcontracting by the Contractor . .01 The Contractor may subcOntract any part of the Work; subject to these General Conditions and any limitations specified in the Contract Documents. .02 The Contractor shall notify the Contract Administrator. inwriting;'of1heintentionto subcontract. Such notification shall identify the part of the Work; and the Subcontractor with whom it is intended. .03 The Contract Administrator will, within 10 Days'of receipt of such notification,,'accept or reject the intended Subcontractor. The rejection will be'in writing-and will include the reasons for the rejection. .04 The Contractor shall not, without the written consent of the Owner. change a Subcontractor. who has been engaged in accordance with subsection GC 3.10 Subcontracting by the Contractor. .05' The Contractor shall preSeMland protect the rights of the parties under 1he Contract with respect to that part, of the Work.to be.performed under subcontract and shall. a) enter into agreements with the intended Subcontractors to require them to perform their work In accordance with the Contract Documents; and b) be as fully responsible to the Owner for acts and omissions of the Contraclol's Subcontractors and of persons direcUy or Indirectly employed by them as for acts and omissions of persons directly employed by the Contractor. ' OPe o.-.l CondIIonI 01 C<<*ec:t. 81.1 ..... I. Pqel1 .06 The Owner's consent to subcontracting by the Contractor shall not be construed to relieve the Contractor from any obligation under the Contract and shall not impose any liability upon the Owner. Nothing contained in the Contract Documents shaH create a contractual relationship between a Subcontractor and the OWner. GC 3.11 GC3.11.01 Changes Changes in the Work -,,- "., .01 The Owner, or the Contract Administrator where so authorized, may, by order in writing, make a Change in the Work without invalidating the Contract. The Contractor shall not be required to proceed with a Change in the Work until in receipt of a Change Directive. Upon the receipt of such Change Directive the Contractor shall proceed with the Change in the Work. .02 .J1Je Contractor may apply for an extension of Contract TllTIe according to the terms of subsection GC 3:07, Extension of Contract TIlTIe. .031t.the Changes in the Work relate solely to quantities, paynJent for that part of the Work will be made 'aCcording to the conditions specified in clause GC 8.01.02, Variations In Tender Quantities. If the Changes in the Work do not solely relate to quantities, paynJent may be negotiated pursuant to subsection GC 3.14, Claims, Negotiations, Mediation or paynJent may be made according to the concfrtions contained in clause GC 8.02.04, Payment on a TIIIJe and Material Basis. . GC~.11.02 . ExtraWork .01 The Owner, or Contract Administrator where so authorized, may instruct the Contractor lD perform Extra Work without invalidating the Contract. The Contractor shall not be required to proceed with the Extra Work until in receipt of a Change Directive. Upon receipt of such Change Directive the Contractor shall proceed with the Extra Work. .02 The Contractor may apply for an extension of Contract Tme according to the terms of subsection GC 3.07, Extension of Contract Tme. .03 Payment for the Extra Work may be negotiated pursuant to subsection GC 3.14, Claims, NegotiationS, Mediation, or paynJent may be made according to the conditions contained in clause GC 8.02.04, Payment on a Time and Material Basis. GC 3..1.1 .03 Additional Work .01 ~ Owner, or Contract Administrator where so authorized, may request the Contractor lD perform Additional Work without invalidating the Contract. If the Contractor agrees to perform Additional Work, the Contractor shall proceed with such Additional Work upon receipt of a Change Order. .02 The Contractor may apply for an extension of Contract Time according to the terms of subsection GC 3.07, Extension of Contract Time. .03 PaynJent for the Additional Work may be negotiated pursuant lD subsection GC 3.14, Claims, Negotiations, Mediation, or payment may be made according to the conditions contained in clause GC 8.02.04, Payment on a Time and Material Basis. GC3.12 Notices .01 Any notice permllled or required to be given lD the Contract Administrator or the Superintendent In respect of the Work shaD be deemed lD have been given lD and received by the addressee on the date of delivery If delivered by hand or by facsimile transmission and on the fifth Day after the date of mailing If sent by man. "-12 OP8-"'CoI_..oI~-8eplo.,,,,,,,_ I I. I I I I I I I ,- I I I I I I I I I I I- I I I I I I I I I I I I I I I I I .02 The ContraclDr and the Owner shall provide each other with the mailing addresses, telephone numbers and facsimile terminal numbers for the Contract Administrator and the Superintendent at the commencement of the Work. .03 In the event of an emergency situation or other urgent matter the Contract Administrator or the Superintendent may give a verbal notice, provided that such notice is confinned in writing within 2 Days. '.04 'Any notice permitted or required to be given to the OWner or the Contractor shall be given in 'accordance with the notice provision of the Contract. GC3.13 Use and Occupancy of the Work Prior to Substantial Perfonnance . .01 Where it is not cOntemplated elsewhere in'the Contract Documentsi the OWner may use or occupy the Work or any part thereof prior to SubstllntialPerformancei provided;that,at.teast 30 Days' written notice has been given to the ContraclDr. .02 The use or occupancy of the Work or any part thereof by.theOWnerpriortoSUbstantial Performance shall not constitute an acceptance of the Work' or parts SO' occupied. In "addition, the use or occupancy of the Work shall not relieve the ContracIDr or the. Contracto/'S SUrety from any liability that has arisen, or may arise, from the performance-of the Work'in'accordance'with the Contract Documents. The OWner will be responsible for any damage that occurs because of the Owner's use or occupancy,Such use or occupancy of any part of the Work by the Owner does not waive the OWner's rightto.charge .the'Contractorfiquklated damages in accordance with thelerms of the Contract. GC3.14 GC 3.14.01 Claims, Negotiations, Mediation Continuance of the Work .01 Unless the Contract has been tenninated or completed, the ContracIDr shall in every case, after serving or receiving any notification of a claim or dispute; -verbal or written, continue to proceed with the Work with due diligence and expedition. It 'is understood by the parties that such .action will not jeopardize any claim it may have. - GC 3.14.02 Record Keeping .01 Immediately upon commencing work which may result in a claim, the Contractor shall keep Daily Work Records during the course of the Work. sufficient to substantiate the Contractor's claim, and the Contract Administrator will keep Daily WOrICRecords'to'be used in'assessing-the ContraclDr's claim. all in accordance with clause GC 8.02.07. Records. .02 The Contractor and the Contract Administrator shall reconcile their respective Daily Work Records on a daily basis, to simplify review of the claim. when submitted. .03 The keeping of Daily Work Records by the Contract Administrator or the reconciling of such Daily Work Records with those of the' Contractor shall not be construed to be acceptance of the claim. GC 3.14.03 Claims Procedure .01 The Contractor shall give verbal notice of any situation which may lead to a claim for additional payment immediately upon becoming aware of the situation. .02 The Contractor shall provlde written notice in the standard fonn "Notice of Intent to Claim" within 7 Days of the commencement of any part of the Work which may be affected by the situation. 0P8 0enMI CondIllclN III ConlNCI. ......lber ttll8 "'13 .03 The Contractor shall submit detailed claims as soon as reasonably possible and in any event no later than 30 Days after completion of the work affected by the situation. The detailed claim shall: a) identify the item or items in respect of which the claim arises; b) state the grounds, contractual or otherwise, upon which the claim is made; and c) include the Records maintained by the Contractor supporting such claim. In exceptional cases the 30 Days may be increased to a maximum of 90 Days with approval in writing from th~ Contract Administrator. .04 Within 30 Days of the receipt of the Contractol's detailed claim, the Contract Administrator may request the Contractor to submit any further and other particulars as the Contract Administrator considers necessary to assess the claim. The Contractor shall submit the requested information within 30 Days of receipt of such request .05 Within 90 Days of receipt of the detailed claim, the Contract Administrator shall advise the Contractor, in writing, of the Contract Administratol's opinion with regard to the vafldity of the claim. ~. GC 3;114.04 Negotiations .~. .01 -The parties shall make all reasonable efforts to resolve their dispute by amicable negotiations and agree to provide, without prejudice, open and timely disclosure of relevant facts, information, and documents to facilitate these negotiations. .02 Should the Contractor disagree with the opinion given in paragraph GC 3.14.03.05, with respect to .,' any part of the claim, the .Contract Administrator shall enter into negotiations with the Contractor to resolve the matters in dispute. Where a negotiated setllement cannot be reached and it is agreed thai payment cannot be made on a Time and Material basis in accordance with clause GC 8.02.04, Payment on a Time and Material Basis, the parties shall proceed in accordance with clause GC 3.14.05, Mediation, or subsection GC 3.15. Engineering Arbitration. GC 3.14.05 Mediation .01 If a claim is not resolved satisfactorily through the negotiation stage noted in clause GC 3.14.04, Negotiations, within a period of 30 Days foDowing the opinion given in paragraph GC 3.14.03.05, and . the Contractor wishes to pursue the issue further, the parties may, upon rnutuaJ agreement, utilize the services of an independent third party mediator. .02 The mediator shall be mutually agreed upon by the Owner and Contractor. .03 The mediator shall be knowledgeable regarding the area of the disputed issue. The mediator shall :"~ with the parties together and separately, as necessary, to review all aspects of the issue. In a final attempt to assist the parties in resoMng the issue themselves prior to proceeding to arbitralion the mediator shall provide, without prejudice, a non-binding recommendation for selllement .04 The review by the mediator shall be compleled within 90 Days following the opinion given in paragraph GC 3.14.03.05. . .05 Each party is responsible for its own costs related to the use of the third party mediator process. The cost of the third party mediator shall be equally shared by the Owner and Contractor. GC 3.14.06 Payment .01 Payment of the claim will be made no later than 30 Days after the date of resolution of the claim or dispute. Such payment will be made according to the tenns of Section GC 8.0, Measurement and Payment "-14 OPS o.n..I Colldlllona fII ConIrU. .....-,1189 . I '. . I I I I I ! I I I I I I I I I I I I I I I I I I I I I I I I I I I I I GC 3.14.07 Rights of Both Parties .01 It is agreed that no action taken under this subsection GC 3.14. Claims. Negotiations. Mediation, by either party shall be construed as a renunciation or waiver of any of the rights or recourse available to the parties, provided that the requirements set out In this subsection are fulfilled. GC 3.15 GC 3.15.01 Engineering Arbitration Conditions for Engineering Arbitration .01 If a claim is not resolved satisfactorily through the negotiation stage noted In clause GC 3.14.04. Negotiations. or the mediation stage noted in clause GC 3.14.05, Mediation. either party may invoke the provisions 'ofsubsection GC 3;15, Engineering Artlitration, by giving written notice to the other party. .02 Notification that arbitration shall be implemented to resolve theissue"5haHbe'communicated in writing as soon as possible and 'nolaterthan"60"Days~following'1he""OPinion'''9Wen in paragraph GC 3.14.03;05. Where the use of a third party'mediator was.implemented;.notificationshall be within 120 Days of the opinion given in paragraph GC 3.14.03.05. .03 The parties shall be bound by the decision of the arbitrator. .04 The rules and procedures of the Atbitration Act. 1991. 5.0. 