Loading...
2016-077 Authorize the Execution of an Agreement between The Corporation of the Township of Oro-Medonte and C.C. Underground (1737126 Ontario Inc.)The Corporation of the Township of Oro-Medonte By -Law No. 2016-077 A By-law to Authorize the Execution of an Agreement between The Corporation of the Township of Oro-Medonte and C.C. Underground (1737126 Ontario Inc.) Whereas Section 5(3) of the Municipal Act, 2001, S.O. 2001, c.25, as amended, provides that a municipal power, including a municipality's capacity, rights, powers and privileges under Section 9, shall be exercised by by-law unless the municipality is specifically authorized to do otherwise. And Whereas Section 9 of the Municipal Act, 2001, S.O. 2001, c.25, as amended, provides a municipalitythe capacity, rights, powers and privileges of a natural person for the purpose of exercising its authority under this or any other Act. And Whereas Section 224 of the Municipal Act, 2001, S.O. 2001, c.25, as amended, provides that it is the role of Council to ensure that administrative practices and procedures are in place to implement the decisions of Council. And Whereas Council for The Corporation of the Township of Oro-Medonte declared, by Motion No. C160413-21, that the tender for Warminster Watermain Replacement be awarded to C.C. Underground for the tendered amount of $839,237.15 (exclusive of HST). And Whereas Council deems it expedient to enter into an agreement for the tender for the Warminster Watermain Replacement. Now Therefore the Council of the Township of Oro-Medonte hereby enacts as follows: 1. That the Mayor be authorized to execute the Contract Agreement between The Township of Oro-Medonte and C.C. Underground (1737126 Ontario Inc.) attached hereto as Schedule "A" and forming part of this by-law; 2. This by-law shall take effect on the final passing thereof. By -Law Read a First, Second and Third time, and Passed this 11th day of May, 2016. The Corporation of the Township of Oro-Medonte Contract Key Personnel Warminster Sdrd Water Main (Contract 60247297-04) Matthias Meyer: (705) 322-8327 mobile - site foreman - 10 years experience in HDD pipe installation - certified HDPE pipe fusion Scott Anderson: (705) 238-8215 sanderson@ccunderground.ca - senior project manager - 21 years experience in underground utility construction - 10 years experience in HDD pipe installation -certified HDPE pipe fusion tech Darlene McKinnon: (705) 327-2751 info@ccunderground.ca - accounts/office clerk (705) 327-2751 info@ccunderground.ca AXOM Township of Oro-Medonte Community of Warminster Water Main Replacement 2016 Contract No. 60247297-04 Submitted by: AECOM 55 Cedar Pointe Drive, Suite 620 705 721 9222 tel Barrie, ON, Canada L4N 5R7 705 734 0764 fax www.aecom.com Date: February, 2016 CONTRACT DOCUMENTS Oro Medonte Warminster wm tender form.doc TOWNSHIP OF ORO-MEDONTE COMMUNITY OF WARMINSTER WATER MAIN REPLACEMENT CONTRACT NO. 60247297-04 TABLE OF CONTENTS Addenda No. to _ Table of Contents Information for Tenderers Form of Tender Contract Documentation Forms Performance Bond Labour and Material Payment Bond Contract Agreement General Conditions Contract Drawings (not bound in) Specifications Geotechnical Report Oro Medonte Warminster wm tender form.doc PAPER COLOUR Green Pink White White & Blue White White White Yellow White White TOWNSHIP OF ORO-MEDONTE COMMUNITY OF WARMINSTER Water Main Replacement CONTRACT NO. 60247297-04 INFORMATION FOR TENDERERS Oro Medonte Warminsterwm tender form.doc INFORMATION FOR TENDERERS TABLE OF CONTENTS CLAUSE PAGE 1. GENERAL................................................................................................................................... 1 2. DESCRIPTION OF THE WORKS............................................................................................... 1 3. SITE OFFICE (Engineer's Field Office)....................................................................................... 1 4. LIQUIDATED DAMAGES............................................................................................................ 2 5. DELIVERY AND OPENING OF TENDERS................................................................................ 2 6. PERMITS.....................................................................................................................................2 7. DISQUALIFICATION OF TENDERS........................................................................................... 2 8. WITHDRAWAL OR QUALIFYING OF TENDERS...................................................................... 3 9. INFORMAL OR UNBALANCED TENDERS................................................................................ 3 10. EXAMINATION OF SITE............................................................................................................. 4 11. TENDER......................................................................................................................................4 12. OMISSIONS, DISCREPANCIES AND INTERPRETATIONS..................................................... 4 13. QUANTITIES ARE ESTIMATED................................................................................................. 4 14. ACCEPTANCE OR REJECTION OF TENDERS........................................................................ 5 15. PERIOD OF VALIDITY OF TENDER.......................................................................................... 5 16. TENDER DEPOSIT..................................................................................................................... 6 17. AGREEMENT..............................................................................................................................6 18. PERFORMANCE AND PAYMENT BONDS................................................................................ 6 19. PROOF OF ABILITY:.................................................................................................................. 7 20. SUBCONTRACTORS............................................................................................................:.... 7 21. PROJECT COORDINATION AND CONSTRAINTS................................................................... 8 22. TEMPORARY WATER............................................................................................................... 8 23. WORKPLACE SAFETY AND INSURANCE BOARD.................................................................. 8 24. OCCUPATIONAL HEALTH AND SAFETY...........:..................................................................... 8 25. CANADIAN LABOUR AND MATERIALS.................................................................................... 9 26. COST OF POWER AND FACILITIES AT THE SITE.................................................................. 9 27. REVIEW OF SHOP DRAWINGS.......................................................................:........................ 9 28. EQUIPMENT SUPPLIED BY THE CONTRACTOR.................................................................... 9 29. ONTARIO HST TAX.................................................................................................................... 9 30. NON-RESIDENT CONTRACTOR.............................................................................................. 10 31. INSURANCE............................................................................................................................... 10 32. ACCESS TO EXISTING OPERATING FACILITIES DURING CONSTRUCTION ...................... 11 33. UPDATED SCHEDULE OF CONSTRUCTION.......................................................................... 11 34. LUMP SUM FOR MOBILIZATION/DEMOBILIZATION...................:........................................... 11 35. LUMP SUM FOR OTHER REQUIREMENTS............................................................................. 12 36. BREAKDOWN OF TOTAL TENDER PRICE.............................................................................. 12 37. CERTIFICATES AND INSTRUCTIONS FOR EQUIPMENT....................................................... 12 38. SOILS REPORT.......................................................................................................................... 12 39. TEST PITS.................................................................................................................................. 12 40. SUBSTITUTIONS AND EQUIVALENTS..................................................................................... 12 41. FAIR WAGE SCHEDULE............................................................................................................ 14 42. DRAWINGS, SPECIFICATIONS AND RESIDENT INSPECTION DURING CONSTRUCTION 14 43. INSTRUCTIONS PRIOR TO TENDER CLOSING...................................................................... 14 Oro Medonte Warminster wm tender form.doc TOWNSHIP OF ORO-MEDONTE COMMUNITY OF WARMINSTER WATER MAIN REPLACEMENT CONTRACT NO. 60247297-04 INFORMATION FOR TENDERERS 1. GENERAL IT -1 The Township of Oro-Medonte invites General Contractors to submit tenders to the Community of Warminster for Water Main Replacement. The Township of Oro-Medonte is hereinafter and elsewhere in the Contract Documents referred to as the Owner. The firm AECOM is referred to as the Engineer. All index, reference and cross-reference numbers provided in the tender form, drawings and specifications are for the convenience of the tenderers only. Therefore, such numerical references shall be utilized as a guide only and it shall remain incumbent on the tenderer to read, for each item, the drawings and specifications as a whole. The tenderer shall verify that these Contract Documents are complete. Shortages shall be reported to the Engineer immediately. Tender Documents may be viewed at or obtained from the offices of: AECOM 55 Cedar Point Drive Suite 620 Barrie, ON L4N 1 W 1 2. DESCRIPTION OF THE WORKS The site location is the existing water main network located on Highway 12 and surrounding streets in the Community of Warminster. The Work consists of supplying materials, labour, and equipment for the following: - • The supply and installation of new watermain utilizing trenchless technology. • The supply and installation of Highway 12 road crossings utilizing steel casing installed by boring and jacking. • The supply and installation of individual house services from the new watermain to the property line and from the property line to the existing services on private property. • Site work, including new fire hydrants, valves, installation pits. 3. SITE OFFICE (ENGINEER'S FIELD OFFICE) An Engineer's field office is not required. Oro Medonte Warminster wm tender form.doc IT -2 4. LIQUIDATED DAMAGES In accordance with Section 32 of the General Conditions, should the Contractor fail to complete the works to the satisfaction of the Engineer and in accordance with the Contract within the Time for Completion specified in the Contract or the extended time allowed in writing by the Engineer, the Contractor shall pay to the Owner as liquidated damages (in addition to amounts payable by the — Owner in respect of site supervision and contract administration of the Works) the sum of $500.00 for each calendar day that the Work remains uncompleted after the time so specified or allowed. This figure has been derived from the cost to the Owner for delay in completion of the Work, and includes interest on the capital cost of the contract and other relevant costs where applicable. In addition to the liquidated damages indicated above and in the General Conditions, the Contractor will be required to pay the engineering costs of site supervision and contract administration. 5. DELIVERY AND OPENING OF TENDERS Tenders will be received at AECOM Canada Ltd. office. Located at: 55 Cedar Pointe Drive, Suite 620 Barrie, ON L4N 5R7 Date of Tender Close: March 9, 2016, at 2:00:00 p.m. local time. Tender Opening: Opening at 2:15 p.m. Owner: Corporation of the Township Of Oro-Medonte Tenders are to be sealed in an envelope which shall be clearly marked on the outside "Tender for Township Of Oro-Medonte, Community of Warminster Water Main Replacement, Contract No. 60247297-04". The use of the mail or courier for delivery will be at the sole risk of the tenderer and - no consideration will be given to tenders deposited after the advertised deadline. Delivery to any employee of the Owner concerned with the reception or delivery of mail will not be considered as proper delivery unless the envelope is subsequently deposited before the saidclosing time. Facsimiles of the tender will not be accepted. 6. PERMITS The Contractor is responsible for all permits, licenses, and certificates necessary for the performance of the Work (excluding the Building Permit) and shall pay all fees, with the exception of those that are expressly the responsibility of the Owner. 7. DISQUALIFICATION OF TENDERS Tenders may be declared invalid and disqualified if they: 1. Are written in pencil; 2. Are received after the closing date and time; 3. Do not have blank spaces completed; 4. Are conditional; 5. Are qualified; 6. Are not accompanied by a tender deposit in the form of ar amount specified; 7. Are not accompanied by an original Agreement to Bond form; 8. Contain irregularities; Oro Medonte Warminster wm tender form.doc original certified cheque, in the IT -3 9. Are unsigned or unsealed; 10. Are illegible or obscure; 11. Are unbalanced; 12. Contain additions not called for. 8. WITHDRAWAL OR QUALIFYING OF TENDERS A tenderer who has already submitted a tender may submit a further tender at any time up to the official closing time. The last tender received shall supersede and invalidate all tenders previously submitted by that tenderer for this contract. A tenderer may withdraw or qualify his tender at any time up to the official closing time by submitting a letter bearing his signature and seal to the Owner. Such a submission at the location stated for the receipt of tenders must be received in sufficient time to be marked with the time and date of receipt and to be received before 2:00 p.m. on the date for closing of tenders. The tenderer shall show his name, the name of the project and the contract number on the envelope containing such letter. No telegrams, faxes or telephone calls will be considered. 9. INFORMAL OR UNBALANCED TENDERS All entries in the Form of Tender shall be made in ink or type. Entries or changes made in pencil shall, unless otherwise decided by the Owner, be invalid or informal. Tenders which are incomplete, conditional, illegible or obscure, or that contain additions not called for, reservations, erasures, alterations (unless properly and clearly made and initialled by the tenderer's signing officer) or irregularities of any kind, may be rejected as informal. Tenders that contain prices which appear to be so unbalanced as likely to affect adversely the interests of the Owner may be rejected. Wherever in a tender the amount tendered for an item does not agree with the extension of the estimated quantity and the tendered unit price, the unit price shall govern and the amount and the Total Tender Price shall be corrected accordingly, unless otherwise decided by the Owner. A discrepancy in addition or subtraction in a tender will be corrected by the Owner by adding or subtracting the items correctly and correcting the Total Tender Price accordingly, unless otherwise decided by the Owner. Where an error has been made in transferring an amount from one part of the Form of Tender to another, the amount shown before transfer will, subject to any corrections as — provided for above, be taken to be correct and the amount shown after transfer and the Total Tender Price will be corrected accordingly. If a tenderer has omitted to enter a price for an item of work set out in the Form of Tender, he will unless he has specifically stated otherwise in his tender, be deemed to have allowed elsewhere in the Form of Tender for the cost of carrying out the said item of work and, unless otherwise agreed to by the Owner, no increase will be made in the Total Tender Price on account of such omission. Tenders that are based upon an unreasonable period of Time for Completion of the Works may be rejected. The Owner reserves the right to waive formalities at its discretion. Tenderers who have submitted tenders that have been rejected by the Owner because of informalities will normally be notified of the reasons for the rejection within ten (10) days after the closing date for tenders. Oro Medonte Warminster wm tender form.doc IT -4 10. EXAMINATION OF SITE Each tenderer should visit the site of the work before submitting his tender and should satisfy himself by personal examination as to the local conditions to be met with during the construction and conduct of the Work. He shall make his own estimate of the facilities and difficulties to be encountered including the nature of the subsurface materials and conditions. He is not to claim at any time after submission of his tender that there was any misunderstanding of the terms and conditions of the Contract relating to site conditions. 11. TENDER Each tender shall be in accordance with Section GC 2.0 of the General Conditions and shall include a completed Form of Tender, Statements "A" to "D", and an Agreement to Bond all as bound herein and a tender deposit as required herein, together with any further forms or sheets which the tenderer is instructed to submit elsewhere herein, or in any addendum hereto, to submit with his tender. The tenderer may retain the rest of the tender documents issued to him. The tenderer shall give the Total Tender Price both in words and in figures and, except as is otherwise specifically permitted in the Form of Tender, shall fill in all blank spaces for unit prices, item prices, lump sums, Time for Completion and other information in the Form of Tender. All blank spaces on the Form of Tender and supplementary statements shall be completed. Mark "N/A" (not applicable) or "nil" as appropriate. The Owner will be under no obligation to accept the lowest or any tender and will have the right to reject any or all tenders. All erasures, alterations, over -writing or strikeouts must be initialled by the person signing the tender. The tender shall be submitted where the tenderer is a corporation, under the tenderer's corporate seal or, by an authorized person if the tenderer is a partnership. Where a partner or individual signs the tender, without a corporate seal, the signature shall be witnessed. The tenderers shall indicate in the Form of Tender, the Time for Completion of the work. The tender is subject to the Municipal Freedom of Information and Protection of Privacy Act and will be disclosed where the Owner is required to do so for the purposes of complying with an Order of the Information and Privacy Commissioner. Tenders are subject to a formal contract being prepared and executed 12. OMISSIONS, DISCREPANCIES AND INTERPRETATIONS Should a tenderer find omissions from or discrepancies in any of the tender documents or should he be in doubt as to the meaning of any part of such documents, he should notify the Engineer, preferably in writing and not later than eight (8) days before the closing date for tenders. If the Engineer considers that a correction, explanation or interpretation is necessary or desirable, he will issue an addendum to all who have taken out tender documents. No oral explanation or interpretation by the Engineer will modify any of the requirements or provisions of the tender documents. 13. QUANTITIES ARE ESTIMATED The quantities shown for unit price items in the Form of Tender are estimated only and are for the sole purpose of establishing a dollar amount based on the unit price. For any work done or materials — Oro Medonte Warminster wm tender form.doc IT -5 supplied on a unit price basis, the Contractor will be paid for the actual measured quantities at the respective unit prices tendered. The Engineer has the right to increase or reduce the quantities required or to suspend or omit any item or portion of the Work at any time as he may deem advisable. The Contractor will not be entitled to any compensation for loss of anticipated profit as a result of the deletion of any item or part of an item from the Form of Tender. 14. ACCEPTANCE OR REJECTION OF TENDERS Subject to the General Conditions, except as provided hereunder, neither the Engineer nor any officer or employee of the Owner has authority to make or accept an offer or to enter into a contract on behalf of the Owner or to create any rights against or to impose any obligations on the Owner. The recommendation of a tender to the Owner for acceptance does not constitute acceptance of the tender by the Owner. A tender is accepted by the Owner only when an agreement in the form bound herein is executed by the Owner and by the tenderer. The acceptance of the tender and the execution of the Agreement by the Owner are subject to the express condition that the Owner receive a Performance Bond and a Labour and Material Payment Bond in the forms bound herein and in accordance with the requirement hereof, within seven (7) days after notification of the execution of the Agreement by the Owner has been mailed to the tenderer whose tender has been accepted as aforesaid. The Owner shall not be responsible for any liabilities, cost, expenses, loss or damage incurred, sustained or suffered by any tenderer prior or subsequent to or by reason of the acceptance or the non-acceptance by the Owner of any tender or by reason of any delay in the acceptance of a tender save as provided in the Contract. Tenders are subject to a formal contract being prepared and executed. The Owner reserves the right to reject any or all tenders and to waive formalities as the interests of the Owner may require, without stating reasons therefor and the lowest or any tender will not necessarily be accepted. If an insufficient number of tenders are received, tenders may be returned unopened. 15. PERIOD OF VALIDITY OF TENDER The tenderer's attention is drawn to the Form of Tender, "Standard Tender Requirements", for the tender validity period. The prices entered by the tenderer in the Form of Tender shall be based on the assumption that the -. Engineer's written order to commence work will be issued to the tenderer within a 90 -day period after the opening date for tenders. In addition, however, the tenderer shall enter in the spaces provided in the Form of Tender the extra lump sump, to be added to the Total Tender Price shown in the Form of Tender if the Engineer's written order to commence work is issued to the tenderer after the aforesaid 90 -day period has elapsed but within 120 days after the opening date of tenders. The foregoing lump sum shall apply regardless of any difference between the Final Contract Price and the Original Contract Price. Failure to enter the extra lump sum prices in the spaces provided in the Form of Tender shall mean that the extra lump sum prices for extending the validity of tender as stipulated, are NIL. The Owner may in its discretion take into account the extra lump sum prices tendered when comparing tenders or awarding a contract. Oro Medonte Warminster wm tender form.doc IT -6 16. TENDER DEPOSIT Each tender shall include a tender deposit in the form of a certified cheque in the amount stated in the Form of Tender and payable as instructed. The tender deposits of all but the two (2) lowest tenderers will be returned within ten (10) days after the date of opening tenders. The tender deposits of the two (2) lowest tenderers will be retained until a tender has been accepted and the Performance Bond, the Labour and Material/Payment Bond and the other documents required herein have been furnished to the satisfaction of the Solicitor and the Engineer for the Owner, save that if a tenderer has not been requested by the Owner to execute the Agreement within 90 days after the date of opening tenders or if the Engineer has not issued to the tenderer a written order to commence work within the said 90 days, his tender deposit will be returned, except as otherwise provided herein. After the execution of the Contract and the receipt by the Owner of the Performance Bond and the Labour and Material Payment Bond the tender deposit of the second lowest tenderer will be returned. If either of the above-mentioned two (2) tenderers has not been notified within 90 days after the date of opening tenders that his tender has been recommended to the Owner for acceptance, he may apply to the Owner for the return of his tender deposit. Unless otherwise determined by the Owner, the tender deposit of one of the said two (2) tenderers (normally the one who submitted the second lowest tender) will be retained or returned by the Owner as provided for elsewhere in this Section. The Owner may, in its discretion: (a) cash a tender deposit cheque and deposit the proceeds to its account, without prejudice to the ultimate disposition of such tender deposit as provided for herein; or (b) return a tender deposit to a tenderer at an earlier time than provided for herein; or (c) return a tender deposit to a tenderer on receipt from the said tenderer of an alternative security acceptable to the Owner in lieu of the said tender deposit; and no such action shall prejudice the validity of the tender to which such tender deposit relates. Except as otherwise herein provided the tenderer guarantees that if his tender is withdrawn before the Owner shall have considered the tenders or before or after he has been notified that his tender has been recommended to the Owner for acceptance or that if the Owner does not for any reason receive within the period of seven (7) days as stipulated and as required herein, the Agreement executed by the tenderer, the Performance Bond and the Labour and Material Payment Bond executed by the tenderer and the surety company and other documents required herein, the Owner — may retain the tender deposit for the use of the Owner and may accept any tender, advertise for new tenders, negotiate a contract or not accept any tender as the Owner may deem advisable. 17. AGREEMENT The tenderer agrees that, if requested so to do by the Owner or anyone acting on its behalf within 90 days after the date of opening tenders or other validity period agreed to, he will execute in triplicate and return to the Owner the Agreement in the form bound herein within seven (7) days after being so requested. If the tenderer has not been so requested within the said 90 days or if the Engineer's written order to commence work has not been mailed or delivered to the tenderer or his office or his postal address within the said 90 days, the tenderer may, unless he has otherwise agreed or offered and except as otherwise provided herein, withdraw his tender. 18. PERFORMANCE AND PAYMENT BONDS The Contractor, together with a surety company approved by the Owner and authorized by law to carry on business in the Province of Ontario, shall, unless otherwise directed, furnish to the Owner a Performance Bond and a separate Labour and Material Payment Bond in the forms attached hereto Oro Medonte Warminster wm tender form.doc IT -7 each in the amount of one hundred percent (100%) of the Total Tender Price for the Performance Bond and 50% for the Labour and Materials Payment Bond,and such additional amount, if any, as may be required by the Owner. The tenderer shall tender the cost of the bonds in the item provided for that purpose in the Form of Tender on the assumption that each bond will be in the amount of 100% and 50% respectively of the Total Tender Price. In the event that either of the bonds is required to be in an amount in excess of 100% of the Total Tender Price, the Owner will reimburse the Contractor in the amount of the premium for such excess amount after submission by the Contractor to the Owner of the surety company's relevant receipted invoice. The tenderer shall include with his tender the Agreement to Bond in the form enclosed herewith executed under its corporate seal by the surety company from which he proposes to obtain the required bonds. The Owner may in its discretion decide to obtain the bonds from a surety company of its choice and may pay the premium for such bonds directly to the surety company so chosen. In that event, the Owner will notify the selected tenderer accordingly before the tender has been accepted and the tenderer shall execute and furnish to the Owner the required bonds as provided for herein but the item relating to the cost of the bonds in the Form of Tender shall be deleted from the Contract and no payment shall be made to the Contractor therefor. The tenderer will be required to furnish the Performance Bond and the Labour and Material Payment Bond in triplicate as required herein and in the forms bound herein within seven (7) days after _ . notification of the execution of the Agreement by the Owner, being mailed to him. One copy of the said bonds shall be bound into each of the three (3) executed sets of the Contract. 19. PROOF OF ABILITY In order to aid the Owner in determining the responsibility of each tenderer, the tenderer shall complete the following statement sheets which are bound herein: Statement'A' - Stating the tenderer's experience in similar work which he has successfully - completed. Statement 'B' - Giving a list of the tenderer's senior supervisory staff to be employed on the Contract with a summary of the experience of each. Statement 'C' - Giving the description of the construction equipment which the tenderer proposes to use. Statement'D' - Giving the list of proposed subcontractors If the tenderer prefers, he may, in lieu of completing and submitting the above-mentioned statement sheets, submit the information required by the said sheets on similar forms prepared in his own office, provided that the said forms bear the tenderer's name and the date of preparation and contain up-to-date information. 20. SUBCONTRACTORS The tenderer shall give in Statement 'D' of the tender documents the name and address of each proposed subcontractor used in making up his tender and shall state the portion and value of the work allotted to each. Only one subcontractor shall be named for each part of the work to be sublet. If the successful tenderer wishes to substitute a subcontractor other than the one named in Schedule D' of the Form of Tender for a specific item of work, he shall submit documentation to the Engineer pertaining to the proposed subcontractor's experience and competence to carry out the work. Oro Medonte Warminster wm tender form.doc IT -8 Employment of the proposed subcontractor on the works is subject to the written approval of the Engineer. The Term "subcontractor" as referred to in this Clause 20 shall not include suppliers of preselected equipment unless otherwise specifically stated in these documents or directed. Attention is drawn to Section 43 of the General Conditions and to the instructions on Statement V sheet 21. PROJECT COORDINATION AND CONSTRAINTS The successful tenderer shall be responsible for coordinating the work of all preselected equipment suppliers and ensuring correct preparation of the work for the suppliers to carry out their work under. The Contractor shall be responsible for other related works in accordance with the equipment manufacturer's practice. The Contractor shall coordinate the commissioning of all equipment with the supplier and the Engineer. The Contract must be scheduled to maintain the operation of the existing water treatment plant while the proposed works are under construction. The detailed construction schedule shall clearly illustrate the shutdown of the facilities for all work including final process piping tie-ins and testing. The existing facilities on site shall be protected during construction or reinstated to original condition or, replaced prior to completion of the project. 22. TEMPORARY WATER The Contractor shall make arrangements with the Township of Oro-Medonte operators for the use of temporary water at the site. It is required that all residents and business be serviced with potable water at all times. 23. WORKPLACE SAFETY AND INSURANCE BOARD Attention is drawn to Section GC 6.05 of the General Conditions wherein it is stated that 'The Contractor shall at the time of entering into a contract with the Owner, make a statutory declaration or furnish a satisfactory clearance letter from the "Workplace Safety and Insurance Board stating that all assessments or compensation payable to the "Workplace Safety and Insurance Board" have been paid...". The selected tenderer shall submit such statutory declaration or clearance letter to the Owner in triplicate together with the Agreement executed by the said tenderer. One copy of the statutory declaration or clearance letter will be bound into the executed sets of the Contract. 24. OCCUPATIONAL HEALTH AND SAFETY In order to avoid any misunderstanding as to the nature of the work to be performed herein, the Contractor by executing this contract, unequivocally acknowledges that he is the constructor within the meaning of the Occupation Health and Safety Act, and the Contractor undertakes to carry out the duties and responsibilities of constructor with respect to the Work. It is specifically drawn to the attention of the tenderer that the Occupational Health and Safety Act provides in addition to other matters that, "A constructor shall ensure, on a project undertaken by the constructor that, (a) the measures and procedures prescribed by this Act and the regulations are carried out on the project; Oro Medonte Warminster wm tender form.doc IT -9 (b) every employer and every worker performing work on the project complies with this Act and the regulations; and, (c) the health and safety of workers on the project is protected." 25. CANADIAN LABOUR AND MATERIALS Unless otherwise specifically approved in writing by the Engineer or specified in the Contract the Contractor shall employ Canadian labour. He shall utilize materials, parts and equipment of Canadian manufacture in constructing the works wherever possible. 26. COST OF POWER AND FACILITIES AT THE SITE The Contractor shall provide and shall bear the costs of all electricity, fuel, water and sanitary facilities required for, or at the sites of the Work up to the date of Substantial Performance as established by the Certificate of Substantial Performance. Such costs incurred after the date will be borne by the Owner save that any costs incurred in completing unfinished work or rectifying deficiencies may, at the discretion of the Engineer, be charged to the Contractor. 27. REVIEW OF SHOP DRAWINGS The Contractor (or subcontractor or equipment supplier acting on behalf of the Contractor) shall submit to the Engineer in accordance with a procedure to be stipulated by the Engineer, all shop, working or setting drawings required in order to make clear the work proposed. The Contractor shall make any changes to such drawings that the Engineer may require. When submitting such drawings, the Contractor shall notify the Engineer in writing of all respects in which such drawings differ from the requirements of the Contract or from previously notified requirements of the Engineer. The Engineer's review of such drawings shall not relieve the Contractor from the responsibility for the correctness of the drawings or the adequacy of the details shown on the drawings. Work shall not be carried out before the Engineer's review of the shop, working or setting drawings relating to such work, has been carried out. -- 28. EQUIPMENT SUPPLIED BY THE CONTRACTOR The Contractor is responsible for ensuring that all equipment supplied by him, or by any subcontractor under the Contract complies with the requirements of the Contract and in particular with the requirements of the specifications for the equipment, and that all suppliers of such equipment comply with such requirements. Failure on the part of a supplier to comply with such requirements shall not relieve the Contractor of responsibility for ensuring that the requirements of the Contract are fulfilled. 29. ONTARIO HST TAX The prices tendered in the Schedules of Items and Prices shall include Provincial HST Tax and the Contractor is required to pay tax at the prevailing rate on all taxable goods purchased for this Contract. Should there be a change in the application of the Act pertinent to the purchase of materials for this Contract, the Contractor shall cooperate with the Owner to ensure that the proper amount of tax is paid and/or the maximum refund is obtained for the Owner. Oro Medonte Warminster wm tender form.doc IT -10 30. NON-RESIDENT CONTRACTOR If the Contractor is non-resident in Ontario, he shall, immediately after he has received the Engineer's written order to commence work, obtain from the Retail Sales Tax Branch a certificate showing that the Contractor has registered with the Retail Sales Tax Branch and shall submit such certificate to the Owner. If the Contractor is non-resident in Ontario, he shall not commence work or order any materials or equipment for the Contract until he has registered with the Retail Sales Tax Branch. The Contractor shall ensure that all subcontractors whom he proposes to use for carrying out any of the work required by the Contract and who are non-resident in Ontario have registered with and have -- complied with the requirements of the Retail Sales Tax Branch before they commence any such work. 31. INSURANCE The Contractor shall procure and maintain All Risk and Liability Insurance in accordance with Sections GC6.03.07 of the General Conditions and the requirements set out below save that, unless otherwise specifically stated in the Contract. The tenderer whose tender has been recommended to the Owner for acceptance shall, on receipt from the Owner of the Agreement for execution, procure and maintain All Risk and Liability Insurance and shall file with the Owner, together with the Agreement executed by him, a Cover Note of such All Risk Insurance and a Certificate of Liability Insurance. The Contractor shall file with the Owner prior to the first progress payment the original policy of such All Risk Insurance or a Certificate of Insurance clearly stating that the policy of All Risk Insurance provided as aforesaid complies with the requirements hereof. Insurance shall be obtained from a company satisfactory to the Owner. (a) The All Risk Insurance shall: (1) comply with the requirements of the "Specification for All Risk Insurance", which specification shall form part of the said policy of All Risk Insurance. (2) include Flood and Earthquake coverage in respect of the construction of the plant or alteration to the existing facility. (3) be maintained until the date of Completion of the Works has been established by the Certificate of Completion or such time as the Owner has notified the Contractor in writing that the Owner has arranged its own All Risk Insurance coverage of the permanent works (but, in any event, not later than as provided in Section 25 (c) of the General conditions). (b) The Liability Insurance shall: (1) have a limit of liability of not less than $5,000,000 inclusive for any one occurrence. (2) be Comprehensive Liability Insurance covering all operations and liability assumed under the Contract with the Owner. (3) not contain any exclusions or limitations in respect of shoring, underpinning, raising or demolition of any building or structure, pile driving, caisson work, collapse of any structure or land from any cause. - Oro Medonte Warminster wm tender form.doc IT -11 (4) cover the use of explosives. The Contractor shall be solely responsible for all damage loss or costs resulting directly or indirectly from such use. The Contractor shall indemnify and save harmless the Owner and the Engineer from and against all claims, demands, loss, damage and costs resulting directly or indirectly from such use. (5) include insurance against liability for bodily injury and property damage caused by vehicles owned by the Contractor and used on the work, and in addition, shall include insurance against liability for bodily injury and property damage caused by vehicles not owned by the Contractor and used on the work. Each such insurance shall have a limit of liability of not less than $5,000,000 inclusive for any one occurrence. A "vehicle" shall be as defined in the Highway Traffic Act. (6) be endorsed to provide that the policy or policies will not be altered, cancelled or allowed to lapse without thirty (30) days written notice to the Owner. (7) be endorsed to include the Owner and the Engineer as additional named insureds. 32. ACCESS TO EXISTING OPERATING FACILITIES DURING CONSTRUCTION The Contractor is reminded that it is essential that continuous access be provided to existing operating facilities within the vicinity of the working area during the entire construction period. Therefore, the Contractor will be required to schedule work and construct necessary temporary works as necessary to ensure this requirement is met. All costs anticipated for compliance with this clause shall be included in the individual tendered prices. 33. UPDATED SCHEDULE OF CONSTRUCTION In addition to the requirements of Clause 4.0 Schedule of Construction of the General Conditions and on a monthly basis, throughout the duration of the Contract, the Contractor shall provide an updated schedule for the various components of the Works, in a form acceptable to the Engineer. The updated schedule shall reflect the degree of completion to -date and the projected progress expected over the next month and the projected completion of project milestones. 34. LUMP SUM FOR MOBILIZATION/DEMOBILIZATION The first item in the Schedule of Items and Prices is to cover the Contractor's cost of mobilization at the beginning of the construction period and demobilization at the close of the construction period. The price entered for this item shall be consistent with the costs involved but shall not, in any event, exceed ten percent (10%) of the Total Tender Price. If the tenderer has entered against this item in his tender a price in excess of ten percent (10%) of the Total Tender Price, the Owner shall, in preparing the contract documents based upon the tender, reduce the price for the said item to an amount not exceeding ten percent (10%) of the Total Tender Price and shall add the amount of the reduction to the price bid for the "Lump Sum for Other Requirements" item so that the Total Tender Price is not affected. Sixty percent (60%) of the price for the Mobilization and Demobilization item shall be considered as relating to mobilization and the balance to demobilization. The payment for mobilization will be included in the first payment certificate issued for the Contract subject to the Engineer being satisfied that full mobilization has been carried out. If the Engineer is not so satisfied, he will allow a payment which, in his opinion, reflects the degree of mobilization effected to date. The payment for demobilization shall become due following Substantial Performance of the Works and subject to the Engineer being satisfied that full demobilization has been carried out. The -- Oro Medonte Warminster wm tender form.doc IT -12 Engineer may, in his discretion, allow partial payment for demobilization before full demobilization has been effected. 35. LUMP SUM FOR OTHER REQUIREMENTS In this item of the Schedule of Items and Prices, the tenderer shall enter his bid price for providing items such as watchmen, permits and approvals (other than those to be paid by the Owner), items required by the drawings or specifications but which have been omitted from the schedule and other items required by the Contract but not specifically covered by or related to the other items in the schedule. Each progress payment certificate will include a percentage of the bid price for this item in proportion to the percentage of the permanent works completed. The submission by a tenderer of an unbalanced price for this item renders the tender liable to disqualification. 36. BREAKDOWN OF TOTAL TENDER PRICE Not applicable to this contract. 37. CERTIFICATES AND INSTRUCTIONS FOR EQUIPMENT The Contractor shall, unless otherwise permitted or directed in writing by the Engineer, furnish to the Owner two weeks prior to the issuance of the Certificate of Substantial Performance and before the Owner takes over the works from the Contractor: (a) three (3) copies of certificates or letters from the manufacturers of the equipment incorporated into the works (or from their accredited agents) stating that their qualified representatives have tested the equipment which they supplied and have found everything to be satisfactorily installed and in proper working order. (b) three (3) of the equipment manufacturer's operation and maintenance instructions and parts lists for all equipment incorporated into the works under the Contract. (c) a certificate or letter from the electric power commission which has jurisdiction in the area of the works stating that the said Commission's representative has inspected the electrical installations in the works and is satisfied that they are in accordance with the said Commission's requirements. 38. SOILS REPORT A soils report for this location is appended to this document, an allowance has been carried for geotechnical inspections for backfill compaction. 39. TEST PITS Test pits will not be provided. The potential bidder must review the soils report and make arrangement for any soils investigation at their own cost. All arrangement to be made with the Owner and where applicable the Ministry of Transportation. 40. SUBSTITUTIONS AND EQUIVALENTS Reference is made to Section GC 5.04 Substitutions, of the General Conditions, regarding payment for equivalents. Oro Medonte Warminster wm tender form.doc IT -13 No ruling on a proposed substitution as an "approved equal" will be made prior to acceptance of a tender. No substitution shall be made without the prior written approval of the Engineer. Tendered prices shall not include a presumed acceptance by the Engineer of a substitute item of supply. Tenderers wishing to use alternative equipment or materials not named must submit details of the alternative together with any price saving, at the time of tender. However, equipment and materials specified by name in these documents must be used in the tendered prices No delay at the time of tendering will be permitted to allow the Contractor to propose the use of alternative equipment. All alternatives for equipment and materials not named in the specifications proposed by the tenderer at the time of tendering, will be reviewed by the Engineer after the acceptance of the tender, and the Engineer's decision as to the acceptability of any item shall be final and binding. In comparing a tenderers' proposed alternative, the Engineer's recommendation will be based on the following: 1 The price saving with the alternative equipment; 2 The ability of the alternative equipment to perform the functions indicated efficiently, accurately and with a minimum of personnel; 3 The equipment design and characteristics and quality of materials and space required for the equipment; 4 The maintenance required for the equipment; 5 Experience of the supplier in Canada of the alternative equipment; 6 The time of delivery of the equipment; 7 Performance under similar conditions over the past 5 years in Canada. Any design and/or construction changes necessitated by the use of other approved trade or suppliers' names given will be at the entire expense of the Contractor. The Contractor shall be responsible for assuring the proper fit and matching of such approved alternative equipment or materials to adjacent space, equipment and materials. The Contractor shall assume all liabilities and additional costs that may subsequently arise as a result of his proposed substitution having been accepted by the Engineer. During construction, the Contractor may apply to the Engineer to substitute, as an approved equal, another article or group of related articles identified by a different trade or other name. In all cases, the proposed substitution shall be justified by the Contractor in his written application to the Engineer, "indicating the credit proposed, such credit shall not be less than $2,000.00" and indicating reasons why he wishes to substitute (e.g. significant delay in delivery, strikes, unavailability) and be accompanied by descriptive and technical information for the Engineer to thoroughly compare articles or groups of articles with those specified. Failure to comply with this requirement to the Engineer's acceptance will result in rejection of the request due to insufficient information. Allow sufficient time for the Engineer to evaluate substitutions. No claims for delays will be permitted. All applications and submissions related to substitutions shall only be made by the Contractor to the Engineer and not any subcontractors or suppliers. Shop drawings of substitutions which have not been approved by the Engineer will be returned as "un -reviewed". The approval or rejection of a proposed substitution shall be at the sole discretion of the Engineer and his decision shall be final. If alternative methods of construction or design changes are proposed by the Contractor, the cost of all associated design changes and engineering costs are assumed to be included in the proposal for the aforementioned change. Oro Medonte Warminster wm tender form.doc IT -14 - Any design and/or construction changes necessitated by the use of other approved trade or suppliers' names given shall be at the entire expense of the Contractor. The Contractor shall be responsible for assuring the proper fit and matching of such approved alternative equipment or materials to adjacent space, equipment and materials. The Contractor shall assume all liabilities and additional costs that may subsequently arise as a result of his proposed substitution having been accepted by the Engineer. 41. FAIR WAGE SCHEDULE All labour on this project shall be paid in accordance with the Fair Wage Schedule as established by the Ministry of Labour for the Provincial Zone. The specific minimum rates are available from the Ministry of Labour. Notice of the Fair Wage Schedule shall be posted at the place of work. 42. DRAWINGS, SPECIFICATIONS AND RESIDENT INSPECTION DURING CONSTRUCTION The drawings and specifications were prepared by AECOM who will also perform the role of the Engineer as set out in the General Conditions. 43. INSTRUCTIONS PRIOR TO TENDER CLOSING Tenderers are requested to notify the Engineer of errors and omissions or discrepancies noted during examination of the documents so that instructions/clarifications may be issued. Only those instructions/clarifications issued by the Engineer shall be binding to the Contract. Verbal instructions, regardless of source, will not be binding to the Contract. All inquiries during the tender period shall be directed to Rick Groves, Senior Project Manager. Inquiries will be received at: Telephone: (705) 721-9222 Fax: (705) 734-0764 E-mail: rick.groves@aecom.com Where appropriate, written responses/addenda will be provided. END OF SECTION Oro Medonte Warminster wm tender form.doc (TO BE SUBMITTED BY TENDERER) TOWNSHIP OF ORO-MEDONTE COMMUNITY OF WARMINSTER WATER MAIN REPLACEMENT CONTRACT NO. 60247297-04 TABLE OF CONTENTS Form of Tender Schedule of Items and Prices Standard Tender Requirements Statement "A" Experience Statement "B" Qualifications of Staff Statement "C" Construction Equipment Statement "D" List of Proposed Sub -contractors Agreement to Bond Statutory Declaration Re Tender FT -1 FT -3 FT -4 FT -8 FT -9 FT -10 FT -11 FT -12 FT -13 FORM OF TENDER Tender By '� --;r � �nn / residing at or place of business) t�`��C% �f1 �, / � ��,,(� (�� C 31Z and residing at (or place of business) comprising of the firm of 173 -7 12 a company duly incorporated under the laws of and having its head office at hereinafter called "the tenderer". NOTE: The tenderer's name and address and residence must be inserted above, and in the case of an unincorporated firm, the name and residence of each and every member of the firm must be inserted. FT -1 TO: THE CORPORATION OF THE TOWNSHIP OF ORO-MEDONTE I(we) "y�Cl;jyhave carefully examined the locality and site of the proposed works, and all contract documents relating thereto, including the: Form of Agreement, Addendum /Addenda No..t)N.. to No./V..�.... 1, inclusive, Special Provisions, if any, Information for Tenderers, Supplementary General Conditions, General Conditions, Specifications, Contract Drawings, Form of Tender, Forms of Performance Bond and Labour and Material Payment Bond hereby tender and offer in accordance therewith to enter into a contract within the prescribed time to construct the said works in strict accordance with the contract documents and such further detail drawings as may be supplied from time to time and to furnish all materials, labour, tools, plant, matters and things necessary therefor complete and ready for the use within the time specified for the lump sum Total Tender Price (excluding HST) of (W (Numerical) ($i� %J (Excluding HST) or such other sum as may be ascertained in accordance with the Contract. The tenderer shall insert here the number of the addenda received by him during the tendering period and taken into account by him in preparing his tender. The aforementioned sum is made up as follows: SCOT- /l^J FT -2 MAd 1,5 CL'nrTs FT -3 SCHEDULE OF ITEMS AND PRICES ITEM DESCRIPTION QUANTITY UNIT AMOUNT NO. 1. Mobilization and demobilization at the job site of offices, stores, conveniences, other temporary facilities, construction plant and other items not required to form part of the permanent works and not covered by other items of the Schedule of Items and Prices (refer to Information for Tenderers). cry /I q2s. LS 2. WATERMAINS 2.1 Highway 12 STA. 21+618 to Valve 21+928.5 at Demont Drive 200 mm dia HDPE SDR11 installed by trenchless technology c/w fittings, valves, cathodic protection, tracer wire at an average depth of 2.0 m. �u 5 g%4 LSd$ . 2.2 Highway 12 STA. from valve 21+928.5 at Demont Drive to tie in at Wallis St STA. approximately 22+265.0 200 mm dia HDPE SDR 11 installed by trenchless technology c/w fittings, valves, catholic protection, tracer wire at an average depth of 2.0 m. (�2 LS 2.3 Highway 12 West Side from Tee at STA. 22+120 including crossing pipe, then South to 450 bend at STA. 22+380.9 200 mm dia HDPE SDR11 installed by trenchless technology c/w fittings, valves, cathodic protection, tracer wire at an average depth of 2.0 m. q LS 2.4 Warminster Sideroad from Tee at STA 22+380.9 west to Burnet Street STA 9+833.8 200 mm dia HDPE SDR11 installed by trenchless technology c/w fittings, valves, cathodic protection, tracer wire at an average depth of 2.0 m 1 r,56 LS$ 2.5 Highway 12 at Sta. 22+120 Watermain crossing as detailed and specified by trenchless technology (Bore & Jack) utilizing a steel cased at an average depth of 2.4 m. LS 2.6 Provide 6.0 metres of new water main pipe and four (4) factory couplings to the Municipality. Go LS 2.7 Connect to existing water main 200 mm dia HDPE SDR 11 to 150, 100, 50 mm existing with transition fitting and m.j. adaptors. LS w $ FT -3 ' r t ITEM NO. - - DESCRIPTION QUANTITY UNIT AMOUNT ------ 3. ----- - -- ------------------------------- SERVICES --- 3.1 New 25 mm HDPE Series 160 water residential service from new water main to property line including main cock on factory tee and curb stop and box complete. Services north of Demont Drive. 9 r� 0Z s y - ea. 3.2 New 25 mm HDPE Series 160 water residential service from new water main to property line including main cock on factory tee and curb stop and box complete. Services south of Demont Drive. 10 _ ea. 3.3 New 25 mm HDPE Series 160 water residential service from new water main to property line including main cock on factory tee and curb stop and box complete. Services Highway 12 west side including Warminster Sideroad. 14 0 co ea 3.4 New 40 mm HDPE Series 160 water commercial service from new water main to property line including main cock on factory tee and curb stop and box complete 1 ea. 4. Locate existing services by vacuum truck. LS 2S 4.1 Locate existing water main service on private property if not located on the front property line and utilizing trenchless installation make good a connection to provide service from the new water 12 ea. 4.2 main. Provide 6.0 metres of new water main service pipe in both 25 and 40 mm and four (4) factory tees, main cock and curb stops with all LS . connection couplings to the Municipality. 5. Gate Valves & Box 200 mm diameter including all transition fittings 8 ea. 00 6. Fire Hydrant & Valve including tee restrainers and lead 9 ea. s W?3(j Oe 7. Provide continuous potable water supply to Community including all temporary piping. LS 8. Allowance for locating existing water main by vacuum truck LS $'� . 9. Lump Sum cost of Insurance as Specified. LS � C.0 10. Allowance for materials testing (Provisional Sum) LS $ 5,000.00 12. Lump Sum for Other Requirements of the Contract not specifically covered or related to the preceding items (Refer to Information for Tenderers). LS ` 13. Contingency Allowance (Provisional Sum) LS $ TOTAL TENDER PRICE(Excluding HST) 20 000.00 ,23'1� FT -4 STANDARD TENDER REQUIREMENTS Ontario Sales Tax All Applicable Ontario Retail Sales Tax Shall Be Included HST The tendered prices shall not include harmonized sales tax. The tenderer shall submit with his tender notification of his HST registration number on company letterhead. Period of Validity of Tender Extra lump sum to extend the period of validity of tender from 91 days to 120 days $__�) CZ Q (Excl HST) The foregoing lump sums shall apply regardless of any difference between Final Contract Price and the Original Contract Price. The Owner may in its discretion take into account the extra lump sums tendered above when comparing tenders for awarding a contract. Failure of the tenderer to enter the extra lump sum prices in the space provided shall mean that the extra lump sum shall be considered to be NIL. Additional or Deleted Work The tenderer agrees that, if his tender is accepted by the Owner, he will carry out any additional extra work (including the supplying of any additional materials or equipment pertaining thereto) or will delete any work as may be required by the Engineer in accordance with the Contract; The carrying out of any work referred to above or the issuance by the Engineer of a Contract Change Order relating to such work or the acceptance by the tenderer of such Contract Change Order shall not, except as expressly stated in such Contract Change Order, waive or impair any of the terms of the Contract or of any Contract Change Order previously issued by the Engineer or any of the rights of the Owner or of the Engineer under the Contract. The prices applicable to extra work referred to above shall be determined as follows: (a) The Schedule of Items and Prices where applicable; or (b) Section 37 of the General Conditions. Liquidated Damages The Contractor shall pay to the Owner (in addition to amounts payable in respect of site supervision and contract administration of the Work) the sum specified in the Contract as liquidated damages for each calendar day that the Work under the Contract as expressly modified by all Contract Change Orders issued by the Engineer, remains uncompleted after the expiry of the Time for Completion specified in the Contract or the extended time for completion allowed in writing by the Engineer. Contingency Allowance The tenderer agrees that he is not entitled to payment of the Contingency Allowance except for additional work carried out by him in accordance with the Contract and only to the extent of such additional work, as authorized by the Engineer in writing. FT -5 i General The tenderer agrees that, if so requested in writing by the Owner, he will enter into a contract with the Owner based upon his tender but jointly in the names of the tenderer and the tenderer's parent company, if any. The tenderer further agrees that any request by the Owner as indicated above is not and shall not be deemed to be a counter offer by the Owner. The tenderer agrees that his tender is subject to a formal contract being prepared and executed. The tenderer declares that no person, firm or corporation other than the tenderer has any interest in this tender or in the proposed contract for which his tender is made. The tenderer further declares that this tender is made without any connection, comparison of figures or arrangements with, or knowledge of, any other corporation, firm or person making a tender for the same work and is in all respects fair and without collusion or fraud. The tenderer further declares that no officer or employee of the Owner or of the Engineer is or will become interested directly or indirectly as a contracting party, partner, surety or otherwise in or in the performance of the Contract or in the supplies, work or business to which it relates, or in any portion of the profits thereof, or in any of the monies to be derived therefrom. J J J J FT -6 J Time for Completion . L - The tenderer agrees to have the works "Substantially Performed" within a time, to be known as the 'Time for Completion", of: %> --rGA7 �� weeks � weeks) (in words) (in figures) from the date of the Engineer's written order to commence work. The tenderer agrees that if he fails to tender a Time for Completion in the spaces provided therefor in the Form of Tender or in any addendum to the tender documents, he will, if requested to do so by the Owner, enter into a contract with the Owner based upon a Time for Completion to be stipulated by the Engineer and which, in the opinion of the Engineer, is fair and reasonable. Financial Statement The tenderer agrees that he will furnish the Owner a copy of his latest financial statement within four (4) days after being requested to do so by the Owner. Bonds The "Agreement to Bond" of the f S0r-o, r .�<<,r;,l„�� ��,rnna�� a company il4cr CcnTP� lawfully doing business in the Province of Ontario, fo furnish a Performance Bond and a L ou and Material Payment Bond in an amount equal to 100% of the Contract price for the Performance Bond and 50% for the Labour and Material Payment Bond, or in such greater amount as may be required by the Owner, if this tender is accepted, is enclosed herewith. The tenderer agrees that the Owner reserves the right to reject any or all tenders and that the lowest or any tender will not necessarily be accepted. The tenderer solemnly declares that the several matters stated in the foregoing tender are in all respects true. FT -7 KI J J Tender Deposit A certified cheque in the amount of $10,000.00 payable to THE CORPORATION OF THE TOWNSHIP OF Oro-Medonte is to be included and submitted with the tender, as the Tender Deposit. Dated this day of ,gI2GN Zo Signature of witness Signature of tenderer NOTE: If the tender is submitted by or on behalf of a corporation, it must be signed in the name of such corporation by the duly authorized officers and the seal of the corporation, or wafer seal, must be affixed. If the tender is submitted by or on behalf of an individual or a partnership a seal must be affixed opposite the signature of the individual or of each partner and each signature shall be witnessed. FT -8 ,� A J A A N A STATEMENT "A" SUMMARY OF TENDERER'S EXPERIENCE IN SUCCESSFULLY COMPLETED SIMILAR WORK. Year Contract For Whom Work Value Contact Description Performed $ (Engineers Name $ Telephone No.) FT -9 References/Related Completed Projects (March 8/16) Project: Toronto Air Energy Storage Date Completed: Summer 2014 Location: Toronto Island, ON Owner: Hydrostor Contact: Andrew McGillis - 416-268-9801 Description: 1000m of 300mm steel casing installed by HDD from shore to lakebed. Value: $725,000.00 Project: County Road 27 Transmission Water Main Date Completed: February 2015 Location: Barrie, ON Owner: City of Barrie Contact: Denise Morris - 705-715-7595 Description: 1000m of 300mm fusible pvc pipe installed by HDD Value: $560,000.00 Project: Stayner - Wasaga Force Main Date Completed: Fall 2014 Location: Stayner, ON Owner: Township of Clearview Contact: Jason Long - 519-379-1656 Description: 900m of 400mm HDPE pipe and 900m of 250mm HDPE pipe for twin force main installed by HDD Value: $650,000.00 Project: Hwy 400 Little Lake Water Main Date Completed: Spring 2015 Location: Barrie, ON Owner: City of Barrie Contact: Denise Morris - 705-715-7595 Duncan Richardson (Jones Consulting) 705-734-2538 Description: MTO Hwy crossing 200m of 600mm steel casing and 300mm pvc pipe installed by HDD. Value: $450,000.00 Project: King Street Water Main Date Completed: Fall 2015 Location: Alliston, ON Owner: Town of New Tecumseth Contact: John Bravakis (JB Enterprises) 705-734-1174 Description: Nottawasaga River crossing 280m of 400mm HDPE pipe installed by HDD Value: $90,000.00 Project: Wasaga Knox Road Force Main Date Completed: Fall 2014 Location: Wasaga Beach Owner: Town of Wasaga Beach Contact: John Bravakis (JB Enterprises) 705-734-1174 Description: Nottawasaga River crossing 280m of 500mm HDPE pipe installed by HDD Value: $300,000.00 Project: Bombardier Water Main Rehab Date Completed: summer 2015 Location: Toronto Owner: Bombardier Contact: Mike Sawicki (Bishop Construction) 905-951-3600 Description: Bombardier plant water main replacement 350m of 250mm and 150mm restrained PVC installed by HDD Value: $200,000.00 STATEMENT "B" I QUALIFICATIONS OF THE TENDERER'S SENIOR SUPERVISORY STAFF TO BE EMPLOYED ON THIS CONTRACT. Name Appointment Qualifications and Experience FT -10 Key Personnel Proposal (March 8/16) Matthias Meyer: - senior drill operator/site foreman - 10 years experience in HDD pipe installation - certified HDPE pipe fusion - recent related projects completed are: County Road 27 Transmission Water Main in The City of Barrie HDD install 1000m of 300mm fusible pvc. Reference - Denise Morris, The City of Barrie - 705-715-7595 Toronto Air Energy Storage in the City of Toronto HDD install 1000m of steel casing. Reference - Andrew McGillis, Hydrostor - 416-268-9801 Stayner - Wasaga Beach Force Mains HDD install 900m of 400mm and 250mm HDPE. Reference - Jason Long, Cedarwell Excavation - 519-379-1656 Highway 400 Crossing Water Main in The City of Barrie HDD 200m of install 600mm steel casing and 300mm pvc pipe. Reference - Duncan Richardson - Jones Consulting - 705-734-2538 Christian Meyer: - senior drill operator/site foreman - 13 years experience in HDD pipe installation - certified HDPE pipe fusion - recent related projects completed are: Toronto Air Energy Storage in the City of Toronto HDD install 1000m of 300mm steel casing. Reference - Andrew McGillis, Hydrostor - 416-268-9801 Stayner - Wasaga Beach Force Mains HDD install 900m of 400mm and 250mm HDPE Reference - Jason Long, Cedarwells Excavation - 519-379-1656 Scott Anderson: - senior project manager - 21 years experience in underground utility construction - 10 years experience in HDD pipe installation -certified HDPE pipe fusion tech - recent related projects are: County Road 27 Transmission Water Main in The City of Barrie HDD install 1000m of 300mm fusible pvc. Reference - Denise Morris, The City of Barrie - 705-715-7595 Toronto Air Energy Storage in the City of Toronto HDD install 1000m of steel casing. Reference - Andrew McGillis, Hydrostor - 416-268-9801 Highway 400 Crossing Water Main in The City of Barrie HDD 200m of install 600mm steel casing and 300mm pvc pipe. Reference - Duncan Richardson - Jones Consulting - 705-734-2538 Doug Ketching: - drill operator - 18 years experience in vertical and HDD pipe installation -certified HDPE pipe fusion tech - recent related projects are: County Road 27 Transmission Water Main in The City of Barrie HDD install 1000m of 300mm fusible pvc. Reference - Denise Morris, The City of Barrie - 705-715-7595 Toronto Air Energy Storage in the City of Toronto HDD install 1000m of steel casing. Reference - Andrew McGillis, Hydrostor - 416-268-9801 Stayner - Wasaga Beach Force Mains HDD install 900m of 400mm and 250mm HDPE. Reference - Jason Long, Cedarwell Excavation - 519-379-1656 Highway 400 Crossing Water Main in The City of Barrie HDD 200m of install 600mm steel casing and 300mm pvc pipe. Reference - Duncan Richardson - Jones Consulting - 705-734-2538 Geian Galvan: - senior locating operator -certified HDPE pipe fusion tech - equipment operator - 3 years experience in HDD pipe installation - recent related projects are: County Road 27 Transmission Water Main in The City of Barrie HDD install 1000m of 300mm fusible pvc. Reference - Denise Morris, The City of Barrie - 705-715-7595 Toronto Air Energy Storage in the City of Toronto HDD install 1000m of steel casing. Reference - Andrew McGillis, Hydrostor - 416-268-9801 Stayner - Wasaga Beach Force Mains HDD install 900m of 400mm and 250mm HDPE. Reference - Jason Long, Cedarwell Excavation - 519-379-1656 Highway 400 Crossing Water Main in The City of Barrie HDD 200m of install 600mm steel casing and 300mm pvc pipe. Reference - Duncan Richardson - Jones Consulting - 705-734-2538 Greg Taylor: - senior hydrovac excavator operator - equipment operator - 5 years experience in HDD pipe installation - recent related projects are: County Road 27 Transmission Water Main in The City of Barrie HDD install 1000m of 300mm fusible pvc. Reference - Denise Morris, The City of Barrie - 705-715-7595 Toronto Air Energy Storage in the City of Toronto HDD install 1000m of steel casing. Reference - Andrew McGillis, Hydrostor - 416-268-9801 Stayner - Wasaga Beach Force Mains HDD install 900m of 400mm and 250mm HDPE. Reference - Jason Long, Cedarwell Excavation - 519-379-1656 Highway 400 Crossing Water Main in The City of Barrie HDD 200m of install 600mm steel casing and 300mm pvc pipe. Reference - Duncan Richardson - Jones Consulting - 705-734-2538 Jesse Drinkwalter: -Drill operator -equipment operator -11 years experience in HDD pipe installation -certified HDPE pipe fusion tech -recent related projects are: Bombardier Water Main rehab in the City of Toronto HDD install 350m of 250mm and 150mm restrained pvc. Reference — Mike Sawicki, Bishop Construction — 905-951-3600 Various water service installs/tapping in the Township of Oro-Medonte Reference — Fred MacGregor — 705-487-2171 J J A EQUIPMENT AVAILABLE EQUIPMENT TO BE RENTED EQUIPMENT TO BE PURCHASED STATEMENT "C" FT- 11 Warminster Water Main Proposed Equipment (March 8/16) NOTE: all proposed equipment for this project is owned. No rented or future purchased equipment will be necessary to complete the works. Directional drill equipment: - Vermeer 36x50 (18 ton) directional drill rig - DitchWitch JT100 (50 ton) directional drill rig - DitchWitch 2020 (10 ton) directional drill rig - Various Digitrack locating equipment Excavation equipment: - Kobelco excavator (15 ton) - Kubota 121 excavator (6 ton) x 3 - Kubota skid steer - Various size trench boxes as required Fusion equipment: - McElroy thermal butt fuser - Friatec Electro fuser Hydrovac Excavation equipment: - HXX hydro excavator truck (14-16 yard) - Cusco hydro excavator truck x 2 (14-16 yard) Trucking and Support: Misc: - Drill support trucks (mud supply) x 3 - Dump truck support trucks x 3 - Flat bed support trucks x 2 - Various flat bed trailers - Various cube support trucks - Water Truck/Trailer - Various compaction equipment as required - Various hand tools required (breakers, cut saws etc.) - Various work area setup/Book 7 compliance equipment STATEMENT "ll)" LIST OF PROPOSED SUBCONTRACTORS The Information for Tenderers requires the tenderer to list on this Statement Sheet the name of each proposed subcontractor. For the tenderer's convenience and to ensure that a complete list is submitted with the tender, a list of possible subtrades has been printed below. The tenderer shall make an entry against each possible subtrade listed either by naming the proposed subcontractor or by entering "by own forces", whichever applies. No blank spaces are to be left. If, in addition, the tenderer proposes to sublet a part of the work, which is not listed below, he shall add the subtrade and the proposed subcontractor's name to the list. Work indicated "By Own Forces" will be used to evaluate the tenderers experience in performing the work. Tenderer must furnish to the Owner, the address and phone number of each subcontractor within two working days after being requested to do so by the Engineer. FAILURE BY A TENDERER TO COMPLY WITH THE FOREGOING REQUIREMENTS MAY RESULT IN HIS TENDER BEING DISQUALIFIED BY THE OWNER. SUBTRADE PROPOSED SUBCONTRACTOR - Mechanical E)CCqI A �( Electrical Vnrrl Dining 1♦ \ ! i n _ _ r .. /� Other O (a �J r V, Fj J J J J J J FT -12 j AGREEMENT TO BOND No. TCS0129056-16-02 We the undersigned, a corporation created and existing under the laws of Canada and duly authorized to transact the business of Suretyship, agree to become bound as surety for: 1737126 Ontario Inc. o/a CC Underground (Name of Tenderer) Orillia, ON (Location) the tenderer to the Corporation of the Township of Oro-Medonte (Obligee), if the tenderer enters into a written contract with the Obligee for the construction of the Warminster Water System Pumphouse Upgrades in a Performance Bond of One -Hundred Percent (100%) of the Total Tender Price and a Labour and Material Payment Bond of Fifty (50%) of the Total Tender Price for due and proper fulfilment of the contract and for labour and material payment. Such bonds shall remain valid and in effect for a period of one (1) year after the date of Substantial Performance of the Contract. This consent shall be null and void unless an application for the said bond(s) is made within one hundred and twenty-five (125) days from the date of Tender Close. AS WITNESS our corporate seal, testified by the hands of the proper office thereunto duly authorized. Dated the 3rd day of March Trisura Guarantee Insurance Company (Name of Surety Company) Steven Gava, Attorney -In -Fact (Printed Name of S/ure/ty Company Officer) (Signature of Witness) Toronto, ON (Address of Witness) 20 16 (Seal of Surety Company) (Signatur of Surety ompany Officer) Annie I� irmani (Printed Name of Witnes ) . 0 N ` .- STATUTORY DECLARATION RE TENDER (To be attached to and to form part of the Tender) DOMINION OF CANADA PROVINCE OF ONTARIO COUNTY OF IN THE MATTER OF a proposed Contract for the Warminster Water System Upgrades Pumphouse Upgrades TO WIT: ) T . of the'` ow Ns�+rP of df-c;-YV�.EQoNTC in the C0 L) Q -r'-! of S t .C)E make oath and say: am SEN,oR P2c3-EG-f M��f-'N�e2 (Officer of company, sole proprietor, or partner) of �C�t'ENEr•�T — CoN�'3ELTIOy3S —0NOC-2V �C:UN (I�3� tab ANT kvXand as such have knowledge of the matters hereinafter deposed to. The matters contained in the attached tender are true in all respects and all documents as set out in the List of Contract Documents have been read and understood. AND I make this solemn declaration conscientiously believing it to be true, and knowing that it is of the same force and effect as if made under oath, and by virtue of The Canada Evidence Act. DECLARED before me at the TowQSy-} , P of G (Z0 I ME OGryTE County/Regional Municipality of this TF+ da 1i?Lfi 20 110 A Corrtmissioner, p c. (or Notary public) _ZC)s - 3a I 7�f a Telephone Number of Commissioner S. Quote-2sc,� (.Si ned) (Sealed) END OF FORM OF TENDER. Sarah Lynn Hahn Barrister, Solicitor, Notary FT -14 eNOP ID Lr Ontario Ministry of Notice of Pro ect 1�>e5¢;E�-�` Labour The Occupational Health and Safety Act The following Notice of Project is given pursuant to the Regulations for Construction Projects, made thereunder. Constructor Project Information (Attach map if necessary) Name Street Name & No. Name Township of Oro-Medonte CC Underground 9813 Hwy 12 W Address Lot & Plan Town/City or Township 9400 Hwy 12 W Type of Construction (Please check only ONE choice) Oro City Province Postal Code County Postal Code ORO-MEDONTE Ontario L3V 8148 CANADA UV 8118 Telephone No. Fax No. Project Telephone No. Anticipated Duration of Project (705)327-2751 (705)327-6854 (705)327-2751 116 Days Master Business License No. (MGS) Description of Project related structures (except trans- ❑ Excavation - Grading (4214) Watermain construction ❑ Institutional (4023) W.S.I.B. Firm No. W.S.1.13 Rate Group 767808JA (incl. apartments, condos & townhouses) - Supervisor in charge of project Scott Anderson (4012) Additional Categories Please keep available at the project all Registration ofAnticipated number of workers on project: ❑ High -Rise (4 storeys & above) Constructors and Employers Engaged in Construction 111-5 06-19 El20-49❑ 50 and over Forms (# 1000) for all employers of workers on the project. El Tunnel (4126) El Gas (4124) n Owner of Project Name Township of Oro-Medonte Address 148 Line 7 S Telephone No. (705) 487-2171 City I Oro Province Postal Code I Ontario I LOL 2TO Type of Construction (Please check only ONE choice) New Construction ❑ Alteration ❑ Demolition ❑ Repair or Restoration Indicate the category which best describes the Project. Select ONE choice only. Residential Building Buildings Services Additional Categories (Cont.) ❑ Single Family Housing (incl. detached, ❑ Commercial (4022) ❑ Hydroelectric Power Plants & ❑ Cofferdam (4128) semi-detached homes/cottages) - (4011) ❑ Industrial (4021) related structures (except trans- ❑ Excavation - Grading (4214) ❑ Apartment and Other Multiple Housing ❑ Institutional (4023) mission lines) includes dams, hydroelectric power, hydro - ❑ Railway (4129) (incl. apartments, condos & townhouses) - electric generating station (4123) ❑ Marine (4129) (4012) Additional Categories ❑ Cable (4124) ❑ Asbestos Operations - Type 3 (4211) ❑ High -Rise (4 storeys & above) ❑ Shaft (4127) ❑ Hydro (4124) ❑ Asbestos Glove Bag Removals > 1 sq.m ❑ Low -Rise (3 storeys & less) El Tunnel (4126) El Gas (4124) - Type 2 (4211) Road ❑ Subway (4129) ❑ Telephone (4124) ❑ Mining Plant (4119) ❑ Highway & Road Construction (4121) El Caisson ❑ Elec. Towers/Trans. Lines (4124) ❑ Shipbuilding (3271) El Asphalt Paving (4216) (4221) [� Water/Sewer 4122 ) El Bridge (4121) ❑ Pipeline 4113 ❑ Well Drilling (4212) ❑ Moving of a building/structure (4499) V List all designated substances and hazardous physical agents that may be used, handled or distrurbed by work on the project. (See Section 30 of the OHS Act.) ❑ Asbestos ❑ Arsenic ❑ Ethylene Oxide ❑ Lead ❑ Silica ❑ Vinyl Chloride ❑ Acrylonitrile ❑ Benzene ❑ Isocyanates ❑ Mercury ❑ Coke Oven Emissions ❑ X -Ray If a diving operation is at this project, please complete the Notice for Diving Operations Form. (#0069) If a tunnel (including boring, augering or jacking), shaft, caisson or cofferdam is to be constructed at this Project, please complete the Notice for Tunnels, Shafts, Caissons and Cofferdams. (#0068) Q For trenching, use of cranes to lift workers (sect 153.1 (11)), dismantling of multi -point suspended scaffolds, window cleaning, type 3 asbestos operations and type 2 asbestos glove bag removals > 1 sq.m, telephone or contact the MOL office nearest the project to notify the Ministry and to obtain your Notification Number. MProject Start Date Project End Date Day Month Year Day Month Year Estimated Total Cost of Labour 10 5 2016 2 9 I 2016 and Materials for the Project: $ Signature of Company Official Print Name Position or Title Date Signed President Day Month Year Christian Meyer 126 14 2016 0175 (2008/08) © Queen's Printer for Ontario, 2008 Ontario Mialstera du Ministry Travail Ontario ofLabour de 1'Ontflrio Registration of Constructors and Employers Engaged in Construction Inscription des constructeurs et des employeurs associes a des Travaux de construction Pursuant to section 5 of the Construction Regulations made under the OHSA, "Before beginning work at a project, each constructor and employer engaged In construction shall complete: an approved registration form, The constructor shall ensure that each employer at the project provides to the constructor a completed approved registration form; and a copy of the employer's completed form is kept at the project while the employer is working there:' C,onf0rm6met1t d Particle 5 du r6gtement intitu!6 Construction Projects, pris an application de /a Loi sur la sante at la s6curltd au travail, ales constructeurs at les employeurs assoclds d des travaux de construction doivent remplir un formulalre official avant de commencer leers travaux. Les constructeurs doivent veiiler d ce roue toes les employeurs assocl6s au chantier lui romoltent un formulaire d'inscription dOment rempli. Une copie du formulalre d inscription des employeurs doit titre gardea au chantler Cant of aussi longletnps que les employeurs y travaillenl.), Nature of Business (check one) Genre d'entreprise (rochez tine case) E! individual Sole proprietorship Partnership {� Corporation --f fndividuelle ❑ A proprlctaire unique ❑ En nom coilectif 10 5ociet6 Joint Venture ❑ Coentreprise Name and l=ull Address of Business I Nom et adresse compl6te de Pentreprise Or Telephone No.: _ Fax: t N" de Mldcopleur N° de tdidphone _ �- Names of Corporations Main Business Address Nom des socidtds Adresse prinelpate l ,:7 0 v' . _ Telephone No.:_ Fax: N° de l(si6phone �UJ - 3,30- 190 - - N° de t6ldcopicur- 2. ✓71 ------ Telephone No.:Fax: N" d6 tdldphone .aqW - - -•- _N° de tdidcopicur Names of Directors & Principal Officers Title Nom cies directeurs et des prinelpaux dirigeants Titre Date Appointed Date d'entr6e 01) function 2. -- Average No. of Employees on Project1 - 5 6 - '19 2.0 - 49 ❑ ❑ 50 * l 50 et plus ❑ Nombre moyen d employ6s sur le chantler _ T_ Master Business Licence No. Retail Sales Tax No. WSIB No. N° du perinis principal N" de taxe de vente N" de compte ((',SPAAT) WSIB Rate No. N" de groupe tarifaire d'entreprise (MCC) au d6tait PC' S/ (CSPAAT) Y-/�2 Booz I hereby certify that the above Information Is correct! J'atteste par la pr6sente que les renseignements donnds plus haat sont exacts. Position & Title Signature Date Poste at titreSignature Date ✓-� �-�w>r, l�'� Ye r� �( �_ �I I� �' c -yam'`, �� , a � C:1�-, 5 Employers are required to submit the completed form to the Constructor for posting/display at the project. Les employeurs doivent remettre le t'ormulalre dOment rempli au cons tructeurpour qu'il pulsse fafftcher sur fe chantler. SDI (w/00) This form may be photocopied l Ce formulalre pent @tre photocop16. CORnERSTom ,L CERTIFICATE OF INSURANCE CERTIFICATE HOLDER:The Township of Oro-Medonte 148 Line 7 South, Oro-Medonte, Ontario. LOL2EO This is to certify that the following policy has been issued by the Insuring Company and is in full force and effective as of the date of this certificate. NAMED INSURED: 1737126 Ontario Inc. o/a Continental Connections Wire Services 9400 Hwy 12 West Oro-Medonte, Ontario, L3V 8H3 INSURER: Economical Mutual Insurance POLICY NO: 040079583 EFFECTIVE DATE: November 15, 2015 EXPIRY DATE: November 15, 2016 TYPE OF COVERAGE: Commercial General Liability LIMITS OF LIABILITY: $5,000,000. Commercial General Liability — Per Occurrence $5,000,000. Commercial General Liability — General Aggregate $5,000,000. Products & Completed Operations — Annual Aggregate $5,000,000. Umbrella Liability The insurance afforded is subject to the terms, conditions and exclusions of the policy. This certificate is issued as a matter of information only and confers no rights on the holder and imposes no liability on the Insurer. DATE: April 28, 2016 ` - . .................................................. rized Representative Cornerstone pInsurance Brokers Ltd. N{- BROKERS LTD. 65 Bryne Drive, Unit G Barrie, ON L4N 9°(3 8001 Weston Road, Suite 300, Woodbridge, ON. L41 -9C8 ♦ Toll Free 1-888-768-8001 ♦ Phone 416-798-8001 ♦ Fax: 905-264-5178 4591 Hwy 7 East, Suite 200, Unionville, ON OR 1 M6 ♦ Toll Free 1-888.473-8636 ♦ Phone 905.477-2720 • Fax: 905-477-0424 565 Bryne Drive, Unit G, Barrie, ON L4N 9Y3 + Toll Free 1-800-461-4286 ♦ Phone 705.722-8377 • Fax 705-722-8896 2 Orchard Heights Blvd., Unit 19, Aurora, ON L4G 3W3 ♦ Toll Free 1-800-668-8976 ♦ Phone 905-713-9870 ♦ Fax: 905-727-5749- www.csib.om Intact Insurance holds an equity interest in Cornerstone Insurance Full disclosure of our compensation is available on ourwebsite 0 eClearance Ab VIM 'eg �/. VkTAR,. eClearance Clearance Certificate Clearance Certificate Generation Result Page 1 of 1 Contractor Contractor Contractor Clearance Validity Principal Principal Legal / Trade Address Classification Certificate period (dd- Legal / Address Name Unit and Number mmm-yyyy) Trade Description Name 1.737:1.26 9400 HWY 4241-099: E20000091VTO 27 -Apr -2016 Township 148 Line 7 of Oro- ONTARIO .MC. / 12 WEST, Plumbing, - South, CONI IN ENTAL ............ ORO- Heating, and 19 -May -2016 Medonte _.______...._.. Oro- CON.N_l„.CTIONS MEDONTE, Air Medonte, ON, Conditioning, ON, LOL L3V8H3, CA Installation 2EO, CAN https:Heservices.wsib.on.ca/portal/server.pt/community/eservices/eclearance/ 4/27/2016 w. CORnERSTom CERTIFICATE OF INSURANCE CERTIFICATE HOLDER: Aecom The insurance afforded is subject to the terms, conditions and exclusions of the policy. This certificate is issued as a matter of information only and confers no rights on the holder and imposes no liability on the Insurer. DATE: April 28, 2016 .................... o ized Representative ornerstone Insurance Brokers Ltd. BROKERS LTD. 565 Bryne Drive, Unit G Barrie, ON L4N9YS 8001 Weston Road, Suite 300, Woodbridge, ON L4L 9C8 ♦ Toll Free 1-868-768.8001 ♦ Phone 416-798-8001 ♦ Fax; 905-264-5178 4591 Hwy 7 East, Suite 200, Unionville, ON L3R 1M6 ♦ Toll Free 1-888-473-8636 ♦ Phone 905-477-2720 • Fax: 905-477-0424 565 Bryne Drive, Unit G, Barrie, ON 1_4N 9Y3 ♦ Toll Free 1-800-461-4286 + Phone 705-722-8377 ♦ Fax 705-722-8896 2 Orchard Heights Blvd., Unit 19, Aurora, ON L4G 3W3 ♦ Tall Free 1-600-668-8976 ♦ Phone 905.713-9870 ♦ Fax: 905-727-5749- www.csib.ora Intact Insurance holds an equity interest in Cornerstone Insurance Full disclosure of our compensation is available on our website a 55 Cedar Pointe Drive, Suite 620. Barrie, Ontario. L4N 5R7 This is to certify that the following policy has been issued by the Insuring Company and is in full force and effective as of the date of this certificate. NAMED INSURED: 1737126 Ontario Inc. o/a Continental Connections Wire Services 9400 Hwy 12 West Oro-Medonte, Ontario, L3V 8H3 INSURER: Economical Mutual Insurance POLICY NO: 040079583 EFFECTIVE DATE: November 15, 2015 EXPIRY DATE: November 15, 2016 TYPE OF COVERAGE: Commercial General Liability LIMITS OF LIABILITY: $5,000,000. Commercial General Liability — Per Occurrence $5,000,000. Commercial General Liability — General Aggregate $5,000,000. Products & Completed Operations — Annual Aggregate $5,000,000. Umbrella Liability The insurance afforded is subject to the terms, conditions and exclusions of the policy. This certificate is issued as a matter of information only and confers no rights on the holder and imposes no liability on the Insurer. DATE: April 28, 2016 .................... o ized Representative ornerstone Insurance Brokers Ltd. BROKERS LTD. 565 Bryne Drive, Unit G Barrie, ON L4N9YS 8001 Weston Road, Suite 300, Woodbridge, ON L4L 9C8 ♦ Toll Free 1-868-768.8001 ♦ Phone 416-798-8001 ♦ Fax; 905-264-5178 4591 Hwy 7 East, Suite 200, Unionville, ON L3R 1M6 ♦ Toll Free 1-888-473-8636 ♦ Phone 905-477-2720 • Fax: 905-477-0424 565 Bryne Drive, Unit G, Barrie, ON 1_4N 9Y3 ♦ Toll Free 1-800-461-4286 + Phone 705-722-8377 ♦ Fax 705-722-8896 2 Orchard Heights Blvd., Unit 19, Aurora, ON L4G 3W3 ♦ Tall Free 1-600-668-8976 ♦ Phone 905.713-9870 ♦ Fax: 905-727-5749- www.csib.ora Intact Insurance holds an equity interest in Cornerstone Insurance Full disclosure of our compensation is available on our website a 'eClearance eClearance Clearance Certificate Clearance Certificate Generation Result Page 1 of 1 Contractor Contractor Contractor Clearance Validity Principal Principal Legal / Trade Address Classification Certificate period (dd- Legal / Address Name Unit and Number mmm-yyyy) Trade Description Name 17371.26 9400 HWY 4241-099: E20000091VU2 27 -Apr -2016 Aecom 55 Cedar ONTARIO 12 WEST, Plumbing, - Pointe Dr, INC. / ORO- Heating, and 19 -May -2016 Suite 620, CONTIN.ENTAi_. MEDONTE, Air Barrie, CONNECTIONS ON, Conditioning, ON, L4N L3V8H3, CA Installation 5R7, CAN https://eservices.wsib.on.ca/portallserver.ptlcommunityleservicesleclearancel 4/27/2016 TOWNSHIP OF ORO-MEDONTE COMMUNITY OF WARMINSTER Water Main Replacement CONTRACT NO. 60247297-04 CONTRACT DOCUMENTATION FORMS (TO BE EXECUTED UPON AWARD OF CONTRACT) Standard Construction Document PERFORMANCE BOND cCDc 221 - zoos No.: TCS0121991 Bond Amount: $839,237.15 ----------------- 1737126 Ontario Inc. ola CC Underground T as Principal, hereinafter called the Principal, ruin, _Trisura Guarantee Insurance Company a corporation created and existing under the laws of Canada and duly authorized to transact the business of Suretyship in CANADA as Surety, hereinafter called the Surety, are held and firstly bound unto of the Township of Oro-Medonte is Obligee, hereinafter called the Obligee, in the amount of Eight Hundred Thirty-nine Thousand Two Hundred Thirty-seven And 151100 ( $839,237.15 ) lawful money of Canada, for the payment of which sum the Principal and the Surety bind themselves, their heirs, exccators, administrators, successors and assigns, -;ointiy and severally. WHEREAS, the Principal has entered into a written contract with the Obligee, dated 26th Fur Community of Warminster Water Main Replacement 2016 - Contract No. 602.47297-04 hcreinafler referred to as the Contract. day of April in the year 2016 The condition of this obligation is such that if the Principal shall promptly and faithfully perform the Contract then this obligation shall be null and void; whelivise it shall remain in full force and effect. Whenever the Principal shall be, and declared by the Obligee to he, in default wider the Contract, the Obligee having performed the Obligee's oh'lig;ctions thereunder, the Surety shall promptly: I ) reruedy the default, or; 2) complete the Contract in accordance with its terms and conditions or; :;) obtain a bid or bids for submission to the Obligee for completing the Contract in accordance with its terns and conditions and upon determination by the Obligee and the Surety of the lowest responsible bidder, arrange for a contract between such bidder and the Obligee and make avaitable as work progresses (even though there should be a default, ora Succession of defaults, under the contract or contracts of completion, arranged under this paragraph) sufficient. funds to pay to complete the Principal's obligations in accordance with the terns and conditions of the Contract and to pay those expenses incurred by the Obligee as a result of the Principal's default relating directly to the performance of the work wider the Contract, less the balance of the Contract price; but not exceeding the Bond Amount. 'The balance of the Contract price is the total amount payable by the Obligee to the Principal under the Contract, less the amount properly paid by the Obligee to the Principal, or; 4) pay the Obligee, the lesser of (l) the Bond Amount or (2) the Obligee's proposed cost of completion, less the balance of Contract price. 11. is a condition of this bond that ally suit or action mist tic commenced before the expiration of two (2) years from the earlier of (1) the (late of Substantial Performance of the Contract as defined in the lien legislation where the work under the Contract is taking place, or, if no such definition exists, the dale when the work is ready for use or is being used for the purpose intended, or (2) the date on which the Principal is declared in default by filo Obligee. The Surety shall not be, liable lora greater stun than the Bond Amount. No right of action shall accrue on this Bond, to Or for the: use of, any person or corporation other than the Obligee named herein, or the heirs, cxccutors, administrators or successors of file Obligec. IN V ITNi+,SS `VITFREOT, the Principal and the Surety have Signed and Sealed this Bond dated the ear 201fi SIGNED and SEAt;GD in tate presence of 11 EE C,opyrii Ili. 2002 0 C'Mvidian Construction Documents Committee 27th day of April in 1737126 Ontario inc. ola CC Underground Signature Nance qf° erson signing ------ - -- Trisura Grantee knsurance Company tgnalure , Steven Ga Attorn Nin -Fact. Name Per"On siginng (CCDC 22l - 2002 has been approved by the Surety Association of Cana(h) Performance Bond BondNo .......................................................... .............. Amount$...................................................................... Contract No..................................................... .............. KNOW ALL MEN BY THESE PRESENTS, that we are jointly and severally held and firmly bound unto assigns, in the sum of and hereinafter called "the Principal", hereinafter called "the Surety", hereinafter called "the Obligee", its successors and Dollars ($ of lawful money of Canada, to be paid unto the Obligee, for which payment will and truly to be made we the Principal and Surety jointly and severally bind ourselves, our and each of our respective heirs, executors, administrators, successors and assigns by these presents. SIGNED AND SEALED with our respective seal and dated this day of 20 WHEREAS by an agreement in writing dated the day of 20 the Principal has entered into a contract with the Obligee, hereinafter called "the Contract" for the construction, alteration, repair or maintenance of a public work, namely as in the Contract provided, which Contract is by reference herein made a part hereof as fully to all intents and purposes as though recited in full herein. NOW THEREFORE THE CONDITION OF THIS OBLIGATION IS SUCH that if the Principal shall at all times duly perform and observe the Contract including the provisions of Section 29 (Rectification and Maintenance) of the General Conditions or as the same be changed, altered or varied as hereinafter provided, to the satisfaction of the Obligee and shall at all times fully indemnify and keep indemnified the Obligee from and against all and any manner of loss, damage, expense, suits, actions, claims, liens, proceedings, demands, awards, payments and liabilities arising out of or in any manner based upon or attributable to the Contract and shall fully reimburse and repay the Obligee for all outlay, expense, liabilities, or payments incurred or undertaken to be made by the Obligee pursuant to the Contract, then this obligation shall be void; but otherwise it shall be and remain in full force and effect. Provided further and it is hereby agreed and declared that there shall be no liability under this instrument of the Principal and Surety for payment of any claims for labour, material or services used or reasonably required for use in the performance of the Contract to the extent the amount of such claims is paid pursuant to a Labour and Materials Payment Bond. Provided always and it is hereby agreed and declared that the Obligee and the Principal have the right to change, alter and vary the terms of the Contract and that the Obligee may in its discretion at any time or times take and receive from the Principal any security whatsoever and grant any extension of time thereon or on any liability of the Principal to the Obligee. Provided further and it is hereby agreed and declared that the Principal and the Surety shall not be discharged or released from liability hereunder and that such liability shall not be in any way affected by any such changes, alterations, or variations, taking or receiving of security, or extension of time, as aforesaid, or by the exercise by the Obligee of any of the rights or powers, reserved to it under the Contract or by its forbearance to exercise any such rights or power, including (but without restricting the generality of the foregoing) any changes in the extent or nature of the works to be constructed, altered, repaired or maintained under the Contract, or by any dealing, transaction, forbearance or forgiveness which may take place between the Principal and the Obligee. Provided further and it is hereby agreed and declared that the Surety shall not be liable for a greater sum than that specified in this bond. In Witness Whereof the Principal and the Surety have executed these presents. SIGNED AND SEALED BY THE PRINCIPAL In the presence of: Witness Occupation Address Per Per Principal Sur y � j� u LABOUR MATERIAL PAYMENT BOND Standard Construction Document (Trustee Form) CCDC 222 a 2002 TCS0121991 Bond Amount $419,618.57 No.--— 1737126 Ontario Inc. ola CC Underground as Principal, hereinafter called the Trisura Guarantee Insurance Company a corporation created and existing under the laws of Principal, and -------------____-- ------ Canada and duly authorized to transact the business of Suretyship in CANADA as Surety, hereinafter called the Surely, are held and firmly bound unto Corporation of the Township of Oro-Medonte _-------------- - - — — ---- ---�------"--- -- four undyed I�mete'--- en Thousand ix Hundred tghteen And 57 100 a, Obligee, hereinafter called the Obligee, in the amount of-__--__—� -- - ----- -- ---- dollars ( $419,618.57 _ ) lawful money of Canada, for the payment of which sum the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. n the year 2016 - WHEREAS, the Principal has entered into a written conhact. with the Obligee, dated 26th _ day of April i _ Y lhr Community of Warminster Water Main Replacement 2016 - Contract No. 60247297-04 — ----- in accordance with rite Contract Documents submitted, and which are, by reference made part hereof and are hereinafter referred to as the Contract. The Condition of this obligation is such that, if the Principal shall make payment to all Claimants for all labour and material used or reasonably required for use in the performance of the Contract, then this obligation shall be null and void; otherwise it shall remain in lull force and effect, subject, however, to the following conditions: I . ,�, Claimant for the purpose of this Bond is defined as one having a direct contract with the Principal for labour, material, or both, used or reasonably required for use in the performance of the Contract, labour and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment directly applicable to the Contract provided that a person, firm or corporation who I ents equipment to the principal to be used in the performance of the Contract under a contract which provides that all or any part of the rent is to be applied towards tile purchase price thereof, shall only be a Claimant to the extent of the prevailing industrial rental value of such equipment for the period during which the: equipment was used in the performance of the Contract. The prevailing industrial rental value of equipment shall he detertrrtitied; hisoGjr as it. is practical to do so, by the prevailing rates in the equipment marketplace in which the work is taking place. 