1991. c.17, as amended, shall apply to .any arbitration conduded. hereunder except to the . extent that . they are modified by. the express provisions of this subsection GC 3.15. Engineering Arbitration. GC 3.15.02 Arbitration Procedure .01 The following provisions are to be included In the agreement to arbitrate and are subjed only to such right of appeal' as exist where the arbitrator has exceeded 'his or her jurisdiction or have otherwise disqualified him or herself: a) All existing actions inrespedof the matters under arbitralionwill'be'stayed pending arbitration; b) All outstanding claims and matters to be settled are to be set out. in a schedule to the agreement Only such claims and matters as are In the schedule will be arbitrated; and c) Before proceeding with the arbitration. the ContradOr Shall confirm that all matters in dispute are set out in the schedule. GC 3.15.03 Appointment of Arbitrator .01 The arbitrator shall be mutually agreedupon'by1he OwnerandConbaclDr1aadjudicate the dispute. .02 Where the Owner and ConbadOr cannot agree on a sole arbitrator within 30 Days of the notification of arbitration noted In paragraph GC 3.15.01.02. the Owner and the ConbadOr shall each choose an appointee within 37 Days of the notice of arbitration. .03 The appointees shall mutually agree upon an arbitrator to adjudicate the dispute within 15 Days after the last appointee was chosen or they shall refer the matter to the Arbitration and Mediation Institute of Ontario Inc.' which will seiad an arbitrator to .adjudicate the dispute within 7 Days of being requested to do so. .04 The arbitrator shall not be interested financially In the Contract nor in either party's business and shall not be employed by either party. .05 The arbitrator may appoint Independent experts and any other persons to assist him or her. OPS _ ~ fllCanlracl........-1l188 "-15 .06 The arbitrator is not bound by the rules of evidence which govem the trial of cases in court but may hear and consider any evidence which the arbitrator considers relevant .07 The hearing will commence within 90 Days of the appointment of the arbitrator. GC 3.15.04 Costs .01 The arbitrator's fee shall be equally shared by the Owner and the Contractor. .02 The fees of any independent experts and any other persons appointed to assist the arbitrator shall be shared equally by the Owner and the Contractor. .03 The arbitration hearing shall be held in a place mutually agreed upon by both parties or in the event the parties do not agree, a site shall be chosen by the arbitrator. The cost of obtaining appropriate facilities shall be shared equally by the Owner and the Contractor. ~.~,~.- . c' .04 ' The arbitrator may, in his or her discretion, award reasonable costs, related to the arbitration. GC 3:15.05 The Decision -5;;..: .01 The reasoned decision will be made in writing within 90 Days of the condusion of the hearing. An extension of time to make a decision may be granted with consent of both parties. Payment shall be made in accordance' with dause GC 3.14.06, Payment GC3.16 Archaeological Finds .01 If the Contractor's operations expose any items which may indicate an archaeological find, such as building remains, hardware, accumulations of bones, pottery, or arrowheads, the Contractor shall immediately notify the Contract Administrator and suspend operations within the area identified by the Contract Administrator. Notification may be verbal provided that such notice is confirmed in writing within 2 Days. Work shall remain suspended within that area until otherwise directed by the Contract Administrator in writing, in accorctance with subsection GC 7.09, Suspension of Work. .02 Any delay in the completion of the Contract that is caused by such a suspension of Work will be considered to be beyond the Contractor's control in accordance with paragraph GC 3.08.01. . .03 Any work directed or authorized in connection with an archaeological find will be considered as Extra , Work in accordance with clause GC 3.11.02, Extra Work. .~ ,-,,,~.-., ',\, -, ..4"":- "-18 OPS o.n..l COlldlllol.orConlr8cl.......~_1l19V I I I I I I I I I I I I I I I I I I I I I. I I I I I I I I I I I I I I I I I GC 4.01 SECTION GC 4.0. OWNER'S RESPONSIBILmES AND RIGHTS Working Area .01 The Owner will acquire all property rights which are deemed necessary by the Owner for the construction of the Work, including temporary working easements, and will indicate the full extent of the Working Area on the Contract Drawings. ;02 The Geotechnical Report and.Subsurface Report which will be provided by the Owner as part of the tender documents shall form part of the Contract Drawings. GC 4.02 Approvals and Pennlts .01 The Owner will pay for all plumbing and building permits. .02 The Owner will obtain and pay for allpermits,licenses.and .certificates:soJeIyJequired.for Project approval . . GC 4.03 . Management and Disposition of Materials .01 . The Owner will identify in the Contract Documents the materials to be moved within or removed from the Working Area, and any characteristics' of those materials which w11l necessitate special materials management and disposition. " .. '.02InaccorilanceWithi'eljulations under the OCCUpational Healthand'SafetyAct; R;S,O. .1990;c.O.1,. as amended, the Owner advises that a) the designated substances silica, lead and arsenic are generally present throughout the Working Area occurring naturally or as a result of vehicle emissions: b) the designated substance asbestos is present In asbestos conduits for utilities; c)' the 'following' hazardous 'materials are ,ordinarily present in construction; activities:'limestone, gypsum, marble, mica and Portland cement; and d) exposure '10 these substances may .occur as'a result of activities by the Contractor such as sweeping, grinding, crushing,driRing, blasting; cutting and abrasive blasting. .03 The Owner will identify in the Contract. Documents any designated substances or hazardous materials other than those identified above and their location in the Working Area. .04 If the Owner or eouhaGto. discovers oris advised.of,the'presence:.of.designatedsubstances or hazardous. materials which are in addition to those listed. in .paragraph' GC. 4.03.02, or not dearly identified in the Contract'Documentsaccording'1o;paragraph.OO'4;c}3:03,-,.then;.verbalnotice win be provided to the other party immediately with written confirmation within '2 Days. The Contractor will stop wolI< in the area 'immediately and will determine the necessary steps required to complete the work in accordance with applicable legislation and regulation. .05 The Owner will' be responsible for any reasonable' additional costs of removing, managing and disposing of any material' not identified in the Contract Documents, or where conditions exist that could not have been reasonably foreseen at the time of tendering. All work under this paragraph shall be deemed to be Extra Work. .06 Prior to commencement of the Work, the Owner will provide to the Contractor a list of those products controlled under the Workplaoe Hazardous Materials Information. System or WHMIS. which the Owner will supply or use on the Contract, together with copies of the Matertals Safety Data Sheels for these products. All containers used In the application of products controlled under WHMIS shan be labelled. The Owner will notify the Contractor In wrttlng of changes to the Hst and provide relevant Matertal Safety Data SheeIs. OP8GennlCond_c1Co1*11ct.~_l_ ~17 GC 4.04 Construction Affecting Railway Property .01 The Owner will pay the costs of all flagging and other traffic control measures required and provided by the railway company unless such costs are solely a function of the Contractor's chosen method of completing the Work. GC 4.05 Default by the Contractor .01 The Contractor shall be in default of the Contract if, a) the Contractor fails to commence the Work or execute the Work properly or otherwise fails to comply with the requirements of the Contract to a substantial degree; or b) if the Contractor is adjudged bankrupt or makes a general assignment for the benefit of creditors because of insolvency or if a receiver is appointed because of insolvency. GC.4,96 Notifjcation of Default ;-~_:~~^ .01."ithe Owner will give written notice of a default to the Contractor as soon as the Owner becomes aware of the alleged default but failure to give such notice in a timely way shall not constitute condonation of the default The notice will include instructions to correct the default within 5 Working Days. GC 4.07 Contractor's Right to Correct a Default .01 The Contractor shall have the right within the 5 full Working Days following the receipt of a notice of default to correct the default and provide the Owner with satisfactory proof that appropriate corrective measures have been taken. .02 If the correction of the default cannot be completed within the 5 full Working Days following receipt of the notice, the Contractor shall not be in default if the Contractor, a) commences the correction of the default within the 5 full Working Days following receipt of the notice: b) provides the Owner with an acceptable schedule for the progress of such correction; and c) completes the correction in accordance with such schedule. GC 4.08 Owner's Right to Correct Default .01 If the Contractor fails to correct the default within the time specified in subsection GC 4.07, ,,:€pntractor's Right to Correct a Default, or subsequently agreed upon, the Owner, without prejudice to ",a.tly other right or remedy the Owner may have, may correct such default and deduct the cost thereof, as certified by the Contract Administrator, from any payment then or lhereafIer due to the Contractor. GC 4.09 Tenninatlon of Contractor's Right to Continue the Work .01 Where the Contractor fails to correct a default within the time specified in subsection GC 4.07, Contractor's Right to Correct a Default, or subsequenUy agreed upon, the Owner, without prejudice to any other right or remedy the Owner may have, may terminate the Contractor's right to continue the Work in whole or in part by giving written notice to the Contractor. .02 If the Owner temninates the Contractor's right to continue with the Work In whole or in part, the Owner will be entitled to, a) take possession of the Working Area or that portion of the Working Area devoted to that part of the Work temninated; b) utilize the equipment of the Contractor and any MaterIal within the Working Area which Is Intended to be Incorporated into the Work, the whole subject to the right of third parties; c) withhold further payments to the Contractor with respect to the Work or the portion of the Work withdrawn from the Contractor unllllhe Work or portion thereof withdrawn Is completed; "-1. 0P8 o.n..t CandIlIanI tit ConII8d. ........_ll1lll1 I I 'I I I I I I I I I I I' I I I I I I I I I I I I I I I I I I I I I I I I I d) charge the Contractor the additional cost over the Contract price of completing the Work or portion thereof withdrawn from the Contractor, as certified by the Contract Administrator and any additional compensation paid to the Contract Administrator tor such additional service arising from the correction of the default; e) charge the Contractor a reasonable allowance, as determined by the Contract Administrator, to cover correction to the Work pertormed by the Contractor that may be required under subsection GC 7.15, Warranty; 1) charge the Contractor for any damages the Owner may have sustained as a result of the default; and g) charge the Contractor the amount by which the cost of corrections to the Work under subsection GC 7.15, Warranty, exceeds the allowance provided for such corrections. GC4.10 Final Payment to Contractor .01 If the Owner's cost to correct and complete:theWorkin.whole or inparUs.1ess than the amount withheld from the Contractor under subsection 'GC4.09;Termination.of..:pontractor's Right to Continue the Work,' the Owner will pay the'balance.to1he'Contractor'asso<in'as the final accounting for the Contract is complete. GC4.11 Tenninatlon of the Contract .01 Where the Contractor is in default of the Contract the OWner may. without prejudice to any other right Dr remedy the Owner may have, 1erminatethe Contract by givingwritlen notice of termination to the ..Contractor, the Surety and 'any trustee 'or receiver acting on behalf of ' the Contractor's. estate or creditors. .02 if the Owner elects to terminate the Contract the Owner will provide the Contractor and the trustee or receiver with a complete accounting to the date of termination. GC4.12 Continuation of Contractor's Obligations .01 The Contractor's' obligation under the Contract as toquaiity; correction and warranty of the Work performed prior to the time of termination of the Contract or termination of the Contractor's light to continue with the Work in whole or in part shall continue to be in force after such termination. GC 4.13 Use of.Pertonnance Bond .01 If the Contractor is in default of the Contract and the Contractor'has'provideda Performance Bond, the provisions of this Section shall be exercised' in accordance with the conditions of the Performance Bonet. -. 