2. i'hc Principal and the. SurcLy, hereby jointly and severally agree with the Obligee, as Trustee, that every Claimant who has not been paid as provided for under theWrit s of its contract with the Principal, before the expiration of a period of ninety (90) days after the date on which the last. ofsuch Claimant's work-Oraabour was done or performed or materials were furnished by such Claimant, may as a beneficiary of the trust herein provided for, sue on this 136nd, prosecute the suit. to final judgment for such sum or sums as may be justly due to such Claimant tinder the terms of its contract: with the Principal and have execution thereon. Provided that the Obligee is not obliged to do or take any act, action or proceeding against the Surety on-heh li;f of the Claimants, or any of them, to enforce the provisions of this Bond. if any act, action or proceeding is taken either in tile name, of(lie Obligee or by joining the Obligee as a party to such proceeding, then such act, action or proceeding, shall be taken on ilia under4anding titin bi isis that lire Claimants, or any of them, who take such act, action or proceeding shall indemnify and save harmless the: Obligee-a;jaintit all.casts, charges and expenses or liabilities incurred thereon and any loss or damage resulting to the Obligee by reason thereof. Provided still`fiirtlrer that, subject to the foregoing terms and conditions, the Claimants, or any of them may use the name of the Obligee to site on and enforce the. provisions of this Bond. 3, it is a condition precedent to the liability of the Surety under this Bond that such Claimant shall have given written notice as hereinafter set forth to each of the Principal, t:he Surety and the: Obligee, stating with substantial accuracy the amount claimed, and that such Claimant Shall have brought suit or action in accordance: with this Bond, as set out in sub-etauses 3 (b) and 3 (c) below, Accordingly, no suit or action shall he commenced hereunder by any Claimant: a.} unless such notice shall be served by mailing the same by registered mail to the Principal, the Surety and the Obligee, at any place where an office is regularly maintained for the transaction o1'business by such persons or served in any manner in which legal process may be served in the Province nr Territory in which t:he subject matter of the Contract is located. Such notice shall be given. CCDC 222 -_. 200 i) in respect orally ctaint for the amount or any portion thereof, required to be held back from the Claimant by the Principal, wider either tite teens of the Claimant's contract with the Principal, or under the lien Legislation applicable to the Claimant's contract with the Principal, whichever is [lie greater, within one hundred and twenty (120) days after such Claimant should have been paid in 11111 under the Claimant's contract with the Principal; ii) in respect of any claim other than for the holdback, or portion the' -cot, referred to above, within one hundred and twenty (120) days after the date upon which such Claimant did, or performed, the last of the work or labour or furnished the last of the materials for which such claim is made under the Claimant's contract with the Principal; b) after the expiration of one (1) year following the date on which the Principal ceased work on the Contract, including work perforated uuder the guarantees provided in the Contract; c) other than in a Court of competent jurisdiction in the Province or Territory in which the work described in the Contract is to be installed or delivered as the case may be and not elsewhere, and the parties hereto agree to submit to the jurisdiction of such Court. el. The Surety agrees not to take advantage of Article 2365 of the Civil Code of the Province of Qucbec in the event that, by an act or an omission of a Claimant, the Surety can no longer be subrogated in the rights, hypothec and privileges of said Claimant. 5. Any material change in the contract between the Principal and the Obligee shall not prejudice the rights or interest of ally Clainrmt under ibis Bond, who is not instrumental in bringing about or has not caused such change. h. 'file amount of this Bond shall be reduced by, and to the extent of any payment or payments made in good faith, and. in accordance with [hc provisions hereof, inclusive of the payment by the Surety of claims made under the applicable lien legislation or legislation relating to legal hypothecs, whether or not such claim is presented under and against this Bond. 7. The Surety shall not be liable for a greater sum than the Bond Amount. April IN WITNESS WHEREOF, the Principal and the Surety have Signed and Sealed this Bond dated 27th day of p__...__...___— 11 the year 973TI2ti Ontario Inc. o/a CC Underground SIGNED and SEALED in the presence of Signature Nairn Trisu laGuarantee 111s.urance Company — ---- AAtto Sig aiic Steven Gavay-in-Fact Name of'person signing' ®� Copyright 2002 CCDC 222 — 2002 has been approved by the Surety Association orCanada) Canadian Construction Documents Committee Labour and Material Payment Bond BondNo............................................................................ Amount$.......................................................................... Contract No.......................................................... KNOW ALL MEN BY THESE PRESENTS, that we hereinafter called "the Principal", and jointly and severally held and firmly bound unto hereinafter called "the Obligee", for the use and benefit of the Claimants, executors, administrators, successors and assigns, in the amount of :er called "the Surety", are , as Trustee, their and each of their heirs, Dollars ($ ) of lawful money of Canada, for the payment of which sum will and truly to be made we the Principal and Surety jointly and severally bind ourselves, our and each of our respective heirs, executors, administrators, successors and assigns by these presents. WHEREAS by an agreement in writing dated the day of , 20 the Principal entered into a contract with the Obligee, hereinafter called "the Contract", for with Contract is by reference herein made a part hereof as fully to all intents and purposes as though recited in full herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the Principal shall make payment to all Claimants for all labour and material used or reasonably required for use in the performance of the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: A Claimant for the purpose of this Bond is defined as one having a direct contract with the Principal for labour, material, or both, used or reasonably required for use in the performance of the Contract, labour and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment, directly applicable to the Contract provided that a person, form or corporation who rents equipment to the Principal to be used in the performance of the Contract under a contract which provides that all or any part of the rent is to be applied towards the purchase price thereof shall only be a Claimant to the extent of the prevailing industrial rental value of such equipment for the period during which the equipment was used in the performance of the Contract. The Principal and the Surety hereby jointly and severally agree with the Obligee, as Trustee, that every Claimant who has not been paid as provided for under the terms of his contract with the Principal, before the expiration of a period of ninety (90) days after that date on which the last of such Claimant's work or labour was done or performed or materials were furnished by such Claimant, may as a beneficiary of the trust herein provided for, sue on this Bond, prosecute the suit to final judgement for such sum or sums as may be justly due to such Claimant under the terms of his contract with the Principal and have execution thereon. Provided that the Obligee is not obliged to do or take any act, action or proceeding against the Surety on behalf of the Claimants, or any of them, to enforce the provision of this Bond. If any act, action or proceeding is taken either in the name of the Obligee or by joining the Obligee as a part to such proceeding, then such act, action or proceeding, shall be taken on the understanding and basis that the Claimants, or any of the, who take such act, action or procee ing shall indemnify and save harmless the Obligee against all costs, charges and expenses or liabilities incurred thereon and any loss or damage resulting to the Obligee by reason thereof. Provided still further that, subject to the foregoing terms and conditions, the Claimants or any of them, may use the name of the Obligee to sue on and enforce the provisions of this Bond. 3. No suit or action shall be commenced hereunder by any Claimant: (a) Unless such Claimant shall have given written notice within the time limits hereinafter set forth to each of the Principal, the Surety and the Obligee, stating with substantial accuracy the amount claimed. Such notice shall be served by mailing the same by registered mail, or served in any manner in which legal process may be served in the Province of Ontario, to the Principal and Surety at any place where an office is regularly maintained for the transaction of business by such persons or served in any manner in which legal process may in the Province or other part of Canada in which the subject matter of the Contract is located. in respect of any claim for the amount of any portion there of required to be held back from the Claimant by the Principal under either the terms of the Claimant's contract with the Principal or under the Construction Lien Act, Chapter 6, S.O. 1983 applicable to the Claimant's contract with the Principal, whichever is the greater within one hundred and twenty (120) days after such Claimant should have been paid in full under the Claimants contract with the Principal. .2 in respect of any claim other than for the holdback, or portion thereof referred to above, within one hundred ad twenty (120) days after the date upon which such Claimant did, or performed, the last of the work or labour or furnished the last of the materials for which such claim is made, under the Claimant's contract with the Principal. (b) After the expiration of one (1) year following the date on which the Principal ceased work on the Contract, including work performed under the guarantees provided in the Contract. (c) Other than in a Court of competent jurisdiction in the Province of Ontario, and the parties hereto agree to submit to the jurisdiction of such Court. 4. The amount of this Bond shall be reduced by, and to the extent of any payment of payments made in good faith, and in accordance with the provisions hereof, inclusive of the payment by the Surety of claims under the Construction Lien Act, whether or not such claims be presented under and against this Bond. PROVIDED ALWAYS and it is hereby agreed and declared that the Obligee and the Principal have the right to change, alter and vary the terms of the Contract, and that the Obligee may in its discretion at any time or times take and receive from the Principal any security whatsoever and grant any extension of time thereon or on any liability of the Principal to the Obligee. PROVIDED FURTHER and it is hereby agreed and declared that the Principal and the Surety shall not be discharged or released from liability hereunder and that such liability shall not be in any way affected by any such changes, alterations, or variations, taking or receiving of security, or extension of time, as aforesaid, or by the exercise by the Obligee of any of the rights or powers reserved to it under the Contract or by its forbearance to exercise any such rights or powers, including (but without restricting the generality of the foregoing) any changes in the extent or nature of the works to be constructed, altered, repaired or maintained under the Contract, or by any dealing, transaction, forbearance or forgiveness which may take place between the Principal and the Obligee. PROVIDED FURTHER and it is hereby agre d and declared that the Surety shall not be liable for a greater sum than that specified in this Bond. f �/, �J V IN WITNESS WHEREOF the Principal and the Surety have AFFIXED THEIR SIGNATURES AND CORPORATE SEALS this—day of 20 SIGNED AND SEALED BY THE PRINCIPAL Witness Per. Occupation Per Principal Address Surety Schedule to By -Law No. ' � Contract Agreement C,1 Contract No. 60247927-04 n THIS AGREEMENT made in! ;jmcoc. this �� day of f� , 20 /(-- BETWEEN The Township of Oro-Medonte (hereinafter called the "Owner) OF THE FIRST PART -and- C- C- 6312-,�126 C IS SNC, (hereinafter called the "Contractor" OF THE SECOND PART WITNESSETH That the Owner and the Contractor in consideration of the fulfilment of their respective promises and obligations herein set forth covenant and agree with each other as follows: ARTICLE 1 (a) A general description of the work is: The site location is the existing Warminster Water Pump House and Reservoir located in the Community of Warminster. The Work consists of supplying materials, labour, and equipment for the following: ARTICLE 2 In the event that the Form of Tender provides for and contains a Contingency Allowance, it is understood and agreed that such Contingency Allowance is merely for the convenience of accounting by the Owner, and the Contractor is not entitled to payment thereof except for extra or additional work carried out by him as directed by the Contract Administrator and in accordance with the Contract and only to the extent of such extra or additional work. ARTICLE 3 In case of any inconsistency or conflict between the provisions of this Agreement and the Plans or Specifications or General Conditions or Form of Tender of any other document or writing, the provisions of such documents shall take precedence and govern in the following order, namely: (1) This Agreement (6) Specifications (2) Addenda to Contract Documents (7) Contract Drawings (3) Information of Tenderers (8) Standard Drawings (4) Supplementary General Conditions (9) Form of Tender (5) General Conditions ARTICLE 4 The Contractor shall not without the consent in writing of the Contract Administrator and without restricting in any way the provisions of the Section of the General Conditions headed "Subletting", make any assignment of any part or the whole of any monies due or to become due under the provisions of this Contract. ARTICLE 5 The Owner covenants with the Contractor that the Contractor having in all respects complie with t e provisjons of this Contract,, will be p id for and in respect of the works the sum of_c tArt-ice r�2hereof iAo } [ -� TWL` �i, �r�.� 7 l; 80/xx (Dollars, ($g3y,23 .69�% subject to and subject to such addit'and deductions as may properly be made under the terms hereof, subject to the provision that the Owner may make payments on account monthly or otherwise as may be provided in the General Conditions attached hereto. ,x- 74X ARTICLE 6 Where any notice, direction or other communication is required to be or may be given or made by one of the parties hereto to the other or to the Contract Administrator or to the Owner's agent, it shall be deemed sufficiently given or made if mailed or delivered in writing to such party or to the Engineer at the following addresses.- The ddresses: The Owner: The Township of Oro-Medonte 148 Line 7 South Oro, ON LOL 2X0 The Contractor: c . L . L)MOL-R-c Q6)U,tn a Linc, 0�...r-f IZ 0t2.O — Altd�lnm-rr; L.Y 9H4, The Engineer: AECOM 55 Cedar Point Drive Suite 620 Barrie, ON L4N 1 W 1 Where any such notice, direction or other communication is given or made to the Owner, a copy thereof shall likewise be delivered to any agent appointed in accordance with the General Conditions of this Contract and where any such notice, direction or other communication is given to the Contract Administrator a copy thereof shall likewise be delivered to the Owner, except when the Owner undertakes the Administration of the Contract. ARTICLE 7 A copy of each of the Specifications, General Conditions, Supplementary General Conditions, Form of Tender, Information of Tenderers and Addenda is hereto annexed and together with the Drawings relating thereto are made part of this Contract as fully to all intents and purposes as though recited in full herein. ARTICLE 8 No implied contract of any kind whatsoever by or on behalf of the Owner shall arise or be implied by or inferred from anything in this Contract contained, nor from any position or situation of the parties at any time, it being clearly understood that the express covenants and agreements herein contained made by the Owner shall be the only covenants and agreements upon which any rights against the Owner may be founded. ARTICLE 9 Time shall be deemed the essence of this Contract. ARTICLE 10 The Contractor declares that in tendering for the works and in entering into this Contract he has either investigated for himself the character of the work and all local conditions that might affect his tender or his acceptance or performance of the work, or that not having so investigated, he acknowledges that his responsibility under the Contract is in no way reduced or limited thereby and, in either case, he is willing to assume and does hereby assume all risk or conditions arising, developing, or being revealed in the course of the work which might or could make the work, or any items thereof, more expensive in character, or more onerous to fulfil, than was contemplated or known when the tender was made or the Contract signed. The Contractor also declares that he did not and does not rely upon information furnished by any methods whatsoever by the Owner or its officers, employees or agents, being aware that any information from such sources was and is approximate and speculative only, and was not in any manner warranted or guaranteed by the Owner. ARTICLE 11 The Contract shall apply to and be binding on the parties hereto and their successors, administrators, executors and assigns and each of them. IN WITNESS WHEREOF the parties hereto have hereunto set their hands and seals the day and year first above written caused their corporate s*1baffl'a ested by the signature of their proper officer se may be. edonte Contractor* Per: Date: r Witness as to Signature of Contractor * *Not necessary if corporate seal is affixed. PerA ,C )" 0 Date: xlsO.0 TOWNSHIP OF ORO-MEDONTE COMMUNITY OF WARMINSTER WATER MAIN REPLACEMENT CONTRACT NO. 60247297-04 SPECIAL PROVISIONS (GENERAL) TOWNSHIP OF ORO-MEDONTE COMMUNITY OF WARMINSTER WATER MAIN REPLACEMENT CONTRACT NO. 60247297-04 SPECIAL PROVISIONS (GENERAL) SUPPLEMENTARY GENERAL CONDITIONS 0 ,- 1. PLAN QUANTITY ITEMS ...................................................................................................................... 1 2. GUARANTEED MAINTENANCE ........................................... 3. CONTRACT TIME AND LIQUIDATED DAMAGES ............................................................................. 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE ........................................................................2 - 5. "OPS GENERAL CONDITIONS" 5.1 ...........................................................................................................2 DEFINITIONS......................................... 5.2 .......................................................................,.............2 BONDS NOT REQUIRED FOR THIS CONTRACT - 5.3 .....................................................................2 GOVERNMENTAL REQUIREMENTS 5.4 ..........................................................................................2 ONTARIO PROVINCIAL STANDARD SPECIFICATIONS(OPSS) 5.5 ..............................................2 PROPERTY OWNERS RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR............................................................................................................................. 5.6 3 TAXES...........................................................................................................................................5 5.7 ENGINEERING ARBITRATION 5.8 ....................................................................................................5 WORKPLACE SAFETY AND INSURANCE BOARD CLEARANCE CERTIFICATE 5.9 ...................5 NOTICE TO RESIDENTS 5.10 .............................................................................................................5 PERMITS, FEES, AND LICENCES 5.11 ..............................................................................................5 LIABILITY INSURANCE 5.12 ................................................................................................................5 WORKING HOURS ............................................................. PAYMENT HOLDBACK 55.15 .16 ................................................................................................................6 EXTRA WORK ..............................................................................................................................6 ON-SITE SUPERVISOR...............................................................................................................6 55.17 .18 LABOUR CONDITIONS 5.19 ................................................................................................................7 CHARACTER AND EMPLOYMENT OF WORKERS 5.20 .................................................................11 SERVICES AND UTILITIES 5.21 ........................................................................................................11 DUST CONTROL 5.22 ................................... .. . .... . ................... . ........................................................12 EMERGENCY AND MAINTENANCE MEASURES 5.23 ....................................................................12 DISPOSAL OF SURPLUS OR UNSUITABLE EXCAVATED MATERIAL, SALVAGED MATERIAL, DEMOLITION AND CONSTRUCTION WASTE, AND DEBRIS _..- 5.24 ...........................12 PREVENTION OF DAMAGE 5.25 ......................................................................................................13 RESTRICTIONS ON OPEN BURNING ......................................................................................13 LOCATION OF UTILITIES 55.26 .27 ..........................................................................................................13 FIELD TESTING 5.28 .....................................................................................................:....................14 USE AND OCCUPANCY OF THE WORK PRIOR TO SUBSTANTIAL PERFORMANCE 5.29 ......14 PROTECTION OF WATER QUALITY 5.30 ........................................................................................14 HAUL ROADS.............................................................................................................................14 5.31 CO-ORDINATION OF CONTRACTS 5.32 ..........................................................................................14 LAYOUT OF WORK 5.33 ....................................................................................................................15 AS -BUILT DRAWINGS 5.34 ...............................................................................................................15 SITE MEETINGS .........................................................................................................................15 6. LAYOUT..............................................................................................................................................15 7. PAYMENTS.........................................................................................................................................16 8. UTILITIES............................................................................................................................................16 _._ 9. EMERGENCY AND MAINTENANCE MEASURES ............................................................................17 I I l r- 10. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL..............................................................17 11. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS)................................17 12. SPILLS REPORTING..........................................................................................................................17 �- 13. GARBAGE COLLECTION...................................................................................................................18 14. REVIEW OF SHOP/WORKING DRAWINGS ............................ 15. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES .......18 16. CONFINED SPACE ENTRY...............................................................................................................19 17. ENTRY ONTO PRIVATE PROPERTY...............................................................................................19 18. GENERAL LIABILITY INSURANCE...................................................................................................19 19. CONSTRUCTION LIEN ACT..............................................................................................................19 r_ SUPPLEMENTARY GENERAL CONDITIONS l Page 1 of 22 I. PLAN QUANTITY ITEMS Measurement for payment of the items designated (P) in the itemized bid is by plan quantity, as may be revised by adjusted plan quantity. 2. GUARANTEED MAINTENANCE Section GC7.16.02 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 twelve (12) months. The Contractor shall make good in a permanent manner, satisfactory to the Authority, any and all defects or deficiencies in the work, both during the construction and during the period of maintenance as aforesaid. The Contractor shall commence repairs on any work identified as defective under this clause within 48 hours of receipt of notice from the Authority or the Contract Administrator. The decision of the Authority and the Contract Administrator shall be final as to the necessity for repairs or for any work to be done under this Section. 3. CONTRACT TIME AND LIQUIDATED DAMAGES (1) Time Time shall be the essence of this Contract. For purposes of this Contract, GC1.04 of the General Conditions is revised, in that Contract Time means the time stipulated herein for Completion of the Work as defined in Clause GC1.06. (2) Progress of the Work and Contract Time The Contractor shall accomplish completion of this Contract as defined in the Form of Tender. A detailed construction schedule shall be prepared and submitted as required under GC7.01.13. This schedule will be required to be updated monthly and submitted to the Contract Administrator prior to the Cut -Off Date. The progress payment certificate will not be issued until the schedule has been received. If the contract time above specified is not sufficient to permit completion of the work by the Contractor working a normal number of hours each day or week on a single daylight shift basis, it is expected that additional and/or augmented daylight shifts will be required throughout the life of the contract to the extent deemed necessary by the Contractor to insure that the work will be completed within the contract time specified. Any additional costs occasioned by compliance with these provisions will be considered to be included in the prices bid for the various items of work; and no additional compensation will be allowed therefore. (3) Liquidated Damages It is agreed by the parties to the contract that in case all the work called for under the contract is not completed by the date specified, or as extended in accordance with Section GC3.06 of the General Conditions, a loss or damage will be sustained by the Authority. Since it is and will be impracticable and extremely difficult to ascertain and determine the actual loss or damage which 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 Five Hundred Dollars ($500) as liquidated damages for each and every calendar day's delay in achieving completion of the work beyond the date prescribed. It is agreed that this amount is an estimate of the actual loss or damage to the Authority which will accrue during the period in excess of the prescribed date for completion. SUPPLEMENTARY GENERAL CONDITIONS Page 2 of 22 The Authority may deduct any amount under this paragraph from any moneys that may be due or payable to the Contractor on any account whatsoever. The liquidated damages payable under this paragraph are in addition to and without prejudice to any other remedy, action or other alternative that may be available to the Authority. 4. CONTRACTOR'S AUTHORIZED REPRESENTATIVE Authorized representative as referenced in GC7.01.10 is defined as an employee of the Contractor. 5. "OPS GENERAL CONDITIONS OF CONTRACT" Wherever in this Contract reference is made to the General Conditions, it shall be interpreted as meaning the OPS General Conditions of Contract, MUNI 100 November 2006. 5.1 DEFINITIONS "Corporation" - means the Corporation of the Township of Oro-Medonte. ."Owner" - means the Corporation of the Township of Oro-Medonte. "Contract Administrator" - means the person designated by the Owner to be the Owner's representative for the purposes of the Contract. "corporation" - means any corporation other than the Township of Oro-Medonte. 5.2 BONDS The successful bidder will be required to provide the following bonds to guarantee the performance of all obligations covered under this Contract: a) Performance Bond - for the amount of one hundred percent (100%) of his total tender price. b) Labour and Materials Payment Bond - for the amount of fifty percent (50%) of his total tender price. Such bonds shall be taken out with a Guarantee Surety Company, authorized by law to carry out business in the Province of Ontario and having an office in Ontario. The bonds are to be acceptable to the Corporation of the Township of Oro-Medonte. The Contractor shall be paid for the provision of bonds under the Item in the Schedule of Items and Prices entitled "Bonds". 5.3 GOVERNMENTAL REQUIREMENTS The Contractor shall obey all Federal, Provincial and Municipal Laws, Acts, Ordinances, Regulations, Orders -in -Council and By-laws, which could in any way pertain to the work outlined in the Contract or to the employees of the Contractor. 5.4 ONTARIO PROVINCIAL STANDARD SPECIFICATIONS (OPSS) The applicable Ontario Provincial Standard Specifications are considered part of the Contract Documents. Only the Municipal and Provincial common standards in OPS Volumes 1 to 4 and the Municipal -oriented specifications in OPS Volumes 7 and 8 apply to this Contract, unless specified otherwise in the Contract Documents. SUPPLEMENTARY GENERAL CONDITIONS Page 3 of 22 The Ontario Provincial Standard Specifications pertinent to this Contract are deemed to include those supplemental specifications and cross-referenced standard specifications which modify or further define them and the terms and conditions of such supplemental specifications and cross-referenced standard specifications are fully applicable and the complete package will form part of the Contract between the successful bidder and the Corporation of the Township of Oro-Medonte. For information only, the primary project specific Specifications are bound into this document. 5.5 PROPERTY OWNERS RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR Upon completion of the Contract, the Contractor shall provide the Municipality with two (2) copies of a form of release signed by each property owner, upon whose land he has entered for any purpose in conjunction with the Contract. The form to be completed is as per the page following. Final payment will not be paid to the Contractor until all applicable forms of release have been signed by property owners, received by the City, and checked. F I SUPPLEMENTARY GENERAL CONDITIONS Page 4 of 22 L PROPERTY OWNER'S RELEASE OF PRIVATELY OWNED LAND USED BY THE CONTRACTOR r- 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: Re: Contract No. 60247297-04 Dear: 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.......... TheCounty 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. SUPPLEMENTARY GENERAL CONDITIONS 5.6 TAXES Page 5 of 22 The Contractor shall include in his unit price bid all provincial taxes under existing legislation. Harmonized Sales Tax (HST) is to be excluded from the Total Tender Price. All invoices and progress billings issued to the Township of Oro-Medonte must contain adequate information and supporting documentation as specified in the HST legislation and prescribed regulations thereof, for purposes of obtaining input tax credits and/or rebates in respect of the HST paid or payable by the Township of Oro-Medonte. Specifically, the Contractor must provide his HST registration number and must separately disclose the amount of HST payable on each billing. The Contractor shall make available any other reasonable information which the Township of Oro-Medonte may require in respect of supporting HST input tax credits or rebates claims. 5.7 ENGINEERING ARBITRATION General Conditions of Contract Clause GC 3.14 is excluded in its entirety and Clause GC 3.13.04.02 is to be read with necessary amendments. 5.8 WORKPLACE SAFETY AND INSURANCE BOARD CLEARANCE CERTIFICATE The Contractor shall provide the Contract Administrator with a copy of the Workplace Safety and Insurance Board Clearance Certificate indicating the Contractor's good standing with the Board: a) Immediately prior to the Owner authorizing the Contractor to commence any work; b) Prior to the issuance of the Certificate of Substantial Performance; C) Prior to the expiration of the Maintenance Period; and d) At any other time when requested by the Contract Administrator. 5.9 NOTICE TO RESIDENTS The Contract Administrator will provide, "Notice to Residents and Businesses" forms to the Contractor indicating the proposed works for the said street. The Contractor will be required to deliver these forms two days prior to commencement of work on the said street. 5.10 PERMITS, FEES, AND LICENCES General Conditions of Contract Clause GC4.02 is excluded in its entirety The Contractor shall be responsible for payment of all permits, fees, and licences required to perform work on this Contract including the Ministry of Transportation. The Contractor must obtain a Right of Way Activity Permit from the Operations Department. A FEE WILL BE CHARGED TO THE CONTRACTOR FOR THIS PERMIT. The Contractor must have all applicable Township of Oro-Medonte Business Licences for the duration of the Contract. 5.11 LIABILITY INSURANCE The liability insurance requirement shall conform to Section GC 6.03 of the General Conditions. The comprehensive policy of public liability and property damage insurance shall SUPPLEMENTARY GENERAL CONDITIONS Page 6 of 22 name the Contractor and the Corporation of the Township of Oro-Medonte and its staff including the Contract Administrator as insured there under. The Contractor shall be paid for providing insurance coverage as described herein under the Item in the Schedule of Items and Prices entitled "Insurance". 5.12 WORKING HOURS This Supplemental General Condition shall be read in conjunction with the OPS General Conditions of Contract Clause GC 7.14. The Contractor must limit his hours of operation to between 0700 and 1900 hours, except in the quiet zone (hospital area) where the hours of operation are between 0700 and 1700 hours. In addition, work on Saturdays, Sundays and Statutory Holidays will not generally be permitted. Express written permission from the Contract Administrator will be required to alter the foregoing limits on working hours. 5.15 PAYMENT HOLDBACK Payment and holdbacks are governed by General Conditions of Contract Clause GC 8 except that the holdback during the period of maintenance shall be a minimum of three percent (3%) of the value of all the work done and material furnished, subject to the provisions of the Construction Lien Act. The Corporation of the Township of Oro-Medonte shall not pay interest on the amount of the holdback retained during the period of maintenance. The three percent (3%) Maintenance holdback will be released upon application under the following conditions: a) All applicable Final Acceptances have been received from the appropriate municipal authorities. b) The 12 month guarantee maintenance period has expired. C) All applicable forms of release have been signed by property owners, received by the City, and checked. 5.16 EXTRA WORK No work shall be regarded as extra work, unless it is ordered in writing by the Contract Administrator and with the agreed price for the same specified in said order, provided said price is not otherwise determined by this Contract. A statement of the cost of extra work shall be made within thirty days after the completion of the said extra work. 5.17 ON-SITE SUPERVISOR The Contractor shall at all times, and at his own expense, employ and retain on-site a qualified supervisor for the proper inspection or examination of the Work or any part thereof. This supervisor shall be construed as the Superintendent for the Contractor and shall be the sole liaison for this Contract. I - SUPPLEMENTARY GENERAL CONDITIONS Page 7 of 22 5.18 LABOUR CONDITIONS 5.18.1 General L This Special Provision is to be read where applicable, in conjunction with the OPS General Conditions of the Contract, clause GC 8.02.06, Payment of Workers and is subject to The Industrial Standards Act, the Employment Standards Act, 1980 and lthe regulations made thereunder. The wage rates set out in the Roads and Structures Fair Wage Schedule are subject to change periodically. Any increase in costs incurred by a change in the wage rates shall be borne by the Contractor. 5.18.2 Definitions -- For the purposes of this Special Provision. I a) "regular rate" means, i) the hourly rate paid to any employee for their normal non -overtime work week, or ii) in the case of an employee to whom subclause (i) does not apply, the amount obtained by dividing their total earnings for the week by the number of hours they worked in the week. I_ b) "work on roads" means the preparation, construction, finishing and construction maintenance of roads, streets, highways and parking lots and L includes all work incidental thereto other than work on structures; and; C) "work on structures means the construction, reconstruction, repair, alteration, remodelling, renovation or demolition of any bridge, tunnel or retaining wall and includes the preparation for and the laying of the foundation of any bridge, tunnel or retaining wall and the installation of equipment and appurtenances incidental thereto; Provided, however that the Minister of Labour, Ontario may at his/her sole discretion determine whether any particular work is to be classified as work on roads or as work on structures and such decision may be made notwithstanding the definitions herein contained. 5.18.3 Hours of Work and Wages a) All Zones Except Provincial Zone The regular work week for a person employed on work on roads being done under this Contract or any other Contract subject to these or similar labour conditions shall not exceed 55 hours and all time worked by such person in excess of 55 hours a week shall be overtime. The regular work week fora person employed on work on structures being done under this Contract or any other Contract subject to these or similar labour conditions shall not exceed 44 hours and all time worked by such persons in excess of 44 hours a week shall be overtime. b) Provincial Zone Onlv The regular work week for a person employed on work on roads being done under this Contract or any other Contract subject to these or similar labour SUPPLEMENTARY GENERAL CONDITIONS Page 8 of 22 conditions shall not exceed 55 hours and all time worked by such person in excess of 55 hours a week shall be overtime except that part of the hours of work in excess of 55 hours a week which, together with the hours worked in the preceding week, do not exceed 55 hours in that preceding week. But, in no case shall the number of hours that can be included in the hours of work for that preceding week exceed 22 hours. The regular work week for a person employed on work on structures being done under this Contract or any other Contract subject to these or similar labour conditions shall not exceed 50 hours and all time worked by such person in excess of 50 hours a week shall be overtime except that part of the hours of work in excess of 50 hours a week which, together with the hours worked in the preceding week, do not exceed 50 hours in that preceding week. But, in no case shall the number of hours that can be included in the hours of work for that preceding week exceed 22 hours. 5.18.4 Wages and Overtime Pay Every person employed by the Contractor or a SubContractor or other person to do any part of the work contemplated by this Contract shall be paid while employed on such work at not less than the wage rate set out in the Roads and Structures Fair Wage Schedule hereunder for the appropriate classification of such work or not less than such other wage rates as, during the continuance of the work, are fixed by the Minister of Labour, Ontario, for hours of work that are not overtime and shall be paid one and one-half times his/her regular rate for all hours of work that are overtime. Notwithstanding that a Contractor pays wages in excess of the wage rates set out in the Roads and Structures Fair Wage Schedule, they shall not, in computing overtime wages payable to an employee, set off against such overtime wages any part of the wages earned by the employee in respect of their regular work period. Where a person is working on more than one contract that is subject to these conditions, including any municipal contract that contains similar labour conditions, the regular work week and the entitlement to overtime for that person shall be based upon the total hours worked on all such contracts and if, on this basis, overtime is worked on this Contract the Contractor shall pay such person at the overtime rate and no waiver by the person of this entitlement to overtime wages and no interposition of a third party by way of an employment agency or as the nominal employer of that person shall relieve the Contractor of his/her obligation to pay that person the overtime wages. 5.18.5 Decisions by Minister of Labour Where there is no appropriate classification set out in the Roads and Structures Fair Wage Schedule for any particular class of work, the Minister of Labour, Ontario may designate or establish the appropriate classification and the wage rate. The Contractor, upon receipt of notice of any decision of the Minister of Labour, Ontario, made under this Contract, shall immediately adjust the wage rates, hours and classification of work so as to give the effect to such decision. r- l - SUPPLEMENTARY GENERAL CONDITIONS Page 9 of 22 5.18.6 Fair Wage Schedule to be Posted The Contractor shall post in a prominent place on site the Roads and Structures Fair Wage Schedule and any amendments thereto. 5.18.7 Contractor to Keep Records Which are to be Open for Inspection The Contractor shall keep proper books and records showing the names, trades, addresses and hourly wage rates of all workers in his/her employ or employed on this Contract through an employment agency and the wages paid to and time worked by such workers both at regular wage rates and at overtime wage rates, and the books or documents containing such records shall be open for inspection by officers of the Government at any time it may be expedient to the Minister of Labour to have the same inspected. - 5.18.8 Owner Requirements Before Payments Made To Contractor The Contractor shall from time to time upon request furnish the Owner with such detailed information and evidence as may be required in order to establish that these labour conditions have been complied with not only by him/her but by any Subcontractor or other person doing any part of the work contemplated by the Contract. 5.18.9 Claim Procedure Wage claims with respect to contracts issued by Ministries or Municipalities should be made directly to them under the provision of The Construction Lien Act 1985. FOR THE PURPOSE OF THESE SPECIAL PROVISIONS, THE FOLLOWING INTERPRETATIONS WILL APPLY: a) Off Site Work The Labour Conditions are intended for application primarily to work on the contract site. Work that is carried out on sites that are not in the immediate vicinity of the contract site or that are not used exclusively for the purposes of contracts including municipal contracts, containing similar labour conditions will not be subject to the Labour Conditions. b) Training Period for Equipment Operators i) Employee, other than students, learning to operate equipment are classified as "apprentice equipment operators" during, 1) their first 3 months operating equipment which does not require a licensed operator; or 2) their first 18 months operating equipment which requires a licensed operator. The wages of apprentice equipment operators are as follows: Windsor Zone - The wage rate for Cement Improver Hamilton Zone - The wage rate for Asphalt Raker Toronto Zone - The wage rate for Asphalt Raker SUPPLEMENTARY GENERAL CONDITIONS Ottawa Zone - 1 Provincial Zone - C) Pile Driver Page 10 of 22 The wage rate for Skilled Labourer The wage rate for Skilled Labourer Employees other than an operator are to be classified as "Pile Driver Men" and shall be entitled to the wage rate for "Labourer" - Structure Section. d) Servicing Of Equipment By Operator "On -Site" The operator shall be entitled to his/her wage rate for the work in accordance with the terms of the "Special Provisions - Labour Conditions". - e) Travelling Time Travelling time will not be subject to the Fair Wage Schedule. The hours and wages or monies paid for travelling time are to be deleted from the wage record of an employee in computing his wage entitlement. f) Gravel and Chip Spreader Employees engaged in this classification of work shall be paid the wage rate of Equipment and Maintenance Operator, Group "B". g) Room and Board Allowance This amount of room and board allowance will be negotiated between the employer and employee but in no case will the net amount of wages due to as an employee be less than such wages an employee in General Construction work would receive at the minimum wage of $10.20 per hour and overtime at one and one-half times that rate for hours worked in excess of 44 hours a week and the maximum deduction for that rate for Room and Board of $83.50 per week (private room), $68.00 per week (non -private), as required by Regulation under the Employment - Standards Act. h) Farm or Industrial Tractors With Attachments The attachment must be power operated and be an integral part of the tractor. Wage Rates For Students i) Students employed as FLAGPERSONS or WATCHPERSONS shall be entitled to the wage rate for these classifications. Students performing work in positions that are classified in the Fair Wage Schedule, other than FLAGPERSONS or __. WATCHPERSONS, shall be entitled to receive the student rate, notwithstanding the rate set out in the Schedule for the classification applicable to the work. SUPPLEMENTARY GENERAL CONDITIONS Page 11 of 22 ` 5.18.10 iii) Students employed for more than three months in a classified position shall then be entitled to the wage rate for that classification. iv) Students performing work in positions that are not classified in the Fair Wage Schedule shall be entitled to receive the student rate, regardless of the location of the contract. Classification Definitions Licensed Operators: Includes Shovel, Clam, Gradall, Backhoe, Dragline, Pile Driver, Operator. r Equipment and Maintenance Operators Group'A'• Includes Mechanic and Welder, Class 'B' Rollerman - Asphalt, Burnerman, Powderman, Boiler Contract Administrator (with papers). Float Driver (over 25 tons), Concrete Paver (over 1 cu.yd), Bulldozer (75 Drawbar H.P. and over), Grader Class 'A' (Finished Grading), l Front End Loader (1 1/2 yds. and over), Scraper, Crusher, Asphalt Spreader Operator. Equipment and Maintenance Operators Group'B'• Includes Boiler Fireman, Mixerman, Float Drive (25 tons and under), Front End Loader (under 1 1/2 yds), Grader, Class 'B' (Gravel and other Grading), Farm and Industrial Tractor with Power Attachments, Driller (Air Track), Bulldozer (under 75 Drawbar H.P.) Operator. Skilled Labourers: Includes Air Tool Operator, Asphalt Raker, Form Setter, Pipe Layer, Screedman. Structure Labour Operations: Includes Labourers on Structures. Structural Trainee: Means an Employee who is enrolled in the Ontario Road Builder's Association Pilot Training Programme. 5.19 CHARACTER AND EMPLOYMENT OF WORKERS The Contractor shall employ only orderly, competent and skilful workers to ensure that the works are carried out in a respectable and workmanlike manner. In the event that any person employed by the Contractor in connection with the Work arising out of this Contract gives, in the opinion of the Township of Oro-Medonte just cause for complaint, the Contractor upon notification by the City in writing, shall not permit such person to continue in any future work arising out of this Contract. 5.20 SERVICES AND UTILITIES General Conditions of Contract Clause GC 2.01 and Clause GC 7.12.02 are specifically excluded from this Contract. The location of underground utilities shown on the drawings is as per information supplied by the utility companies and is not warranted as accurate by the Corporation of the Township of Oro-Medonte. The locations of all underground utilities are to be verified in the field by the Contractor prior to the commencement of construction. - The Reference to "Subsurface Report" in General Conditions of Contract Clause GC 4.01.02 is specifically excluded from this Contract. SUPPLEMENTARY GENERAL CONDITIONS Page 12 of 22 The Corporation of the Township of Oro-Medonte together with Utility Companies will be responsible for any necessary permanent relocations of utilities along the line of reconstruction, excepting utilities included in this Contract, but the Contractor will be held responsible for the protection of all services, whether aerial or underground including acceptable temporary support systems, during the time of construction and will be held liable for any damage to same. Prior to commencing any excavation operations, the Contractor shall give sufficient notice to Utility Companies concerned and arrange for, at his own expense, any temporary relocations that might be required. No claim for extra payment or extension of completion time will be allowed for any delays caused by the interference of services and utilities encountered during the course of construction. 