0P8 0enerII1 Condlllona of Cor*N. 8epIIol._'1I88 ,,-'11 SECTION GC 5.0 - MATERIAL GC 5.01 Supply of Material .01 All Material necessary for the proper completion of the Work, except that listed as being supplied by the Owner, shall be supplied by the Contractor. The Contract price for the appropriate tender items shall be deemed to include full compensation for the supply of such Material. GC 5.02 Quality of Material .01 All Material supplied by the Contractor shall be new or unless otherwise specified in the Contract Documents. .02 Material supplied by the Contractor shall conform to the requirements of the Contract .03 . Ai. specified or as requested by the Contract Administrator, the COntractor shall make available for >~pection or testing a sample of any Material to be supplied by the Contraclor. " -- ......,..., .04 jThe COntractor shall obtain for the Contract Administrator the right to enter upon the premises of the Material manufacturer or supplier to carry out such inspection, sampling and testing as specified or a . requested by the Contract Administrator. .05 The COntractor shall notify the COntract Adminil>bdtu. of the sources of supply sufficiently in advance of the Material shipping dates to enable the COntract Administrator to perform the required inspection, "'sampling and testing. .06 The Owner will not be responsible for any delays to the Contractor's operations where the Contractor fails to give sufficient advance notice to the Contract Administrator to enable the Contract Administrator to carry out the required inspection, sampling and testing before the scheduled shipping date. "'..; .07 The Contractor shall not change the source of supply of any Material without the written authorization of the Contract Administrator. .08 Material which is not specified shall be of a quality best suited to the purpose required and the uSe of such Material shall be subject to the approval of the Contract Administrator. GC 5-9l. Rejected Material .01 R;J"ected Material shall be removed from the Working Area expeditiously after the notification to that e(fect from the Contract Administrator. Where the Contractor fails to comply with such notice the COntract Administrator may cause the rejected Material to be removed from the Working Area and disposed of in what the Contract Administrator considers to be the most appropriate manner and the COntractor shall pay the costs of disposal and the appropriate overhead charges. GC 5.04 Substitutions .01 Where the specifications require the COntractor to supply a Material designated by a trade or other name, the Tender shall be based only upon supply of the Material so designated, which shall be regarded as the standard of quality required by the specification. After the acceptance of the Tender, the Contractor may apply to the Contract Administrator to substitute another Material Identified by a different trade or other name for the Material designated as aforesaid. The application shall be in writing and shall state the price for the proposed substitute Material designated as aforesaid, and such other information as the Contract Administrator may require. "- 20 OPS Gennl ColIClllloo. at Conncl- 8epIeI,_'"" I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I .02 Rulings on a proposed substitution will not be made prior to the acceptance of the Tender. Substitutions shall not be made without the prior approval of the Contract Administrator. The approval or rejection of a. proposed substitution will be made at the discretion of the Contract Administrator. .03 . If the proposed substitution is approved by the Contract Administrator, the Contractor shall be entitled to the first $1000 of the aggregate saving in cost by reason of such substitution and to 50% of any additional saving in cost in excess of such $1000. Each such approval shall be conveyed to the , Contractor in writing or by issuance of a Certificate of Equality on the Owner's standard form of .Certification of Equality"' and, if any adjustment to the Contract price. is made by reason of such substitution a Change Order shall be issued as well. GC 5.05 GC 5.05.01 Owner Supplied Material Ordering of Excess Material .01 Where Material is supplied by the OWner'and where .thisMateriaHs~on:lered,1ly the Contractor in excess of the amount specified to complete the Work;;:such;:excess...Material shall become the property of the Contractor on completion of the Work and shall be charged to the Contractor at cost plus applicable overheads. GC 5.05.02 Care of Material .01 .TheContractorshaU, in advance of receipt of shipments of Materialsupplied by theOwner,provide , adequate and proper storage facilities acceptable to the Contract Administrator, and on the receipt of ' such Material shall promptly place it in storage except where it is to be incorporated forthwith into the Work. .02 The Contractor shall be responsible for acceptance of Material supplied by the OWner, at the specified delivery point and for its safe handling and storage. If such Material is damaged while under. the control of the Contractor it shall be replaced or repaired by the Contractor at no expense to the OWner, and, to the satisfaction of the Contract Administrator; If such Materialls rejected by the Contract Administrator for reasons which are not the fault of the. Contractor it shall remain in the care and at the risk of the Contractor until its disposition has been determined by the Contract Administrator. .03 Where Material supplied by the Owner arrives at the delivery point in a damaged condition or where there are discrepancies between the quantities received'and.1:he .'quantiliesshown on the bills of lading, the Contractor shall immediately, report such damage or discrepancies to the Contract Administrator who shall arrange for an':immediate"lnspec!ion :of.:the~shipment and provide the Contractor with a written release from responsibility for such damage or''deficiencies. Where damage or deficiencies are not so reported it will be assumed that the shipment arrived in good order and any damage or deficiencies reported thereafter shall be made good by the Contractor at no extra cost to the Owner. .04 The full amount of Material supplied by the Owner in each shipment shall be accounted for by the Contractor and such Material shall be at the risk of the Contractor after taking delivery. Such Material shall not, except with the written permission of the Contract Administrator, be used by the Contractor for purposes other than the performance of the Work under the Contract. .05 Empty reels, crates, containers and other type of packaging from Material supplied by the Owner shall become the property of the Contractor when they are no longer required for their original purpose and shall be disposed of by the Contractor unless otherwise specified in the Contract Documents. OPSOene"'CoI_.dI~.81~1 ,"""1889 Pege 21 .06 The Contractor shall provide the Contract Administrator, immediately upon receipt of each shipmen~ copies of bills of lading, or such other documentation the Contract Administrator may require to substantiate and reconcile the quantities of Material received. .07 Where Material supplied by the Owner is ordered and stockpiled prior to the award of the Contract, the Contractor shall, at no extra cost to the Owner, immediately upon commencement of operations, check the Material. report any damage or deficiencies to the Contract Administrator and take charge of the Material at the stockpile site. Where damage or deficiencies are not so recorded by the Contractor it shall be assumed that the stockpile was in good order when the Contractor took charge of it and any damage or deficiencies reported thereafter shall be made good by the Contractor at no extra cost to the Owner. ~:t--- .....J - -......." .,+ ;~:>", "- 22 0P8 GennI Cond_ dConlracl. Sepl8mbet,_ .. I '). . I . . . I I . I I I I I I I I I I I I I I I I I I I I I I I I I I I SECTION GC 6.0 -INSURANCE, PROTECTION AND DAMAGE GC 6.01 Protection of Work, Persons and Property .01 The Contractor, the Contracto(s agents and all workers employed by or under the control of the Contractor, including Subcontractors, shall protect the Work, persons and property from damage or injury, and shall be responsible for all losses and damage which may arise as the result of the Contracto(s operations under the Contract unless indicated to the oontrary below. ;02' The Contractor is responsible for the full cost of any necessary temporary provisions and the restoration of all damage where the Contractor damages the Work or property in the performance of the Contract. If the Contractor is not responsible for the damage that occurs to the Work or property the Contractor shall restore such damage, and such work shall be administered according to these General Conditions. .03 The Contractor shall immediately informthe~ContractAdministratorofall"damage and injuries which occur during the term of the Contract. .04 The Contractor shan not be responsible for loss and damage1hat occurs as a result of, a) war; b) blockades and civil commotions; c) errors in the Contract Documents; or d) acts or omissions of the OWner, the Contract Administrator, theiragents and employ~or,others not under the control of the Contractor, but within the Working Area with the OWne(s permission. .05 The Contractor and his Surety or Sureties shall not be released from any term or provision of any responsibility. obligation or liability under the Contract or waive or impair any of the rights of the OWner except by a release duly executed by the Owner. GC 6.02 Indemnification .01 The Contractor shall indemnify and hold harmless the OWner and theContracl Admir1il.bator, their agents, officers' and employees from and against all claims, demands, losses, expenses" costs, damages, actions, suits or proceedings by third parties, hereinafter called "claims", directly or indirectly arising or alleged to arise out of the performance of or the failure to perform the Work, provided such claims are, a) attributable to bodily injury, sickness, disease. or death or to damage to or destruction of tangible property; b) caused by negligent acts or omissions of the'Contractor or anyone:for.whose acts the Contractor may be liable; and c) made in writing within a period of 6 years from the date of Substantial'Performance of the Work as set out in the Certificate of Substantial Performance of the Work or, where so specified in the Contract from the date of certification of Final Acceptance. .02 The Contractor shall indemnify and hold harmless the OWner from all and every claim for damages. royalties or fees for the infringement of any patented invention or copyright occasioned by the Contractor in connection with the Work performed or Material fumished by the Contractor under the Contract., .03 The Owner expressly waives the right to indemnity for claims other than those stated above in paragraphs GC 6.02.01 and GC 6.02.02. .04 The OWner shall Indemnify and hold harmless the Contractor. his agents, officers and employees from and against all claims. demands, losses, expenses, Costs, damages, actions, suits, or proceedings arising out of the Contractor's performance of the Contract which are attributable to a lack of or defect In tlUe or an alleged lack of or defect In tlUe to the Working Area. OP80e.....ICond_"'~-81~11_ t8lKl ... 23 .05 The Contractor expressly waives the right to indemnity for claims other than those stated above in paragraph GC 6.02.04. GC 6.03 GC 6.03.01 Contractor's Insurance General .01 Without restricting the generality of subsection GC 6.02, Indemnification, the Contractor shall provide, maintain and pay for the insurance coverages listed under clauses GC 6.03.02 and GC 6.03.03. Insurance coverage in clauses GC 6.03.04, GC 6.03.05 and GC 6.03.06 will only apply when so specified in the Contract Documents. GC 6.03.02 General liability Insurance ,;.." .01 General liability insurance shall be in the name of the Contractor, with the Owner and the Contract , ~~rninistrator named as additional insureds, with limits of not less than 5 million:dollars inclusive per ~rrence for bodily injury, death, and damage to property including loss ot use thereof, with a .p,Wperty damage deductible of not more than $5000. The form of this inSurance shall be the l.gsurance Bureau of Canada Form IBC 2100, dated 8-87. . .02i'Another form of insurance equal to or better than that required in IBC Form 2100 may be used, provided all the requirements listed in the Contract are included. Approval of this insurance will be conditional upon the Contractor obtaining the services of an insurer ficensed to underwrite insurance in the Province of Ontario and obtaining the insurer's certificate of equivalency to the required insurance. ". .03 The insurance shall be maintained continuously from the commencement of the Work urrtJ112 months following the date of Substantial Performance of the Work, as set out in the Certificate of Substantial Performance of the Work, or until the Final Acceptance Certificate is issued, whichever is later, and with respect to completed operations coverage for a period of not less than 24 months from the date of Final Acceptance of the Work as set out in the Fmal Acceptance Certificate, and thereafter to be maintained for a further period of 4 years. .04, The Contractor shan submit annually to the Owner, proof of continuation of the completed operations coverage and if the Contractor fails to do so, the fimitation period for claiming indemnity described in paragraph GC 6.02.01 c), will not be binding on the Owner. .05 Should the Contractor decide not to employ Subcontractors for operations requiring the use of elgJlosives for blasting, or pile driving or caisson work, or removal or weakening of support of property b"Uilding or land, IBC Form 2100 as required shall include the appropriate endorsements. ffl,- 'tI::.'