5.21 DUST CONTROL The Contractor shall take such steps as may be required to prevent dust nuisance resulting from his operations whether 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. Dust control shall be construed as including the tracking of mud and debris and any spillage of material intended for use or disposal by the Contractor. No extra payment will be made for this work under this Contract. 5.22 EMERGENCY AND MAINTENANCE MEASURES Whenever the construction site is unattended by the general superintendent, the name, address, and telephone number of a responsible official of the Contracting firm, shall be given to the Contract Administrator. This official shall be available at all times and have the necessary authority to mobilize workers and machinery and to take any action as directed by the Contract Administrator in case of emergency or in case of requirement for maintenance where such was caused by the Contractor's negligence, act of God, or any cause whatsoever. Should the Contractor be unable to carry out immediate remedial measures required, the Corporation of the Township of Oro-Medonte will carry out the necessary repairs, the costs for which shall be charged to the Contractor. 5.23 DISPOSAL OF SURPLUS OR UNSUITABLE EXCAVATED MATERIAL, SALVAGED MATERIAL, DEMOLITION AND CONSTRUCTION WASTE, AND DEBRIS Material excavated in carrying out the work of the various tender items included in this Contract which is surplus to the -requirements of the Contract, shall be disposed off site at the Contractor's expense. All materials shall be graded to the satisfaction of the Contract Administrator. The location of the disposal area shall be approved by the Contract Administrator. The price bid for the Contract items requiring such work shall be full compensation for hauling, placing, trimming the excavated material at the disposal area. All demolition and construction waste or debris shall be removed by the Contractor at his own expense to a re -cycling centre, a landfill site or a construction project where a valid building SUPPLEMENTARY GENERAL CONDITIONS Page 13 of 22 permit has been issued, all per Ministry of the Environment and Energy regulations and guidelines. All salvaged material removed from the project area shall be placed as directed by the Contract Administrator. Any materials disposed at the Township of Oro-Medonte Landfill site, with the exception of asphalt planings, will be subject to the current tippage fees. 5.24 PREVENTION OF DAMAGE The failure of the Contract Administrator to order necessary precautionary measures, protective work or any other requirements shall not relieve the Contractor of the responsibility — for the prevention of damage to the project, buildings or other surface or subsurface structures, or for accidents to persons, whether employed on the project or not, which might result from failure to install, place or use such precautionary measures, protective work or other requirements. Furthermore, the fact that the Contract Administrator does order precautionary measures, protective work or other requirements shall not relieve the Contractor of any of his responsibilities under this Contract. The Contractor shall undertake a preconstruction crack survey of the existing buildings and structures in the vicinity of the proposed construction including a survey of existing surface finish conditions. Findings should be documented with photographs and in writing. Submit a copy of the report with photographs to the Contract Administrator. The Contractor shall be responsible for repairing damage due to construction. The Contractor shall include the cost of the preconstruction crack survey in the various tender items. 5.25 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. 5.26 LOCATION OF UTILITIES It is the Contractor's responsibility to contact the utility companies for information in regard to the location of utilities, to exercise the necessary care in construction operations and to take such other precautions as are necessary to safeguard the utilities from damage. The Contractor shall note that any damage to existing plant or structures caused by his operations shall be reinstated to the Township of Oro-Medonte and or Ministry of Transportation standards at his own expense subject to the approval of the Contract Administrator and will, in no way, be considered as an extra to the Contract. The Contractor shall attend such meetings with the Corporation of the Township of Oro- Medonte, Utility Companies, and other authorities as may be required to coordinate services affected by the Contract. No claims for extra payment for delays, moving of equipment, materials, etc., will be considered in connection with these requirements. The Contractor will be required to locate the existing watermain and services. It may be required to locate private residential and commercial services on private property utilizing a vacuum truck. Lump Sum Payment is noted in the Schedule of Items and prices. All work on private property must include a Property Owner Release as found in SGC 5.5. SUPPLEMENTARY GENERAL CONDITIONS Page 14 of 22 5.27 FIELD TESTING Unless otherwise specified, field testing for quality control will be carried out from time to time by the Contract Administrator. The Contractor shall provide assistance and give sufficient time and notice to the Contract Administrator for testing and approval before the work is covered. Failure to comply with this requirement may at the discretion of the Contract Administrator result in uncovering the work at the Contractor's cost. In the case of a failed test, the Contractor will be responsible for additional testing to establish conformance with specifications. 5.28 USE AND OCCUPANCY OF THE WORK PRIOR TO SUBSTANTIAL PERFORMANCE The Owner may use or occupy the Work, or any part thereof prior to Substantial Performance, provided notice is given to the Contractor in advance. 5.29 PROTECTION OF WATER QUALITY 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. No waste or surplus organic material including topsoil is to be stored or disposed of within 30 metres of any watercourses. Run-off from excavation piles will not be permitted to drain directly into watercourses but shall be diffused onto vegetative areas a minimum of 30 metres from the watercourse. Where this measure is not sufficient or feasible to control sediment entering the watercourses, sedimentation traps or geotextile coverage will be required. If dewatering is required, the water shall be pumped into a sedimentation pond or diffused onto vegetated areas a minimum of 30 metres from the watercourses and not pumped directly into the watercourses. No machinery shall enter the creek bed of any watercourse. Movement of construction equipment in the vicinity of any creeks shall be limited to the minimum required for construction. The Contractor shall not carry out equipment maintenance or refuelling 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. 5.30 HAUL ROADS Notwithstanding the Contractor's responsibility for the repair and maintenance of haul roads as required in applicable OPSS sections, no payment shall be made for materials placed and work performed in accordance with the requirements of those specifications. 5.31 CO-ORDINATION OF CONTRACTS The Contractor shall co-ordinate and organize the work under this Contract so as not to damage, interfere or delay the completion of other Contractors' works. All costs associated with requirements as herein specified shall be deemed to be included for payment in the appropriate contract prices as contained in the Schedule of Contract Unit Prices. SUPPLEMENTARY GENERAL CONDITIONS 5.32 LAYOUT OF WORK Page 15 of 22 The Contractor will be responsible for all layout working from benchmarks and locations provided by the Contract Administrator. The Contractor will provide all grade sheets, etc. necessary for the proper layout of the works to the Contract Administrator for checking and use for verification during construction. If deemed necessary by the Contract Administrator, work shall be suspended for such reasonable time as necessary to check the accuracy of layout without extra compensation for this suspension. All costs for layout services are to be borne by the Contractor and included in the various unit rates tendered for the work. No claims for extra payment in respect of layout will be considered. 5.33 AS -BUILT DRAWINGS The Contractor shall keep one set of construction — issued drawings on site solely for as -built recording purposes. The Contractor shall record any deviations from the construction — issued drawings on the as -built drawings as the work is performed. Deviations shall include changes, additions and deletions. All deviations must be recorded, including where applicable: The as -built drawings shall be kept in the field office and available for review by the Inspector throughout the construction. Failure to record changes in a timely manner could -result in delays to issuance of payments. Within 45 days of the issuance of the Certificate of Substantial Performance the Contractor shall deliver to the Contract Administrator the As -built Drawings showing all deviations in a form acceptable to the Contract Administrator. The drawings must be legible and clean, otherwise will not be accepted. The Contractor will be given the option of producing As -built Drawings using the Autocad drawing files if so desired. Failure to deliver As -built Drawings in the time frame noted above will result in a delay of holdback release. The Contractor shall include the cost of the preparation of As -built Drawings in the various tender items. No extra compensation shall be paid to the Contractor for providing As -built Drawings. 5.34 SITE MEETINGS The Contractor shall attend a biweekly meeting with the Contract Administrator at the contract site office to discuss the progress of the Work and co-ordinate the work of utilities. The Contractor's Superintendent shall attend this meeting. Minutes of Meeting shall be recorded and shall be binding on both parties to the Contract. 6. LAYOUT The Contractor shall be responsible for setting out the works working from benchmarks and points of reference supplied by the authority. Prior to the commencement of any construction layout, the Contractor shall verify the accuracy of all temporary and permanent benchmarks and primary alignment control shown on the Contract Drawings. The Contractor shall also perform random checks on all survey control points and existing centerline road profiles. SUPPLEMENTARY GENERAL CONDITIONS Page 16 of 22 F The Contractor shall provide a Summary Report of all aforementioned checks made to the Contract Administrator prior to the commencement of construction layout. Any discrepancies between the Contract Drawings and field checks shall be reported immediately to the Contract Administrator. Costs associated with field verification work undertaken by the Contractor shall be included in the Contractor's tender bid. 7. PAYMENTS Except as herein provided, payments under this Contract will be made in accordance with Section GC8.02.03 of the General Conditions. A Progress Payment Certificate will not be issued until the Contract Administrator is in receipt of an updated schedule in accordance with the requirements of GC7.01.13. The day the updated schedule is received will be deemed to be the Cut -Off Date and no interest will be eligible to be paid per GC8.02.03.09. Notwithstanding the provisions of the General Conditions respecting certification and payment, the Authority may withhold 2-1/2 percent of the total value of work performed beyond the expiration of 46 days from the date of publication of the Certificate of Substantial Performance, to enable the Contract Administrator to produce the final detailed statement of the value of all work done and material furnished under the Contract. As a condition of holdback reduction from 10% to 2-1/2%, the Contractor shall supply a Statutory Declaration as defined in GC8.02.03.07 (03)(b) and advertise the Certificate of Substantial Performance per GC8.02.03.04(03). The Completion Payment Certificate to include statutory holdback release will be issued within 120 days after the date for completion as specified under GC1.06. The date for interest due to late payment shall commence following 180 days after the date of completion of the work. r- 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 the 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. 8. UTILITIES Sections GC2.01.01 and GC7.12.02 of the General Conditions are deleted in their entirety and are replaced by the following: The Contractor shall be responsible for the protection of all utilities at the job site during the time of construction. The Authority will be responsible for the relocation of utilities where required. However, no claims will be considered which are based on delays or inconvenience resulting from the relocation not being completed before the start of this Contract. 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 r SUPPLEMENTARY GENERAL CONDITIONS Page 17 of 22 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. 9. EMERGENCY AND MAINTENANCE MEASURES - Whenever the construction site is unattended by the general superintendent, the name, address and telephone number of a responsible official of the contracting firm, shall be given to the Contract Administrator. This official shall be available at all times and have the necessary authority to mobilize workmen and machinery and to take any action as directed by the Contract Administrator in case emergency or maintenance measures are required regardless whether the emergency or requirement for maintenance was caused by the Contractor's negligence, act of God, or any cause whatsoever. Should the Contractor be unable to carry out immediate remedial measures required, the Authority will carry out the necessary repairs, the costs for which shall be charged to the Contractor. 10. MANAGEMENT AND DISPOSAL OF EXCESS MATERIAL The requirements of OPSS 180 shall apply to this Contract, revised as follows: .1 Section 180.03, Definitions, shall be amended by the addition of the following: Work area: means the road allowance, right-of-way, and property with a boundary common to the road allowance or right-of-way within the Contract limits. .2 Subsection 180.07.02, Conditions on Management by Re -Use, shall be amended by the addition of the following: Recycled hot mix asphalt or excess bituminous pavement shall not be used as trench backfill or bedding. The Contractor shall be responsible for obtaining a copy of applicable Form Nos. OPSF 180-1, OPSF 180-2, OPSF 180-3, OPSF 180-4 and OPSF 180-5 for use where appropriate with respect to disposal of excess material. 11. WORKPLACE HAZARDOUS MATERIAL INFORMATION SYSTEM (WHMIS) Reporting Section GC4.03.06 is deleted and replaced with the following: Prior to the commencement of work the Contractor shall provide, to the Contract Administrator, a list of those products controlled under WHMIS which he expects to use on this Contract. Related Material Safety Data Sheets shall accompany the submission. All containers used in the application of products controlled under WHMIS shall be labelled. The Contractor shall notify the Contract Administrator of changes to the list in writing and provide the relevant Material Safety Data Sheets. 12. 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 SUPPLEMENTARY GENERAL CONDITIONS Page 18 of 22 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. 13. GARBAGE COLLECTION The Contractor will be responsible for ensuring that garbage collection, including recyclables, is maintained and when necessary, the Contractor shall make arrangements directly with the collecting agency, to permit and coordinate pick-up. 14. REVIEW OF SHOPNVORKING DRAWINGS — For the portions of the work to be done under this Contract where detail drawings are to be supplied by the Contractor, six (6) copies of same, together with specifications, plus such additional copies as the Contractor and his subcontractors may require, shall be submitted to the Contract Administrator for review. The Contractor or his Subcontractor shall check and initial all shop drawings before submission to the Contract Administrator so as to intercept and correct any major errors or omissions. Shop drawings will not be reviewed by the Contract Administrator unless they have been previously checked by the Contractor. The review by the Contract Administrator is for the sole purpose of ascertaining conformance with the general design concept. This review shall not mean that the Contract Administrator approves the detail design inherent in the shop drawings, responsibility for which shall remain with the Contractor submitting same, and such review shall not relieve the Contractor of his responsibility for errors or omissions in the shop drawings or of his responsibility for meeting all requirements of the Contract Documents. The Contractor is responsible for dimensions to be confirmed and correlated at the job site, for information that pertains solely to fabrication processes or to techniques of construction and installation and for coordination of the work of all sub -trades. Work which relates to the shop drawings shall not be carried out before the Contract Administrator's review of the shop drawings is complete. 15. PREPARATION AND POSTING OF REQUIREMENTS FOR WORK IN CONFINED SPACES Clause GC7.01.07 of the OPS General Conditions of Contract is amended by the addition of the following: Detailed written procedures addressing the confined space requirements of the Occupational Health and Safety Act and Ontario Regulations for Construction Projects, Ontario Regulation 213/91, shall be clearly posted at the project site and available to all personnel, including the Contractor's workers, Authority staff, Contract Administrator, and Ministry of Labour inspectors. The procedures must include the rescue procedures to be followed during a rescue or evacuation of all personnel from an unsafe condition or in the event of personal injury. SUPPLEMENTARY GENERAL CONDITIONS Page 19 of 22 The Contractor shall have personnel trained in rescue procedures readily available on site. 16. 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. 17. ENTRY ONTO PRIVATE PROPERTY The Contractor shall not enter private property or property which is to be acquired to construct the works without the prior consent of the Contract Administrator. This requirement will be strictly enforced. 18. GENERAL LIABILITY INSURANCE Parties to the Contract beyond the Contractor, the Owner and the Contract Administrator must be added as additional insureds (See Clause GC6.03.02.01). 19. CONSTRUCTION LIEN ACT The Contractor shall give the Authority notice in writing, immediately, of all lien claims or potential lien claims coming to the knowledge of the Contractor or his agents. When a claim for lien is filed by a Subcontractor, labour or material supplier or equipment renter acting under the Contractor, and proceedings are commenced by the Authority to vacate the lien, the Contractor agrees and shall forthwith pay to the Authority, in addition to their reasonable legal fees therefore, all interest costs and expenses incurred by the Authority and an additional sum equal to ten percent (10%) of the sum found to be owing as liquidated damages, and such remedy shall be in addition to any other remedy available to the Authority under the Contract Documents. Where any lien claimant asks from the Authority the production for inspection of the Contract Documents or the state of the accounts between the Authority and the Contractor, the Contractor shall be liable for an administration fee of Two Hundred Dollars ($200.00) for each request made as compensation for the preparation of such accounting or for the preparation of the r- SUPPLEMENTARY GENERAL CONDITIONS Page 20 of 22 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 r- payable to the Contractor under the terms of the Contract Documents. L_. Where an application is brought to a judge of a competent jurisdiction to compel production of any particular document to a lien claimant, the Contractor further agrees to indemnify the Authority from reasonable legal fees incurred in appearing on such an application and in addition agrees to pay to the Authority its reasonable costs incurred in producing such documents to the extent that the same is made necessary under the disposition of the matter by such judge, and the Contractor further agrees that such reasonable costs and fees incurred by the Authority as stated herein may be properly deductible from monies otherwise payable to the Contractor under the terms of the Contract Documents. r 20. WATERMAIN MATERIAL I The new watermain is to be 200 mm diameter SDR -11 HDPE with an internal diameter of (6.96 inch) 176.8 mm where the watermain is specified as 150 mm 0 (internal diameter). All transition fittings for HDPE to valves, hydrants and existing watermain is to be approved to Shop Drawing submission and approval. As noted in the Schedule of Items and Prices, the Contractor will supply to the Municipality at a location of their choice 6.0 m section of watermain, 6.0 m water service pipes, (4) electro fusion couplings and (4) mechanical service couplings in each size (25 mm & 40 mm). TOWNSHIP OF ORO-MEDONTE COMMUNITY OF WARMINSTER WATERMAIN REPLACEMENT CONTRACT NO. 60247297-04 OPS General Conditions 00 Sr44,0 Ontario Provincial Standards METRIC ap "_� for OPSS.MUN1100 O P a i s Roads and Public Works November 2006 \ a\�PjyO OPS GENERAL CONDITIONS OF CONTRACT Table of Contents SECTION GC 1.0 - INTERPRETATION GC 1.01 Captions.............................................................. GC 1.02 Abbreviations...................................................... GC 1.03 Gender and Singular References ....................... GC 1.04 Definitions........................................................... GC 1.05 Substantial Performance ..................................... GC 1.06 Completion.......................................................... GC 1.07 Final Acceptance ................................................ GC 1.08 Interpretation of Certain Words ........................... SECTION GC 2.0 - CONTRACT DOCUMENTS GC 2.01 Reliance on Contract Documents ................ GC 2.02 Order of Precedence .................................... 6 6 6 6 ..11 ..11 .. 11 .. 11 ............. 12 ............. 12 SECTION GC 3.0 - ADMINISTRATION OF THE CONTRACT GC 3.01 Contract Administrator's Authority.............................................................. GC3.02 Working Drawings....................................................................................... GC 3.03 Right of the Contract Administrator to Modify Methods and Equipment..... GC 3.04 Emergency Situations................................................................................. GC3.05 Layout......................................................................................................... GC 3.06 Extension of Contract Time......................................................................... GC3.07 Delays......................................................................................................... GC 3.08 Assignment of Contract............................................................................... GC 3.09 Subcontracting by the Contractor............................................................... 14 15 16 16 16 16 17 17 18 Pons i Rav Mata• 11P7MR (IP.G MI mu 1M GC3.10 Changes...............................................................................................................18 GC 4.02 GC 3.10. 01 Changes in the Work...........................................................................................18 Management and Disposition of Materials......... GC3.10.02 Extra Work...........................................................................................................19 GC 4.05 GC 3.10.03 Additional Work....................................................................................................19 Contractor's Right to Correct a Default .............. GC3.11 Notices................................................................................................................. 19 GC 3.12 Use and Occupancy of the Work Prior to Substantial Performance .................... 19 GC 3.13 Claims, Negotiations, Mediation.......................................................................... 20 GC 3.13.01 Continuance of the Work..................................................................................... 20 GC3.13.02 Record Keeping................................................................................................... 20 GC 3.13.03 Claims Procedure................................................................................................ 20 GC3.13.04 Negotiations......................................................................................................... 21 GC3.13.05 Mediation.............................................................................................................. 21 GC3.13.06 Payment............................................................................................................... 21 GC 3.13.07 Rights of Both Parties.......................................................................................... 21 GC3.14 Arbitration............................................................................................................. 21 GC 3.14.01 Conditions for Arbitration..................................................................................... 21 GC 3.14.02 Arbitration Procedure...........................................................................................22 GC 3.14.03 Appointment of Arbitrator..................................................................................... 22 GC3.14.04 Costs.................................................................................................................... 22 GC3.14.05 The Decision........................................................................................................ 23 GC 3.15 Archaeological Finds............................................................................................ 23 SECTION GC 4.0 - OWNER'S RESPONSIBILITIES AND RIGHTS GC 4.01 Working Area ..................................................... GC 4.02 Approvals and Permits ....................................... GC 4.03 Management and Disposition of Materials......... GC 4.04 Construction Affecting Railway Property ........... GC 4.05 Default by the Contractor ................................... GC 4.06 Contractor's Right to Correct a Default .............. Page 2 .. 24 .. 24 .. 24 .. 25 .. 25 .. 25 Rev. Date: 11/2006 OPSS.MUNI 100 GC 4.07 Owner's Right to Correct a Default ................................. GC 4.08 Termination of Contractor's Right to Continue the Work GC 4.09 Final Payment to Contractor ........................................... GC 4.10 Termination of the Contract ........................................... GC 4.11 Continuation of Contractor's Obligations ....................... GC 4.12 Use of Performance Bond .............................................. GC 4.13 Payment Adjustment...................................................... SECTION GC 5.0 - MATERIAL GC 5.01 Supply of Material .............................. GC 5.02 Quality of Material .............................. GC 5.03 Rejected Material ............................... GC 5.04 Substitutions ....................................... GC 5.05 Owner Supplied Material .................... GC 5.05.01 Ordering of Excess Material ............... GC 5.05.02 Care of Material .................................. SECTION GC 6.0 - INSURANCE, PROTECTION AND DAMAGE GC 6.01 Protection of Work, Persons, and Property ................ GC 6.02 Indemnification............................................................ GC 6.03 Contractor's Insurance ................................................ GC 6.03.01 General....................................................................... GC 6.03.02 General Liability Insurance ........................................ GC 6.03.03 Automobile Liability Insurance ................................... GC 6.03.04 Aircraft and Watercraft Liability Insurance .................. GC 6.03.04.01 Aircraft Liability Insurance .......................................... GC 6.03.04.02 Watercraft Liability Insurance ..................................... GC 6.03.05 Property and Boiler Insurance ................................... GC 6.03.05.01 Property Insurance..................................................... GC 6.03.05.02 Boiler Insurance......................................................... GC 6.03.05.03 Use and Occupancy of the Work Prior to Completion GC 6.03.05.04 Payment for Loss or Damage .................................... ..... 26 ..... 26 ..... 26 ..... 26 ..... 27 ..... 27 ..... 27 28 28 28 29 29 29 29 ...... 33 ...... 33 ...... 34 ...... 34 ...... 34 Page 3 Rev. Date: 11/2006 OPSS.MUNI 100 GC 6.03.06 Contractor's Equipment Insurance....................................................................... 35 GC 6.03.07 Insurance Requirements and Duration................................................................ 35 GC6.04 Bonding................................................................................................................ 35 GC 6.05 Workplace Safety and Insurance Board.............................................................. 36 SECTION GC 7.0 - CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE WORK GC7.01 General..................................................................................................................37 GC7.02 Layout.................................................................................................................... 39 GC7.03 Working Area.........................................................................................................39 GC 7.04 Damage by Vehicles or Other Equipment.............................................................40 GC 7.05 Excess Loading of Motor Vehicles.........................................................................40 GC 7.06 Condition of the Working Area...............................................................................40 GC 7.07 Maintaining Roadways and Detours......................................................................40 GC 7.08 Access to Properties Adjoining the Work and Interruption of Utility Services .......41 GC 7.09 Approvals and Permits...........................................................................................41 GC 7.10 Suspension of Work...............................................................................................42 GC 7.11 Contractor's Right to Stop the Work or Terminate the Contract ............................42 GC 7.12 Notices by the Contractor......................................................................................42 GC7.13 Obstructions...........................................................................................................43 GC 7.14 Limitations of Operations.......................................................................................43 GC 7.15 Cleaning Up Before Acceptance............................................................................43 GC7.16 Warranty.................................................................................................................43 GC 7.17 Contractor's Workers.............................................................................................44 GC7.18 Drainage.................................................................................................................44 SECTION GC 8.0 - MEASUREMENT AND PAYMENT GC8.01 Measurement....................................................................................................... 45 GC8.01.01 Quantities.............................................................................................................45 GC 8.01.02 Variations in Tender Quantities............................................................................ 45 Page 4 Rev. Date: 11/2006 OPSS.MUNI 100 GC8.02 Payment...............................................................................................................46 GC8.02.01 Price for Work...................................................................................................... 46 GC 8.02.02 Advance Payments for Material........................................................................... 46 GC 8.02.03 Certification and Payment....................................................................................47 GC 8.02.03.01 Progress Payment Certificate.............................................................................. 47 GC 8.02.03.02 Certification of Subcontract Completion.............................................................. 47 GC 8.02.03.03 Subcontract Statutory Holdback Release Certificate and Payment .................... 47 GC 8.02.03.04 Certification of Substantial Performance............................................................. 48 GC 8.02.03.05 Substantial Performance Payment and Substantial Performance Statutory Holdback Release Payment Certificates............................................................. 48 GC 8.02.03.06 Certification of Completion...................................................................................49 GC 8.02.03.07 Completion Payment and Completion Statutory Holdback Release PaymentCertificates............................................................................................ 49 GC8.02.03.08 Interest.................................................................................................................50 GC 8.02.03.09 Interest for Late Payment..................................................................................... 50 GC 8.02.03.10 Interest for Negotiations and Claims.................................................................... 51 GC8.02.03.11 Owner's Set-Off.................................................................................................... 51 GC 8.02.03.12 Delay in Payment................................................................................................. 51 GC 8.02.04 Payment on a Time and Material Basis............................................................... 51 GC8.02.04.01 Definitions............................................................................................................ 51 GC8.02.04.02 Daily Work Records............................................................................................. 52 GC 8.02.04.03 Payment for Work................................................................................................ 53 GC 8.02.04.04 Payment for Labour............................................................................................. 53 GC 8.02.04.05 Payment for Material............................................................................................ 53 GC 8.02.04.06 Payment for Equipment....................................................................................... 53 GC8.02.04.06.01 Working Time....................................................................................................... 53 GC8.02.04.06.02 Standby Time....................................................................................................... 53 GC 8.02.04.07 Payment for Hand Tools...................................................................................... 54 GC 8.02.04.08 Payment for Work by Subcontractors.................................................................. 54 GC 8.02.04.09 Submission of Invoices........................................................................................ 54 GC 8.02.04.10 Payment Other Than on a Time and Material Basis ............................................ 55 GC 8.02.04.11 Payment Inclusions.............................................................................................. 55 GC 8.02.05 Final Acceptance Certificate................................................................................ 55 GC 8.02.06 Payment of Workers............................................................................................ 55 GC8.02.07 Records................................................................................................................ 55 GC8.02.08 Taxes................................................................................................................... 56 GC8.02.09 Liquidated Damages............................................................................................56 Page 5 Rev. Date: 11/2006 OPSS.MUNI 100 SECTION GC 1.0 - INTERPRETATION GC 1.01 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" - American Association of State Highway Transportation Officials "ACI" - American Concrete Institute "ANSI" - American National Standards Institute "ASTM" - American Society for Testing and Materials "AWG" - American Wire Gauge "AWWA" - American Water Works Association "CCIL" - Canadian Council of Independent Laboratories "CESA" - Canadian Engineering Standards Association "CGSB" - Canadian General Standards Board "CSA" - Canadian Standards Association "CWB" - Canadian Welding Bureau "GC" - General Conditions "ISO" - International Organization for Standardization "MOE" - Ontario Ministry of the Environment "MTO" - Ontario Ministry of Transportation "MUTCD" - Manual of Uniform Traffic Control Devices (Replaced by OTM) "OPS" - Ontario Provincial Standard "OPSD" - Ontario Provincial Standard Drawing "OPSS" - Ontario Provincial Standard Specification "OTM" - Ontario Traffic Manual "PEO" - Professional Engineers Ontario "SAE" - Society of Automotive Engineers "SCC" - Standards Council of Canada "SSPC" - Structural Steel Painting Council "U L" - Underwriters Laboratories "ULC" - Underwriters Laboratories Canada GC 1.03 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 limits of the Work. Addendum means an addition or change in the tender documents issued by the Owner prior to tender closing. Page 6 Rev. Date: 11/2006 OPSS.MUNI 100 Additional Work means work not provided for in the Contract and not considered by the Contract Administrator to be essential to the satisfactory completion of the Contract within its intended scope. Agreement means the agreement between the Owner and the Contractor for the performance of the Work that is included in the Contract Documents. Base means a layer of material of specified type and thickness placed immediately below the pavement wearing surface layers, curb and gutter, or sidewalk. Business Day means any Day except Saturdays, Sundays, and statutory holidays. Certificate of Subcontract Completion means the certificate issued by the Contract Administrator in accordance with clause GC 8.02.03.02, Certification of Subcontract Completion. Certificate of Substantial Performance means the certificate issued by the Contract Administrator at Substantial Performance. Change Directive means any written instruction signed by the Owner, or by the Contract Administrator where so authorized, directing that a Change in the Work or Extra Work be performed. Change in the Work means the deletion, extension, increase, 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, within the intended scope of the Contract. Change Order means a written amendment to the Contract signed by the Contractor and the Owner, or the Contract Administrator where so authorized, covering contingencies, a Change in the Work, Extra Work, Additional Work, and changed subsurface conditions; and establishing the basis for payment and the time allowed for the adjustment of the Contract Time. Completion Certificate means the certificate issued by the Contract Administrator at completion. Constructor means, for the purposes of, and within the meaning of the Occupational Health and Safety Act, R.S.O. 1990, c.0.1, as amended and amendments thereto, the Contractor who executes the Contract. Contract means the undertaking by the Owner and the Contractor to perform their respective duties, responsibilities, and obligations as prescribed in the Contract Documents. Contract Administrator means the person, partnership, or corporation designated by the Owner to be the Owner's representative for the purposes of the Contract. Contract Documents mean the executed Agreement between the Owner and the Contractor, Tender, General Conditions of Contract, Supplemental General Conditions of Contract, Standard Specifications, Special Provisions, Contract Drawings, addenda 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 any other reports and information provided by the Owner for the Work, and without limiting the generality thereof, may include soil profiles, foundation investigation reports, reinforcing steel schedules, aggregate sources lists, Quantity Sheets, and cross-sections. Contract Time means the time stipulated in the Contract Documents for Substantial Performance of the Work, including any extension of Contract Time made pursuant to the Contract Documents. Page 7 Rev. Date: 11/2006 OPSS.MUNI 100 Contractor means the person, partnership, or corporation undertaking the Work as identified in the Agreement. Controlling Operation means any component of the Work that, if delayed, may delay the completion of the Work. Cost Plus has the same meaning as "Time and Material." Cut -Off Date means the date up to which payment shall be made for work performed. Daily Work Records mean daily Records detailing the number and categories of workers and hours worked or on standby, types and 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. End Result Specification means specifications that require the Contractor to be responsible for supplying a product or part of the Work. The Owner accepts or rejects the final product or applies a price adjustment that is commensurate with the degree of compliance with the specification. Equipment means all machinery and equipment used for preparing, fabricating, conveying or erecting the Work and normally referred to as construction machinery and equipment. Estimate means a calculation of the quantity or cost of the Work or part of it depending 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 that 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 form as the monthly estimates. Force Account has the same meaning as "Time and Material." Geotechnical Report means a report or other information identifying soil, rock, and ground water conditions in the area of any proposed Work. Grade means the required elevation of that part of the Work. Hand Tools 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 that is intended for or used by the general public for the passage of vehicles and includes the area between the lateral property lines thereof. Lot means a specific quantity of material or a specific amount of construction normally from a single source and produced by the same process. Page 8 Rev. Date: 11/2006 OPSS.MUNI 100 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. Owner means the party to the Contract for whom the Work is being performed, as identified in the Agreement, and includes, with the same meaning and import, "Authority." Pavement means a wearing course or courses placed on the Roadway and consisting of asphaltic concrete, hydraulic cement concrete, Portland cement concrete, or plant or road mixed mulch. Performance Bond means the type of security furnished to the Owner to guarantee completion of the Work in accordance with the Contract and to the extent provided in the bond. Plan Quantity means that quantity as computed from within the boundary lines of the Work as shown in the Contract Documents. Project means the construction of the Work as contemplated by this Contract. Quantity Sheet means a list of the quantities of Work to be done. Quarried Rock means material removed from an open excavation made in a solid mass of rock that, prior to removal, was integral with the parent mass. Quarry means a place where Aggregate has been or is being removed from an open excavation made in a solid mass of igneous, sedimentary, or metamorphic rock or any combination of these that, prior to removal, was integral with the parent areas. Rate of Interest means the rate of interest as determined under the Financial Administration Act by the Minister of Finance of Ontario and issued by, and available from, the Owner. Records mean any books, payrolls, accounts, or other information that relate to the Work or any Change in the Work or claims arising therefrom. Roadway means that part of the Highway designed or intended for use by vehicular traffic and includes the Shoulders. Shoulder means that portion of the Roadway between the edge of the travelled portion of the wearing surface and the top inside edge of the ditch or fill slope. Special Provisions mean directions containing requirements specific to the Work. Standard Drawing or Standard Specification means a standard practice required and stipulated by the Owner for performance of the Work. Subbase means a layer of material of specified type and thickness between the Subgrade and the Base. Page 9 Rev. Date: 11/2006 OPSS.MUNI 100 Subcontractor means a person, partnership or corporation undertaking the execution of a part of the Work by virtue of an agreement with the Contractor. Subgrade means the earth or rock surface, whether in cut or fill, as prepared to support the pavement structure, consisting of Base, Subbase, and Pavement. Subsurface Report means a report or other information identifying the location of Utilities, concealed and adjacent structures, and physical obstructions that 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 Time and Material Basis. Where "Cost Plus" and "Force Account" are used they shall have the same meaning. Utility means an aboveground or underground facility maintained by a municipality, public utility authority or regulated authority and includes services such as sanitary sewer, storm sewer, water, electric, 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 in the Contract Documents for certain Materials or some or all of the Work. Where a date of Substantial Performance is not established, the Warranty Period shall commence on the date of Completion. Work means the total construction and related services required by the Contract Documents. Working Area means all 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 Day as determined by the Contract Administrator, on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom, from proceeding with a Controlling Operation. For the purposes of this definition, this shall be a Day during which the Contractor cannot proceed with at least 60% of the normal labour and Equipment force effectively engaged on the Controlling Operation for at least 5 hours; c) except a Day on which the Contractor is prevented from proceeding with a Controlling Operation, as determined 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 any one of them, or by anyone else acting on behalf of the Owner. ii. non-delivery of Owner supplied Materials. iii. any cause beyond the reasonable control of the Contractor that can be substantiated by the Contractor to the satisfaction of the Contract Administrator. Page 10 Rev. Date: 11/2006 OPSS.MUNI 100 Working Drawings or Working Plans means any Drawings or Plans prepared by the Contractor for the execution of the Work and may, without limiting the generality thereof, include formwork, falsework, and shoring plans; Roadway protection plans; shop drawings; shop plans; or erection diagrams. GC 1.05 Substantial Performance .01 The Work is substantially performed, a) when the Work to be performed under the Contract or a substantial part thereof is ready for use or is being used for the purpose intended; and b) when the Work to be performed under the Contract is capable of completion or, where there is a known defect, the cost of correction, is not more than i. 3% of the first $500,000 of the Contract price, ii. 2% of the next $500,000 of the Contract price, and iii. I% of the balance of the Contract price. 02 For the purposes of this Contract, where the Work or a substantial part thereof is ready for use or is being used for the purposes intended and the remainder of the Work cannot be completed expeditiously for reasons beyond the control of the Contractor or, where the Owner and the Contractor agree not to complete the Work expeditiously, the price of the services or materials remaining to be supplied and required to complete the Work shall be deducted from the Contract price in determining Substantial Performance. GC 1.06 Completion 01 The Work shall be deemed to be completed and services or Materials shall be deemed to be last supplied to the Work when the price of completion, correction of a known defect, or last supply is not more than the lesser of, a) 1 % of the Contract price; or b) $1,000. GC 1.07 Final Acceptance .01 Final Acceptance shall be deemed to occur when the Contract Administrator is satisfied that, to the best of the Contract Administrator's knowledge at that time, the Contractor has rectified all imperfect work and has discharged all of the Contractor's obligations under the Contract. GC 1.08 Interpretation of Certain Words 01 The words "acceptable," "approval," "authorized," "considered necessary," "directed," "required," "satisfactory," or words of like import, shall mean approval of, directed, required, considered necessary, or authorized by and acceptable or satisfactory to the Contract Administrator, unless the context clearly indicates otherwise. Page 11 Rev. Date: 11/2006 OPSS.MUNI 100 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 that may affect the Work shall be shown to a tolerance of: i. 1 m horizontal, and ii. 0.3 m vertical 02 The Owner does not warrant or make any representation with respect to: a) interpretations of data or opinions expressed in any Subsurface Report available for the perusal of the Contractor, whether or not such report is included as part of the Contract Documents, and b) 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 descending order: a) Agreement b) Addenda c) Special Provisions d) Contract Drawings e) Standard Specifications D Standard Drawings g) Instructions to Tenderers h) Tender i) Supplemental General Conditions j) General Conditions k) 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 larger scale shall govern over those of smaller scale; Page 12 Rev. Date: 11/2006 OPSS.MUNI 100 c) Detailed Drawings shall govern over general Drawings; and d) Drawings of a later date shall govern over those of an earlier date in the same series. 03 In the event of any inconsistency or conflict in the contents of Standard Specifications the following descending order of precedence shall govern: a) Owner's Standard Specifications b) Ontario Provincial Standard Specifications c) Other Standard Specifications, such as those produced by CSA, CGSB, ASTM, and ANSI and referenced in the Ontario Provincial Standard Specifications 04 The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. Page 13 Rev. Date: 11/2006 OPSS.MUNI 100 SECTION GC 3.0 - ADMINISTRATION OF THE CONTRACT GC 3.01 Contract Administrator's Authority 01 The Contract Administrator shall 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, shall be issued by the Contract Administrator. The Contract Administrator shall have the authority to act on behalf of the Owner only to the extent provided in the Contract Documents. 02 All claims, disputes and 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 in writing by the Contractor. 03 The Contract Administrator may inspect the Work for its conformity with the Plans and Standard Specifications, and 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 a lump sum price Contract. 04 The Contract Administrator shall determine the amounts owing to the Contractor under the Contract and shall issue certificates for payment in such amounts as provided for in Section GC 8.0, Measurement and Payment. 05 The Contract Administrator shall, 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. 06 The Contract Administrator shall investigate all allegations of a Change in the Work made by the Contractor and issue appropriate instructions. 07 The Contract Administrator shall prepare Change Directives and Change Orders for the Owner's approval. 08 Upon written application by the Contractor, the Contract Administrator and the Contractor shall jointly conduct an inspection of the Work to establish the date of Substantial Performance of the Work or the date of Completion of the Work or both. 09 The Contract Administrator shall 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 shall not show partiality to either party. 10 The Contract Administrator shall have the authority to reject part of the Work or Material that does not conform to the Contract Documents. 11 In the event that the Contract Administrator determines that any part of the Work performed by the Contractor is defective, whether the result of poor workmanship; the use of defective material; or damage through carelessness or other act or omission of the Contractor and whether or not incorporated in the Work; or otherwise fails to conform to the Contract Documents, then the Contractor shall if directed by the Contract Administrator promptly remove the Work and replace, make good, or re -execute the Work 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, promptly, at no additional cost to the Owner. Page 14 Rev. Date: 11/2006 OPSS.MUNI 100 13 If, in the opinion of the Contract Administrator, it is not expedient to correct defective work or work not performed in accordance with the Contract Documents, the Owner may deduct from monies otherwise due to the Contractor the difference in value between the work as performed and that called for by the Contract Documents, the amount that will be determined in the first instance by the Contract Administrator. 14 Notwithstanding any inspections made by the Contract Administrator or the issuance of any certificates or the making of any payment by the Owner, the failure of the Contract Administrator to reject any defective work or Material shall not constitute acceptance of defective work or Material. 15 The Contract Administrator shall have the authority to temporarily suspend the Work for such reasonable time as may be necessary: a) to facilitate the checking of any portion of the Contractor's construction layout; b) to facilitate the inspection of any portion of the Work; or c) for the Contractor to remedy non-compliance in the case of such non-compliance with the provisions of the Contract by the Contractor. The Contractor shall not be entitled to any compensation for suspension of the Work in these circumstances. 16 The Owner has the right to terminate the Contract for wilful or persistent violation by the Contractor or its workers of the Occupational Health and Safety Act legislation and regulations, Workplace Safety and Insurance Board Act, and Regulation 309 of the Environmental Protection Act. 17 If the Contract Administrator determines that any worker employed on the Work is incompetent, as defined by the Occupational Health and Safety Act, or is disorderly, then the Contract Administrator shall provide written notice to the Contractor and the Contractor shall immediately remove the worker from the Working Area. Such worker shall not return to the Working Area without the prior written consent of the Contract Administrator. GC 3.02 Working Drawings 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 Administrator with reasonable promptness and in orderly sequence so as to not cause delay in the Work. If either the Contractor or the Contract Administrator so requests, they shall jointly prepare a schedule fixing the dates for submission and return of Working Drawings. Working Drawings shall be submitted in printed form. At the time of submission the Contractor shall notify the Contract Administrator in writing of any deviations from the Contract requirements that exist in the Working Drawings. .03 The Contract Administrator shall review and return Working Drawings in accordance with an agreed upon schedule, or otherwise, with reasonable promptness so as not to cause delay. 04 The Contract Administrator's review shall be to check for conformity to the design concept and for general arrangement only and such review shall not relieve the Contractor of responsibility for errors or omissions in the Working Drawings or of responsibility for meeting all requirements of the Contract Documents, unless a deviation on the Working Drawings has been approved in writing by the Contract Administrator. Page 15 Rev. Date: 11/2006 OPSS.MUNI 100 05 The Contractor shall make any changes in Working Drawings that the Contract Administrator may require to make the Working Drawings consistent with the Contract Documents and resubmit, unless otherwise directed by the Contract Administrator. When resubmitting, the Contractor shall notify 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 the reviewed Working Drawings, marked 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, when 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 shall, 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. 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 shall pay for the remedial work. GC 3.05 Layout 01 The Contract Administrator shall provide baseline and benchmark information for the general location, alignment, and elevation of the Work. The Owner shall be responsible only for the correctness of the information provided by the Contract Administrator. GC 3.06 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 Time 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, subsection GC 3.07. b) Changes in the Work, clause GC 3.10.01. c) Extra Work, clause GC 3.10.02. Page 16 Rev. Date: 11/2006 OPSS.MUNI 100 d) Additional Work, clause GC 3.10.03. 03 The Contract Administrator shall, in considering an application for an extension to the Contract Time, take into account whether the delays, Changes in the Work, Extra Work, or Additional Work involve a Controlling Operation. .04 The Contract Time shall be extended for such additional time as may be recommended by the Contract Administrator and deemed fair and reasonable by the Owner. .05 The terms and conditions of the Contract shall continue for such extension of Contract Time. GC 3.07 Delays .01 If the Contractor is delayed in the performance of the Work by, a) war, blockades, and civil commotions, errors in the Contract Documents; b) an act or omission of the Owner or Contract Administrator, or anyone employed or engaged by them directly or indirectly, contrary to the provisions of the Contract Documents; c) a stop work order issued by a court or public authority, provided that such order was not issued as the result of an act or omission of the Contractor or anyone employed or engaged by the Contractor directly or indirectly; d) the Contract Administrator giving notice under subsection GC 7. 10, Suspension of Work; e) abnormal inclement weather; or f) archaeological finds in accordance with subsection GC 3.15, Archaeological Finds, then the Contractor shall be reimbursed by the Owner for reasonable costs incurred by the Contractor as the result of such delay, provided that in the case of an application for an extension of Contract Time due to abnormal inclement weather, the Contractor shall, with the Contractor's application, submit evidence from Environment Canada in support of such application. Extension of Contract Time may be granted in accordance with subsection GC 3.06, Extension of Contract Time. 02 If the Work is delayed by labour disputes, strikes or lock -outs, including lock -outs decreed or recommended to its members by a recognized contractor's association, of which the Contractor is a member or to which the Contractor is otherwise bound, are beyond the Contractor's control, which then the Contract Time shall be extended in accordance with subsection GC 3.06, Extension of Contract Time. In no case shall the extension of Contract Time be less than the time lost as the result of the event causing the delay, unless a shorter extension is agreed to by the Contractor. The Contractor shall not be entitled to payment for costs incurred as the result of such delays unless such delays are the result of actions by the Owner. 03 The Contractor shall not be entitled to payment for the cost of delays incurred as a result of a dispute between the Contractor and Owner. The Contractor shall execute the Work and may pursue resolution of the dispute in accordance with subsection GC 3.13, Claims, Negotiations, Mediations. GC 3.08 Assignment of Contract 01 The Contractor shall not assign the Contract, either in whole or in part, without the prior written consent of the Owner. Page 17 Rev. Date: 11/2006 OPSS.MUNI 100 GC 3.09 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 10 Days prior to the start of construction, in writing, of the intention to subcontract. Such notification shall identify the part of the Work, and the Subcontractor with whom it is intended. .03 The Contract Administrator shall, within 5 Days of receipt of such notification, accept or reject the intended Subcontractor. The rejection shall be in writing and shall 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 this subsection. .05 The Contractor shall preserve and protect the rights of the parties under the 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 Contractor's Subcontractors and of persons directly or indirectly employed by them as for acts and omissions of persons directly employed by the Contractor. 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 shall create a contractual relationship between a Subcontractor and the Owner. GC 3.10 Changes GC 3.10.01 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 Order or Change Directive. Upon the receipt of such Change Order or Change Directive the Contractor shall proceed with the Change in the Work. 02 The Contractor may apply for an extension of Contract Time according to the terms of subsection GC 3.06, Extension of Contract Time. 03 If the Change in the Work relates solely to quantities, payment for that part of the Work shall be made according to the conditions specified in clause GC 8.01.02, Variations in Tender Quantities. If the Change in the Work does not solely relate to quantities, then either the Owner or the Contractor may initiate negotiations upwards or downwards for the adjustment of the Contract price in respect of the Change in the Work pursuant to subsection GC 3.13, Claims, Negotiations, Mediation or payment may be made according to the conditions contained in clause GC 8.02.04, Payment on a Time and Material Basis. Page 18 Rev. Date: 11/2006 OPSS.MUNI 100 GC 3.10.02 Extra Work 01 The Owner, or Contract Administrator where so authorized, may instruct the Contractor to perform Extra Work without invalidating the Contract. The Contractor shall not be required to proceed with the Extra Work until in receipt of a Change Order or Change Directive. Upon receipt of such Change Order or Change Directive the Contractor shall proceed with the Extra Work. 02 The Contractor may apply for an extension of Contract Time according to the terms of subsection GC 3.06, Extension of Contract Time. 03 Either the Owner or Contractor may initiate negotiations upwards or downwards for the payment for the Extra Work pursuant to subsection GC 3.13, Claims, Negotiations, Mediation, or payment may be made according to the conditions contained in clause GC 8.02.04, Payment on a Time and Material Basis. GC 3.10.03 Additional Work .01 The Owner, or Contract Administrator where so authorized, may request the Contractor to perform Additional Work without invalidating the Contract. If the Contractor agrees to perform Additional Work, the Contractor shall proceed with such Additional Work upon receipt of a Change Order. .02 The Contractor may apply for an extension of Contract Time according to the terms of subsection GC 3.06, Extension of Contract Time. .03 Payment for the Additional Work may be negotiated pursuant to subsection GC 3.13, Claims, Negotiations, Mediation, or payment may be made according to the conditions contained in clause GC 8.02.04, Payment on a Time and Material Basis. GC 3.11 Notices 01 Any notice permitted or required to be given to the Contract Administrator or the Superintendent in respect of the Work shall be deemed to have been given to and received by the addressee on the date of delivery if delivered by hand, email, or by facsimile transmission and on the fifth Day after the date of mailing, if sent by mail. 02 The Contractor and the Owner shall provide each other with the mail and email addresses; pager, cell phone, and telephone numbers; and facsimile terminal numbers for the Contract Administrator and the Superintendent at the commencement of the Work, and update as necessary. .03 In the event of an emergency situation or other urgent matter the Contract Administrator or the Superintendent may give a verbal notice, provided that such notice is confirmed in writing within 2 Days. .04 Any notice permitted or required to be given to the Owner or the Contractor shall be given in accordance with the notice provision of the Contract. GC 3.12 Use and Occupancy of the Work Prior to Substantial Performance .01 Where it is not contemplated elsewhere in the Contract Documents, the Owner may use or occupy the Work or any part thereof prior to Substantial Performance, provided that at least 30 Days written notice has been given to the Contractor. 02 The use or occupancy of the Work or any part thereof by the Owner prior to Substantial Performance shall not constitute an acceptance of the Work or parts so occupied. In addition, the use or occupancy of the Work shall not relieve the Contractor or the Contractor's Surety from any liability that has arisen, or may arise, from the performance of the Work in accordance with the Contract Page 19 Rev. Date: 11/2006 OPSS.MUNI 100 Documents. The Owner shall 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 right to charge the Contractor liquidated damages in accordance with the terms of the Contract. GC 3.13 Claims, Negotiations, Mediation GC 3.13.01 Continuance of the Work 01 Unless the Contract has been terminated or completed, the Contractor 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 shall not jeopardize any claim it may have. GC 3.13.02 Record Keeping .01 Immediately upon commencing work that 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 shall keep Daily Work Records to be used in assessing the Contractor's claim, all in accordance with clause GC 8.02.07, Records. 02 The Contractor and the Contract Administrator shall attempt to reconcile their respective Daily Work Records on a daily basis, to simplify review of the claim, when submitted. If the Contractor and the Contract Administrator fail to reconcile their respective Daily Work Records, then the Contractor shall submit its Daily Work Records as part of its claim, whereby the resolution of the dispute about the Daily Work Records shall not be resolved until there is a resolution of the claim. .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 3.13.03 Claims Procedure .01 The Contractor shall give verbal notice of any situation that may lead to a claim for additional payment immediately upon becoming aware of the situation. .02 The Contractor shall provide written notice in the standard form "Notice of Intent to Claim" within 7 Days of the commencement of any part of the Work that may be affected by the situation. .03 The Contractor shall submit 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 the Contract Administrator. 04 Within 30 Days of the receipt of the Contractor'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. Page 20 Rev. Date: 11/2006 OPSS.MUNI 100 05 Within 90 Days of receipt of the detailed claim, the Contract Administrator shall advise the Contractor, in writing, of the Contract Administrator's opinion with regard to the validity of the claim. GC 3.13.04 Negotiations .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 3.13.03.05, with respect to any part of the claim, the Contract Administrator shall enter into negotiations with the Contractor to resolve the matters in dispute. Where a negotiated settlement cannot be reached and it is agreed that payment cannot be made on a Time and Material basis in accordance with clause GC 8.02.04, Payment on a Time and Material Basis, the parties shall proceed in accordance with clause GC 3.13.05, Mediation, or subsection GC 3.14, Arbitration. GC 3.13.05 Mediation .01 If a claim is not resolved satisfactorily through the negotiation stage noted in clause GC 3.13.04, Negotiations, within a period of 30 Days following the opinion given in paragraph GC 3.13.03.05, and the Contractor wishes to pursue the issue further, the parties may, upon mutual agreement, utilize the services of an independent third party mediator. .02 The mediator shall be mutually agreed upon by the Owner and Contractor. .03 The mediator shall be knowledgeable regarding the area of the disputed issue. The mediator shall meet with the parties together or separately, as necessary, to review all aspects of the issue. In a final attempt to assist the parties in resolving the issue themselves prior to proceeding to arbitration the mediator shall provide, without prejudice, a non-binding recommendation for settlement. .04 The review by the mediator shall be completed within 90 Days following the opinion given in paragraph GC 3.13.03.05. .05 Each party is responsible for its own costs related to the use of the third party mediator process. The cost of the third party mediator shall be equally shared by the Owner and Contractor. GC 3.13.06 Payment .01 Payment of the claim shall be made no later than 30 Days after the date of resolution of the claim or dispute. Such payment shall be made according to the terms of Section GC 8.0, Measurement and Payment. GC 3.13.07 Rights of Both Parties .01 It is agreed that no action taken under subsection GC 3.13, Claims, Negotiations, Mediation, by either party shall be construed as a renunciation or waiver of any of the rights or recourse available to the parties, provided that the requirements set out in this subsection are fulfilled. GC 3.14 Arbitration GC 3.14.01 Conditions of Arbitration .01 If a claim is not resolved satisfactorily through the negotiation stage noted in clause GC 3.13.04, Negotiations, or the mediation stage noted in clause GC 3.13.05, Mediation, either party may invoke the provisions of subsection GC 3.14, Arbitration, by giving written notice to the other party. Page 21 Rev. Date: 11/2006 OPSS.MUNI 100 02 Notification that arbitration shall be implemented to resolve the issue shall be communicated in writing as soon as possible and no later than 60 Days following the opinion given in paragraph GC 3.13.03.05. Where the use of a third party mediator was implemented, notification shall be within 120 Days of the opinion given in paragraph GC 3.13.03.05. 03 The parties shall be bound by the decision of the arbitrator. 04 The rules and procedures of the Arbitration Act, any arbitration conducted hereunder except to provisions of subsection GC 3.14, Arbitration. GC 3.14.02 Arbitration Procedure 1991, S.O. 1991, c.17, as amended, shall apply to the extent that they are modified by the express .01 The following provisions are to be included in the agreement to arbitrate and are subject only to such right of appeal as exist where the arbitrator has exceeded his or her jurisdiction or have otherwise disqualified him or herself: a) All existing actions in respect of the matters under arbitration shall 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 shall be arbitrated; and c) Before proceeding with the arbitration, the Contractor shall confirm that all matters in dispute are set out in the schedule. GC 3.14.03 Appointment of Arbitrator 01 The arbitrator shall be mutually agreed upon by the Owner and Contractor to adjudicate the dispute. 02 Where the Owner and Contractor cannot agree on a sole arbitrator within 30 Days of the notification of arbitration noted in paragraph GC 3.14.01.02, the Owner and the Contractor 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 may select 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. .06 The arbitrator is not bound by the rules of evidence that govern the trial of cases in court but may hear and consider any evidence that the arbitrator considers relevant. .07 The hearing shall commence within 90 Days of the appointment of the arbitrator. GC 3.14.04 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. Page 22 Rev. Date: 11/2006 OPSS.MUNI 100 .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. .04 The arbitrator may, in his or her discretion, award reasonable costs, related to the arbitration. GC 3.14.05 The Decision .01 The reasoned decision shall be made in writing within 90 Days of the conclusion of the hearing. An extension of time to make a decision may be granted with consent of both parties. Payment shall be made in accordance with clause GC 3.13.06, Payment. GC 3.15 Archaeological Finds .01 If the Contractor's operations expose any items that may indicate an archaeological find, such as building remains, hardware, accumulations of bones, pottery, or arrowheads, the Contractor shall immediately notify the Contract Administrator and suspend operations within the area identified by the Contract Administrator. Notification may be verbal provided that such notice is confirmed in writing within 2 Days. Work shall remain suspended within that area until otherwise directed by the Contract Administrator in writing, in accordance with subsection GC 7.10, Suspension of Work. .02 Any delay in the completion of the Contract that is caused by such a suspension of Work shall be considered to be beyond the Contractor's control in accordance with paragraph GC 3.07.01. .03 Any work directed or authorized in connection with an archaeological find shall be considered as Extra Work in accordance with clause GC 3.10.02, Extra Work. 04 The Contractor shall take all reasonable action to minimize additional costs that may accrue as a result of any work stoppage. Page 23 Rev. Date: 11/2006 OPSS.MUNI 100 SECTION GC 4.0 - OWNER'S RESPONSIBILITIES AND RIGHTS GC 4.01 Working Area 01 The Owner shall acquire all property rights that are deemed necessary by the Owner for the construction of the Work, including temporary working easements, and shall indicate the full extent of the Working Area on the Contract Drawings. .02 The Geotechnical Report and Subsurface Report that may be provided by the Owner as part of the tender documents shall form part of the Contract Drawings. GC 4.02 Approvals and Permits .01 The Owner shall pay for all plumbing and building permits. .02 The Owner shall obtain and pay for all permits, licences, and certificates solely required for the design of the Work. GC 4.03 Management and Disposition of Materials 01 The Owner shall identify in the Contract Documents the materials to be moved within or removed from the Working Area and any characteristics of those materials that necessitates special materials management and disposition. 02 In accordance with regulations under the Occupational Health and Safety Act, R.S.O. 1990, c.0.1, 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 may be present in cement products, asphalt, and conduits for Utilities; c) the following hazardous materials are ordinarily present in construction activities: limestone, gypsum, marble, mica, and Portland cement; and d) exposure to these substances may occur as a result of activities by the Contractor such as sweeping, grinding, crushing, drilling, blasting, cutting, and abrasive blasting. 03 The Owner shall 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 Contractor discovers or is advised of the presence of designated substances or hazardous materials that are in addition to those listed in paragraph GC 4.03.02, or not clearly identified in the Contract Documents according to paragraph GC 4.03.03, then verbal notice shall be provided to the other party immediately with written confirmation within 2 Days. The Contractor shall stop work in the area immediately and shall determine the necessary steps required to complete the work in accordance with applicable legislation and regulation. 05 The Owner shall 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. Page 24 Rev. Date: 11/2006 OPSS.MUNI 100 06 Prior to commencement of the Work, the Owner shall provide to the Contractor a list of those products controlled under the Workplace Hazardous Materials Information System (WHMIS), that the Owner may supply or use on the Contract, together with copies of the Materials Safety Data Sheets for these products. All containers used in the application of products controlled under WHMIS shall be labelled. The Owner shall notify the Contractor in writing of changes to the list and provide relevant Material Safety Data Sheets. GC 4.04 Construction Affecting Railway Property 01 The Owner shall 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. 02 Every precaution shall be taken by the Contractor to protect all railway property at track crossings; or otherwise, on which construction operations are to take place in accordance with the terms of this Contract. 03 The Contractor shall be required to conduct the construction operations in such a manner as to avoid a possibility of damaging any railway property in the vicinity of the works. Every reasonable precaution shall be taken by the Contractor to ensure the safety of the workers, Subcontractors, and Equipment, as well as railway property throughout the duration of the Contract. GC 4.05 Default by the Contractor 01 If the Contractor fails to commence the Work within 14 Days of a formal order to commence work signed by the Contract Administrator or, upon commencement of the Work, should neglect to prosecute the Work properly or otherwise fails to comply with the requirements of the Contract and, if the Contract Administrator has given a written statement to the Owner and Contractor that sufficient cause exists to justify such action, the Owner may, without prejudice to any other right or remedy the Owner may have, notify the Contractor in writing that the Contractor is in default of the Contractor's contractual obligations and instruct the Contractor to correct the default in the 5 Working Days immediately following the receipt of such notice. .02 If the Contractor is adjudged bankrupt, or makes a general assignment for the benefit of creditors because of the Contractor's insolvency or if a receiver is appointed because of the Contractor's insolvency, the Owner may, without prejudice to any other right or remedy the Owner may have, by giving the Contractor or receiver or trustee in bankruptcy notice in writing, terminate the Contract. GC 4.06 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. Page 25 Rev. Date: 11/2006 OPSS.MUNI 100 GC 4.07 Owner's Right to Correct Default 01 If the Contractor fails to correct the default within the time specified in subsection GC 4.06, Contractor's Right to Correct a Default, or subsequently agreed upon, the Owner, without prejudice to any 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 thereafter due to the Contractor. GC 4.08 Termination of Contractor's Right to Continue the Work 01 Where the Contractor fails to correct a default within the time specified in subsection GC 4.06, Contractor's Right to Correct a Default, or subsequently 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 terminates the Contractor's right to continue with the Work in whole or in part, the Owner shall be entitled to, a) take possession of the Working Area or that portion of the Working Area devoted to that part of the Work terminated; b) use the Equipment of the Contractor and any Material within the Working Area that 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 until the Work or portion thereof withdrawn is completed; 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 for 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 performed by the Contractor that may be required under subsection GC 7.16, Warranty; f) charge the Contractor for any damages the Owner 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 7.16, Warranty, exceeds the allowance provided for such corrections. GC 4.09 Final Payment to Contractor 01 If the Owner's cost to correct and complete the Work in whole or in part is less than the amount withheld from the Contractor under subsection GC 4.08, Termination of Contractor's Right to Continue the Work, the Owner shall pay the balance to the Contractor as soon as the final accounting for the Contract is complete. GC 4.10 Termination of the Contract .01 Where the Contractor is in default of the Contract the Owner may, without prejudice to any other right or remedy the Owner may have, terminate the Contract by giving written notice of termination to the Contractor, the Surety, and any trustee or receiver acting on behalf of the Contractor's estate or creditors. Page 26 Rev. Date: 11/2006 OPSS.MUNI 100 .02 If the Owner elects to terminate the Contract, the Owner may provide the Contractor and the trustee or receiver with a complete accounting to the date of termination. GC 4.11 Continuation of Contractor's Obligations .01 The Contractor's obligation under the Contract as to quality, correction, and warranty of the Work performed prior to the time of termination of the Contract or termination of the Contractor's right to continue with the Work in whole or in part shall continue to be in force after such termination. GC 4.12 Use of Performance Bond .01 If the Contractor is in default of the Contract and the Contractor has provided a Performance Bond, the provisions of Section GC 4.0, Owner's Responsibilities and Rights, shall be exercised in accordance with the conditions of the Performance Bond. GC 4.13 Payment Adjustment 01 If any situation should occur in the performance of the Work that would result in a Change in the Work, the Owner shall be entitled to an adjustment and those adjustments shall be managed in accordance with subsection GC 3.10.01, Changes in the Work. Page 27 Rev. Date: 11/2006 OPSS.MUNI 100 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, unless otherwise specified in the Contract Documents. .02 Material supplied by the Contractor shall conform to the requirements of the Contract. .03 As specified in the Contract Documents or as requested by the Contract Administrator, the Contractor shall make available, for inspection or testing, a sample of any Material to be supplied by the Contractor. .04 The Contractor shall obtain for the Contract Administrator the right to enter onto the premises of the Material manufacturer or supplier to carry out such inspection, sampling, and testing as specified in the Contract Documents or as requested by the Contract Administrator. .05 The Contractor shall notify the Contract Administrator of the sources of supply sufficiently in advance of the Material shipping dates to enable the Contract Administrator to perform the required inspection, sampling, and testing. 06 The Owner shall not be responsible for any delays to the Contractor's operations where the Contractor fails to give sufficient advance notice to the Contract Administrator to enable the 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 that 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. 09 All Material inspection, sampling, and testing shall be carried out on random basis in accordance with the standard inspection or testing methods required for the Material. Any approval given by the Contract Administrator for the Materials to be used in the Work based upon the random method shall not relieve the Contractor from the responsibility of incorporating Material that conforms to the Contract Documents into the Work or properly performing the Contract and of any liability arising from the failure to properly perform as specified in the Contract Documents. GC 5.03 Rejected Material 01 Rejected Material shall be removed from the Working Area expeditiously after the notification to that effect 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. Page 28 Rev. Date: 11/2006 OPSS.MUNI 100 GC 5.04 Substitutions 01 Where the Contract Documents require the Contractor to supply a Material designated by a trade or other name, the Tender shall be based only upon supply of the Material so designated, that shall be regarded as the standard of quality required by the Contract Documents. After the acceptance of the Tender, the Contractor may apply to the Contract Administrator to substitute another Material identified by a different trade or other name for the Material designated as aforesaid. The application shall be in writing and shall state the price for the proposed substitute Material designated as aforesaid, and such other information as the Contract Administrator may require. 02 Rulings on a proposed substitution shall not be made prior to the acceptance of the Tender. Substitutions shall not be made without the prior approval of the Contract Administrator. The approval or rejection of a proposed substitution shall be at the discretion of the Contract Administrator. 03 If the proposed substitution is approved by the Contract Administrator, the Contractor shall be entitled to the first $1,000 of the aggregate saving in cost by reason of such substitution and to 50% of any additional saving in cost in excess of such $1,000. Each such approval shall be conveyed to the Contractor in writing or by issuance of a Certificate of Equality on the 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 Owner Supplied Material GC 5.05.01 Ordering of Excess Material 01 Where Material is supplied by the Owner and where this Material is ordered by the Contractor in excess of the amount specified to complete the Work, such excess Material shall become the property of the Contractor on completion of the Work and shall be charged to the Contractor at cost plus applicable overheads. GC 5.05.02 Care of Material 01 The Contractor shall, in advance of receipt of shipments of Material supplied by the Owner, provide adequate and proper storage facilities acceptable to the Contract Administrator, and on the receipt of such Material shall promptly place it in storage, except where it is to be incorporated forthwith into the Work. 02 The Contractor shall be responsible for acceptance of Material supplied by the Owner, at the specified delivery point and for its safe handling and storage. If such Material is damaged while under the control of the Contractor, it shall be replaced or repaired by the Contractor at no expense to the Owner, and to the satisfaction of the Contract Administrator. If such Material is rejected by the Contract Administrator for reasons that are not 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 the quantities shown on the bills of lading, the Contractor shall immediately report such damage or discrepancies to the Contract Administrator who shall arrange for an immediate inspection of the shipment and provide the Contractor with a written release from responsibility for such damage or deficiencies. Where damage or deficiencies are not so reported, it shall be assumed that the shipment arrived in good condition and order, and any damage or deficiencies reported thereafter shall be made good by the Contractor at no extra cost to the Owner. Page 29 Rev. Date: 11/2006 OPSS.MUNI 100 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. 06 Immediately upon receipt of each shipment, the Contractor shall provide the Contract Administrator copies of bills of lading, or such other documentation the Contract Administrator may require to substantiate and reconcile 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 condition and 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. Page 30 Rev. Date: 11/2006 OPSS.MUNI 100 SECTION GC 6.0 - INSURANCE, PROTECTION AND DAMAGE GC 6.01 Protection of Work, Persons and Property 01 The Contractor, the Contractor'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. The Contractor shall be responsible for all losses and damage that may arise as the result of the Contractor's operations under the Contract, unless indicated to the contrary below. 02 The Contractor is responsible for the full cost of any necessary temporary protective work or works and the restoration of all damage where the Contractor damages the Work or property in the performance of the Contract. If the Contractor is not responsible for the damage that occurs to the Work or property, the Contractor shall restore such damage, and such work and payment shall be administered according to these General Conditions. 03 The Contractor shall immediately inform the Contract Administrator of all damage and injuries that occur during the term of the Contract. The Contractor shall then investigate and report back to the Contract Administrator within 15 Days of occurrence of incident, or as soon as possible. 04 The Contractor shall not be responsible for loss and damage that occurs as a result of, a) war; b) blockades and civil commotions; c) errors in the Contract Documents; or d) acts or omissions of the Owner, the Contract Administrator, their agents and employees, or others not under the control of the Contractor, but within the Working Area with the Owner's permission. 05 The Contractor and the Contractor's Surety shall not be released from any term or provision of any responsibility, obligation, or liability under the Contract or waive or impair any of the rights of the Owner, except by a release duly executed by the Owner. GC 6.02 Indemnification 01 The Contractor shall indemnify and hold harmless the Owner and the Contract Administrator, their elected officials, 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 Documents, from the date of certification of Final Acceptance. Page 31 Rev. Date: 11/2006 OPSS.MUNI 100 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 furnished by the Contractor under the Contract. 03 The Owner expressly waives the right to indemnity for claims other than those stated in paragraphs GC 6.02.01 and GC 6.02.02. 04 The Owner shall indemnify and hold harmless the Contractor, their elected officials, 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 that are attributable to a lack of or defect in title or an alleged lack of or defect in title to the Working Area. .05 The Contractor expressly waives the right to indemnity for claims other than those stated in paragraph GC 6.02.04. GC 6.03 Contractor's Insurance GC 6.03.01 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 shall only apply when so specified in the Contract Documents. 02 The Contractor shall provide the Contract Administrator with an original Certificate of Insurance for each type of insurance coverage that is required by the Contract Documents. The Contractor shall ensure that the Contract Administrator is, at all times in receipt of a valid Certificate of Insurance for each type of insurance coverage, in such amounts as specified in the Contract Documents. The Contractor will not be permitted to commence work until the Contract Administrator is in receipt of such proof of insurance. The Contract Administrator may withhold payments of monies due to the Contractor until the Contractor has provided the Contract Administrator with original valid Certificates of Insurance as required by the provisions of 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 Administrator named as additional insureds, with limits of not less than five million dollars inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof, with a property damage deductible of not more than $5,000. The form of this insurance shall be the Insurance Bureau of Canada Form IBC 2100. 02 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 shall be conditional upon the Contractor obtaining the services of an insurer licensed to underwrite insurance in the Province of Ontario and obtaining the insurer's certificate of equivalency to the required insurance. 03 The Contractor shall maintain in force such policies of insurance specified by the Contract Documents at all times from the commencement of the Work until the end of any Warranty Period or as otherwise required by the Contract Documents. 04 The Contractor shall submit annually to the Owner, proof of continuation of the completed operations coverage and, if the Contractor fails to do so, the limitation period for claiming indemnity described in paragraph GC 6.02.01 c), shall not be binding on the Owner. Page 32 Rev. Date: 11/2006 OPSS.MUNI 100 05 Should the Contractor decide not to employ Subcontractors for operations requiring the use of explosives for blasting, pile driving or caisson work, removal or weakening of support of property building or land, IBC Form 2100 as required shall include the appropriate endorsements. 06 The policies shall be endorsed to provide the Owner with not less than 30 Days written notice in advance of cancellation, change or amendment restricting coverage. 07 "Claims Made" insurance policies shall not be permitted. GC 6.03.03 Automobile Liability Insurance 01 Automobile liability insurance in respect of licensed vehicles shall have limits of not less than five million dollars inclusive per occurrence for bodily injury, death and damage to property, in the following forms endorsed to provide the Owner with not less than 30 Days written notice in advance of any cancellation, change, or amendment restricting coverage: a) standard non -owned automobile policy including standard contractual liability endorsement, and b) standard owner's form automobile policy providing third party liability and accident benefits insurance and covering licensed vehicles owned or operated by the Contractor. GC 6.03.04 Aircraft and Watercraft Liability Insurance GC 6.03.04.01 Aircraft Liability Insurance 01 Aircraft liability insurance with respect to owned or non -owned aircraft used directly or indirectly in the performance of the Work, including use of additional premises, shall be subject to limits of not less than five million dollars inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof, and limits of not less than five million dollars for aircraft passenger hazard. Such insurance shall be in a form acceptable to 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. 6.03.04.02 Watercraft Liability Insurance .01 Watercraft liability insurance with respect to owned or non -owned watercraft used directly or indirectly in the performance of the Work, including use of additional premises, shall be subject to limits of not less than five million dollars inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof. Such insurance shall be in a form acceptable to the Owner. The policies shall be endorsed to provide the Owner with not less than 30 Days written notice in advance of cancellation, change, or amendment restricting coverage. GC 6.03.05 Property and Boiler Insurance GC 6.03.05.01 Property Insurance 01 All risks property insurance shall be in the name of the Contractor, with the Owner and the Contract Administrator named as additional insureds, insuring not less than the sum of the amount of the Contract price and the full value, as may be stated in the Contract Documents, of Material that is specified to be provided by the Owner for incorporation into the 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 shall be maintained continuously until 10 Days after the date of Final Acceptance of the Work, as set out in the Final Acceptance Certificate. Page 33 Rev. Date: 11/2006 OPSS.MUNI 100 GC 6.03.05.02 Boiler Insurance .01 Boiler 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 the Work Prior to Completion .01 Should the Owner wish to use or occupy part or all of the Work prior to Substantial Performance, the Owner shall give 30 Days written notice to the Contractor of the intended purpose and extent of such use or occupancy. Prior to such use or occupancy, the Contractor shall notify the Owner in writing of the additional premium cost, if any, to maintain property and boiler insurance, which shall be at 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 prior to such use or occupancy shall provide, maintain, and pay for property and boiler insurance insuring the full value of the Work, including coverage for such use or occupancy, and shall provide the Contractor with proof of such insurance. The Contractor shall 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 shall proceed to restore the Work. Loss or damage shall not affect the rights and obligations of either party under the Contract, except that the Contractor shall be entitled to such reasonable extension of Contract Time relative to the extent of the loss or damage as the Contract Administrator may decide in consultation with the Contractor. 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 Payment. In addition, the Contractor shall be entitled to receive from the payments made by the insurers the amount of the Contractor's interest in the restoration of the Work. 02 The Contractor shall be responsible for deductible amounts under the policies, except where such amounts may be excluded from the Contractor's responsibility 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. Page 34 Rev. Date: 11/2006 OPSS.MUNI 100 GC 6.03.06 Contractor's Equipment Insurance 01 All risks Contractor's equipment insurance covering construction machinery and equipment used by the Contractor for the performance of the Work, including boiler insurance on temporary boilers and pressure vessels, shall be in a form acceptable to the Owner and shall not allow subrogation claims by the insurer against the Owner. The 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 capability by the Contractor for self-insurance of the Contractor's Equipment, the Owner agrees to waive the equipment insurance requirement, and for the purpose of this Contract, the Contractor shall be deemed to be insured. This policy 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, promptly provide the Owner with a certified true copy of each insurance policy exclusive of information pertaining to premium or premium bases used by the insurer to determine the cost of the insurance. The certified true copy shall include a signature by an officer of the Contractor and, in addition, a signature by an officer of the insurer or the underwriter or the broker. 04 Where a policy is renewed, the Contractor shall provide the Owner, on a form acceptable to the Owner, renewed proof of insurance immediately following completion of renewal. 