.r .06 The policies shall be endorsed to provide the Owner with not less than 30 Days' written notice in advance of cancellation, change or amendment restricting coverage. .07 "Claims Made" insurance policies will !lot be permitted. GC 6.03.03 Automobile Uablllty Insurance .01 Automobile liability Insurance in respect of licensed vehicles shall have limits of not less than 5 million . dollars,inclusive per occurrence for bodily Injury, death and damage to property, in the following forms endorsed to provide the Owner with not less than 30 Days' written notice in advance of any cancellation, change or amendment restricling coverage: a) standard nOlH)WJled automoblle policy including standard contractual liability endorsement, and b) standard owner's form automoblle policy providing third party liability and accldenl benefits insurance and covering licensed vehicles owned or operated by the Contractor. "- 24 OPS o.nor.l eo.ldIlol.d ConIracI- Se,AlO.- 1_ .. '. . . . I . I . . I . I . . . I I I I I I I I I I I I I I I I I I I I I I GC 6.03.04 Aircraft and Watercraft liability Insurance .01 Aircraft and watercraft liability insurance with respect to owned or l10IKlWlled aircraft and watercraft if used direclly orindireclly in the performance of the Work. induding use of additional premises, shall be subject to limits of not less than 5 million dollars indusive per occurrence for bodily injury, death, and damage to property including loss of use thereof, and limits of not less than 5 million dollars for aircraft passenger hazard. . Such insurance shall be in a form acceptable to the Owner. The policies shan be endorsed to provide the Owner with not less than 30 Days' written notice in advance of cancenation, change or amendment restricting coverage. GC 6.03.05 GC 6,03.05.01 Property and Boller Insurance Property Insurance , .01" All risks property insurance shall be in the name of the,Contractor+.withJhe.owner,and the Contract Administrator named as additional insureds, insuring 'not,:less than"the:sum'Of the ,amount of the Contract price. and the. fun value, as may ,.be, stated-in ,the..5upplemental;Ge/leraL.Conditions, of . Material that is specified to be provided :by;the"Owner;':for.:.incorporation~jntothe,Work,with.a deductible not exceeding 1% of the amount insured at the site of the Work. This insurance shall be in .., a form acceptable to the Owner and shaUbe maintained continuously until.10 Days.after.the date of Final Acceptance of the Work, as set out in the FIII8l Acceptance Certificate. . GC 6.03.05.02 Boller Insurance . '.01 'Boller insurance insuring'the interests of the Contractor, the Owner:and the Contract Administrator for not less than the replacement value of boilers and pressure vessels forming part of the Work, shall be in a form acceptable to the Owner, This insurance 'shall be maintained continuously from commencement of use or operation of the property insured until 10 Days after the date of Final Acceptance of the Work, as set out in the Final Acceptance Certificate. GC 6.03.05;03 ' .. Use and Occupancy of theWork'Prior to Completion .01 Should the Owner wish to use or occupy part or all of the Work prior,to SUbstantial Performance, the Owner will give 30 Days'written notice to the'Contractor of the, intended purpose and extent of such use or occupancy. Prior to such use or occiJpancy the Contractor shall notify the Owner in writing of the additional premium cost, if any, to maintain property and boiler insurance, which shall be at the Owner's expense. If because of such use or occupancy' the Contractor is unable to provide coverage, the Owner upon written notice from the.Contractor'and priorJo:sucb, use .or, occupancy shan provide, maintain and pay for property and boiler, insurance insuring Ihe,full value of the Work, induding coverage for such use or occupancy, and shall, provide the 'Contractor with proof of such insurance. 'The Contractor shan refund to the Owner the unearned ,premiums applicable to the Contractor's policies upon termination of coverage. .02 The policies shall provide that, in the event of a loss or damage, payment shall be made to the Owner and the Contractor as their respective interests may appear. The Contractor shall act on behalf of both the Owner and the Contractor for the purpose of adjusting the amount of such loss or damage payment with the insurers. When the extent of the loss or damage Is determined the Contractor shan proceed to restore the Work. Loss or.clamage shan not affect the rights and Obligations of either party under the Contract except that the Contractor shan be entitled to such reasonable extension of Contract Time relative to the extent of the loss or damage as the Contract Administrator may decide in consultation with the Contractor. 0P8 Gene'" Cooldltlone <If ~ .llepll....... 1_ PogeZ6 GC 6.03.05.04 Payment for Loss or Damage .01 The Contractor shall be entitled to receive from the Owner, in addition to the amount due under the Contract, the amount at which the Owner's interest in restoration of the Work has been appraised, such amount to be paid as the restoration of the Work proceeds and in accordance with the requirements of Section GC 8.0, Measurement and Paymenl In addition the Contractor shall be entiUed to receive from the payments made by the insurers the amount of the Contractor's interest in the restoration of the Work. .02 The Contractor shall be responsible for deductible amounts under the poncies except where such amounts may be excluded from the Contractor's responsibUity by the terms of this Contract. .03 In the event of a loss or damage to the Work arising from the action or omission of the Owner or others, the Owner shall pay the Contractor the cost of restoring the Work as the restoration of the Work Proceeds and in accordance with the requirements of Section GC 8.0, Measurement and Payment GC 6.03.06 Contractor's Equipment Insurance .01 All risks Contractor's eqUipment insurance covering construction machinely and equipment used by the Contractor for the perfonnance of the Work, including boiler insurance on temporary boilers and pressure vessels, shall be in a form acceptable to the Owner and shall not aHow subrogation claims by the insurer against the Owner. The policies shall be endorsed to provide the Owner with not less than 30 Days' written notice in advance of cancellation, change or amendment restricting coverage Subject to satisfactory proof of financial capabUity by the Contractor for self-insurance of the Contractor's Equipment, the Owner agrees to waive the equipment Insurance requirement, and for the purpose of this Contract, the Contractor shall be deemed to be insured. This policy shall be amended to provide permission for the Contractor to grant.prior releases with respect to damage to the Contractor's Equipment GC 6.03.07 Insurance Requirements and Duration .01 Unless specified otherwise the duration of each insurance policy shall be from the date of commencement of the Work until 10 Days after the date of Final Acceptance of the Work, as set out in the Final Acceptance Certificate. .02 The Contractor shall provide the Owner, on a form acceptable to the Owner, proof of insurance prior to commencement of the Work, and signed by an officer of the Contractor and either the underwriter or the broker. .03 The Contractor shall, on request, prompUy provide the Owner with a certified true copy of each insurance porlC)' exclusive of information pertaining to premium or premium bases used by the insurer to determine the cost of the insurance. The certified true copy shall include a signature by an officer of the Contractor and in addition, a signature by an officer of the Insurer or the underwriter or the broker. .04 Where a policy is renewed the Contractor shall provide the Owner, on a form acceptable to the Owner, renewed proof of insurance immediately following completion of renewal. .05 Unless spectfied otherwise the Contractor shall be responsible for the payment of deductible amounts under the policies. .06 If the Contractor fails to provide or maintain insurance as required In subsection GC 6.03, Contractor's Insurance, or elsewhere In the Contract Documents, then the Owner will have the right to provide and maintain such Insurance and give evidence thereof to the Contractor. The Owner's cost thereof shall be payable by the Contractor to the Owner on demand. Pege 28 OPS o.n...t Condlllona afConnct. 8Ipl...-1_ .11 I I I I I I I I .. I I I I I I I I I I I I I I I I I I I I I I I I I I I I .07 If the Contractor fails to pay the cost of the insurance placed by the Owner within 30 Days of the date on which the Owner made a formal demand for reimbursement of such costs the Owner may deduct the costs thereof from monies which are due or may become due to the Contractor. GC 6.04 Bonding .01 The Contractor shall provide the Owner with the surety bonds in the amount required by the tender documents. ;02 SUch bonds shall be issued by"a duly licensed surety company authorized to transact a business of suretyship in the Province of Ontario and shall be maintained in good standing until the fulfilment of the Contract 'OPSae-.J Condlllonaol~.~,_1_ Pege 27 SECTION GC 7.0 - CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE WORK GC 7.01 General .01 The Contractor warrants that the site of the Work has been visited during the preparation of the Tender and the character of the Work and all local conditions which may affect the performance of the Work are known. ~#i: .02 The Contractor shall not commence the Work nor deliver anything to the Working Area until the . Contractor has received a written order to commence the Work. signed by the Contract Administrator. .03 The Contractor shall have complete control of the Work and shall effectively direct and supervise the Work so as to ensure conformity with the Contract Documents. The Contractor shall be responsible for construction means, methods, techniques, sequences and procedures and for coordinating the various parts of the Work. '~~'A~ .04 The Contractor shall have the sole responsibility for the design, erection, operation, maintenance and .''!lploval of temporary structures and other temporary facilities and the design and execution of ".c cOnstruction methods required in their use. 't>",\ -.'. .~ .05 '.Notwithstanding paragraph GC 7.01.04, where the Contract Documents include designs for temporary structures and other temporary facilities or specify a method of construction in whole or part, such facilities and methods shall be considered to be part of the design of the WOII<, and the Contractor shall not, be held responsible for that part of the design or the specified method of construction. The Contractor shall, however, be responsible for the execution of such design or specified method of construction in the same manner that the Contractor is responsible for the execution of the Work. .06 The Contractor shall execute the terms of the Contract in strict compliance with the requirements of the Occupational Health and Safety Act, R.S.O. 1990, c.O.1 (the "Acl") and Ontario Regulation 213191 (which regulates Construction Projects) and any other regulations under the Act (the "Regulationsj which may affect the performance of the WOII<, as the "constructor" or "employer", as defined by the Act. as the case may be. The Contractor shall ensure that a) worker safety is given first priority in planning, pricing and performing the Work; b) its officers and supervisory employees have a working knowiedge of the du1ies of a "constructor" and "employer" as defined by the Act and the provisions of the Regulations applicable to the Work, and a personal commitment to comply with them; c)" a copy of the most current version of the Act and the Regulations are available at the Contractor's ,office within the Working Area, or, in the absence of an office, in the possession of the supervisor ,:jresponsible for the performance of the Work; .. . . d):workers employed to carry ou1 the Work possess the knowledge, skills and protective deVices , "required by law or recommended for use by a recognized industry association to allow them to work in safety; e) its supervisory employees carry ou1 their duties in a diligent and responsible manner with due consideration for the health and safety of the workers; and f) all Subcontractors and their employees are properly protected from injury while they are at the work place. .07 The Contractor when requested shall provide the OWner with a copy of Its health and safety policy and program at the pre-start meeting, and shall respond promptly to requests from the Owner for confirmation that Its methods and procedures for carrying ou1 the Work comply with the Act and Regulations. The Contractor shall cooperate with representatives of the Owner and inspectors appointed to enforce the Act and the Regulations in any Investigations of worker health and safety in the performance of the Work. The Contractor shall indemnify and save the Owner harmless from any additional expense which the Owner may Incur to have the Work performed as a result of the Contractol's failure to comply with the requirements of the Act and the Regulations. P8ge 28 0P8 0ellIf8I COlldlllcwla al.