05 Unless specified otherwise, the Contractor shall be responsible for the payment of deductible amounts under the policies. 06 If the Contractor fails to provide or maintain insurance as required in subsection GC 6.03, Contractor's Insurance, or elsewhere in the Contract Documents, then the Owner shall have the right to provide and maintain such insurance and give evidence thereof to the Contractor. The Owner's cost thereof shall be payable by the Contractor to the Owner on demand. .07 If the Contractor fails to pay the cost of the insurance placed by the Owner within 30 Days of the date on which the Owner made a formal demand for reimbursement of such costs, the Owner may deduct the costs thereof from monies which are due or may become due to the Contractor. GC 6.04 Bonding .01 The Contractor shall provide the Owner 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 to the satisfaction of the Owner. The bonds shall be maintained in good standing until the fulfilment of the Contract. Page 35 Rev. Date: 11/2006 OPSS.MUNI 100 GC 6.05 Workplace Safety and Insurance Board 01 The Contractor shall provide the Contract Administrator with a copy of a Certificate of Clearance indicating the Contractor's good standing with the Workplace Safety and Insurance Board, as follows: a) Immediately prior to the Contract Administrator authorizing the Contractor to commence Work. b) Prior to issue of the Certificate of Substantial Performance. c) Prior to expiration of the Warranty Period. d) At any other time when requested by the Contract Administrator. Page 36 Rev. Date: 11/2006 OPSS.MUNI 100 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 that may affect the performance of the Work are known. 02 The Contractor shall not commence the Work nor deliver anything to the Working Area until the Contractor has received a written order to commence the Work, signed by the Contract Administrator. 03 The Contractor shall have complete control of the Work and shall effectively direct and supervise the Work so as to ensure conformity with the Contract Documents. The Contractor shall be responsible for construction means, methods, techniques, sequences, and procedures and for coordinating the various parts of the Work. 04 The Contractor shall provide adequate labour, Equipment, and Material to ensure the completion of the Contract in accordance with the Contract Documents. The Work shall be performed as vigorously and as continuously as weather conditions or other interferences may permit. 05 The Contractor shall have the sole responsibility for the design, erection, operation, maintenance, and removal of temporary structures and other temporary facilities and the design and execution of construction methods required in their use. 06 Notwithstanding paragraph GC 7.01.05, where the Contract Documents include designs for temporary structures and other temporary facilities or specify a method of construction in whole or part, such facilities and methods shall be considered to be pan` of the design of the Work, and the Contractor shall not be held responsible for that part of the design or the specified method of construction. The Contractor shall, however, be responsible for the execution of such design or specified method of construction in the same manner that the Contractor is responsible for the execution of the Work. .07 The Contractor shall execute the terms of the Contract in strict compliance with the requirements of the Occupational Health and Safety Act, R.S.O. 1990, c.0.1, as amended, (the "Act") and Ontario Regulation 213/91, as amended, (that regulates Construction Projects) and any other regulations as amended under the Act (the "Regulations") that may affect the performance of the Work, as the "Constructor" or "employer," as defined by the Act, as the case may be. The Contractor shall ensure that: a) worker safety is given first priority in planning, pricing, and performing the Work; b) its officers and supervisory employees have a working knowledge of the duties of a "Constructor" and "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 responsible for the performance of the Work; d) workers employed to carry out the Work possess the knowledge, skills, and protective devices required by law or recommended for use by a recognized industry association to allow them to work in safety; e) its supervisory employees carry out their duties in a diligent and responsible manner with due consideration for the health and safety of the workers; and Page 37 Rev. Date: 11/2006 OPSS.MUNI 100 f) all Subcontractors and their workers are properly protected from injury while they are at the Work Area. 08 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 out the Work comply with the Act and Regulations. The Contractor shall cooperate with representatives of the Owner and the inspectors appointed to enforce the Act and the Regulations in any investigations of worker health and safety in the performance of the Work. The Contractor shall indemnify and save the Owner harmless from any additional expense that the Owner may incur to have the Work performed as a result of the Contractor's failure to comply with the requirements of the Act and the Regulations. 09 Prior to commencement of the Work, the Contractor shall provide to the Contract Administrator a list of those products controlled under the Workplace Hazardous Materials Information 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 in writing of changes in the products to be used and provide relevant Material Safety Data Sheets. 10 The Contractor shall have an authorized representative on the site while any Work is being performed, to supervise the Work and act for or on the Contractor's behalf. Prior to commencement of construction, the Contractor shall notify the Contract Administrator of the names; addresses; positions; and cell phone, pager, and telephone numbers of the Contractor's representatives who can be contacted at any time to deal with matters relating to the Contract, and update as necessary. 11 The Contractor shall designate a person to be responsible for traffic control and work zone safety. The designated person shall be a competent worker who is qualified because of knowledge, training, and experience to perform the duties; is familiar with Book 7 of the Ontario Traffic Manual; and has knowledge of all potential or actual danger to workers and motorists. Prior to the commencement of construction, the Contractor shall notify the Contract Administrator of the name; address; position; cell phone, pager, and telephone numbers of the designated person, and update as necessary. The designated person may have other responsibilities, including other construction sites, and need not be present in the Working Area at all times. .12 The Contractor shall, at no additional cost to the Owner, furnish all reasonable aid, facilities, and assistance required by the Contract Administrator for the proper inspection and examination of the Work or the taking of measurements for the purpose of payment. 13 The Contractor shall prepare and update, as required, a construction schedule of operations, indicating the proposed methods of construction and sequence of work and the time the Contractor proposes to complete the various items of work within the time specified in the Contract Documents. The schedule shall be submitted to the Contract Administrator within 14 Days from the Contract award. If the Contractor's schedule is materially affected by changes, the Contractor shall submit an updated construction schedule, if requested by the Contract Administrator, within 7 Days of the request. This updated schedule shall show how the Contractor proposes to perform the balance of the Work, so as to complete the Work within the time specified in the Contract Documents. 14 Where the Contractor finds any error, inconsistency, or omission relating to the Contract, the Contractor shall promptly report it to the Contract Administrator and shall not proceed with the activity affected until receiving direction from the Contract Administrator. 15 The Contractor shall promptly notify the Contract Administrator in writing if the subsurface conditions observed in the Working Area differ materially from those indicated in the Contract Documents. Page 38 Rev. Date: 11/2006 OPSS.MUNI 100 16 The Contractor shall arrange with the appropriate Utility authorities for the stake out of all underground Utilities and service connections that may be affected by the Work. The Contractor shall observe the location of the stake outs prior to commencing the Work and in the event that there is a discrepancy between the location of the stake outs and the locations shown on the Contract Documents, that may affect the Work, the Contractor shall immediately notify the Contract Administrator and the affected Utility companies, in order to resolve the discrepancy. The Contractor shall be responsible for any damage done to the underground Utilities and service connections by the Contractor's forces during construction if the stake out locations are within the tolerances given in paragraph GC 2.01.01 a). GC 7.02 Layout 01 Prior to commencement of construction, the Contract Administrator and the Contractor shall locate on site those property bars, baselines, and benchmarks that are necessary to delineate the Working Area and to lay out the Work, all as shown on the Contract Drawings. 02 The Contractor shall be responsible for the preservation of all property bars while the Work is in progress, except those property bars that must be removed to facilitate the Work. Any other property bars disturbed, damaged, or removed by the Contractor's operations shall be replaced under the supervision of an Ontario Land Surveyor, at 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 lay out the baseline and benchmarks, and as may be necessary for the inspection of the Work. 04 The Contractor shall provide qualified personnel to lay out and establish all lines and grades necessary for construction. The Contractor 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. .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 shall be carefully preserved by the Contractor. In the case of their destruction or removal, such stakes, marks, and reference points shall be replaced at the Contractor's expense. .08 Benchmarks and survey monuments identified in the Contract Documents shall be protected by the Contractor. In the case of their destruction or removal, such benchmarks and survey monuments shall be replaced by the Owner at the Contractor's expense. GC 7.03 Working Area .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 at all times. .02 The Contractor shall confine the construction operations to the Working Area. Should the Contractor require more space than that shown on the Contract Drawings, the Contractor shall obtain such space at no additional cost to the Owner. Page 39 Rev. Date: 11/2006 OPSS.MUNI 100 03 The Contractor shall not enter upon or occupy any private property for any purpose, unless the Contractor has received prior written permission from the property owner. GC 7.04 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 substitutions for such vehicles or Equipment, and shall alter loadings, or in some other manner, remove the cause of such damage to the satisfaction of the Contract Administrator. GC 7.05 Excess Loading of Motor Vehicles 01 Where a vehicle 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 vehicle, 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 7.06 Condition of the Working Area 01 The Contractor shall maintain the Working Area in a tidy condition and free from the accumulation of debris and prevent dust nuisance, mud, and ponding water, other than that caused by the Owner or others. GC 7.07 Maintaining Roads and Detours 01 Unless otherwise specified in the Contract Documents, if an existing Roadway is affected by construction, it shall be kept open to both vehicular and pedestrian traffic. 02 Subject to the approval of the Contract Administrator, the Contractor shall, at no additional cost to the Owner, be responsible for providing and maintaining for the duration of the Work an alternative route for both pedestrian and vehicular traffic through the Working Area in accordance with the OTM, whether along the existing Highway under construction or on a detour road beside or adjacent to the Highway under construction. 03 Subject to the approval of the Contract Administrator, the Contractor may block traffic for short periods of time to facilitate construction of the Work in accordance with the OTM. Any temporary lane closures shall be kept to a minimum. 04 The Contractor shall not be required to maintain a road through the Working Area until such time as the 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 de-icing chemicals or abrasives or carry out snowplowing. 05 Where localized and separated sections of the Highway are affected by the Contractor's operations, the Contractor shall not be required to maintain intervening sections of the Highway until such times as these sections are located within the limits of the Highway affected by the Contractor's general operations under the Contract. 06 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, shall be made at the Contract prices appropriate to such work. Page 40 Rev. Date: 11/2006 OPSS.MUNI 100 07 Compensation for all labour, Equipment, and Materials to do this Work shall be at the Contract prices appropriate to the Work and, where there are no such prices, at negotiated prices. Notwithstanding the foregoing, the cost of 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 shall be made. 08 Where work under the Contract is discontinued for any extended period, including seasonal shutdown, the Contractor shall, when directed by the Contract Administrator, open and place the Roadway and detours in a passable, safe, and satisfactory condition for public travel. 09 Where the Contractor constructs a detour that is not specifically provided for in the Contract Documents or required by the Contract Administrator, the construction of the detour and, if required, the subsequent removal shall be performed at the Contractor's expense. The detour shall be constructed and maintained to structural and geometric standards approved by the Contract Administrator. Removal and site restoration shall be performed as directed by the Contract Administrator. 10 Where, with the prior written approval of the Contract Administrator, the Highway is closed and the traffic diverted entirely off the Highway to any other Highway, the Contractor shall, at no extra cost to the Owner, supply, erect, and maintain traffic control devices in accordance with the OTM. 11 Compliance with the foregoing provisions shall in no way relieve the Contractor of obligations under subsection GC 6.01, Protection of Work, Persons, and Property, dealing with the Contractor's responsibility for damage claims, except for claims arising on sections of Highway within the Working Area that are being maintained by others. GC 7.08 Access to Properties Adjoining the Work and Interruption of Utility Services 01 The 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, water and gas valves, and all other Utilities located in the Working Area. 03 Where any interruptions in the supply of Utility services are required and are authorized by the Contract Administrator, the Contractor shall give the affected property owners notice in accordance with subsection GC 7.12, Notices by the Contractor, and shall arrange such interruptions so as to create a minimum of interference to those affected. GC 7.09 Approvals and Permits 01 Except as specified in subsection GC 4.02, Approval and Permits, the Contractor shall obtain and pay for any permits, licences, and certificates, which at the date of tender closing, are required for the performance of the Work. 02 The Contractor shall arrange for all necessary inspections required by the approvals and permits specified in paragraph GC 7.09.01. Page 41 Rev. Date: 11/2006 OPSS.MUNI 100 GC 7.10 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 circumstances, shall be administered according to subsection GC 3.07, Delays. GC 7.11 Contractor's Right to Stop the Work or Terminate the Contract .01 If the Owner is adjudged 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 the Contractor or of anyone directly employed or engaged by the Contractor, the Contractor may, without 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 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 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 Contract. 05 If the Contractor terminates the Contract under the conditions set out in subsection GC 7.11, the Contractor shall be entitled to be paid for all work performed according to the Contract Documents and for any losses or damage as the Contractor may sustain as a result of the termination of the Contract. GC 7.12 Notices by the Contractor 01 Before work is carried out that may affect the property or operations of any Ministry or agency of government or any person; company; partnership; or corporation, including a municipal corporation or any board or commission thereof, and in addition to such notices 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, Contract Administrator, and the owner of the works of the location and details of such damage or interference. Page 42 Rev. Date: 11/2006 OPSS.MUNI 100 GC 7.13 Obstructions 01 Except as otherwise noted in these General Conditions, the Contractor assumes all the risks and responsibilities arising out of any obstruction encountered in the performance of the Work and any traffic conditions, including traffic conditions on any Highway or road giving access to the Working Area caused by such obstructions, and the Contractor shall not make any claim against the Owner for any loss, damage, or expense occasioned thereby. 02 Where the obstruction is an underground Utility or other man-made object, the Contractor shall not be required to assume the risks and responsibilities arising out of such obstruction, unless the location of the obstruction is shown on the Plans or described in the Contract Documents and the location so shown is within the tolerance specified in paragraph GC 2.01.01 a), or unless the presence and location of the obstruction has otherwise been made known to the Contractor or could have been determined by the visual site investigation made by the Contractor in accordance with these General Conditions. 03 During the course of the Contract, it is the Contractor's responsibility to consult with Utility companies or other appropriate authorities for further information in regard to the exact location of these Utilities, to exercise the necessary care in construction operations, and to take such other precautions as are necessary to safeguard the Utilities from damage. GC 7.14 Limitations of Operations 01 Except for such work as may be required by the Contract Administrator to maintain the Work in a safe and satisfactory condition, the Contractor shall not carry out operations under the Contract on Saturdays, Sundays, and Statutory Holidays without permission in writing from the Contract Administrator. 02 The Contractor shall cooperate and coordinate the Work with other Contractors, Utility companies, and the Owner and they shall be allowed access to their work or plant at all reasonable times. GC 7.15 Cleaning Up Before Acceptance 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 Completion until the Contractor has removed surplus materials, tools, construction machinery, and equipment. The Contractor shall also have removed debris, other than that caused by the Owner, or others. GC 7.16 Warranty .01 Unless otherwise specified in the Contract Documents for certain Materials or components of the Work, the Contractor shall be responsible for the proper performance of the Work only to the extent that the design and standards permit such performance. .02 Subject to the previous paragraph the Contractor shall correct promptly, at no additional cost to the Owner, defects or deficiencies in the Work that appear, a) prior to and during the period of 12 months from the date of Substantial Performance of the Work, as set out in the Certificate of Substantial Performance of the Work, Page 43 Rev. Date: 11/2006 OPSS.MUNI 100 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 d) such longer periods as may be specified in the Contract Documents for certain Materials or some of the Work. The Contract Administrator shall 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 7.16.02. GC 7.17 Contractor's Workers 01 The Contractor shall only employ orderly, competent, and skillful workers to do the Work and whenever the Contract Administrator shall inform the Contractor in writing that any worker or workers involved in the Work are, in the opinion of the Contract Administrator, incompetent, or disorderly such worker or workers shall be removed from the work and shall not be employed on the work again without the consent in writing of the Contract Administrator. GC 7.18 Drainage 01 During construction and until the Work is completed, the Contractor shall make all reasonable efforts to keep all portions of the Work properly and efficiently drained, to at least the same degree as that of the existing drainage conditions. Page 44 Rev. Date: 11/2006 OPSS.MUNI 100 SECTION GC 8.0 - MEASUREMENT AND PAYMENT GC 8.01 Measurement GC 8.01.01 Quantities 01 The Contract Administrator shall make an Estimate once a month, in writing, of the quantity of Work performed. The first Estimate shall be the quantity of Work performed since the Contractor commenced the Contract, and every subsequent Estimate, except the final one, shall be of the quantity of Work performed since the preceding Estimate was made. The Contract Administrator shall provide the copy of each Estimate to the Contractor within 10 Days of the Cut -Off Date. 02 Such quantities for progress payments shall be construed and held to approximate. The final quantities for the issuance of the Completion Payment Certificate shall be based on the measurement of Work completed. 03 Measurement of the quantities of the Work performed may be either by Actual Measurement or by Plan Quantity principles as indicated in the Contract. Adjustments to Plan Quantity measurements shall normally be made using Plan Quantity principles but may, where appropriate, be made using Actual Measurements. Those items identified on the Tender by the notation (P) in the unit column shall be paid according to the Plan Quantity. Items where the notation (P) does not occur shall be paid according to Actual Measurement or lump sum. GC 8.01.02 Variations in Tender Quantities 01 Where it appears that the quantity of Work to be done or Material to be supplied or both by the Contractor under a unit price tender item may exceed or be less than the tender quantity, the Contractor shall proceed to do the Work or supply the Material or both required to complete the tender item and payment shall be made for the actual amount of Work done or Material supplied or both at the unit prices stated in the Tender except as provided below: a) In the case of a Major Item where the quantity of Work performed or Material supplied or both by the Contractor exceeds the tender quantity by more than 15%, either party to the Contract may make a written request to the other party to negotiate a revised unit price for that portion of the Work performed or Material supplied or both which exceeds 115% of the tender quantity. The negotiation shall be carried out as soon as reasonably possible. Any revision of the unit price shall be based on the actual cost of doing the Work or supplying the Material or both under the tender item plus a reasonable allowance for profit and applicable overhead. b) In the case of a Major Item where the quantity of Work performed or Material supplied or both by the Contractor is less than 85% of the tender quantity, the Contractor may make a written request to negotiate for the portion of the actual overheads and fixed costs applicable to the amount of the underrun in excess of 15% of the tender quantity. For purposes of the negotiation, the overheads and fixed costs applicable to the item are deemed to have been prorated uniformly over 100% of the tender quantity for the item. Overhead costs shall be confirmed by a statement certified by the Contractor's senior financial officer or auditor and may be audited by the Owner. Alternatively, where both parties agree, an allowance equal to 10% of the unit price on the amount of the underrun in excess of 15% of the tender quantity shall be paid. Written requests for compensation must be received no later than 60 Days after the issuance of the Completion Payment Certificate. Page 45 Rev. Date: 11/2006 OPSS.MUNI 100 GC 8.02 Payment GC 8.02.01 Price for Work .01 Prices for the Work shall be full compensation for all labour, Equipment and Material required in its performance. The term "all labour, Equipment, and Material' shall include Hand Tools, supplies, and other incidentals. .02 Payment for work not specifically detailed as part of any one item and without specified details of payment shall be deemed to be included in the items with which it is associated. GC 8.02.02 Advance Payments for Material .01 The Owner shall 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 deliver the Material to a site approved by the Contract Administrator and the Contractor shall, in advance of receipt of the shipment of the Material, arrange for adequate and proper storage facilities. b) The value of aggregates, processed and stockpiled, shall be assessed by the following procedure: Sources Other Than Commercial (1) Granular A, B, BI, BII, BIII, M, and O shall 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. Commercial Sources Payment for separated coarse and fine aggregates shall be considered at the above rate when such materials are stockpiled at a commercial source where further processing is to be carried out before incorporating such materials into a final product. Advance payments for other materials located at a commercial source shall not be made. c) Payment for all other materials, unless otherwise specified elsewhere in the Contract Documents, 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 loss, 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 shall only be determined when the material meets the requirements of the appropriate specification. Page 46 Rev. Date: 11/2006 OPSS.MUNI 100 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 shall be calculated once a month by the Contract Administrator in accordance with the Contract Documents and clause GC 8.01.01, Quantities. .02 The progress Payment Certificate shall show, a) the quantities of Work performed; b) the value of Work performed; c) any advanced payment for Material; d) the amount of statutory holdback, liens, Owner's set-off; e) the amount of GST, as applicable; and f) the amount due to the Contractor. .03 One copy of the progress Payment Certificate shall be sent to the Contractor. .04 Payment shall be made within 30 Days of the Cut -Off Date. GC 8.02.03.02 Certification of Subcontract Completion .01 Before the Work has reached the stage of Substantial Performance, the Contractor may notify the Contract Administrator, in writing that a subcontract is completed satisfactorily and ask that the Contract Administrator certify the completion of such subcontract. .02 The Contract Administrator shall issue a Certificate of Subcontract Completion, if the subcontract has been completed satisfactorily, and all required inspection and testing of the works covered by the subcontract have been carried out and the results are satisfactory. 03 The Contract Administrator shall set out in the Certificate of Subcontract Completion the date on which the subcontract was completed and, within 7 Days of the date the subcontract is certified complete, the Contract Administrator shall give a copy of the certificate to the Contractor and to the Subcontractor concerned. GC 8.02.03.03 Subcontract Statutory Holdback Release Certificate and Payment 01 Following receipt of the Certificate of Subcontract Completion, the Owner shall release and pay the Contractor the statutory holdback retained in respect of the subcontract. Such release shall be made 46 Days after the date the subcontract was certified complete and providing the Contractor submits the following to the Contract Administrator: a) a document satisfactory to the Contract Administrator that shall release the Owner from all further claims relating to the subcontract, qualified by stated exceptions such as holdback monies; b) evidence satisfactory to the Contract Administrator that the Subcontractor has discharged all liabilities incurred in carrying out the subcontract; Page 47 Rev. Date: 11/2006 OPSS.MUNI 100 c) a satisfactory clearance certificate or letter from the Workplace Safety and Insurance Board relating to the subcontract; and d) a copy of the contract 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), shall 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 shall forthwith give 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 Performance .01 Upon application by the Contractor and when the Contract Administrator has verified that the Contract has been substantially performed, the Contract Administrator shall issue a Certificate of Substantial Performance. 02 Upon verifying that the Contract has been substantially performed, the Contract Administrator shall issue a certificate of Substantial Performance and shall set out in the Certificate of Substantial Performance the date on which the Contract was substantially performed and, within 7 Days after signing the said certificate, the Contract Administrator shall 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 Construction Lien 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 Daily Commercial News. 04 Where the Contractor fails to publish a copy of the Certificate of Substantial 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 Contractor'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, Substantial Performance Payment and Statutory Holdback Release Payment Certificates, shall commence from the date of publication of the Certificate of Substantial Performance as provided for above. GC 8.02.03.05 Substantial Performance Payment and Substantial Performance Statutory Holdback Release Payment Certificates 01 When the Contract Administrator issues the Certificate of Substantial Performance, the Contract Administrator shall also issue the Substantial Performance Payment Certificate and the Substantial Performance Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate. 02 The Substantial Performance Payment Certificate shall show, a) the value 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; Page 48 Rev. Date: 11/2006 OPSS.MUNf 100 d) the amount of maintenance security required; and e) the amount due the Contractor. 03 Payment of the amount certified shall be made within 30 Days of the date of issuance of the payment certificate. 04 The Substantial Performance Statutory Holdback Release Payment Certificate shall be a payment certificate releasing to the Contractor the statutory holdback due in respect of Work performed up to the date of Substantial Performance. Payment of such statutory holdback shall be due 46 Days after the date of publication of the Certificate of Substantial Performance but subject to the provisions of the 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 matters arising out of subsection GC 3.13, Claims, Negotiations, Mediation; b) a statutory declaration in a form satisfactory to the Contract Administrator that all liabilities incurred by the Contractor and the Contractor's Subcontractors in carrying out the Contract have been discharged except for statutory holdbacks properly retained; c) a satisfactory Certificate of Clearance from the Workplace Safety and Insurance Board; and d) proof of publication of the Certificate of Substantial Performance. GC 8.02.03.06 Certification of Completion .01 Upon application by the Contractor and when the Contract Administrator has verified that the Contract has reached Completion, the Contract Administrator shall issue a Completion Certificate. .02 The Contract Administrator shall set out in the Completion Certificate the date on which the Work was completed and, within 7 Days of signing the said certificate, the Contract Administrator shall provide a copy to the Contractor. GC 8.02.03.07 Completion Payment and Completion Statutory Holdback Release Payment Certificates .01 When the Contract Administrator issues the Completion Certificate, the Contract Administrator shall also issue the Completion Payment Certificate and the Completion Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate. .02 The Completion Payment Certificate shall show, a) measurement and value of Work at Completion; b) the amount of the further statutory holdback based on the value of further work completed over and above the value of work completed shown in the Substantial Performance Payment Certificate referred to above; and c) the amount due the Contractor. 03 The Completion Statutory Holdback Release Payment Certificate shall be a payment certificate releasing to the Contractor the further statutory holdback. Payment of such statutory holdback shall be due 46 Days after the date of Completion of the Work as established by the Completion Certificate but subject to the provisions of the Construction Lien Act and the submission by the Contractor of the following documents: Page 49 Rev. Date: 11/2006 OPSS.MUNI 100 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 where appropriate; b) a statutory declaration in a form satisfactory to the Contract Administrator 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 performed, or for release of statutory holdback, is delayed by the Owner, then the Contractor shall be entitled to receive interest on the outstanding payment at the Rate of Interest, if payment is not received on the dates set out below: a) Progress Payment Certificates: 30 Days after the Cut -Off Date; b) Certificate of Subcontract Completion: 30 Days after the date certified as the date on which the subcontract 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; and g) Completion Statutory Holdback Release Payment Certificate: 76 Days after the date certified as the date that 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 shall only begin to accrue when the Contractor has completed those requirements. Page 50 Rev. Date: 11/2006 OPSS.MUNI 100 GC 8.02.03.10 Interest for Negotiations and Claims .01 Except as hereinafter provided, where a notice of negotiation, notice of intent to claim and the subsequent claims are submitted in accordance with the time limits or procedure or both described by subsection GC 3.13, Claims, Negotiations, Mediation, the Owner shall pay the Contractor the Rate of Interest on the amount of the negotiated price for that part of the Work or on the amount of the settled claim. Such interest shall not commence until 30 Days after the satisfactory completion of that part of the Work. 02 Where the Contractor does not attempt to resolve the negotiation or the claim in an expeditious manner, interest shall be negotiable. 03 Where the Contractor fails to give notice of a claim within the time limit prescribed by subsection GC 3.13, Claims, Negotiations, Mediation, interest shall not be paid. .04 Where a Contractor fails to comply with the 30 Day time limit and the procedures prescribed in paragraph GC 3.13.03.03 for submission of claims, interest shall not be paid for the delay period. GC 8.02.03.11 Owner's Set -Off 01 Pursuant to Section 12 of the Construction Lien Act, the Owner may retain from monies owing to the Contractor under this Contract an amount sufficient to cover any outstanding or disputed liabilities, including the cost to remedy deficiencies, the reduction in value of substandard portions of the Work, claims for damages by third parties that have not been determined in writing by the Contractor's insurer, undetermined claims by the Owner under paragraph GC 8.01.02.01 a), any assessment due the Workplace Safety and Insurance Board, and any monies to be paid to the workers in accordance with clause GC 8.02.06, Payment of Workers. .02 Under these circumstances the Owner will give the Contractor appropriate notice of such action. GC 8.02.03.12 Delay in Payment .01 The Owner shall not be deemed to be in default of the Contract provided any delay in payment does not exceed 30 Days from the due dates as defined in paragraph GC 8.02.03.09.01. GC 8.02.04 Payment on a Time and Material Basis GC 8.02.04.01 Definitions .01 For the purpose of clause GC 8.02.04 the following definitions apply: Cost of Labour means the amount of wages, salary, travel, travel time, food, 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, and 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. Page 51 Rev. Date: 11/2006 OPSS.MUNI 100 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 Contractor's normal labour costs. 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 the word "associate" is 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 incidentals thereto other than work on structures. Sewer and Watermain 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. Standby Time means any period of time that is not considered Working Time and which together with the Working Time does not exceed 10 hours in any one Working Day and during which time a unit of equipment cannot practically be used on other work but must remain on the site in order to 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 wall and includes the preparation for and the laying of the foundation of any bridge, building, tunnel, or retaining wall 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, that is current at the time the work is carried out or for Equipment that is not so listed, the rate that has been calculated by the Owner, using the same principles as used in determining The 127 Rates. Work on a Time and Material Basis means Changes in the Work, Extra Work, and Additional Work approved by the Contract Administrator for payment on a Time and Material basis. The Work on a Time and Material Basis shall be subject to all the terms, conditions, Standard Specifications and provisions of the Contract. Working Time means each period of time during which a unit of Equipment is actively and of necessity engaged on a specific operation and the first 2 hours of each immediately following period during which the unit is not so engaged but during which the operation is otherwise proceeding and during which time the unit cannot practically be transferred to other work but must remain on the site in order to continue with its assigned tasks and during which time the unit is in a fully operable condition. GC 8.02.04.02 Daily Work Records 01 Daily Work Records, prepared as the case may be by either the Contractor's representative or the Contract Administrator reporting the labour and Equipment employed and the Material used on each Time and Material project, should be reconciled and signed each Day by both the Contractor's representative and the Contract Administrator. If it is not possible to reconcile the Daily Work Records, then the Contractor shall submit the un -reconciled Daily Work Records with its claim, whereby the resolution of the dispute about the Daily Work Records shall not be resolved until there is a resolution of the claim. Page 52 Rev. Date: 11/2006 OPSS.MUNI 100 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. GC 8.02.04.04 Payment for Labour .01 The Owner shall pay the Contractor for labour employed on each Time and Material project at 135% of the Cost of Labour up to $3,000, then at 120% of any portion of the Cost of Labour in excess of $3,000. .02 The Owner shall make payment in respect of Payroll Burden for Work on a Time and Material Basis at the Contractor's actual cost of Payroll Burden. .03 At the Owner's discretion, an audit may be conducted in which case the actual Payroll Burden so determined shall be applied to all Time and Material work on the Contract. GC 8.02.04.05 Payment for Material .01 The Owner shall pay the Contractor for Material used on each Time and Material project at 120% of the Cost of the Material up to $3,000, then at 115% of any portion of the Cost of Material in excess of $3,000. GC 8.02.04.06 Payment for Equipment GC 8.02.04.06.01 Working Time .01 The Owner shall pay the Contractor for the Working Time of all Equipment, other than Rented Equipment and Operated Rented Equipment, used on the Work on a Time and Material basis at The 127 Rates with a cost adjustment as follows: a) Cost $10,000 or less -no adjustment; b) Cost greater than $10,000 but not exceeding $20,000 - payment $10,000 plus 90% of the portion in excess of $10,000; and c) Cost greater than $ 20,000 - $19,000 plus 80% of the portion in excess of $20,000. 02 The Owner shall pay the Contractor for the Working Time of Rented Equipment used on the Work on a Time and Material Basis at 110% of the invoice price approved by the Contract Administrator up to a maximum of 110% of The 127 Rate. This constraint shall be waived when the Contract Administrator approves the invoice price prior to the use of the Rented Equipment. 03 The Owner shall pay the Contractor for the Working Time of Operated Rented Equipment used on the Work on a Time and Material Basis at 110% of the Operated Rented Equipment invoice price approved by the Contract Administrator prior to the use of the Equipment on the Work on a Time and Material Basis. GC 8.02.04.06.02 Standby Time 01 The Owner shall 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 shall pay reasonable costs for Rented Equipment where this is necessarily retained in the Working Area for extended periods agreed to by Page 53 Rev. Date: 11/2006 OPSS.MUNI 100 the Contract Administrator. This shall include Rented Equipment intended for use on other work, but has been idled due to the circumstances giving rise to the Work on a Time and Material Basis. 02 In addition, the Owner shall include the Cost of Labour of operators or associated labourers who cannot be otherwise employed during the standby period or during the period of idleness caused by the circumstances giving rise to the Work on a Time and Material Basis. 03 The Contract Administrator may require Rented Equipment idled 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 shall pay such costs as a result from such return. 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 shall 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, no payment 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 Time and Material Basis, or a part of it, to be performed by Subcontractors on a Time and Material basis and has received approval prior to the commencement of such work, in accordance with the requirements of subsection GC 3.09, Subcontracting by the Contractor, the Owner shall pay the cost of Work on a Time and Material Basis by the Subcontractor calculated as if the Contractor had done the Work on a Time and Material Basis, plus a 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 shall be applied regardless of the extent to which the work is assigned or sublet to others. If work is assigned or sublet to an associate, as defined by the Securities Act, no markup whatsoever shall be applied. GC 8.02.04.09 Submission of Invoices 01 At the start of the Work on a Time and Material Basis, the Contractor shall provide the applicable labour and Equipment rates not already submitted to the Contract Administrator during the course of such work. 02 Separate summaries shall be completed by the Contractor according to the standard form "Summary for Payment of Accounts on a Time and Material Basis." Each summary shall include the Change Directive or Change Order number and covering dates of the work and shall itemize separately the labour, Materials, and Equipment. Invoices for Materials, Rented Equipment, and other charges incurred by the Contractor on the Work on a Time and Material Basis shall be included with each summary. Page 54 Rev. Date: 11/2006 OPSS.MUNI 100 03 Each month the Contract Administrator shall include with the monthly progress payment certificate, the costs of the Work on a Time and Material Basis incurred during the preceding month all in accordance with the contract administrative procedures and the Contractor's invoice of the Work on a Time and Material Basis. .04 The final "Summary for Payment of Accounts on a Time and Material Basis" shall be submitted by the Contractor within 60 Days after the completion of the Work on a Time and Material Basis. GC 8.02.04.10 Payment Other Than on a Time and Material Basis .01 Clause GC 8.02.04 does not preclude the option of the Contract Administrator and the Contractor negotiating a Lump Sum Item or unit price payment for Change in the Work, Extra Work, and Additional Work. GC 8.02.04.11 Payment Inclusions 01 Except where there is agreement in writing to the contrary, the compensation, as herein provided, shall be accepted by the Contractor as compensation in full for profit and all costs and expenses arising out of the work, including all cost of general supervision, administration, and management time spent on the work, and no other payment or allowance shall be made in respect of such work. GC 8.02.05 Final Acceptance Certificate .01 After the acceptance of the Work, the Contract Administrator shall issue the Final Acceptance Certificate, or, where applicable, after the Warranty Period has expired. The Final Acceptance Certificate shall not be issued until all known deficiencies have been adjusted or corrected, as the case may be, and the Contractor has discharged all obligations under the Contract. GC 8.02.06 Payment of Workers .01 The Contractor shall, in addition to any fringe benefits, pay the workers employed on the Work in 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 Subcontractors 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 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. Page 55 Rev. Date: 11/2006 OPSS.MUNI 100 GC 8.02.08 Taxes 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 shall increase or decrease Contract payments to account for the exact amount of tax change involved. 02 Claims for compensation for additional tax cost shall be submitted by the Contractor to the Contract Administrator on forms 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 that 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 that do not form part of the Work. 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. Page 56 Rev. Date: 11/2006 OPSS.MUNI 100 TOWNSHIP OF ORO-MEDONTE COMMUNITY OF WARMINSTER WATER MAIN REPLACEMENT CONTRACT NO. 60247297-04 CONTRACT DRAWINGS (SEPARATELY PROVIDED) TOWNSHIP OF ORO-MEDONTE COMMUNITY OF WARMINSTER WATER MAIN REPLACEMENT CONTRACT NO. 60247297-04 CONTRACT DRAWINGS DRAWING LIST TITLE TITLE SHEET GN -1 GENERAL NOTES, LEGEND AND DRAWING LIST PLAN AND PROFILES P-1 HIGHWAY No. 12 P-2 HIGHWAY No. 12 P-3 HIGHWAY No. 12 P-4 HIGHWAY No. 12 P-5 HIGHWAY No. 12 P-6 HIGHWAY No. 12 P-7 WARMINSTER SIDEROAD P-8 WARMINSTER SIDEROAD P-9 WALLIS STREET DETAILS SD -1 STANDARD DETAILS SD -2 STANDARD DETAILS (STA. 21+550 TO 21+700) (STA. 21+700 TO 21+850) (STA. 21+850 TO 22+000) (STA. 22+000 TO 22+150) (STA. 22+150 TO 22+300) (STA. 22+300 TO 22+450) (STA. 9+780 TO 9-930) (STA. 9+930 TO 10+080) TOWNSHIP OF ORO-MEDONTE COMMUNITY OF WARMINSTER WATER MAIN REPLACEMENT CONTRACT NO. 60247297-04 SPECIFICATIONS o�FPa grA Np'� ONTARIO PROVINCIAL y os a STANDARD \paJPa�a SPECIFICATION METRIC OPSS 401 NOVEMBER 2013 APPENDICES 401-A Commentary 401.01 SCOPE This specification covers the requirements for excavating, backfilling, and compacting trenches for the installation of sanitary and storm pipe sewers; pipe culverts and end sections; pipe subdrains; forcemains and associated appurtenances; watermains and associated appurtenances; and other underground Utilities. 401.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2013 OPSS 401 CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING TABLE OF CONTENTS 401.01 SCOPE 401.02 REFERENCES 401.03 DEFINITIONS 401.04 DESIGN AND SUBMISSION REQUIREMENTS - Not Used 401.05 MATERIALS 401.06 EQUIPMENT - Not Used 401.07 CONSTRUCTION 401.08 QUALITY ASSURANCE - Not Used 401.09 MEASUREMENT FOR PAYMENT 401.10 BASIS OF PAYMENT APPENDICES 401-A Commentary 401.01 SCOPE This specification covers the requirements for excavating, backfilling, and compacting trenches for the installation of sanitary and storm pipe sewers; pipe culverts and end sections; pipe subdrains; forcemains and associated appurtenances; watermains and associated appurtenances; and other underground Utilities. 401.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2013 OPSS 401 401.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 401.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 206 Grading OPSS 403 Rock Excavation for Pipelines, Utilities, and Associated Structures in Open Cut OPSS 404 Support Systems OPSS 412 Sewage Forcemain Installation in Open Cut OPSS 441 Watermain Installation in Open Cut OPSS 490 Site Preparation for Pipelines, Utilities, and Associated Structures OPSS 491 Preservation, Protection, and Reconstruction of Existing Facilities OPSS 492 Site Restoration Following Installation of Pipelines, Utilities, and Associated Structures OPSS 501 Compacting OPSS 510 Removal OPSS 517 Dewatering of Pipeline, Utility, and Associated Structure Excavation OPSS 539 Temporary Protection Systems OPSS 902 Excavating and Backfilling - Structures FJ Page 2 Rev. Date: 11/2013 OPSS 401 i r - Ontario Provincial Standard Specifications, Material OPSS 1010 Aggregates - Base, Subbase, Select Subgrade, and Backfill Material OPSS 1359 Unshrinkable Backfill Provincial Statute 1. Occupational Health and Safety Act -- R.S.O. 1990, c. 0.1, as amended - Ontario Regulations 213/91 - Regulations for Construction Projects, as amended 401.