~. BL~"'llb6r 1899 ,. I '. I I I I I I '. I I I . . I I I I I I I I I I I I I I I I I I I I I I I I I il I .08 Prior to commencement of the Work the Contractor shall provide to the Contract Administrator a list of those products controUed under the Workplace Hazardous Materials Infonnation System or WHMIS. which the Contractor expects to use on the Contract Related Materials Safety Data Sheets shall accompany the submission. All containers used in the application of products controlled under WHMIS shall be labelled. The Contractor shall notify the Contractor Administrator of changes in writing and provide relevant Material Safety Data Sheets. .09 The Contractor shall have an authorized representative on the site whUe any work is being performed, to act for or orr the Contractor's behalf. Prior to commencement of construction, the Contractor shall . notify the Contract Administrator of the names;- addresses.. positions and telephone numbers of. the Contractor's representatives who can be contacted at any time to deal with matters relating to the Contract. . .10 The Contractor'shall,"at no.8dditional cost to the Owner, fumish all reasonable aid.. facilities and . assistance' required. by the Contract Administrator ,for 1he1l'Oper. inspection ,and examination of the Work or the'taking of measurements forthe'purpose;of,paymenl " .11 The Contractor shall prepare, and update as required, a.coostrucIion:scheduIe1ndicating the timing of the major and critical activities of the WorlvThe schedule'shall be designed to ensure conformity with the specified Contract lime. The schedule shall be submitted. to the Contract Adm.inistrator within 14 Days from the date of the contract award. ' . .12 Where the Contractor finds any error, inconsistency or omission relating to the . Contract, the " Contractor'shan prompUy.reportit to the Contract Administrator and shall not proceed with the activity affected until receiving direction from the Contract Administrator. .13 The Contractor shall arrange with the appropriate utility authorities for the stake out of all underground utilities and service connections which may be affected by the Work. The Contractor shall be responsible for any damage done to the underground utilities by the Contractor's forces during construction . if the stake out locations are within .the tolerances given in' paragraph GC 2.01.01 a). GC7.02 Layout .01 . Prior to commencement of construction. the Contract Administrator and the Contractor will locate on site those property bars, baselines and benchmarks which are necessary to delineate the Working Area and to lay out the Work, all as shown on the Contract Drawings. .02 The Contractor shall be responsible ferthe.preservation of allproperty-barS~while the Work is in progress, except those property barswhich'mustberemoved..toJacilitate::.the Work. Any other property bars distilrbed, damaged or removed by the Contractor's operations shall be replaced by an Ontario Land Surveyor, at the Contractor's expense. .03 At. no extra cost to the Owner, the Contractor shall provide the Contract Administrator with such materials and devices as may be necessary to layout the baselinE! and benchmarks, and as may be necessary for the inspection of the Work. .04 The Contractor shall provide qualified personnel to lay out end establish all lines and grades necessary for construction. The Contractor shall notify the Contract Administrator of any layout work carried out, so that the same may be checked by the Contract Administrator. .05 The Contractor shall Install and maintain substantial alignment markers and secondary benchmarks as may be required for the proper execution of the Work. The Contractor shall supply one copy of all alignment and grade sheets to the Contract Administrator. . OPS o.ner.I CoIldl1101oa of ecnr.ct. ........_ 1_ "- 211 .06 The Contractor shall assume full responsibility for alignment elevations and dimensions of each and all parts of the Work, regardless of whether the Contractor's layout work has been checked by the Contract Administrator. .07 All stakes, marks and reference points provided by the Contract Administrator shall be carefully preserved by the Contractor. In the case of their destruction or removal as a resutt of the Contractor's operations, such stakes, marks and reference points wl1l be replaced by the Contract Administrator at the Contractor's expense. "":.:......,. GC7.o3 Damage by Vehicles or other Equipment .01 If at any time, in the opinion of the Contract Administrator, damage is being done or is likely to be. .. done to any Roadway or any improvement thereon, outside the Working Area, by the Contractor's . vehicles or other equipment whether licensed or unlicensed equipment the Contractor shall, on the direction of the Contract Administrator, and at no extra cost to the Owner,' make changes or :.s,'fibstitutions for such vehicles or equipment, and shall atter loadings, or in Some other manner, '.nll)1ove the cause of such damage to the satisfaction of the Contract Administrator. ".;0;0<" GC 7.ll4 Excess Loading of Motor Vehicles .01 "Where a vehide is hauling Material for use on the Work, in whole or In part upon a Highway, and where motor vehicle registration is required for such vehide, the Contractor shall not cause or permit such vehicle to be loaded beyond the legal limit specified in the Highway Traffic Act, R.S.O. 1990, c.H.8, as amended, whether such vehicle is registered in the name of the Contractor or otherwise, ~except where there are designated areas within the Working Area where overloading is permitted. The Contractor shall bear the onus of weighing disputed loads. GC 7.05 Condition of the Working Area .01 The Contractor shall maintain the Working Area in a tidy condition and free from the accumulation of debris, other than that caused by the Owner or others. GC 7.06 Maintaining Roadways and Detours .01 Where an existing Roadway is affected by construction, It shall be kept open to traffic, and the Contractor shall, except as otherwise provided in this subsection, be responsible for providing and maintaining for the duration of the Work. a road through the Working Area, whether along an existing Highway, Induding the road under construction, or on detours within or adjacent to the Highway, in accordance with the MUTCD. .02WContractor shall not be required to maintain a road through the Working ~ until such time as lhe Contractor has commenced operations or during seasonal shut down or on any part of the Contract that has been accepted in accordance with these General Conditions. The Contractor shall not be required to apply deicing chemicals or abrasives or carry out snowplowing. .03 Where localized and separated sections of the Highway only are affected by the Contractor's operations, the Contractor will not be required to maintain intervening sections of the Highway until such times as these sections are located within the fimits of the Highway affected by the Contractor's general operations under the Contract. .04 Where the Contract Documents provide for or the Contract Administrator requires detours at specific locations, payment for the construction of the detours. and if required, for the subsequent removal of the detours, will be made at the Contract prices appropriate to such work. P8ge :so 0P8 0e0lMl CondlIIono fIf Conlncl- 8eplo.,_1_ .. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I .05 The Contractor shall maintain, in a satisfactory condition for traffic, a road through the Working Area, at the Owner's expense. The road through the Working Area will include any detour constructed in accordance with the Contract Documents or required by the Contract Administrator. Compensation for all labour, equipment and materials to do this work shall be at the Contract prices appropriate to the work and, where there are no such prices, at negotiated prices. Notwithstanding the foregoing, the cost of blading required to maintain the surface of such roads and detours shall be deemed to be included in the prices bid for the various tender items and no additional payment will be made. ',06' . Where work under the .Contract is discontinued for any extended period including seasonal shutdown, .the Contractor shall, when directed by the Contract Administrator, open and place the. Roadway and detours in a passable, safe and satisfactory condition for public traveL .07 Where the Contractor constructs a detour which is not specifically provided for in the Contract Documents; or required by the Contract Administrator, the construction of the detour and, if required, the subsequent removal shall beperformed:.atthe:.Contraclor's ~se.:..The detour shall be constructed and maintained to 'struCtural' 'al'l(Cgeometric.standallls:'?!l~ by .the Contract . Administrator. Removal and site restoraliOn,$hall,.;be,performed;:as.;:dir:ected by the Contract Administrator. ;08 . Where, with the prior written approval of the Contract Administrator, the. Highway is closed and the 'traffic diverted entirely off the Highway to any other HighWay, the Contractor shall, at no extra cost to . the Owner; supply, 'erect and maintain'traffic control devices in acconlance with the MUTCD. .09 Compfl8nce with the foregoing provisions shallln no way relieilethe Contractor of obligations under , . subsedionGC'6;01;'Protection 'of Work, Persons 'and "Property, dealing. with the Contractor's responsibility for damage claims, except for claims arising on sections of Highway within the Working Area that are being maintained by others. GC 7.07 Access to Properties Adjoining the Work and Interruption of Utility Services .01 The Contractor shall provide at all times, and at no extra cost to the Owner, a) adequate pedestrian and vehicular access; and b) continuity of Utility services to properties adjoining the Working Area. .02 The Contractor shall provide at all times and at no extra cost to the Owner access to fire hydrants, and water and gas valves located in the Working Area .03 Where any intenuptions in the supply of. Utility services' are 'requiredcand,are authorized by the Contract Administrator, the Contractor shall give the affected property owners notice in accordance with subsection GC 7.11, Notices by the Contractor, and shall arrange such intenuptions so as to create a minimum of interference to those affected. GC 7.08 Approvals and Permits .01 Except as speclfied in subsection GC 4.02, Approval and Permits, the Contractor shall obtain and pay for any permits, licenses" and certificates which at the date of tender closing, are required for the performance of the Work. .02 The Contractor shall arrange for all necessary inspections required by the approvals and permits specified in paragraph GC 7.08.01. OPS 0.-.1 CondllkM. ofConnd.lIeplt.,lbeI1. P-ve31 GC 7.09 Suspension of Work .01 The Contractor shall, upon written notice from the Contract Administrator, discontinue or delay any or all of the Work and work shall not be resumed until the Contract Administrator so directs in writing. Delays, in ,these circumstanoes, will be administered according to subsection GC 3.08, Delays. GC 7.10 Contractor's Right to Stop the Work or Terminate the Contract ,."... .01. If the Owner is adjudged bankrupt or makes a general assignment for the benefit of creditors because ." of insolvency or if a receiver is appointed because of insolvency, the Contractor may, without prejudice to any other right or remedy the Contractor may have, by giving the Owner or receiver or trustee in bankruptcy written notice, terminate the Contract. .02' If the Work is stopped or otherwise delayed for a period of 30 Days or more under an order of a court or other public authority and provided that such order was not issued as the result of an act or fault of . ','~Contractor or of anyone directly employed or engaged by the Contractor,,,the Contractor may, c'@hotJ~ prejudice to any other right or remedy the Contractor may have, by giving the Owner written ,'notice. terminate the Contract. .". -.- - -,'. ..... ..,.~ . .03 The Contractor may notify the Owner In writing, with a copy to the Contract Administrator, that the Owner is In default of contractual obligations If. a) the Contract Administrator fails to issue certificates in accordance with the provisions of Section GC 8.0, Measurement and Payment; b) the Owner fails to pay the Contractor, within 30 Days of the due dates identified in clause GC ',0 8.02.03. Certification and Payment, the amounts certified by the Contract Administrator or within 30 Days of an award by an arbitrator or court; or c) the Owner violates the requirements of the Contract. .04 The Contractor's written notice to the Owner shall advise that If the default is not corrected in the 7 Days immediately following the receipt of the written notice the Contractor may, without prejudice to any other right or remedy the Contractor may have, stop the Work or terminate the Contracl .05 If the Contractor terminates the Contract under the conditions set out in this subsection, the Contractor shall be entitled to be paid for all work performed according to the Contract Documents and for any losses or damage as the Contractor, may sustain as a result of the termination of the Contract. GC 7~U Notices by the Contractor .01 ~re work is carried out which may affect the property or operations of any Ministry or agency of gOvemment or any person, company, partnership or corporation, including a municipal corporation or any board or commission thereof, and in addition to such notioes of the commencement of specified operations as are prescribed elsewhere in the Contract Documents, the Contractor shall give at least 48 hours advance written notice of the date of commencement of such work to the person, company, partnership, corporation, board, or commission so affected. .02 In the case of damage to, or interference with any utilities, pole lines, pipe lines, conduits, farm tiles, ' or other public or privately owned works or property, the Contractor shall immediately notify the Owner and the Contract Administrator of the location and details of such damage or interference. "- 32 0P8 o.-l ~ 01 Conncl. .........b6r 1889 .1 .1 I I I I. I I I I I I I I I I I I I I I I I I I I I I I I I I I I. I I I I GC7.12 Obstructions .01 Except as otherwise noted in these General Conditions, the Contractor assumes all the risks and responsibilities arising out of any obstruction encountered in the performance of the Work and any traffic conditions, including traffic conditions on any Highway or road giving access to the Working Area caused by such obstructions, and the Contractor shall not make any claim against the Owner for any loss, damage or expense occasioned thereby. ;02 Where the obstruction is .a Utility or other man-made'object, the Contractor shall not be required to. assume the risks 'and responsibilities arising' out of such obstruction, unless the location of the . obstruction is shown on the plans or described in the specifications and the location so shown is within the tolerance specified in paragraph GC 2.01.01 a), or unless the presence and location of the . obstruction has otherwise been made known to the Contractor or could have been determined by the visual site investigation made by the .Contractor in accordance with these General Conditions. .03 During the course of the Contract, it isthe'Contractor'S'responsibility;.to,~nsult<With Utility companies '. Cor other appropriate authorities for further-informationin .regard :to;theBX8ct1QC8tionof these Utilities, to exercise the necessary care in construction'operations;-and'lOciake'$Uch-otl1er.precautions as are necessary to safeguard the Utility from damage. GC7.13 Limitations of Operations .01 Except for such work as may be required by the Contract Administrator to maintain the Work ina safe and satisfactory condition, the Contractor shall not carry on operations under the Contract on Sundays without permission in writing from the Contract Administrator. .02 The Contractor shall cooperate with other Contractors, Utility companies and the Owner and they shall be allowed access to their work or plant at all reasonable times. GC 7.14 Cleaning Up Before Acceptance .01 Upon attaining Substantial Performance of the Work; the Contractor shall remove surplus. materials, , tools, construction machinery and equipment not required for the performance of the remaining Work. The Contractor shall also remove all temporary works and debris other than that caused by the Owner, or others and leave the Work and Working Area clean and suitable for occupancy by the Owner unless otherwise specified. .02 The Work shall not be deemed to have reached Completion1Jllti11he-COntractor has removed surplus materials, tools, construction machinery and"equipment The Contractor shall also have removed debris, other than that caused by the Owner, or others. . ... GC 7.15 Warranty .01 The Contractor shall be responsible for the proper performance of the Work only to the extent that the design and specifications permit such performance. .02 Subject to the previous paragraph the Contractor shall correct prompUy, at no additional cost to the Owner, defects or deficiencles in the Work which appear, a) prior to and during the period of 12 months from the date of Substantial Performance of the Work, as set out in the Certificate of Substantial Performance of the Work; b) where the work Is completed after the date of Substantial Performance, 12 months after Completion of the Work; c) where there Is no CertIficate of Substantial Performance, 12 months from the date of Completion of the Work as set out In the Completion Certificate, or 0P8 Oenetal ~ of ConIracI. ........-,_ P8ge 33 d) such longer periods as may be specified for certain Materials or some of the Work. The Contract Administrator will promptly give the Contractor written notice of observed defects or deficiencies. .03 The Contractor shall correct or pay for damage resulting from corrections made under the requirements of paragraph GC 7.15.02. ".; _. ..' ''''. ';".~ ~,.~ "-':'~ ~. ;~--~.Y;~' -,~ ...:~ :;: ......,,, , ~.... :"'"' ;;~:.. ~----. "- 34 0P8 GenenlI COI_. '" Conncl. hpIoI.lber 1_ .. .. I . . . . . . . . . I . . . I I I I I I I I I I I I I I I I I I I I I I SECTION GC 8.0 . MEASUREMENT AND PAYMENT GC 8.01 Measurement GC 8.01.01 Quantities .01 The Contract Administrator will make an estimate once a month, in writing, of the quantity of Work perfonnEid. The first estimate will be the quantity of Work perfonned since the Contractor commenced the Conlract,'and every. subsequent estimate; exceptthe final one, will be of the. quantity of Work perfonned since the preceding estimate was made. The Contract Administrator will provide the copy of each estimate to the Contractor within 10 Days of the Cut-Off Date. . '.02 . Such quantities for progress payments shall be construed and held to approximate. The final " quantities for'the issuance of the Completion Certificate shall be based on the measurement of Work . completed. .03 MeasUrement of the quantities 'of theWorf<:-perfonned;willbe::either:by,AclUaLMeasurement or by . Plan 'Quantity principles as indicated. in 'the'CoTilraCl"~ Adjustments\to:PIan<Quantity measurements "will normally be made 'using Plan 'Quantity-principles but may; where' approPriate, be made using Actual Measurements. Those" items identified on 'the Tender' by 1I1enotation (P) in "the unit column "'shall be paid according to the Plan Quantity. Items where thenotBtion (P)does not occur shall be ' . .' paid acoordingto Actual Measurement GC 8.01.02 Variations In Tender Quantities .01 Where it appears that the quantity of Work to be done 'andlor Material to be supplied by the Contractor under a unit price tender item will exceed or be less than the tender quantity, the Contractor shall proceed to do the Work anellor supply the Material required to complete the tender item and payment will be made for the actual amount of Work done anellor Material supplied. at the unit prices stated in the Tender except as provided below: a) In the case of a Major Item where the quantity of Work perfonned anellor Material supplied by the Contractor exceeds the tender quantity by more than 15%, either party to the Contract may make a written request to the other party to negotiate a revised unit price for that portion of the Work perfonned andlor'Material supplied which exceedS 115% of the tender quantity; The negotiation shall be carried out as soon as reasonably possible. Any revision of the unit price shall be based on the reasonable cost of doing the Work andlor supplying the Material under the tender item plus a reasonable allowance for profit and applicable overhead. b) In the case of a Major Item where tha'quantity'ofWork'perfonnedandlor'Material supplied by the Contractor is less than 85% of the tender'quantity, the Contractor may make a written request to negotiate for the portion of the aclual:.overheads' and. fixed;COSts, applicable to the amount of the underrun in excess of 15% of the tender quantity; For purposes of the ' negotiation, the overheads and fixed costs applicable to the item are deemed to. have been prorated unifonnly over 100% of the tender quantity for the item. Overhead costs shall be confinned by a statement certified by the Contracto(s senior financial officer or auditor and may be audited by the Owner. Altematively, where 'both parties agree, an allowance equal to 10% of the' unit price on the amount of the underrun in excess of 15% of the tender quantity will be paid, Written requests for compensation must be received no later than 60 Days after the issuance of the Completion Certificate. GC 8.02 GC 8.02.01 Payment Price for Work .01 Prices for the Work shall be full compensation for all labour. Equipment and Material required In its performance. The tenn "all labour, Equipment and Materiar shall Include Hand Tools, supplies and other Incidentals. OPa 0._ Condlllons olConlr8cl. "'-1889 P8ge 35 .02 Payment for work not specifically detailed as part of anyone item and without specified details of payment will be deemed to be included in the items with which it is associated. GC 8.02.02 Advance Payments for Material .01 The Owner will make advance payments for Material intended for incorporation in the Work upon the written request of the Contractor and according to the following terms and conditions: a) The Contractor shall, in advance of receipt of the shipment of the Material, anange for adequate and proper storage facilities and notify the Contract Administrator of their locations. b) The value of aggregates, processed and stockpiled, shall be assessed by the following procedure: i. Sources Other Than Commercial (1)~ranular 'A', 'S' and 'M' shan be assessed at the rate of 60% of the Contract price. (2) Coarse and fine aggregates for hot mix asphaltic concrete, surface treatment and Portland cement concrete shall be assessed at the rate of 25% of the Contract price for each . aggregate stockpiled. ~ii." Commercial Sources ,~" Payment for separated coarse and fine aggregates will be considered at~e above rate when . ';;t" such materials are stockpiled at s commercial source where further processing is to be carried c. out before incorporating such materials Into a final product. AdvanCe payments for other materials located at a commercial source will not be made. c) Payment for all other materials, unless otherwise specified elsewhere in the Contract, shall be based on the Invoice price, and the Contractor shall submit proof of cost to the Contract Administrator before payment can be made by the Owner. d) The payment for all Materials shall be prorated against the appropriate tender item by paying for sufficient units of the item to cover the value of the material. Such payment shall not exceed 80% of the Contract price for the item. e) All Materials for which the Contractor wishes to receive advance payment shall be placed in the designated storage location immediately upon receipt of the material and shall thenceforth be held by the Contractor in trust for the Owner as collateral security for any monies advanced by the . Owner and for the due completion of the Work. The Contractor shall not exercise any act of ownership inconsistent with such security, or remove any Material from the storage locations, except for inclusion in the Work, without the consent, In writing, of the Contract Administrator. f) Such materials shall remain at the risk of the Contractor who shall be responsible for any toss, damage, theft, improper use or destruction of the material however caused. " .02 Where the Owner makes advance payments subject to the conditions listed in paragraph GC 8.02.02.01, such payment shall not constitute acceptance of the Material by the Owner. Acceptance , ~II only be determined when the material meets the requirements of the appropriate specification. GC 8.02.03 Certification and Payment .. GC 8.02.03.01 Progress Payment Certificate .01 The value of the Work performed and Material supplied will be calculated once a month by the Contract Administrator in accordance with the Contract Documents and, clause GC 8.01.01, Quantities. .02 The progress Payment Certificate will show, a) the quantities of Work performed; b) the value of Work performed; c) any advanced payment for Materials; d) the amount of statutory holdback, liens, Owner's set-off; e) the amount of GST as applicable; and f) the amount due the Contractor, Page 38 0P8 0..- COlldlllol. at eannct. 8epleI_,8ll8 ,I . -1- , I I I I I I Ii I' I I I I I I I I I I I I I I I I I I I I I I I I I I I I .03 One copy of the progress Payment Certificate will be sent to the Contractor. .04 Payment will be made within 30 Days of the Cut.