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Additional Excavation means all excavation ordered in writing by the Contract Administrator beyond excavation specified in the Contract Documents. Associated Appurtenances means as defined in OPSS 412 and OPSS 441. Backfilling means the operation of filling the trench with bedding, cover, and backfill material or embedment and backfill material. Backfill Material means fill material used above the embedment or cover material and below the lower of the subgrade or finished grade or the original ground. Bedding Class means a classification system that defines the depth of the bedding material. Bedding Material means material as it relates to rigid pipe, from the bottom of the trench to the bottom of the cover. Cover Material means the material placed from the top of the bedding to the bottom of the backfill for rigid pipe. Embedment Material means material as it relates to flexible pipe, from the bottom of the trench to the bottom of the backfill. Excavation, Earth and Rock means the excavation classified as earth and rock according to OPSS 206. Flexible Pipe means pipe that can deflect 2% or more without cracking such as polyvinyl chloride, polyethylene, or steel pipe. Imported Material means material obtained from a source other than the Work Area. Native Material means the material removed to form an excavation within the Work Area for return to the same or other excavation. Pipe means sanitary or storm pipe sewers, watermains, forcemains, pipe culverts, and subdrains. Rigid Pipe means pipe that cannot deflect more than 2% without cracking such as concrete pipe. Trench means the definition as provided in the Occupational Health and Safety Act and Regulations for r Construction Projects. I ` i i l Page 3 Rev. Date: 11/2013 OPSS 401 Trenching means the earth or rock excavation required to construct a trench in which to install pipes and their associated appurtenances. Trench Width means the horizontal distance between the trench walls as measured at the bedding grade. Unshrinkable Fill means as defined in OPSS 1359. 401.05 MATERIALS 401.05.01 Embedment Material Embedment material shall be one of the following, as specified in the Contract Documents: a) Granular A. b) Granular B, Type I, 11, or III, with 100% passing the 26.5 mm sieve. c) Unshrinkable fill. 401.05.02 Bedding Material Bedding material shall be one of the following, as specified in the Contract Documents: a) Granular A. b) Granular B, Type I, II, or III, with 100% passing the 26.5 mm sieve. c) Unshrinkable fill. 401.05.03 Cover Material Cover material shall be one of the following, as specified in the Contract Documents: a) Granular A. b) Granular B, Type I, 11, or III, with 100% passing the 26.5 mm sieve. 401.05.04 Granular Material Granular material shall be according to OPSS 1010. 401.05.05 Backfill Material 401.05.05.01 General Backfill material shall be one of the following, as specified in the Contract Documents: a) Granular A. b) Granular B, Type I, II, or 111. c) Unshrinkable fill. d) Native material. Page 4 Rev. Date: 11/2013 OPSS 401 401.05.05.02 Native and Imported Material Native and imported material shall be approved by the Contract Administrator. All material shall be free from frozen lumps, cinders, ashes, refuse, vegetable or organic matter, rocks and boulders over 150 mm in any dimension, and other deleterious material. 401.05.06 Unshrinkable Fill Unshrinkable fill shall be according to OPSS 1359. - 401.07 CONSTRUCTION L 401.07.01 General Trenches shall be stable and dry, unless designated as subaqueous Work. 401.07.02 Site Preparation i. Site preparation shall be according to OPSS 490. 401.07.03 Preservation and Protection of Existing Facilities r - Preservation and protection of existing facilities shall be according to OPSS 491, 401.07.04 Removals f— Removals shall be according to OPSS 510. 401.07.05 Dewatering Dewatering shall be according to OPSS 517 for placement of pipe or to OPSS 902 for placement of structure. 401.07.06 Support Systems Support systems shall be according to OPSS 404. j 401.07.07 Temporary Protection Systems r- The construction of all temporary protection systems shall be according to OPSS 539. When the stability, safety, or function of an existing roadway, railway, other works, or proposed works may be impaired due to the method of operation, appropriate protection shall be provided. Protection may include sheathing, shoring, and the driving of piles, when necessary. — 401.07.08 Removal of Frozen Ground Written permission shall be obtained from the Contract Administrator prior to starting any excavation in frozen ground. The method used for removal of frozen shall r ground not cause damage to adjacent structures or Utilities. ` 401.07.09 Trenching I Trenches shall be excavated to the lines, grades, and dimensions specified in the Contract Documents. The width of the trench at the bottom shall not exceed the width at the top. i Page 5 Rev. Date: 11/2013 OPSS 401 r— i i Trenching for pipe culverts shall include the excavation for frost tapers and end sections No more than 15 m of trench shall be open in advance of the completed pipe system. The Contract Administrator shall be notified immediately if the bottom of the trench appears to give an unsuitable foundation. When installing rigid pipe, if the trench is excavated wider than the allowable width without authorization, the Contract Administrator may require the use of a stronger pipe or a higher class of bedding or both. If the trench depth is excavated beyond the limits of the required excavation without the Contract Administrator's authorization, granular material shall be placed and compacted in the trench to reinstate the required trench limits prior to backfilling the trench as specified in the Contract Documents. Alternatively, another structurally accepted design shall be provided by adjusting the limits of the excavation prior to backfilling. Rock excavation for trenches shall be according to OPSS 403. 401.07.10 Backfilling and Compacting 401.07.10.01 General The diameter or the span and rise of flexible pipes shall not vary from the manufactured dimensions by more than 5% during cover and backfill placing operations. Pipe installation and backfilling shall be completed prior to the start of subbase and base course construction over the pipe location. Compacting of embedment, bedding, cover, and backfill materials during pipe installation shall be according to OPSS 501. Prior to allowing the movement of any construction equipment or vehicular traffic over the buried infrastructure, the depth of backfill shall be sufficient enough to protect the buried infrastructure from damage. 401.07.10.02 Embedment Placement of embedment material shall be as described in the Bedding and Cover clauses. 401.07.10.03 Bedding Pipe bedding shall be of the class specified in the Contract Documents. The surface upon which the pipe is to be laid shall be true to grade and alignment. The pipe bedding shall be shaped to the dimensions specified in the Contract Documents. When bell and spigot pipe is to be laid, recesses shall be shaped to receive the bells. Bedding material placed in the haunches shall be compacted prior to continued placement of cover material. Bedding material shall be placed in uniform layers not exceeding 200 mm in thickness, loose measurement, and each layer shall be compacted according to OPSS 501 before a subsequent layer is placed. Page 6 Rev. Date: 11/2013 OPSS 401 Bedding material shall be placed on each side of the pipe and shall be completed simultaneously. At no time shall the levels on each side differ by more than the 200 mm uncompacted layer. 401.07.10.04 Cover Cover material shall be placed so that damage to or movement of the pipe is avoided. Cover material shall be placed in uniform layers not exceeding 200 mm in thickness, loose measurement, and each layer shall be compacted according to OPSS 501 before a subsequent layer is placed. Cover material shall be placed on each side of the pipe and shall be completed simultaneously. At no time shall the levels on each side differ by more than the 200 mm uncompacted layer. 401.07.10.05 Backfill Backfill material shall be placed in uniform layers not exceeding 300 mm in thickness, loose F- measurement, for the full width of the trench and each layer shall be compacted according to OPSS 501 before a subsequent layer is placed. Backfill material shall be placed to a minimum depth of 900 mm above the crown of the pipe before power operated tractors or rolling equipment shall be used for compacting. Uniform layers of backfill material exceeding 300 mm in thickness may be placed with the approval of the Contract Administrator. When the Contract specifies native backfill material, acceptable earth backfill material may be substituted with the approval of the Contract Administrator. In areas within the roadway, for a depth equal to the frost treatment, the earth backfill material shall have frost susceptible characteristics similar to the adjacent material. r-- l401.07.11 Additional Trenching, Backfilling, and Compacting Additional trenching, backfilling, and compacting shall be as described in the Trenching and Backfilling and Compacting subsections. L Unsuitable material shall be excavated and the resulting excavation shall be backfilled and compacted to obtain a suitable foundation. F401.07.12 Site Restoration Site restoration shall be according to OPSS 492. 401.07.13 Management of Excess Material Management of excess material shall be as specified in the Contract Documents. 401.09 MEASUREMENT FOR PAYMENT 401.09.01 Actual Measurement 401.09.01.01 Additional Trenching, Backfilling, and Compacting Additional trenching, backfilling, and compacting shall be based on the volume of the additional excavation measured in cubic metres prior to installation of the pipe. The volume of the excavation that is in addition to the limits specified in the Contract Documents shall be determined. i Page 7 r- Rev. Date: 11/2013 OPSS 401 I 401.10 BASIS OF PAYMENT 401.10.01 Trenching, Backfilling, and Compacting Payment at the Contract price for the appropriate tender items for the installation of sanitary and storm pipe sewers, pipe culverts and end sections, subdrains, forcemains and associated appurtenances, watermains and associated appurtenances, and other underground Utilities shall be full compensation for all labour, Equipment, and Material to do the work. When the Contract contains separate items for work required by this specification, payment shall be at the Contract prices and according to the specifications for such work. Any expenses for remedial work resulting from unauthorized over -excavation of the trench width and depth shall be borne by the Contractor. When native material is deemed unsuitable for backfill for reasons other than those attributed to the Contractor's mode of operation, any additional work done to provide acceptable backfill beyond the work herein specified shall be paid for as Extra Work. 401.10.02 Additional Trenching, Backfilling, and Compacting - Item Payment at the Contract price for the above tender item shall be full compensation for all labour, Equipment, and Material to do the work. 401.10.03 Rock Excavation for Trenches Payment for rock excavation for trenches shall be according to OPSS 403. Page 8 Rev. Date: 11/2013 OPSS 401 Appendix 401-A, November 2013 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed In this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations F_ The designer may consider including soil boring data, a geotechnical report, a subsurface report, or a soils report in the tender documents. The designer may consider specifying requirements for a pre -condition survey in the Contract Documents. The designer should specify the following in the Contract Documents: - Type of embedment material. (401.05.01) r - Type of bedding material. (401.05.02) - Type of cover material. (401.05.03) - Type of backfill material. (401.05.05.01) r- 1 - Trench line, grade, and dimensions. (401.07.09) - Pipe bedding class and dimensions. (401.07.10.03) The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings OPSD 802.010 Flexible Pipe Embedment and Backfill, Earth Excavation OPSD 802.013 Flexible Pipe Embedment and Backfill, Rock Excavation OPSD 802.014 Flexible Pipe Embedment in Embankment, Original Ground: Earth or Rock OPSD 802.020 Flexible Pipe Arch Embedment and Backfill, Earth Excavation OPSD 802.023 Flexible Pipe Arch Embedment and Backfill, Rock Excavation OPSD 802.024 Flexible Pipe Arch Embedment in Embankment, Original Ground: Earth or Rock OPSD 802.030 Rigid Pipe Bedding, Cover and Backfill, Type 1 or 2 Soil - Earth Excavation OPSD 802.031 Rigid Pipe Bedding, Cover and Backfill, Type 3 Soil - Earth Excavation OPSD 802.032 Rigid Pipe Bedding, Cover and Backfill, Type 4 Soil - Earth Excavation OPSD 802.033 Rigid Pipe Bedding, Cover and Backfill, Rock Excavation OPSD 802.034 Rigid Pipe Bedding and Cover in Embankment, Original Ground: Earth or Rock OPSD 802.050 Horizontal Elliptical Rigid Pipe Bedding, Cover and Backfill, Type 1 or 2 Soil - Earth Excavation OPSD 802.051 Horizontal Elliptical Rigid Pipe Bedding, Cover and Backfill, Type 3 Soil - Earth Excavation OPSD 802.052 Horizontal Elliptical Rigid Pipe Bedding, Cover and Backfill, Type 4 Soil - Earth Excavation OPSD 802.053 Horizontal Elliptical Rigid Pipe Bedding, Cover and Backfill, Rock Excavation OPSD 802.054 Horizontal Elliptical Rigid Pipe Bedding and Cover in Embankment, Original Ground: Earth or Rock OPSD 803.010 Backfill and Cover for Concrete Culverts OPSD 803.030 Frost Treatment -Pipe Culverts, Frost Penetration Line Below Bedding Grade OPSD 803.031 Frost Treatment - Pipe Culverts, Frost Penetration Line Between Top of Pipe and Bedding Grade r— I i Page 9 Rev. Date: 11/2013 OPSS 401 ONTARIO - PROVINCIAL METRIC o s P y`�d STANDARD OPSS 404 SPECIFICATION NOVEMBER 2010 (For gyp"—P"� (Formerly OPSS 538, November 2005) -- CONSTRUCTION SPECIFICATION FOR SUPPORT SYSTEMS TABLE OF CONTENTS 404.01 SCOPE 404.02 REFERENCES 404.03 DEFINITIONS 404.04 DESIGN AND SUBMISSION REQUIREMENTS 404.05 MATERIALS - Not Used 404.06 EQUIPMENT - Not Used 404.07 CONSTRUCTION 404.08 QUALITY ASSURANCE - Not Used 404.09 MEASUREMENT FOR PAYMENT 404.10 BASIS OF PAYMENT APPENDICES 404-A Commentary 404.01 SCOPE This specification covers the requirements for supplying, placing, maintaining, and removing support systems required to permit the excavation and backfilling of trenches or excavations for the installation of sanitary and storm pipe sewers, pipe culverts and end sections, forcemains and associated appurtenances, watermains and associated appurtenances, and other underground Utilities; maintenance holes, catch basins, ditch inlets, and valve chambers; and any other specified subsurface construction. 404.01.01 Specification Significance and Use This specification has been developed for use in provincial and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2010 OPSS 404 (Formerly OPSS 538, November 2005) 404.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 404.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. Ontario Provincial Standard Specifications, Construction OPSS 412 Sewage Forcemain Installation in Open Cut OPSS 441 Watermain Installation in Open Cut Provincial Statute Occupational Health and Safety Act R. S.O. 1990, c. 0.1, as amended Ontario Regulations 213/91 - Regulations for Construction Projects, as amended 404.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Associated Appurtenances mean as defined in OPSS 412 and OPSS 441 Page 2 Rev. Date: 11/2010 OPSS 404 (Formerly OPSS 538, November 2005) Sheathing means the vertical members of the support system that are placed up against the walls of an excavation to directly resist the pressure exerted from the walls of the excavation. Sheathing may be either wood or steel sheet piling. Support Systems means as described in the Occupational Health and Safety Act and Regulations for Construction Projects. Trench means the definition as provided in the Occupational Health and Safety Act and Regulations for Construction Projects. 404.04 DESIGN AND SUBMISSION REQUIREMENTS 404.04.01 Submission Requirements 404.04.01.01 Pre -Condition Survey When specified in the Contract Documents, a pre -condition survey shall be prepared for all buildings, Utilities, structures, roadway infrastructure, and facilities within 30 m of the location where the support system is to be installed. The pre -condition survey shall include, as a minimum: existing structural and cosmetic damage or defects. A copy of the pre -condition survey shall be provided to the Contract Administrator upon request. 404.07 CONSTRUCTION 404.07.01 General Support systems shall be supplied, placed, and maintained at the locations and elevations that are necessary or required to: a) support and protect the sides and bottom of the excavation. b) prevent undue disturbance or weakening of the supporting material below or beside the works. c) prevent movement of ground which may disturb or damage the works, adjacent pavements, property, structures, or other works. 404.07.02 Installation Support systems shall be placed so they can be removed as backfilling takes place without damage to the works and without settlement of or damage to adjacent pavements, property, structures, or other works. 404.07.03 Removal, Backfilling, and Compacting As the excavation is backfilled, the support system shall be removed, unless it is specified in the Contract Documents to be left in place or approved by the Contract Administrator. Support systems shall be withdrawn gradually as backfilling progresses. Backfill shall be placed and compacted in a manner that fills the voids left by pulled support systems. The procedure for extracting the support system and placing backfill shall ensure the backfill load is applied gradually and disturbance of the works or foundation material is avoided. Page 3 Rev. Date: 11/2010 OPSS 404 (Formerly OPSS 538, November 2005) Backfill shall be placed and compacted around and over the support systems left in place. Support systems left in place shall be cut off as specified in the Contract Documents. 404.07.04 Management of Excess Material Management of excess material shall be according to the Contract Documents. 404.09 MEASUREMENT FOR PAYMENT 404.09.01 Actual Measurement 404.09.01.01 Support System Left in Place Measurement for support systems left in place shall be based on the sheathing area for all sides of the excavation in square metres according to the following: a) Height The vertical distance of the sheathing actually left in place. If the sheathing is cut off less than 1,200 mm from its top then the actual vertical height placed shall be used. b) Length The horizontal distance along the line of the supported excavation from the beginning to the end of the sheathing left in place. 404.10 BASIS OF PAYMENT 404.10.01 Support Systems Payment at the Contract price for the appropriate tender items for the installation of sanitary and storm pipe sewers, pipe culverts and end sections, forcemains and associated appurtenances, watermains and associated appurtenances, and other underground Utilities; maintenance holes, catch basins, ditch inlets or valve chambers; and any other specified subsurface construction shall include full compensation for all labour, Equipment, and Material to do the work. 404.10.02 Support Systems Left in Place - Item Payment at the Contract price for the above tender item shall be full compensation for all Material left in place. No additional payment shall be made for support systems left in place at the Contractor's option. Page 4 Rev. Date: 11/2010 OPSS 404 (Formerly OPSS 538, November 2005) Appendix 404-A, November 2010 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The designer may consider including soil boring data, a geotechnical report, a subsurface report, or a soils report in the Tender Documents. - The designer should specify the following in the Contract Documents: - If the support system is to be left in place and the cut-off elevation. (404.07.03) C The designer should determine if a pre -condition surveyis re specified in the Contract Documents. (404.04.01) required fired and, if so, the need should be The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings OPSD 802.010 to 802.014 Flexible Pipe Embedment and Backfill OPSD 802.020 to 802.024 Flexible Pipe Arch Embedment and Backfill OPSD 802.030 to 802.034 Rigid Pipe Bedding, Cover, and Backfill OPSD 802.050 to 802.054 Horizontal Elliptical Rigid Pipe Bedding, Cover, and Backfill F. Page 5 Rev. Date: 11/2010 OPSS 404 (Formerly OPSS 538, November 2005) 9rA ONTARIO a 0PROVINCIAL s n STANDARD 0 SPECIFICATION 416.01 416.02 416.03 416.04 416.05 416.06 416.07 416.08 416.09 416.10 METRIC OPSS 416 NOVEMBER 2013 CONSTRUCTION SPECIFICATION FOR PIPELINE AND UTILITY INSTALLATION BY JACKING AND BORING APPENDICES 416-A TABLE OF CONTENTS SCOPE REFERENCES DEFINITIONS SUBMISSION AND DESIGN REQUIREMENTS MATERIALS EQUIPMENT - Not Used CONSTRUCTION QUALITY ASSURANCE - Not Used MEASUREMENT FOR PAYMENT BASIS OF PAYMENT Commentary 416.01 SCOPE This specification covers the requirements for the installation of pipeline, which shall be used as carrier pipe or casing pipe, by jacking and boring method, and includes removal of material by either manual or mechanical means. 416.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2013 OPSS 416 416.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 416.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications shall be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications shall be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 517 Dewatering of Pipeline, Utility, and Associated Structure Excavation Ontario Provincial Standard Specifications, Material OPSS 1802 Smooth Walled Steel Pipe OPSS 1820 Circular and Elliptical Concrete Pipe American Water Works Association (AWWA) C206-03 Field Welding of Steel Water Pipe Page 2 Rev. Date: 11/2013 OPSS 416 416.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Carrier Pipe means a final pipe in direct contact with the material being conveyed. Certificate of Conformance means a document issued by the Quality Verification Engineer confirming that the specified components of the Work are in general conformance with the requirements of the Contract Documents. Engineer means a professional engineer licensed by the Professional Engineers Ontario to practice in the Province of Ontario. Pipeline means to include sewers, culverts, watermains, and forcemains. Quality Verification Engineer (QVE) means an Engineer retained by the Contractor qualified to provide the services specified in the Contract Documents. 416.04 DESIGN AND SUBMISSION REQUIREMENTS 416.04.01 Submission Requirements When any of the following information is not specified in the Contract Documents, it shall be submitted to the Contract Administrator for review a minimum of 14 Days prior to commencing jacking and boring operations: a) Work area layout. b) Work schedule. c) Access shaft or pit design details. d) Jacking and boring procedure. e) Face support and other temporary support details. D Material and Equipment. g) Settlement monitoring plan. h) Excavation and dewatering plan. i) Method for the removal of boulders and cobbles. j) Grouting operation. k) Testing and monitoring plan. The access shaft or pit details shall bear the seal and signature of an Engineer. I Page 3 Rev. Date: 11/2013 OPSS 416 416.05 MATERIALS 416.05.01 Casing Pipe The casing pipe shall be concrete or steel pipe as specified in the Contract Documents. Concrete pipe shall be according to OPSS 1820. Steel pipe shall be according to OPSS 1802 with welded joints. 416.07 CONSTRUCTION 416.07.01 General An individual with previous experience in jacking and boring shall supervise the work at all times. 416.07.02 Method of Jacking and Boring Procedure The jacking and boring procedure to be used shall be submitted to the Contract Administrator prior to commencing the work and shall be subject to the following limitations: a) Hydraulically operated jacks of adequate number and capacity shall be provided to ensure smooth and uniform advancement without over -stressing of the pipe. b) A jacking head or collar shall be provided to transfer and distribute jacking pressure uniformly over the entire end bearing area of the pipe. c) The casing pipe shall be fully supported in the jacking pit at the lines and grades as specified in the Contract Documents. d) The jacking and boring procedure shall be compatible with the subsurface and groundwater conditions at the site. 416.07.03 Construction Shafts Construction shafts shall be provided at the locations specified in the Contract Documents. Shafts shall be maintained in a drained condition. A secure fence shall be installed around the perimeter of the access shaft or pit area with gates and truck entrances. The fence shall be removed upon completion of the work. 416.07.04 Dewatering Dewatering shall be according to OPSS 517. 416.07.05 Pipeline Installation The pipeline shall be installed to the lines, grades, and tolerances as specified in the Contract Documents. When steel pipe is used as a carrier pipe, butt -welding of pipe joints shall be according to AWWA C206. Page 4 Rev. Date: 11/2013 OPSS 416 Cl When steel pipe is used solely as a casing pipe, the welds shall be sufficient to support the jacking forces C of the pipeline installation. The work area shall be kept sufficiently dry at all times to permit work to be performed in a safe and _ satisfactory manner. The space between the casing pipe and the wall of the excavation shall be filled according to the Contractor's submission on grouting operations. � The space between the casing pipe and the carrier pipe shall be filled according to the Contractor's � - submission on grouting operations. 416.07.06 Removal of Boulders and Cobbles Methods for the removal of boulders and cobbles shall be as detailed in the Contractor's submission. The Contract Administrator shall be informed immediately of any obstructions encountered. 416.07.07 Cathodic Protection When specified in the Contract Documents, cathodic protection on the casing pipe shall be provided. 416.07.08 Testing and Monitoring Testing and monitoring shall be as specified in the Contract Documents Contractor's submission. or in accordance to the 416.07.09 Certificate of Conformance A completed Certificate of Conformance shall be submitted to the Contract Administrator upon on C . et of the work. The Qualification Verification Engineer shall affix his or her seal and signature tohe completed Certificate of Conformance confirming that the following are in general conformance with the requirements of the Contract Documents: a) Work r b) Material and installations c) Inspection, testing, and test results 416.07.10 Management of Excess Material l Management of excess material shall be according to the Contract Documents. 416.09 MEASUREMENT FOR PAYMENT 416.09.01 Actual Measurement � 416.09.01.01 . Jacking and Boring Measurement of jacking and boring shall be by length in metres along the centreline of the casing pipe from the start to the end of the installed pipe. Page 5 Rev. Date: 11/2013 OPSS 4163 416.09.02 Plan Quantity Measurement When measurement is by Plan Quantity, such measurement shall be based on the units shown in the clauses under Actual Measurement. 416.10 BASIS OF PAYMENT 416.10.01 Jacking and Boring - Item Payment at the Contract price for the above tender item shall be full compensation for all labour, Equipment, and Material to do the work. The removal of boulders having a volume in excess of 0.5 cubic metres shall be paid for as Extra Work. 'i Page 6 Rev. Date: 11/2013 OPSS 416 i Appendix 416-A, November 2013 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to during the design stage of a contract, on the use of the On specification in a municipal contract. This appendix does not form a designer, discussed in this a part of the standard specification. Actions and considerations d metho are for information purposes only and do not supersede an Owner's design decisions and methodology. -- Designer Action/Considerations This specification was written to encompass the requirements for the construction of pipelines and or casings by the jacking and boring method. The primary application includes the construction of pipelines, and drainage conduits under highways, urban roads, and railway crossings. Engineering design based on geotechnical pre -design information is essential to t specification for jacking and boring projects. he use of this The experience of the jacking and boring Contractor is of prime importance. The designer ma Y recommend prequalification of bidders. The designer should specify the following in the Contract Documents: - The size and type of pipeline material to be used for the pipeline installation. This should required yield strength of steel pipe or the appropriate class or reinforcement of concrete pipe. (416.05.01) - Lines and grades for casing pipe. (416.07.02) - The construction shaft locations. This may include the access shaft to initiate the jacking and boring, and if required, the access shafts at both ends of the jacking. Also, the requirement for temporary shafts and whether they shall be removed or remain in place for other portions of the work. (416.07.03) = The lines, grades, and tolerances required for the jacking and boring project. (416.07.05) The method of testing and monitoring the product installation. (416.07.08) The designer should determine if the following is required and, if so, specify it in the Contract- Documents: Cathodic protection of steel pipe or casing and the details thereof. (416.07.07) The designer may wish to consider including a process for the grouting operation between the casing pipe and the carrier pipe, taking into account the high grout pressures that may occur. The designer may wish to consider including a process regarding payment for failed jacking and boring attempts in the Contract Documents. The designer may wish to specify a process and payment criteria to deal with rock obstructions that are encountered with jacking installation. The designer should ensure that the General Conditions of Contract and the 100 Specifications are included in the Contract Documents. Series General Related Ontario Provincial Standard Drawings No information provided here. Page 7 Rev. Date: 11/2013 OPSS 416 �p 57q,ONTARIO OP PROVINCIAL SSTANDARD y�P'a° SPECIFICATION CONSTRUCTION SPECIFICATION FOR WATERMAIN INSTALLATION IN OPEN CUT APPENDICES 441-A Commentary METRIC OPSS 441 NOVEMBER 2012 441.01 SCOPE This specification covers the requirements for the installation of watermains, service connections, and associated appurtenances in open cut. 441.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2012 OPSS 441 t. TABLE OF CONTENTS 441.01 SCOPE 441.02 REFERENCES 441.03 DEFINITIONS 441.04 DESIGN AND SUBMISSION REQUIREMENTS - Not Used 441.05 MATERIALS 441.06 EQUIPMENT - Not Used 441.07 CONSTRUCTION 441.08 QUALITY ASSURANCE - Not Used 441.09 MEASUREMENT FOR PAYMENT 441.10 BASIS OF PAYMENT APPENDICES 441-A Commentary METRIC OPSS 441 NOVEMBER 2012 441.01 SCOPE This specification covers the requirements for the installation of watermains, service connections, and associated appurtenances in open cut. 441.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2012 OPSS 441 t. 441.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 441.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 206 Grading OPSS 401 Trenching, Backfilling, and Compacting OPSS 404 Support Systems OPSS 490 Site Preparation for Pipeline, Utilities, and Associated Structures OPSS 491 Preservation, Protection, and Reconstruction of Existing Facilities OPSS 492 Site Restoration Following Installation of Pipelines, Utilities, and Associated Structures OPSS 493 Temporary Potable Water Supply Services OPSS 510 Removal OPSS 517 Dewatering of Pipeline, Utility, and Associated Structure Excavation OPSS 539 Temporary Protection Systems Page 2 Rev. Date: 11/2012 OPSS 441 Ontario Provincial Standard Specifications, Material OPSS 1004 OPSS 1301 OPSS 1302 Aggregates - Miscellaneous Cementing Materials Water OPSS 1350 OPSS 1842 Concrete - Materials and Production Pressure Polyethylene Pipe Products CSA Standards B64.5-11 Double Check Valve (DCVA) Backflow Preventers [Part of B64 Series -11, Backflow Preventers and Vacuum Breakers Compendium] 8137.1-09 Polyethylene Pipe, Tubing and Fittings for Cold -Water Pressure Services [Part of 8137-09, Thermoplastic Pressure Piping Compendium] B137.2-09 Polyvinyl Chloride (PVC) Injection -Moulded Gasketed Fittings for Pressure Applications [Part of 8137-09, Thermoplastic Pressure Piping Compendium] B137.3-09 Rigid Polyvinyl Chloride (PVC) Pipe and Fittings for Pressure Applications [Part of B137-09, Thermoplastic Pressure Piping Compendium] B137.3.1-09 Molecularly Oriented Polyvinyl Chloride (PVCO) Pipe and Fittings for Pressure Applications [Part of 13137-09, Thermoplastic Pressure Piping Compendium 8137.10-09 Crosslinked Polyethylene/Aluminum/Crosslinked Polyethylene Composite Pressure -Pipe Systems [Part of 8137-09, Thermoplastic Pressure Piping Compendium] ASTM International A 153M-09 A 276-10 Zinc Coating (Hot Dip) on Iron and Steel Hardware A 307-10 Stainless Steel Bars and Shapes Carbon Steel Bolts and Studs, 60,000 PSI Tensile B 88-09 Strength Seamless Copper Water Tube B 633-11 B 766-86 (2008) Electrodeposited Coatings of Zinc on Iron and Steel Electrodeposited Coatings of Cadmium C 361-11 D 3139-98 (2011) Reinforced Concrete Low -Head Pressure Pipe Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals American Water Works Association (AWWA) C104/A21.4-08 C110/A21.10-08 Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water Ductile -Iron and Gray -Iron Fittings for Water C111/A21.11-07 C151/A21.51-02 Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings Ductile -Iron Pipe, Centrifugally Cast, for C153/A21.53-06 C200-05 Water Ductile -Iron Compact Fittings for Water Service C205-07 Steel Water Pipe - 6 In. (150 mm) and Larger Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4 in. (100 mm) and Larger C206-11 Field Welding of Steel Water Pipe C208-07 C301-07 Dimensions for Fabricated Steel Water Pipe Fittings Prestressed Concrete Pressure Pipe, Steel -Cylinder Type, for Water and Other Liquids C302-11 C303-08 Reinforced Concrete Pressure Pipe, Non -Cylinder Type Concrete Pressure Pipe, Bar -Wrapped, Steel C502-05 -Cylinder Type Dry -Barrel Fire Hydrants C504-10 Rubber -Seated Butterfly Valves C509-09 C510-07 Resilient -Seated Gate Valves for Water Supply Service Double Check Valve Backflow Prevention C800-05 Assembly Underground Service Line Valves Fittings and Page 3 Rev. Date: 11/2012 OPSS 441 C900-07 Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 in. -12 in. (100 mm - 300 mm), for Water Transmission and Distribution C905-10 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 350 mm Through 1,200 mm (14 in. Through 48 in.) for Water Transmission and Distribution C907-12 Injection -Molded Polyvinyl Chloride (PVC) Pressure Fittings, 4 in. -12 in. (100 mm - 300 mm), for Water Distribution C909-09 Molecularly Oriented Polyvinyl Chloride (PVCO) Pressure Pipe, 100 mm Through 600 mm (4 in. Through 24 in.), for Water Distribution American Society of Mechanical Engineers (ASME) 818.2.1-2010 Square, Hex, Heavy Hex, and Askew Head Bolts and Hex, Heavy Hex, Hex Flange, Lobed Head, and Lag Screws (Inch Series) NSF International 61-2008 Drinking Water System Components - Health Effects 441.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Associated Appurtenance means structures, devices, and appliances, other than pipe and conduit, which are used in connection with a water distribution system, such as valves, hydrants, corporation cocks, services, and thrust restraints. Backfilling means the operation of filling a trench with bedding, cover, and backfill material, or embedment and backfill material. End Covers means temporary cover installed at the factory over both ends of uninstalled watermain pipe to prevent the entry of contaminants during shipping and storage. Excavation, Earth and Rock means the excavation classified as earth and rock according to OPSS 206. Fitting means connections, appliances, and adjuncts designed to be used in connection with pipe: for example, elbows and bends to alter the direction of a pipe; tees and crosses to connect a branch with a main; plugs and caps to close an end; and bushings, diminishers, or reducers to couple two pipes of different diameters. Service Connection means the system used to supply water from the watermain to the property line. Service Connection Appurtenance Set means the main stop, curb stop, couplings, service box, service box support, and service saddle used in the installation of a service connection. Watermain means an installation designed for the conveyance of water under pressure using circular Pipe. 441.05 MATERIALS 441.05.01 General The pipe size shall be according to the size specified in the Contract Documents. Pipe type and class shall be as specified in the Contract Documents. Page 4 Rev. Date: 11/2012 OPSS.441 Fittings shall be suitable for and compatible with the pipe material and class with which they are used. All material for watermains shall be NSF/ANSI 61 compliant. 441.05.02 Ductile Iron Pipe Ductile iron pipe shall be according to AWWA C1 51/A21.51. - Fittings shall be gray iron according to AWWA C110/A21.10 or ductile iron according to AWWA C110/A21.10 or AWWA C153. Ductile iron pipe and fittings shall be cement lined according to AWWA C1 04/A21.4. Rubber gaskets for push -on or mechanical joints shall be according to AWWA C111/A21.11. 441.05.03 Concrete Pressure Pipe Concrete cylinder pipe including joints and fittings shall be according to AWWA C301 or AWWA C303. Non -cylinder pipe and joints shall be according to AWWA C302 or ASTM C 361. Fittings shall be according to AWWA C302. 441.05.04 Polyvinyl Chloride Pipe 441.05.04.01 General Flexible elastomeric seals for bell and spigot joints shall be according to ASTM D 3139. Fittings for polyvinyl chloride (PVC) and molecularly oriented polyvinyl chloride (PVCO) pipe shall be either: a) Gray iron according to AWWA C110/A21.10. b) Ductile iron according to C110/A21.10 or AWWA C153 and shall be cement lined according to AWWA C104/A21.4. c) Injection moulded polyvinyl chloride, blue in colour and according to AWWA C907 and CSA B137.2. d) Prefabricated polyvinyl chloride, blue in colour and according to AWWA C905 and CSA 13137.3. 441.05.04.02 Polyvinyl Chloride Pipe (PVC) Polyvinyl chloride pipe shall be according to AWWA C900 or AWWA C905 and CSA 6137.3, and shall be blue in colour and supplied complete with gaskets. 441.05.04.03 Molecularly Oriented Polyvinyl Chloride Pipe (PVCO) Molecularly oriented polyvinyl chloride pipe shall be according to AWWA C909 and CSA B137.3.1, and shall be blue in colour and supplied complete with gaskets. 441.05.05 Polyethylene Pipe Polyethylene pressure pipe shall be according to OPSS 1842. Page 5 Rev. Date: 11/2012 OPSS 441 Fittings shall be either: a) Flanged gray iron according to AWWA C110/A21.10. b) Flanged ductile iron according to AWWA C110/A21.10 or AWWA C153 and shall be cement lined according to AWWA C1 04/A21.4. c) Polyethylene according to OPSS 1842. d) Heat fusion or insert or compression type fittings according to CSA 137.1. — 441.05.06 Steel Pipe Steel pipe shall be according to AWWA C200. Fittings shall be according to AWWA C208. Steel pipe _ shall have a cement -mortar protective lining and coating according to AWWA C205. 441.05.07 Copper Pipe Copper pipe for service connections shall be according to ASTM B 88 and shall be type K soft copper. 441.05.08 Composite Pipe Crosslink polyethylene/aluminum/crosslink polyethylene composite pressure pipe for service connections shall be according to CSA 8137.10. 441.05.09 Valves 441.05.09.01 General All valves shall open by operating in a counter clockwise direction. Valves shall be designed for a minimum cold water working pressure of 1,035 kPa. Valve types shall be one of the following: a) Valves less than 75 mm shall be brass or bronze gate valves. b) Valves greater than or equal to 75 mm, and less than or equal to 300 mm, shall be cast or ductile iron gate valves. c) Valves greater than 300 mm up to and including 500 mm shall be gate or butterfly valves. d) Valves greater than 500 mm shall be butterfly valves. Fasteners shall be made from material meeting the strength requirements of ASTM A 307 with dimensions according to ASME 818.2.1. Bolts, studs, and nuts shall be cadmium plated according to — ASTM B 766 or zinc coated according to ASTM A 153 or ASTM B 633. Fasteners for mechanical joints shall be ductile iron according to AWWA C111/A21.11. 441.05.09.02 Service Line Valves — Valves shall be according to AMA C800. Type, pressure class, and end connections shall be as specified in the Contract Documents. Page 6 Rev. Date: 11/2012 OPSS 441 — 441.05.09.03 Gate Valves Gate valves shall be according to AWWA C509. r Stem sealing on non -rising stem valves shall use O-ring type seals that do not require adjustment. L The gate valve end configuration shall be as specified in the Contract Documents. 441.05.09.04 Butterfly Valves Butterfly valves shall be accordingto AWWA WWA C504. Valves shall be short body flanged or mechanical joint, class 15013. Valve shafts shall be stainless steel and, when they project through the body, shall have seals that do not require adjustment. A vertical operating nut shall be provided. Valves shall be provided with an external indicator showin valve position by means of a pointer operating through a 90% arc from open to close. g 441.05.09.05 Air Release and Air/Vacuum Valves Air release and air/vacuum valves shall be single acting type. 441.05.10 Hydrants Hydrants shall be according to AWWA C502. The type shall be as specified in the Contract Documents. 441.05.11 Double Check Valve Backflow Preventers Double check valve backflow preventers shall be according to CSA 864.5 or AWWA C510. 441.05.12 Service Connection Fittings and Appurtenances Main stops, curb stops, couplings, service boxes, and service saddles shall be as recommended by the manufacturer of the service connection pipe. C 441.05.13 Concrete Concrete for thrust blocks and fitting and appurtenance supports shall be according to OPSS 1350 with a nominal minimum 28 -Day compressive strength of 20 MPa. 441.05.14 Mortar Mortar for joints shall be composed of one part Portland cement and three parts mortar sand, wetted with sufficient water to make the mixture plastic. The mortar sand shall be according to OPSS 1004, the Portland cement shall be according to OPSS 1301, and the water shall be according to OPSS 1302. 441.05.15 Straps, Tie -Rods, Angles, Nuts, and Bolts Stainless steel straps, tie -rods, angles, nuts, and bolts used with concrete thrust blocks shall be according to ASTM A 276, Type 316 stainless steel. Page 7 _ Rev. Date: 11/2012 OPSS 441 441.07 CONSTRUCTION 441.07.01 General The work for the installation of watermains shall include all watermain pipe, bends, tees, fittings, and thrust restraints and the testing of the watermain system. The interior of all pipe, fittings, and other accessories shall be kept clean and free from undesirable material at all times. 441.07.02 Site Preparation Site preparation shall be according to OPSS 490. 441.07.03 Removals Removals shall be according to OPSS 510. 441.07.04 Preservation and Protection of Existing Facilities Preservation and protection of existing facilities shall be according to OPSS 491. 441.07.05 Protection Against Floatation Damage to the pipeline due to floatation shall be prevented during construction and until completion of the works. 441.07.06 Cold Weather Work All work shall be protected from freezing. Pipe and bedding material shall not be placed on frozen ground. 441.07.07 Transporting, Unloading, Storing, and Handling Pipe All pile, fittings, and gaskets that are unsound or damaged shall be rejected. All pine up to and including 600 mm diameter shall be delivered to the Work Area with end covers and a tamper evident seal on only the bell end. These components shall adhere sufficiently to withstand the stre-ses caused during shipment. A w.iterproof seal is not required on the end covers. Tarper evident seals shall display the manufacturers name or logo or both. Seals shall straddle the end cov;r and the pipe. Removal of the cover shall render the tamper evident seal unusable either by bre;:3king the seal or by leaving a message such as "VOID" on the pipe. Tamper evident seals are not repaired for non -reusable heat shrink plastic covers or foam plugs with punch -out centres. Pipe delivered to the construction site with damaged or missing end covers shall be field cleaned to remove all undesirable material along the entire length of the interior of the pipe and the end covers reinstalled. Manufacturer's recommendations for transporting, unloading, storing, and handling of materials shall be followed. Page 8 Rev. Date: 11/2012 OPSS 441 441.07.08 Excavation Excavation for the installation of watermains shall be according to OPSS 401. 441.07.09 Support Systems Support systems shall be according to OPSS 404. - 441.07.10 Dewatering Dewatering shall be according to OPSS 517. 441.07.11 Temporary Protection Systems The construction of temporary protection systems shall be according to OPSS 539. When the stability, safety, or function of an existing roadway, railway, watercourse, other works, or proposed works may be impaired due to the method of operation, protection shall be provided. Protection may include sheathing, shoring, and piling when necessary to prevent damage to such works or proposed works. 441.07.12 Temporary Potable Water Supply Services _ Temporary potable water supply services shall be according to OPSS 493. 441.07.13 Backfilling and Compacting Backfilling and compacting shall be according to OPSS 401. 441.07.14 Installation of Pipe Pipe shall be laid in a dry trench. Pipe shall be laid within the alignment and grade tolerances specified in the Contract Documents. The barrel of each pipe shall be in contact with the shaped bed throughout its full length. When the Owner raises or lowers the invert of a watermain by up to 150 mm, it shall not constitute a Change in the Work and no adjustment shall be made to the payment. When the invert of a watermain is raised or lowered by more than 150 mm, then this shall constitute a Change in the Work for the full extent of the change from the original grade. Pipe shall be kept clean and dry as work progresses. A removable watertight bulkhead shall be installed at the open end of the last pipe laid whenever work is suspended. Pipe shall not be laid until the preceding pipe joint has been completed and the pipe carefully embedded and secured in place. 441.07.15 Jointing 441.07.15.01 General End covers shall be removed immediately prior to jointing. Joint surfaces shall be clean. Pipe ends shall be lubricated with material recommended by the pipe manufacturer. Manufacturer's instructions for jointing pipe shall be followed. Page 9 Rev. Date: 11/2012 OPSS 441 1 Joints and all connections shall be made watertight. All bolts, nuts, couplings, rubber rings, and connecting pieces shall be cleaned thoroughly before installation. Pipe shall be aligned on centreline to previously laid pipe. Pipe shall be pulled or pushed only by a hand -operated winch. A backhoe shall not be used for pushing pipe. Joints shall be prevented from opening after the pipe has been laid. 441.07.15.02 Ductile Iron Pipe Mechanical Joints: The gland shall be positioned on the pipe with the lip extension toward the joint. The gasket shall be slipped on the pipe with the thick edge towards the gland. The spigot end shall be pushed to its seat in the bell. The gasket shall be pressed to seat it evenly around the joint. The gland shall be positioned for bolting and the bolts shall be inserted. All nuts shall be hand tightened. The nuts shall be tightened half a turn at a time with a calibrated torque wrench. All nuts shall be tightened uniformly to the torque specified in AWWA C111/A21.11. Bell and Spigot Joints: The gasket shall be placed in the groove of the bell making certain it is properly seated. The gasket shall be lubricated. Pipe to be joined shall be aligned and the spigot shall be carefully entered into the bell until the spigot end just makes contact with the gasket. The entry of the spigot into the bell shall be completed by hand or by the use of a hand operated winch until the second reference mark is flush with the face of the bell. 441.07.15.03 Concrete Pressure Pipe Bell and Spigot Joints: A cotton or burlap diaper shall be placed around the bell end of the pipe already in place. A rubber gasket shall be placed on the spigot end of the pipe to be laid ensuring that the stretch and volume of the gasket is equalized around the entire circumference of the pipe. The gasket and spigot shall be lubricated prior to the spigot end being inserted home into the bell end. The pipe shall be aligned and the spigot end shall be inserted into the bell of the pipe already in place. Steel inserts shall be placed in the joints to prevent the spigot from entering the full depth of the bell. The location of the rubber gasket shall be checked around the entire circumference of the joint. The steel insert shall be removed and the pipe pushed until the spigot enters the full depth of the socket and is retained in position. Ensure that the diaper is carefully placed around the joint recess. Cement mortar shall be poured around the assembled joint. Page 10 Rev. Date: 11/2012 OPSS 441 441.07.15.04 Polyvinyl Chloride Pressure Pipe - PVC and PVCO Joints shall be bell and spigot with rubber gaskets. If gaskets are supplied separately, they shall be inserted in the groove of the bell end of the pipe. The spigot shall be lubricated. The spigot end shall be inserted and pushed into the bell up to but not beyond the depth of the stop reference mark. 441.07.15.05 Polyethylene Pressure Pipe Polyethylene pipe 100 mm diameter and larger shall be joined by the thermal butt fusion process. Procedures recommended by the pipe manufacturer shall be followed. Polyethylene pipe 75 mm diameter and smaller shall be joined with heat fusion or insert or compression type fittings that are recommended by the pipe manufacturer and that prevent pull-out and resist creep deformation at full test pressure. Connections to non -polyethylene fittings and appurtenances 50 mm diameter and larger shall be made with flanged joints according to the manufacturer's recommendations. Bolts shall be tightened to the torque specified by the manufacturer for the particular size and type of stub end. 441.07.15.06 Steel Pipe Steel pipe shall be jointed according to AWWA C200. Field welding for joints shall be according to AWWA C206. 