()ff Date. GC 8.02.03.02 Certification of Subcontract Completion .01 Before the Work has reached the stage of Substantial Perfomlance. the Contractor may notify the Contract Administrator, in writing that a subcontract is completed satisfactorily and ask that the Contract Administrator certify .the completion of such subcontract .02 The Contract Administrator will issue a Certificate of Subcontract Completion if the subcontract has been completed satisfactorily, and all required inspection and testing of the works covered by the . subcontract have been carried out and the results are satisfactory. . .03 The 'Contract Administrator will set out in thELCerlifi<:ate ofSUbcontlact,Completion the date on which . the subcontract.was completed andwithin7Daylrof;the date:the;subcontract.;js certified complete. the Contract Administrator will give a coPY"ofthe-certificate'.to:the:Contractor-and;to the Subcontractor concerned. GC 8.02.03.03 Subcontract Statutory Holdback Release Certificate arid Payment .01 FoRowing' receipt of the Certificate of Subcontract. Completion,' the, Owner will release ..and pay the Contractor the statutory holdback retained in respect of the subcontract.. . Such release shall. be made. 46 Days afterthe'date tile subcontract was certified compleleand providing;the. Contractorsllbmits the following to the Contract Administrator: a) a document satisfactory to the Contract Administrator that will release the Owner from all further claims relating to the subcontract, qualified by stated exceptions such as holdback monies; b) evidence satisfactory to the Contract Administrator that the Subcontractor has discharged aR liabilities incurred in carrying out the subcontract; c)a satisfactorycJearance certificate or letter from the Workplace Safety and Insurance Board relating to the sub..u. Ib..ct; and . d) a copy ofthecontr.act between the Contractor and the Subcontractor and a .satisfactory .statement showing the total amount due the Subcontractor from the Contractor. .02 Paragraph GC 8.02.03.03.01 d), wiR only apply to Lump Sum Items and then only when the Contract Administrator specifically requests it. .03 Upon receipt of the statutory holdback, the Contractor"ShaR'forthwithgive;the Subcontractor the payment due under the subcontract. .04 Release of statutory holdback by the Owner In respect of a' subcontract shall not relieve the Contractor, or the Contractor's Surety, of any of their responsibilities. GC 8.02.03.04 CertIfication of Substantial Perfonnance .01 Upon application by the Contractor and where the Contract has been substantially performed the Contract Administrator will issue a Certificate of Substantial Perfomlance. .02 The Contract Administrator will set out In the Certificate of Substantial Performance the date on which the Contract was substantiaRy performed and within 7 Days after signing the said certificate the Contract Administrator will provide a copy to the Contractor. .03 Upon receipt of a copy of the CertIficate of Substantial Performance, the Contractor shall forthwith, as required by Section 32(1) Paragraph 5 of the Const1lIctIon Usn Act, R.S.O. 1990, c.C.30, as amended, publish a copy of the certificate In a construction trade newspaper. Such publication shall Include placement In the Dally Commercial News. OPS o.n..I CondIllonIIiI~. '.p_r lllfi ... 37 .04 Where the Contractor fails to publish a copy of the Certificate of Subslantial Performance as required above within 7 Days after receiving a copy of the certificate signed by the Contract Administrator, the Owner may publish a copy of the certificate at the Contracto(s expense. .05 Except as otherwise provided for in Section 31 of the Construction Lien Act, the 45-day lien period prior to the release of holdback as referred to in clause GC 8.02.03.05, Subslantial Performance Payment and Slatutory Holdback Release Payment Certificates, shall commence from the date of publication of the Certificate of Subslantial Performance as provided for above. GC'8.02.03.05 , Substantial Perfonnance Payment and Substantial Performance Statutory Holdback Release Payment Certificates .01 When the Contract Administrator issues the Certificate of Subslantial Performance the Contract " Administrator will also issue the Subslantial Performance Payment Certificate and the Subslantial p'erformance Statutory Holdback Release Payment Certificate or where appropriate, a combined pymentcertificate. >. ...~-.,.," ~ ~ .02,~e Substantial Performance Payment Certificate will show, "~thevalue of Work performed to the date of Substantial Performance; > b) the value of outstanding or incomplete Work; 'c) the amount of the statutory holdback, allowing for any previous releases of statutory holdback to the Contractor in respect of completed subcontracts and deliveries of pre selected equipment; d) the amount of maintenance security required; and e) the amount due the Contractor. .. .03 . Payment of the amount certified will be made within 30 Days of the date of issuance of the payment , certificate. ~. .04 The Substantial Performance S1atutory Holdback Release Payment CertifICate will be a payment certificate releasing to the Contractor the statutory holdback due in respect of Work performed up to the date of Substantial Performance. Payment of such slatutory holdback shall be due 46 Days atler the date of publication of the Certificate of Substantial Performance but subject to the provisions of the Construction LIen Act and the submission by the Contractor of the following documents: a) a release by the Contractor in a form satisfactory to the Contract Administrator releasing the Owner from all further claims relating to the Contract, qualified by stated exceptions such as outstanding work or matlers arising out of subsection GC 3.14, Claims, Negotiations, Mediation; b) a statutory declaration in a form satisfactory to the Contract Administrator that allliabililies incurred ~by the Contractor and the Contracto(s Subcontractors in carrying out the Contract have been , Gis'charged except for statutory holdbacks properly relained; . c) a satisfactory Certificate of Clearance from the Workplace Safety and Insurance Board; and '~proof of publication of the Certificate of Subslantial Performance. . c:n GC 8.02.03.06 Certification of CompletIon .01 Upon application by the Contractor, and when the Contract reaches Completion, the Contract Administrator will issue a Completion Certificate. .02 The Contract Administrator will set out in the Completion Certificate the date on which the Work was completed and within 7 Days of signing the said certificate the Contract Administrator will provide a copy to the Contractor. ';J,: '-.~ Pege 38 0P8 0enelIII COlldllolls IIA C-.ct. ~,Ibsf Ieee .1 I "I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Completion Payment and Completion Statutory Holdback Release Payment Certificates .01 When the Contract Administrator issues the Completion Certificate, the Contract Administrator will also issue the Completion Payment Certificate and the Completion Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate. GC 8.02.03.07 .02 The Completion Payment Certificate will show, a) measurement and value of WorK at Completion; , , 'b)the amount of the further' statutory holdback based on the value of further work ,completed over and above the value of work completed shown in the Substantial Performance Payment Certificate referred to above; and c) the amount due the Contractor. .03 The Completion Statutory Holdback ReleaseJ>ayment:,Certmcate,;WiI,I~::a,payment;certifjcate 'releasing 'to the Contractor'the' furtherstatotorY 'boldbaclC. 'Payment'of.such~ holdback shall ' be due 46 Days after the date of CompletioriiofthEfWod<;as.establi$hed'.bY,;\he;,Completion.Certificate but subject to the provisions of-the Construction LienAct:and1he:submisslon~.the Conlr'al:tor of the following documents: a) a release by, the' Contractor' in a form, satisfacloryto the Contract Administrator' releasing the Owner from all further claims' relating to the Contract, qualified by stated' exceptions where appropriate; , , b) a statutory declaration in a form satisfactory to the ContraetAdmlnistrator that all ,liabilities incurred by the Contractor and the Contractor's Subcontractors in carrying out the Contract have been discharged, qualified by stated exceptions where appropriate; and c) 'a satisfactory Certificate of Clearance from the Workplace Safety and Insurance Board. GC 8.02.03.08 Interest .01 Interest due the Contractor is based on simple interest and is calculated using the applicable Rate of Interest. GC 8.02.03.09 Interest for Late Payment .01 Provided the Contractor has complied with the requirements of the Contract including all documentation requirements, when payment by the Owner to the Contractor for Work perfonned, or for release of slatutory holdback, is delayed by the Owner, then the Contractor shall be entitled to receive interest on the outstanding payment at the Rate'of'lnterest,'ifpaymel1t:is not received on the dates set out below: a) Progress Payment Certificates: 30 Days after the Cut-otf Date; b) Certificate of Subcontraet Completion: ' 30 Days after the date-certifiedas'the date on ,which the subcontraet was completed; c) Subcontract Statutory Holdback Release Payment Certificate: 76 Days after the date on which the subcontract was completed; d)' Substantial Performance Payment Certificate: 30 Days after the'date of issuance of the certificate. e) Substantial Performance Statutory Holdback Release Payment Certificate: 76 Days after publication of the Payment Certificate of Substantial Performance; f) ,Completion Payment. Certificate: 30 Days after the date certified as the date on which the Contract reached Completion; g) Completion Statutory Holdback Release Payment Certificate: 76 Days after the date certified as the date which the WorK was completed. .02 If the Contractor has not complied with the requirements of the Contract, including all documentation requirements, prior to expiration of the time periods described In paragraph GC 8.02.03.09.01, Interest will only begin to accrue when the Contractor has completed those requirements. OPS _ Condllou. cI COnIIact. ......_,_ Pege 38 GC 8.02.03.10 Interest for Negotiations and Claims .01 Except as hereinafter provided, where a notice of negotiation, notice of intent to claim and the subsequent claims are submitted in accordance with the time limits and/or procedure described by subsection GC 3.14, Claims, Negotiations, Mediation, the Owner will pay the Contractor the Rate of Interest on the amount of the negotiated price for that part of the Work or on the amount of the settied claim. Such interest will not commence until 30 Days after the satisfactory completion of that part of the Work. .:JI.'-'4~-. .02 "Where the Contractor does not attempt to resolve the negotiation or the claim in an expeditious manner, interest shall be negotiable. .03" Where the Contractor fails to give notice of a claim within the time limit prescribed by subsection GC . 3.14, Claims, Negotiations, Mediation, interest shall not be paid. .04 r;lOO1er:e. a Contractor fails to comply with the 3()..day lime limit and the procedures prescribed in .' pti'agOilph GC 3.14.03.03 for submission of claims. interest shall not be paid for ttie delay period. -~,. -.- ~ >J-;" GcliD2:lii11 Owner's Set.off ."i>. .01 ,Pursuant to Section 12 of the Construction Uen Act, the Owner may retain from monies owing to the Contractor under this Contract an amount sufficient to cover any outstanding or disputed liabilities including the cost to remedy deficiencies. the reduction in value of substandard portions of the Work, claims for damages by third parties which have not been detennined in writing by the Contractor's 'insurer. undetennined claims by the Owner under paragraph GC 8.01.02.01 a), any assessment due the Workplace Safety and Insurance Board and any monies to be paid to the worf<ers in accordance with clause GC 8.02.06, Payment of Workers. .02 Under these circumstances the Owner will give the Contractor appropriate notice of such action. GC 8.02.03.12 Delay in Payment .01 The Owner shall not be deemed to be in default of the Contract provided any delay in payment does not exceed 30 Days from the due dates as defined in paragraph GC 8.02.03.09.01. GC 8.02.04 Payment on a Time and Material Basis , GC8:!la.~01 Definitions .01 ForMe purpose of this clause the following definitions apply: .,~. Cost of Labour: means the amount of wages, salary. travel. travel time, food, lodging or similar items and Payroll Burden paid or incurred directly by the Contractor to or in respect of labour and supervision actively and necessarily engaged on the Work based on the recorded time and hourly rates of pay for such labour and supervision, but shall not include any payment or costs incurred for general supervision, administration of management time spent on the entire Work or any wages. salary or Payroll Burden for which the Contractor Is compensated by any payment made by the Owner for Equipment Cost of Material: means the cost of Material purchased. or supplied from stock, and valued at current market prices. for the purpose of carrying out Extra Work, by the Contractor, or by others when such arrangements have been made by the Contractor for completing the Work, as shown by itemized Invoices. Operated Rented equipment: means Rented Equipment for which an operator is provided by the supplier of the equipment and for which the rent or lease Includes the cost of the operator. P"",,40 OPS o.ne..l Coo_IS at Contrac:I. Septemller tll99 ., -I 'I I I I . . . ,. . I I I I . I I I I I I I I I I I I I I I I I I I I I I Payroll Burden: means the payments in respect of workplace insurance, vacation pay, employment insurance, public liability and property damage insurance, sickness and accident insurance, pension fund and such other welfare and benefit payments forming part of the ContraclOl's normal labour cos1s. Rented Equipment: means equipment that is rented or leased for the special purpose of Work on a Time and Material Basis from a person, firm or corporation that is not an associate of the lessee as defined by the Securities Act, R.S.O. 1990, c.S.5, as amended, and is approved by the Contract Administrator. Road Work: means the preparation, construction, finishing and construction maintenance of roads. ., streets; highWays and' parking 'lots and includes all work incidental thereto other than work on structures. Sewer and Watennain Work: means the preparation, construction, finishing. and construction . maintenance' of sewer systems and watermain systems, and includes all work incidental thereto other than work on structures. StandbyTime:'means any' period of time Whicll'ls'not-consideredWorkingr~which together with the WorkingTlIT1e does not .exceed'10hours)jn'.any;one>Working;0ayc:and-.duririg'whichtime a. unit of equipment cannot practically be used onother-.:work'butrnust::remain:on::tbe.:site:in.orderto.continue with . its'assigned task'and during which time the unit is in fully operable condition. , Structure Work: ' means the construction, reconstruction, repair,' alteration, remodelling, renovation or . demolition of any-bridge. building, tunnel or retaining wan and includes the preparation for and the laying of the fotJndation of' any' bridge, building, tunnel or'retaining wan and the installation of equipment and appurtenances incidental thereto. The 127 Rate: means the rate for a unit of equipment as listed in'oPSS 127, Schedule of Rental Rates for Construction Equipment Including Model and Specification Reference, which is current at the time the work is carried out or for equipment which is not so listed, the rate which has been calculated by the , Owner, using the same principles as used in determining The 127 Rates. Work on a 'Time -and Material Basis: means Changes in the wOrk, Extra Work and Additional Work approved, by the Contract Adminlstrator'forpayment'on a Tme and Material basis. The Work on a .Time and:Material Basis shall be subject to all the terms, conditions, specifications ,and provisions of the Contract. , Working Time: means each period of time during which a unit of equipment Is. actively and of necessity -engaged on a specific operation and the first.2 hours of each.immediately,.foIlowingperiod during which 'the unit Is not so engaged but during which the operation:is ,otherwise'proceedingand during, which time the unit cannot practically be transferred tootherwork but must remain 'on thesiteinorder to continue with its assigned tasks and during which time the.unit Is in,a fully operable condition. ..- . GC 8.02.04.02 Dally Work Records .01 Daily Work Records prepared as the case may be by either the Contractor's representative or the ,Contract Administrator and 'reporting the labour and Equipment employed' and the Material used on each Time and Material project, shall be reconciled and signed each day by both the Contractor's representative and the Contract Administrator. GC 8.02.04.03 Payment for Work .01 Payment as herein provided shall be full compensation for all labour, Equipment and Material to do the Work on a Time and Material Basis except where there is agreement to the contrary prior to the commencement of the Work on a Time and Material Basis. The payment adjustments on a Time and Material basis shall apply to each Individual Change Order authorized by the Contract Administrator. 0P8 o.n-J CclncIllIon8 GlConlrac:I. ~ 1888 "'41 GC 8.02.04.04 Payment for Labour .01 The Owner will pay the Contractor for labour employed on each Time and Material project at 135% of the Cost of Labour up to $3000, then at 120% of any portion of the Cost of Labour in excess of $3000. .02 The Owner will make payment in respect of Payroll Burden for Work on a Time and Material Basis at the Contractor's actual cost of Payroll Burden. .03- ,At the Owner's discretion, an audit may be conducted in which case the actual Payroll Burden so determined shall be applied to all Time and Material work on the Contract GC 8.02.04.05 Payment for Material i!'",! ~' .01 The Owner will pay the Contractor for Material used on each Time and Material project at 120% of the ,'.cost of the Material up to $3000, then at 115% of any portion of the Cost of Material in excess of . ':[$SoOO. . "1m:" GC'8il2:04.06 Payment for Equipment .(. I.IJ:'" GC 8.02.04.06.01 Working Time .01 The Owner will pay the Contractor for the Working Time of all equipment olher than Rented EqUipment and Operated Rented Equipment used on the Work on a Tune and Material basis at The ," 127 Rates with a cost adjustment as follows: a) Cost $1 0,000 or less - no adjustment; b) Cost greater than $10,000 but not exceeding $20,000 - payment $10,000 plus 90% of the portion in excess of$10,OOO; and c) Cost greater than $ 20,000 -$19,000 plus 80% of the portion in excess of $20,000. .02 The Owner will pay the Contractor for the Working Time of Rented Equipment used on the Work on a Tnne and Material Basis at 110% of the invoice price approved by the Contract Administrator up to a maximum of 1,10% of The 127 Rate. This constraint will be waived when the Contract Administrator approves the invoice price prior to the use of the Rented Equipment .03 The Owner will pay the Contractor for the Working Tune of Operated Rented Equipment used on the Work on a Tune and Material Basis at 110% of the Operated Rented Equipment invoice price approved by the Contract Administrator prior to the use of the equipment on the Work on a.Time and , M8terial Basis. -{ GC ui2i04;06.02 >~ Standby Time .01 The Owner will pay the Contractor for Standby Time of Equipment at 35% of The 127 Rate or 35% of the invoice price whichever Is appropriate. The Owner will pay reasonable costs for Rented Equipment where this Is necessarily retained in the Working Area for extended periods agreed to by , the Contract Administrator. This will include Rented Equipment intended for use on other work, but has been icJled due to the circumstances giving rise to the Work on a Tnne and Material Basis. .02 In addition, the Owner will Include the Cost of Labour of operators or associated labourers who cannot be otherwise employed during the standby period or during the period of icJleness caused by the circumstances giving rise to the Work on a Time and Material Basis. .03 The Contract Administrator may require Rented equipment icJled by the circumstances giving rise to the Work on Time and Material BasIs to be returned to the lessor until the work requiring the equipment can be resumed. The Owner will pay such costs as result from such return. ... 42 0P8 Gene... COlllllllol. or ColIlr8cl- Beplamber 1t99 , .a i. I I I I I I I I I I I I I . I I I I I I I I I I I I I I I I I I I I I .04 When Equipment is transported, solely for the purpose of the Work on a Time and Material Basis, to or from the Working Area on a Time and Material basis, payment will be made by the Owner only in respect of the transporting units. When Equipment is moved under its own power it shall be deemed to be working. The method of moving Equipment and the rates shall be subject to the approval of the Contract Administrator. GC 8.02.04.07 Payment for Hand Tools .01 Notwithstanding any. other provision of this Section, .nopayment shall be .made to.the.Contractor for or in respect of Hand Tools or equipment that are tools of the trade. GC 8.02.04.08 Payment for Work By Subcontractors . .01 Where the Contractor arranges for Work on a .Tune and Material Basis,or.a part ofit, to be performed bY Subcontractors >; on . .aTime and..Material..basis... anckhas~~.apprpval,prior to the commencernent .ot.'such'.worktcin accordance ~i,requirements,;ofiiSubsection:GC. 3.10, . subContraCting bythe'Contractor;'the.Owner Will pay the'COSt'of.Worlc:.<1O6'R'une,al)d.]Material Basis . by'the Subcontractor calculated-as.if the Contractor had'donetbe,Work~l]me;and.Material Basis, plus'a markup calculated on the folloWing basis: a) 20% of the first $3.000; plus b) 15% of the amount from $3,000 to $10,000; plus c) 5% of the amount in excess of $10,000. ,02 ..No further markup'.wiD be apprledregardless.of,the extent towhich.the work is assigned or sublet to " others~' If work is;8ssignedor. sublet..to an. associate, .asdefined bY the. Securities.Act no markup whatsoever Will be apprled. . . GC 8.02.04.09 Submission of Invoices ,01 . At the start of the Work 'on a Tune and Material Basis, the COntractor .shall.pl'OVide,the. applicable. , labour and Equipment rates not already submitted to. the Contract Administrator during the course of such work. .02 .Separate<summariesshaH be' completed bY the Contractor according to the. standard fol:lll..Summary. . . for Payment of Accounts on a Time.and Material Basis., . Each .summaryshalllnclude.the order number and covering dates of the work and shall itemize separately Iabour,.Malerialsand Equipmenl . .Invoices.for Materials, RenledEquipment and other charges incurred'bYthe Contractor on the Work on a Tune and Material Basis shall be included Witheachsummary.......",." c. "'~'.-."" ". :tl3 Each monththe.ContractAdministratorwiU include witbthe.mqnthly'JlI:O.!l~.Jl!lYJ1JElAA ~[lificate, the costs of the Work on a Tune and Material Basis incurred during' the preceding month all in . accordance With the contract administrative procedures and the Contractor's invoice of the Work on a Tune and Material Basis, . .04 The final .SummarY for Payment of Accounts on a Time and Matenal Basis" shall besubmitled by the Contractor Within 60 Days after the completion of the Work on a Tune and Material Basis. GC 8.02.05 Final Aceeptance Certificate .01 After the acceptance of the Work .the Contract Administrator will Issue the Final ACceptance CertifICate. or, where applicable, after the Warranty Period has expired. The final Acceptance Certificate Will not be Issued until all known deficiencies have been adjusted or corrected. as the case may be, and the Contractor has discharged all obligations under the COntracl OPS GenlnI ConcI_ d ConIract. s.,.leo...... 1m pege 43 GC 8.02.06 Payment of Workers .01 The Contractor shall, in addition to any fringe benefits, pay the workers employed on the Work in accordance with the labour conditions set out in the Contract and at intervals of not less than twice a month. .02 The Contractor shall require each Subcontractor doing any part of the Work to pay the workers employed by the Subcontractor on the Work in accordance with paragraph GC 8.02.06.01. .03 Where any person employed by the Contractor or any Subcontractor or other person on the Work is paid less than the amount required to be paid under the Contract, the Owner may set off monies in accordance with clause GC 8.02.03.11, Owner's Set-Off. GC 8.02.07 Records .01 The Contractor shall maintain and keep accurate Records relating to the Work, Changes in the Work, Extra Work and claims arising therefrom. Such Records shall be of sufficient detail to support the total cost of the Work, Changes in the Work, and Extra Work. The Contractor shall preserve all such "' original Records until 12 months after the Final Acceptance Certificate is issued or until all claims have been settled, whichever is longer. The Contractor shall require that SubContJ actors employed by the Contractor preserve all original Records pertaining to the Work, Changes in the Work, Extra Work and claims arising therefrom for a similar period of time. .02 If, In the opinion of the Contract Administrator, Dally Work Records are required, such records shall report the labour and Equipment employed and the Material used on any specific portion of the Work. The Dally Work Records shall be reconclled with and signed by the Contractor's represenlative each day. .03 The Owner may inspect and audit the Contractor's Records relating to the Work, Extra Work and Changes in the Work at any time during the period of the Contract. The Contractor shall supply . certified copies of any part of its Records required whenever requeSted by the Owner. GC 8.02.08 Taxes and Duties .01 Where a change in Canadian Federal or Provincial taxes occurs after the date of tender closing for this Contract, and this change could not have been anticipated at the time of bidding, the Owner will increase or decrease Contract payments to account for the exact amount of tax change involved. .02 Claims for compensation for additional tax cost shall be submitted by the Contractor to the Contract Administrator on forms provided by the Contract Administrator to the Contractor. Such claims for additional tax costs shall be submitted not less than 30 Days after the date of Final Acceptance. .03 Where the Contractor benefits from a change In Canadian Federal or Provincial taxes, the Contractor shall submit to the Contract Administrator, on forms provided by the Contract Administrator, a statement of such benefits. This statement shall be submitted not later than 30 Days after Final Acceptance. .04 Changes in Canadian Federal or Provincial taxes which impact upon commodities, which when left In . place form part of the finished Work, or the provision of services, where such services form part of the Work and where the manufacture or supply of such commodities or the provision of such services is carried out by the Contractor or a Subcontractor, are subject to a claim or benefit as detailed above. Services In the latter context means the supply and operation of equipment, the provision of labour and the supply of commodities, which do not form part of the Work. Poge 4C OPS -... ~.. a/ Contr8Cl. Seplemller tll9ll . ~I ~ . ~I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I GC 8.02.09 Liquidated Damages .01 When liquidated damages are specified in the Contract and the Contractor fails to complete the WorK in accordance with the Contract. the Contractor shall pay such amounts as are specified in the Contract Documents. OPS Oenotal Cond_ d ContrKI. ~ 1m Page .5 ,-