441.07.15.07 Service Connection Pipe Service connection pipe shall be jointed as recommended by the manufacturer. 441.07.16 Cutting of Pipe Whenever cutting of pipe is required, the pipe shall be cut according to the recommendations of the pipe manufacturer. After cutting the pipe, the interior of the pipe shall be cleaned and the end cover replaced until the pipe is installed. 441.07.17 Change in Line and Grade 441.07.17.01 Ductile Iron Pipe Fabricated bends shall be provided for changes in line and grade of 11.25% or more. Deflections of less than 11.25%o may be made using a series of pipe joint deflections. The manufacturer's recommendation in deflecting any single pipe joint shall not be exceeded. 441.07.17.02 Concrete Pressure Pipe Fabricated bends, bevel adaptors, or elbows shall be used for changes in line or grade greater than 5%. Changes in line or grade less than 5% shall be made using a manufactured joint or bevel connection or may be made over several joints. The manufacturer's joint deflection recommendations shall not be exceeded. 441.07.17.03 Polyvinyl Chloride Pipe - PVC and PVCO Polyvinyl chloride pipe joints may be deflected but shall not exceed the manufacturer's recommendations. Otherwise, fabricated bends shall be used. Page 11 Rev. Date: 11/2012 OPSS 441 441.07.17.04 Polyethylene Pipe Use of pipe flexibility may be allowed but shall not exceed the manufacturer's recommendations. 441.07.17.05 Steel Pipe Fabricated bends shall be used at all changes in line or grade, unless the change can be accomplished by deflections at pipe joints without exceeding the manufacturer's recommendation for deflection at pipe joints. 441.07.18 Installation of Valves and Fittings 441.07.18.01 General The work for the installation of valves and fittings shall include the valves and couplings and valve boxes, when valve boxes are specified in the Contract Documents. Valves and fittings shall be installed in locations and be of the type specified in the Contract Documents. Valves and connecting pipe shall be aligned accurately and supported as specified in the Contract Documents. Valves and fittings do not require end covers but shall be field cleaned prior to installation. 441.07.18.02 Air Release and Air/Vacuum Valves Air release and air/vacuum valves shall be installed at locations specified in the Contract Documents. Each air release and air/vacuum valve shall be provided with an isolating valve. 441.07.19 Installation of Hydrant Sets The work for the installation of hydrant sets shall include the placing of hydrants, hydrant isolating valves, hydrant leads, restraining devices, and support devices. Hydrant sets shall be installed at locations specified in the Contract Documents. The hydrant shall be plumb with the nozzles parallel to the edge of pavement or curb line and the pumper connection facing the roadway. 441.07.20 Installation of Service Connections A service connection shall consist of a service connection pipe and a service connection appurtenance set and shall be installed at locations and be of the size specified in the Contract Documents. Service connection pipe shall be installed by pressure tap connection or saddles. Service connections on plastic watermains shall be installed using service saddles or tapped couplings. Curb stop valve boxes shall be installed vertically and flush with the final grade elevation. 441.07.21 Shutting Down or Charging Mains At no time shall watermains be shut down or charged or valves operated without permission from the Contract Administrator. 441.07.22 Connections to Existing Watermains The work of connecting to existing watermains shall include the removal of all plugs, caps, blow offs, and thrust blocks from an existing watermain or fitting, and the installation of the connection. Page 12 Rev. Date: 11/2012 OPSS 441 r - r - All connections to existing watermains shall be made under the supervision of the Contract Administrator. 441.07.23 Thrust Restraints All connections, caps, and bends shall be restrained by concrete blocking and/or restrained joints as specified in the Contract Documents. Concrete for thrust blocks shall be placed against undisturbed ground. Joints and couplings shall remain free from concrete. Only restrained joint products specifically designed for use with the pipe material shall be used. r 441.07.24 Hydrostatic Testing 441.07.24.01 General Hydrostatic testing shall be conducted under the supervision of the Contract Administrator upon completion of the watermain, including services and backfilling. (- A test section shall be either a section between valves or the completed watermain. Test pressure shall be 1,035 kPa. The test section shall be filled slowly with water and all air shall be removed from the pipeline. A 24-hour absorption period may be allowed before starting the test. The test section shall be subjected to the specified continuous test pressure for 2 hours. 441.07.24.02 Polyethylene Pipe The test procedure shall consist of initial expansion and test phases. r- During the initial expansion phase, the test section shall be pressurized to the test pressure and sufficient make-up water added each hour for 3 hours to return to test pressure. The test phase begins after the initial expansion phase. lThe test phase shall be 2 hours after which a measured amount of make-up water is added to return the test pressure. If the amount of make-up water added does not exceed the value in Table 1, leakage is not indicated. If the amount of make-up water exceeds the Table 1 value, all leaks shall be located and repaired and the test section shall be retested until a satisfactory result is obtained. The test duration should not exceed 8 hours. If the pressure test is not completed, the test section shall be de -pressurized and allowed to relax for at least 8 hours before bringing the test section up to pressure again, 441.07.24.03 Other Pipe i_. A period of 24 hours shall be allowed before starting the test. The test section shall be subject to the specified continuous test pressure for 2 hours. l_ The leakage is the amount of water added to the test section to maintain the specified test pressure for - the test duration. The measured leakage shall be compared with the allowable leakage as calculated for the test section. The allowable leakage is 0.082 litres per millimetre of pipe diameter per kilometre of pipe for the 2 -hour test period. If the measured leakage exceeds the allowable leakage, all leaks shall be located and repaired and the test section shall be retested until a satisfactory result is obtained. r-- 1 Page 13 Rev. Date; 11/2012 OPSS 441 n -J 441.07.25 Flushing and Disinfecting Watermains Flushing and disinfecting operations shall be conducted under the supervision of the Contract Administrator. The watermain shall be flushed to achieve a minimum velocity of 0.76 m/sec otherwise the watermain shall be swabbed. The Contract Administrator shall be notified at least 2 Business Days in advance of the proposed date on which flushing and disinfecting operations are to commence. Watermains shall be flushed in a sequence approved by the Contract Administrator. The Contract Administrator may permit or require the flushing to be carried out in stages as sections of the system are completed. Flushed sections shall be protected from contamination. After flushing is completed, water from the existing distribution system shall be allowed to flow at a controlled rate into the new pipeline. Liquid chlorine solution shall be introduced so that the chlorine is distributed throughout the section being disinfected. The chlorine shall be applied so that the chlorine concentration is 50 mg/litre minimum throughout the section. The system shall be left charged with the chlorine solution for 24 hours. Sampling and testing for chlorine residual shall be carried out by the Contract Administrator. The chlorine residual shall be tested in the section after 24 hours. If tests indicate a chlorine residual of 25 mg/litre minimum, the section shall be flushed completely and recharged with water normal to the operation of the system. If the test does not meet the requirements, the chlorination procedure shall be repeated until satisfactory results are obtained. Twenty-four hours after the system has been recharged, the Contract Administrator shall take samples for bacteriological tests. Samples shall be collected from every 350 m of the new watermain plus one sample from the end of each of the line and at least one sample from each branch. If there is indication of contamination, the disinfection procedure shall be repeated. The system shall not be put into operation until approval has been given by the Contract Administrator 441.07.26 Site Restoration Site restoration shall be according to OPSS 492. 441.07.27 Management of Excess Material Management of excess material shall be according to the Contract Documents. All chlorinated water used for testing, flushing, or disinfecting watermains shall be disposed of safely The method of disposal of chlorinated water is subject to the approval of the Contract Administrator. 441.09 MEASUREMENT FOR PAYMENT 441.09.01 Actual Measurement 441.09.01.01 Watermains Measurement of watermains shall be by length in metres along the horizontal centreline of the pipe from the point of connection to a chamber, water treatment plant, or existing watermain to a point vertically above the end of the new watermain. Page 14 Rev. Date: 11/2012 OPSS 441 441.09.01.02 Valves For measurement purposes, a count shall be made of the number of valves installed, regardless of the type and size. 441.09.01.03 Hydrant Sets For measurement purposes, a count shall be made of the number of hydrant sets installed, regardless of the type. 441.09.01.04 Service Connection Pipe Measurement of service connection pipe shall be by length in metres along the horizontal centreline of the pipe from the point of connection at the watermain to a point vertically above the end of the service connection. 441.09.01.05 Service Connection Appurtenance Sets For measurement purposes, a count shall be made of the number of service connection appurtenance sets installed. 441.09.01.06 Connections to Existing Watermains For measurement purposes, a count shall be made of the number of connections made to existing watermains. 441.09.02 Plan Quantity Measurement . When measurement is by Plan Quantity, such measurement shall be based on the units shown in the clauses under Actual Measurement. 441.10 BASIS OF PAYMENT 441.10.01 Watermains - Item Valves - Item Hydrant Sets - Item Service Connection Pipe - Item Service Connection Appurtenance Sets - Item Connections to Existing Watermains - Item Payment at the Contract price for the above tender items shall be full compensation for all labour, Equipment, and Material to do the work. Page 15 Rev. Date: 11/2012 OPSS 441 TABLE 1 Test Phase Make -Up Amount for Pressure Polyethylene Pipe Pipe Diameter mm Make -Up Water litre/km 30 12.38 40 12.38 50 13.62 75 18.60 100 31.00 150 74.50 200 124.20 250 161.40 275 248.30 300 285.60 350 335.20 400 409.70 450 533.90 500 682.90 550 869.10 600 1,105.00 700 1,378.20 800 1,775.50 900 2,234.90 1,000 2,731.60 1,050 3,104.00 1,200 3,973.20 1,350 5,152.70 1,600 7,449.70 Page 16 Rev. Date: 11/2012 OPSS 441 r - I Appendix 441-A, November 2012 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed In this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The designer may consider including soil boring data, a geotechnical report, a subsurface report, or a soils report in the Tender Documents. The designer should include the following in the Contract Documents: - Pipe size, type, and class. (441.05.01) - Service line valve type, pressure class, and end connections. (441.05.09.02) - Gate valve end configuration. (441.05.09.03) - Type of hydrants. (441.05.10) - Alignment and grade tolerances for the pipe installation. (441.07.14) - Valve type and location. (441.07.18.01) - Air release and air/vacuum valve locations. (441.07.18.02) - Location of hydrant sets. (441.07.19) - Location and size of service connections. (441.07.20) - Thrust restraints. (441.07.23) The designer should determine if valve boxes are needed and, if so, they should be specified in the Contract Documents. (441.07.18.01) Corrosion protection system provisions should be specified, if appropriate. Tracer wire or tracer tape should be specified, if appropriate. Under conditions of high ground water, external fluids may enter via air release and air/vacuum release valves; therefore, appropriate measures should be taken. The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. 1 Page 17 Rev. Date: 11/2012 OPSS 441 j Appendix 441-A Related Ontario Provincial Standard Drawings OPSD 1101.012 Precast Concrete Valve Chamber with Poured -In -Place Thrust Blocks, 1800 x 2400 mm, Components OPSD 1101.013 Precast Concrete Valve Chamber with Poured -In -Place Thrust Blocks, 1800 x 2400 mm, Riser and Base OPSD 1101.014 Precast Concrete Valve Chamber with Poured -In -Place Thrust Blocks, 1800 x 2400 mm, Thrust Blocks OPSD 1101.015 Precast Concrete Valve Chamber with Poured -In -Place Thrust Blocks, 1800 x 2400 mm, Chimney and Cap OPSD 1101.016 Precast Concrete Valve Chamber with Poured -In -Place Thrust Blocks, 2400 x 3000 mm, Components OPSD 1101.017 Precast Concrete Valve Chamber with Poured -In -Place Thrust Blocks, 2400 x 3000 mm, Riser and Base OPSD 1101.018 Precast Concrete Valve Chamber with Poured -In -Place Thrust Blocks, 2400 x 3000 mm, Thrust Blocks OPSD 1101.019 Precast Concrete Valve Chamber with Poured -In -Place Thrust Blocks, 2400 x 3000 mm, Chimney and Cap OPSD 1101.020 Valve Operator OPSD 1103.010 Concrete Thrust Blocks for Tees, Plugs, and Horizontal Bends OPSD 1103.020 Concrete Thrust Blocks for Vertical Bends OPSD 1104.010 Water Service Connection, 19 and 25 mm Diameter Sizes OPSD 1104.020 Water Service Connection, 32, 38, and 50 mm Diameter Sizes OPSD 1104.030 25 mm Blow Off Installation OPSD 1105.010 Hydrant Installation OPSD 1107.010 Piping Layout for Water Meters 50 mm and Smaller in Chambers OPSD 1107.020 Piping Layout for Water Meters 75 to 250 mm in Chambers with By -Pass OPSD 1107.030 Piping Layout for Water Meters in Building with By -Pass OPSD 1108.010 Cast -In -Place Water Meter Chamber for 75 to 250 mm Meters OPSD 1109.010 Cathodic Protection for Metallic Watermain Systems OPSD 1109.011 Cathodic Protection for PVC Watermain Systems OPSD 1109.012 Cathodic Protection off Existing Metallic Watermains, Exposed Service or Pipe Method OPSD 1109.013 Anode Installation Over Pipe Method for Existing Metallic Watermains OPSD 1109.014 Horizontal Anode Bank at Service OPSD 1109.015 Vertical Anode Bank at Service OPSD 1109.025 Waterproofing of Splices Page 18 Rev. Date: 11/2012 OPSS 441 ;'PCO 9T,4Np'9 ONTARIO o P ° PROVINCIAL s� STANDARD SPECIFICATION METRIC OPSS 442 NOVEMBER 2010 (Formerly OPSS 702, November 2008) 442.01 SCOPE This specification covers the requirements for providing corrosion protection to watermains and their metallic components using galvanic anodes, or petrolatum or petroleum wax tape coating systems, or both methods in typical soil conditions on new PVC watermains, new metallic watermains, and existing metallic watermains. Galvanic anode methods include the over pipe method, anode bank method, and exposed watermain methods. This specification also covers the requirements for corrosion monitoring for concrete pressure pipe. Page 1 Rev. Date:11/2010 OPSS 442 (Formerly OPSS 702, November 2008) CONSTRUCTION SPECIFICATION FOR CORROSION PROTECTION OF NEW AND EXISTING WATERMAINS TABLE OF CONTENTS 442.01 SCOPE 442.02 REFERENCES 442.03 DEFINITIONS 442.04 DESIGN AND SUBMISSION REQUIREMENTS - Not Used 442,05 MATERIALS 442.06 EQUIPMENT - Not Used 442.07 CONSTRUCTION 442.08 QUALITY ASSURANCE 442.09 MEASUREMENT FOR PAYMENT 442.10 BASIS OF PAYMENT APPENDICES 442-A Commentary 442.01 SCOPE This specification covers the requirements for providing corrosion protection to watermains and their metallic components using galvanic anodes, or petrolatum or petroleum wax tape coating systems, or both methods in typical soil conditions on new PVC watermains, new metallic watermains, and existing metallic watermains. Galvanic anode methods include the over pipe method, anode bank method, and exposed watermain methods. This specification also covers the requirements for corrosion monitoring for concrete pressure pipe. Page 1 Rev. Date:11/2010 OPSS 442 (Formerly OPSS 702, November 2008) 442.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. 442.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices.. 442.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 441 Watermain Installation in Open Cut OPSS 490 Site Preparation for Pipelines, Utilities, and Associated Structures OPSS 492 Site Restoration Following Installation of Pipelines, Utilities, and Associated Structures CSA Standards C22.2 No. 197-M1983 (2008) PVC Insulating Tape Page 2 Rev. Date:11/2010 OPSS 442 (Formerly OPSS 702, November 2008) ASTM International B 418-09 Cast and Wrought Galvanic Zinc Anodes B 843-07 Magnesium Alloy Anodes for Cathodic Protection G 97-97(2007) Standard Test Method for Laboratory Evaluation of Magnesium Sacrificial Anode Test Specimens for Underground Applications American Water Works Association (AWWA) C217-09 Petrolatum and Petroleum Wax Tape Coatings for the Exterior of Connections and Fittings for Steel water Pipelines Underwriters Laboratories of Canada (ULC) UL 467-09 Grounding and Bonding Equipment 442.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Anode means the electrode of an electrochemical cell where corrosion occurs and metal ions enter solution. An anode refers to a packaged anode consisting of the casting, chemical packing material, lead wire, tube, and label. Anode Chemical Packing means select materials used to surround an anode in .its tube in order to improve current efficiency, reduce local corrosion of the anode casting, help keep the anode moist, and increase the effective anode size and, for zinc, prevent the passivation of the anode. Anode Type means both the material and the size of the anode shown in Table 1, which is included in the A -WW -LL label on the outside of the anode. The A location indicates the casting alloy material, Z for __. zinc and M for magnesium. The WW indicates the weight of the casting in pounds and the LL indicates the length of the casting in inches. Associated Appurtenances means structures, devices, and appliances, other than pipe and conduit that are used in connection with a water distribution system, such as valves, hydrants, saddles, corporation and main stops, curb stops, services, and thrust restraints. Backfill means material placed in a hole to fill the space around the anodes and other portions of the project. Bonding means the joining of metallic components together to ensure complete electrical continuity throughout the piping system. Cathodic Protection means a technique to control the corrosion of a metal surface by making that surface the cathode of an electrochemical cell. Certified Cathodic Protection Specialist means a person that has received Cathodic Protection Specialist Certification by NACE International. Coating means a dielectric material applied to a structure to separate it from the environment. Corrosion Protection means corrosion control of a metal surface either by coatings or cathodic protection or both. Page 3 Rev. Date: 11/2010 OPSS 442 (Formerly OPSS 702, November 2008) Engineer means a professional engineer licensed by the Professional Engineers Ontario to practice in the Province of Ontario. Fittings means as defined in OPSS 441. Galvanic Anode means a metal that provides protection to metals that are more noble in the galvanic series when coupled in an electrolyte. This is in contrast to impressed current anode systems that use an external direct current power source between the cathode and anode bed. Ground Clamp means a copper clamp device used to connect a wire to copper service tubing in order to create an electrical connection to earth. Holiday means a discontinuity in the coating. Mastic means a cold applied self-supporting petrolatum compound containing beads of closed cell polymer and flow control additives for molding irregular shapes. Metallic Components means metallic hydrants, valves, fittings and associated appurtenances designed to be used in connection with pipes. Metallic Watermain or Pipe means a ductile iron, cast iron, or steel watermain pipe, excluding copper services. Negative Lead means the wire running from the watermain or service pipe to the test station. Petrolatum means a purified mixture of semisolid hydrocarbons obtained from petroleum jelly. Petroleum Wax means a refined mixture of solid hydrocarbons, paraffinic in nature, obtained from petroleum. It may be prepared as a refined paraffin wax or as a microcrystalline wax. Primer means a soft compound of petrolatum or petroleum wax containing moisture displacing corrosion inhibiting compounds. Tape means a cold applied saturant tape made from either petrolatum or petroleum wax and a noncellulosic synthetic fiber fabric. Tape Coating System means the finished product consisting of the petrolatum or petroleum wax primer, mastic, where applicable, and tape. Test Station means a pole or flush mounted terminal that is used to conveniently monitor electrical currents and potentials associated with galvanic cathodic protection systems. Thermite Weld means a permanent low resistance electrical connection made by a powder welding process using an exothermic copper -depositing mixture ignited in a graphite mold. Watermains means as defined in OPSS 441. - 442.05 MATERIALS 442.05.01 Zinc and Magnesium Anodes 442.05.01.01 Zinc Anode Castings Zinc anode castings shall have a high potential alloy composition according to ASTM B 418, Type II. Page 4 Rev. Date: 11/2010 .OPSS 442 (Formerly OPSS 702, November 2008) I F 442.05.01.02 Magnesium Anode Castings 'l Magnesium anode castings shall have a composition according to ASTM B 843 minimum current efficiency of 50% and shall be according to ASTM G 97. Type M1 -C, and have a 442.05.01.03 Steel Core of Anode Castings The steel core of the anode castings shall be electro -galvanized and extend 7510 of the anode length. 442.05.02 Anode Packaging The magnesium and zinc anode castings shall be supplied complete with an anode lead wire and shall be centred in and surrounded by chemical packing material. The anode casting and chemical packing shall be contained within a biodegradable, water permeable cardboard tube of sufficient durability to permit normal handling without appreciable damage. Anode castings and overall packaging shall meet the requirements specified in Table 1. 442.05.02.01 Anode Chemical Packing Composition The chemical packing material shall have an electrical resistivity of less than 45 ohm -cm when saturated with distilled water, a compacted density of 1.5 9/cm3, and the following composition: L_ Chemical Packing Component % by Volume �. Gypsum 77 ± 2% Bentonite 15 + 1 °�u Sodium Sulphate 8 ± 1% 442.05.02.02 Labelling All anodes shall be labelled on the outside of the cardboard tube indicating the type and the specification designation OPSS 442, as follows: a) For each zinc anode, each tube shall be labelled as follows: �— A -WW -LL Anode According to OPSS 442 (e.g., Z-6-12 Anode According to OPSS 442) b) For each magnesium anode, each tube shall be labelled as follows: A -WW -LL Anode According to OPSS 442 (e.g., M-17-20 Anode According to OPSS 442) The letters shall be a minimum of 25 mm in height. 442.05.03 Petrolatum and Petroleum Wax Tape Coatings Petrolatum and petroleum wax tape coating system components shall be according to the material requirements of AWWA C217. 442.05.04 Wires Bond wires shall be 450 mm in length with TWU or RWU-90 black insulation with AWG #4/7 strand copper wire or, when specified, AWG #1/0 - 19 strand copper wire. Anode wires shall be 3.0 m in length of AWG #10/7 strand copper wire having RWU-90 insulation, blue for magnesium anodes, and white for zinc anodes, and shall be silver soldered to the steel core of the anode casting. Page 5 Rev. Date:11/2010 OPSS 442 (Formerly OPSS 702, November 2008) Anode header wires for anode banks shall be AWG #10/7 strand wire with red RWU-90 insulation. Negative wires from test stations to ground clamps or pipe shall be AWG #10/7 strand wire with RWU-90 black insulation. Wire for corrosion monitoring probes for concrete pressure pipe shall be AWG #10/7 strand wire with RWU-90 black insulation. Wire for connecting the watermain negative wires from the pipe joint bonding wire of concrete pressure pipe to the test station shall be AWG #4/7 strand wire with RWU-90 black insulation. 442.05.05 Test Stations Each test station shall consist of a non-conductive housing and lid and shall be either flush -mounted or post -mounted as specified in the Contract Documents. The lid shall be supplied with a stainless steel locking bolt and an Allen key head and shall be blue in colour. The terminal board shall include 5 stainless steel terminals and one nickel plated copper bonding or shorting strap. All terminals shall have two stainless steel nuts for locking purposes. a) Flush -mounted test stations shall be mounted on a 300 mm length of 150 mm diameter UV stabilized polyethylene or polycarbonate pipe. b) Post -mounted test stations shall be mounted on a 1,500 mm length of 32 mm diameter PVC or UV stabilized polyethylene pipe and fastened securely to a suitable support. 442.05.06 Thermite Welds The thermite weld material shall be as follows: Thermite Molds or Welders: a) Shall be suitable for the wire, connection type, and orientation. b) Shall have a handle and lid. c) Shall be made of graphite or synthetic graphite, be able to withstand high temperatures, and be designed to provide an average life of not less than 50 separate exothermic welds. d) Shall be from the same manufacturer as the weld metal. Thermite Powder Cartridges: a) Shall be suitable for the pipe material. b) Weld metal shall contain vanadium, but not tin. c) Weld metal shall be sealed in a suitable capsule and be identified with the part number and size and type of metals to be connected, such as copper to steel or copper to ductile iron. d) The batch control numbers shall be packaged with the product prior to shipment from the factory. Starting Material: a) When used, shall consist of aluminum, copper, and iron oxide materials. It shall not contain phosphorous or any caustic, toxic, or explosive substances. Page 6 Rev. Date:11/2010 OPSS 442 (Formerly OPSS 702, November 2008) b) When used, shall be electrical igniters that have a lead length of 1.83 m or greater and use an electric ignition system that does not use spark ignition material. - Thermite Weld Protective Barrier Covers: a) Shall be moulded plastic domes filled with corrosion resistant compound on a base of thick elastomeric tape. b) Shall use an integrated primer in its adhesive. Thermite Weld Protective Barrier Coatings: a) Shall bond firmly to surfaces without the use of primers and form a tough coating resistant to oxidizing, cracking, alligatoring, checking, loosening, or scaling. b Shall be composed of heavy mastic with synthetic elastomeric additives in mixed solvent. 442.05.07 Miscellaneous Materials Ground clamps for copper water services shall be UL 467 listed for direct burial, high strength, high conductivity, and a minimum of 80% copper alloy. Direct Bury Lugs: a) Shall be one piece, high impact housing, pre -filled with silicone providing waterproof and corrosion Proof protection and be designed for long term direct bury applications. b) Shall be able to connect to header wire without cutting the header wire. c) Shall tighten with a screwdriver. d) Shall have high impact housing without sharp edges to prevent cuts or handling discomfort. e) Shall be designed for use with wires from #14 to #10 AWG or larger and under 50 volts. Wire splicing kits for cathodic protection systems shall be waterproof and suitable for direct bury applications. C, CTa Taps all be as specified in the Contract Documents. r- The solder shall be 60% tin and 40% lead mix, resin core type. L. Moisture proofing shall be fast drying sealant and bonding compound specifically designed for coating electrical connections. �. Insulating putty shall be dielectric, easy to handle and a I suitable for filling voids and irregular surfaces. pp y, have excellent adhesion to surfaces, and be Self -amalgamating tape shall be made using modified silicone rubber compound that forms a moisture - proof C abrasion -resistant bond. Tae shallgan Tape have high dielectric strength, adhering to itself creating an immediate permanent bond even when wet. Rubber splicing tape shall be 25 mm wide waterproof neoprene. Electrical tape shall be 25 mm wide PVC electrical tape, rated for 600 V with a working temperature of -10 to 90 °C, and according to CSA C22.2 No. 197. Page 7 Rev. Date: 11/2010 OPSS 442 (Formerly OPSS 702, November 2008) 442.07 CONSTRUCTION 442.07.01 General The methods for corrosion protection shall be as specified in the Contract Documents. Anodes shall be installed complete with their cardboard tube container and enclosed chemical packing. 442.07.02 Site Preparation Site preparation shall be according to OPSS 490. 442.07.03 Transporting, Unloading, Storage, and Handling Materials Anodes and other materials that can be damaged by exposure to the elements shall be stored in a clean dry secured enclosure until installation. Anodes shall not be carried or lowered by their lead wires. 442.07.03 Anode Installation 442.07.03.01 Existing Metallic Watermains - Over Pipe Method Prior to installation, the location for each anode and test station shall be marked with a white stake or white paint on paved areas and shall be approved by the Contract Administrator. Anodes shall be of the type and spacing specified in Table 2. The first anode at each end of the watermain shall be within 3.0 m of the end of the watermain. Anode locations may be shifted a maximum of 3.0 m to avoid driveways and other paved areas. Each anode site shall be excavated with an auger or a vacuum excavator to expose the top of the pipe and accommodate the anode to be installed. The diameter of the hole shall be a maximum of 500 mm. The anode wire shall be thermite welded to the metallic pipe and the connection protected. The excavation shall be partially backfilled with native backfill so that the anode shall reside 300 mm above the watermain. The excavation shall be backfilled with material matching the existing subgrade that shall be manually compacted and thoroughly watered. Granular subbase and base profiles shall be reinstated above the subgrade. 442.07.03.02 Existing Metallic Watermains - Anode Bank Method The anode bank method applies to both vertical and horizontal anode banks for the purpose of retrofitting _ existing metallic watermains with cathodic protection. Anodes and anode banks shall be of the type and spacing specified in Table 3. Anode banks shall be installed on the side of the street opposite to the watermain. Anodes shall be installed so the centre of the anode is at the same depth as the service to which they are being attached J or a minimum of 2.0 m below the finished grade, whichever is greater. The anode leads shall be spliced to the header wires using one of the approved wire splicing methods. i� �i Page 8 Rev. Date:11/2010 OPSS 442 (Formerly OPSS 702, November 2008) 442.07.03.03 Existing Metallic Watermains - Exposed Pipe or Service Meth d When an existing watermain is not cathodical) o watermain or associated services are exposed protected, the anodes of otherworkwherever the existing installation or watermain break repair). ( g., another Utility Anodes to be used for this application shall be magnesium type M-32-22. Anodes shall be installed at least 1.5 m horizontally away from the watermain pipe and as deep as the bottom of the excavation. Anodes shall be spaced as far apart in the trench as the wires and trench permit. The anode lead shall be electrically connected to the water piping by connecting to either: a) A copper or lead service pipe using a ground clamp. b) The watermain using the thermite weld procedure. 442.07.03.04 New Metallic Watermains and Copper Services Anodes shall be of the type and spacing specified in Table 4. Anodes shall also be installed as follows: a) On the lateral piping of each hydrant. b) At each metallic component. Anodes shall be installed at least 1.0 m horizontally away from the watermain or service pipes and as deep as the bottom of the pipes. The minimum distance between anodes shall be 1 n m 442.07.03.05 New Polyvinyl Chloride Watermains with Metallic Components Anodes shall be of the type and spacing specified in Table 5. Anodes shall be installed at least 1.0 m horizontally away from the metallic component and as deep as the bottom of the metallic component. The minimum distance between anodes shall be 1.0 m. 442.07.03.06 New Watermains with Metallic Components All metallic components specified in the Contract Documents shall be protected using corrosion protection methods as specified in the Contract Documents. 442.07.04 Corrosion Monitoring for Concrete Pressure Pipe The locations for corrosion monitoring test stations shall be as specified in the Contract Documents. All concrete watermains shall include bonding wires connected by thermite weld to provide electrical continuity. Anodes shall not be required. All concrete pressure pipe sections, including pipe within jacking and boring encasement pipe and all bevel and bend fittings shall have two electrical bonding connections on each side, located 45° off the vertical. Corrosion test monitoring stations for concrete pressure pipe shall include three probes or pipe coupons at each station. The probes shall be connected to the test monitoring station with approved wire. Page 9 Rev. Date: 11/2010 OPSS 442 (Formerly OPSS 702, November 2008) 442.07.05 Test Station Installation - General Test stations shall be installed at locations as follows: a) Where they do not interfere with or present a hazard to pedestrian or vehicular traffic and at the nearest property line, whenever possible. b) For new metallic watermains, over pipe method, and concrete pressure pipe, at each hydrant and, if there are no hydrants, start within 20 m of the project limit and locate at 150 m intervals along the watermain. c) At each anode bank. Flush -mounted test stations shall be installed flush with the ground, sidewalk, or pavement surface. Post - mounted test stations shall be mounted so that the top of the cover is 600 mm above the surface. The anode lead may be extended using an additional length of the same type of wire spliced with an approved splice connection method. Except for corrosion monitoring applications, test station connections shall be as follows: a) The two negative leads shall be brought into the test station and connected to terminals 2 and 3. b) Terminal 1 shall be connected to Terminal with a bonding strap c) No bonding strap shall be connected to terminal 3 or 4. Sufficient wire slack of 0.5 m in the housing below the panel shall be left in the wires to prevent any stress on either during backfilling and subsequent soil settlement and for withdrawing the terminal panel, if necessary during test work. 442.07.05.01 Test Station Connections for New Metallic Watermains The lead wire of the anode nearest to the test station shall not be welded directly to the pipe, but instead shall be brought into the test station and connected to terminal 1. Two watermain negative wires shall be thermite welded to the crown of the watermain pipe 150 mm apart and the other ends of the wires shall be connected according to the Test Station Installation - General subsection. 442.07.05.02 Test Station Connections for Anode Banks The header wires shall be brought into the test station and connected to terminal 1. Two watermain negative wires shall be attached to the metallic service line, each with their own ground clamp and the other ends of the wires shall be connected according to the Test Station Installation - General subsection. 442.07.05.03 Test Station Connections for Corrosion Monitoring Two watermain negative wires shall be connected to the concrete pressure pipe joint bonding wires with an approved splice connection method. The other ends of the wires shall be connected to terminals 1 and 2 of the test station. The three probe or pipe coupon wires shall be brought into the test station and connected to terminals 3, 4, and 5. Page 10 Rev. Date:11/2010 OPSS 442 (Formerly OPSS 702, November 2008) r 442.07.06 Thermite Weld Connections All wire connections to metallic surfaces shall be made by means of a thermite weld method according to the following procedure: a) Remove all coating, and clean bright and thoroughly dry a 75 mm2 metal welding surface. b) Select the proper mould for the application. c) Insert bared end of wire into mould. A reinforcing sleeve may be required, depending on flexibility of wire. Manufacturer's instructions shall be followed. d) Thermite weld the anode lead to the metallic surface in accordance with the manufacturer's instructions. e) Remove all slag from the weld -on wire connection and file smooth all sharp edges. f) The integrity of each weld shall be tested by givingsharp a p pull on the lead wire. Sufficient slack shall be left in the wires to prevent any stress on either the anode or the wire -to -pipe connection during backfilling and subsequent soil settlement. For new watermains and where practical for existing watermains, the anode lead wire shall be wrapped around the pipe and secured with a knot. The free end of the wire shall then be thermite welded to the watermain, metallic component, or valve. i 442.07.07 Thermite Weld Protection r._ The cleaned metallic surfaces, thermite weld, and the exposed copper wire surfaces shall all be protected with an approved thermite weld protective barrier coating or cover. Both must overlap existing coating and insulation on wire to prevent holidays in the protection. Coating and cover shall be installed according to the manufacturer's instructions. 442.07.08 Anode and Header Wire Splicing and Waterproofing Wire splicing to the header wire shall be accomplished without cutting the header wire. Wire to wire splicing shall be accomplished by one of the following methods as specified in the Contract Documents: I�I a) Approved C Taps. I- b) Approved direct bury lugs with built-in waterproof protection. c) Soldered splices. r d) Wire -to -wire thermite weld. I Splicing p g products shall be suitable for the size of wire being spliced. _._ Prior to backfilling, all splices and connections without built-in waterproof protection shall be rendered waterproof by either careful application of the waterproof tape method or by use of a wire splicing kit designed for cathodic protection. I Page I Rev. Date: 11/2010 OPSS 442 (Formerly OPSS 702, November 2008) Waterproof tape method shall be performed as follows: a) Apply moisture proofing over connector and exposed wire. b) Apply insulating putty to break sharp corners at the connection. c) Apply tape in accordance with one of the following methods: i. Two half -lapped layers of approved self -amalgamating tape overlapping the wire insulation. ii. Four half -lapped layers of approved rubber splicing tape overlapping the wire insulation and apply four half -lapped layers of approved self-adhesive electrical tape. When using. splicing kits designed for cathodic protection systems, the kits shall be applied in accordance with manufacturer's instructions. 442.07.08.01 C Tap Splices , Prior to cutting the wire for splicing, the wire shall be loose to avoid stretching. The wire shall be stripped about the length of the electrical connector using an appropriate stripping tool. The exposed copper wire shall be free of nicks or scores. An approved C Tap shall then be placed over the exposed area of the wire. The connecting wire shall be carefully inserted into the C Tap up to the insulation and tightened using an approved compression tool specifically designed for C Taps. Vice -grips, pliers, battering with a hammer, etc. shall not be permitted. The splice shall be inspected for exposed copper and snugness. Splices that fail inspection shall be cut and redone. 442.07.08.02 Direct Bury Lug Splices Splices using direct bury lugs shall be performed in accordance with the manufacturer's instructions. 442.07.08.03 Soldered Splices Soldered connections shall be performed in accordance with industry practices. 442.07.08.04 Tape Coating Systems Petrolatum and petroleum wax tape coating systems shall be applied according to the procedures described in AWWA C217. 442.07.09 Electrical Bonding of Joints 442.07.09.01 New Metallic Pipe All new metallic pipe joints, valves, and components shall be connected together with a bond wire to ensure complete electrical continuity throughout the metallic piping system. Bond wires shall be connected to the metallic surfaces using a thermite weld. Bare copper bond straps, conductivity screws, and conductivity wedges shall not be used to provide electrical continuity. If bare copper bond straps are supplied with the piping, they shall be removed. Page 12 Rev. Date:11/2010 OPSS 442 (Formerly OPSS 702, November 2008) f i l b) Potential measurement connection locations shall be made at the nearest test station to the electrode. The reference electrode and pipe connection locations employed for the potential measurements shall be identical for both the pre -construction and post -construction testing procedures. The electrical continuity of the piping shall be verified by comparison of pipe potential. c) During post construction testing, the following measurements shall be made at the test stations: L Anode output current. - ii. Pipe potential with anode connected. iii. Pipe potential with anode disconnected. All testing data and associated recommendations pertinent to the continued effectiveness of the cathodic (^ protection system shall be included in a comprehensive written report. This report shall be prepared by an Engineer or a Certified Cathodic Protection Specialist, and shall be submitted to the Contract Administrator. 442.07.13 Site Restoration Site restoration shall be according to OPSS 492. r 442.07.14 Management of Excess Material Management of excess material shall be according to the Contract Documents. Page 13 Rev. Date:11/2010 OPSS 442 (Formerly OPSS 702, November 2008) 442.07.09.02 Existing Metallic Pipe Bond wires shall be installed by thermite welding between all metallic components and across all joints that are exposed within the excavation. 1 r Where a repair clamp is installed across a break, a bond wire shall be installed across the break after repair clamp installation. Where a cut-out is required, a bond wire shall be installed. 442.07.10 Wire Connections to Copper Services �- The anode lead shall be connected to copper services using a ground clamp. Ground clamps shall be attached to copper services in accordance with the manufacturer's instructions. Wires shall be connected to the ground clamps in accordance with the manufacturer's instructions. 442.07.11 Anode Backfilling In all cases, the anode shall be placed in native soil, not in granular bedding material. The Contract Administrator shall inspect the anode installation ( l prior to backfilling. Backfill shall be packed uniformly around the anode container to eliminate voids adjacent to the anode. 442.07.12 Testing and Evaluation For applications using test stations, the following procedures shall be performed and recorded between 90 and 120 Days after the installation: a) Pipe potentials shall be measured with respect to a copper sulfate electrode at maximum intervals of 30 m throughout the route of the piping. The voltmeter employed to measure these potentials shall have an input impedance not less than 10 megohms. b) Potential measurement connection locations shall be made at the nearest test station to the electrode. The reference electrode and pipe connection locations employed for the potential measurements shall be identical for both the pre -construction and post -construction testing procedures. The electrical continuity of the piping shall be verified by comparison of pipe potential. c) During post construction testing, the following measurements shall be made at the test stations: L Anode output current. - ii. Pipe potential with anode connected. iii. Pipe potential with anode disconnected. All testing data and associated recommendations pertinent to the continued effectiveness of the cathodic (^ protection system shall be included in a comprehensive written report. This report shall be prepared by an Engineer or a Certified Cathodic Protection Specialist, and shall be submitted to the Contract Administrator. 442.07.13 Site Restoration Site restoration shall be according to OPSS 492. r 442.07.14 Management of Excess Material Management of excess material shall be according to the Contract Documents. Page 13 Rev. Date:11/2010 OPSS 442 (Formerly OPSS 702, November 2008) 442.08 QUALITY ASSURANCE The Contractor shall ensure that the anodes supplied are in accordance to this specification. Prior to installing each shipment of anodes, the Contractor shall forward a copy of a certificate to the Owner from the anode manufacturer indicating that the shipment of anodes complies with the requirements of this specification. The Owner may randomly select samples of anodes supplied by the Contractor for testing by an independent laboratory. Any batch of anodes found not to be in accordance to this specification shall be replaced immediately by the Contractor. No additional work shall take place until such time that the anodes are approved and accepted by the Owner. Any installed anodes found not to be in accordance to the required specifications shall be replaced by the Contractor. 442.09 MEASUREMENT FOR PAYMENT 442.09.01 Actual Measurement 442.09.01.01 Individual Anodes For measurement purposes, a count shall be made of the number of each anode type installed, other than in an anode bank, and of the number of anodes supplied for testing. 442.09.01.02 Anode Banks For measurement purposes, a count shall be made of the number of each anode bank type installed. 442.09.01.03 Test Stations For measurement purposes, a count shall be made of the number of each test station type installed. 442.09.02 Plan Quantity Measurement When measurement is by Plan Quantity, such measurement shall be based on the units shown in the clauses under Actual Measurement. 442.10 BASIS OF PAYMENT 442.10.01 "type" Individual Anode - Item "type" Anode Bank - Item "type" Test Station - Item Payment at the Contract price for the above tender items shall be full compensation for all labour, Equipment, and Material to do the work. When an existing unprotected watermain or service is exposed during the construction of other work, payment for the labour, Equipment, and Material for such work shall be full compensation for the excavation, backfill, and compaction required to install anodes on the exposed watermain or service. Replacement of anodes that do not meet the requirements of this specification shall be the responsibility of the Contractor at no extra cost to the Owner. Page 14 Rev. Date:11/2010 OPSS 442 (Formerly OPSS 702, November 2008) _J - TABLE 1 Table of Casting and Anode Weights and Dimensions CASTING OVERALL PACKAGE - ANODE TYPE Minimum Weight Nominal Length Nominal Weight Nominal Dimensions kg x Length mmDiameter kg mm ZINC Z-6-12 2.7 305 7.7 127 x 510 -- Z-12-24 5.4 610 12.7 127 x 760 Z-24-48 10.9 1,220 24.5 127 x 1,520 -- MAGNESIUM M-9-14 4.0 340 13.0 160 x 430 _ M-17-20 7.7 640 22.0 160 x 760 M-32-22 14.5 560 40.0 210 x 760 - TABLE 2 Anode Spacing for Over Pipe Method Pipe Diameter Anode Type mm Spacing - m 100 M-32-22 22.0 - 150 M-32-22 15.0. 200 M-32-22 11.5 250 M-32-22 10.0 _-- 300 M-32-22 8.0 400 M-32-22 6.0 600 M-32-22 4.5 Page 15 Rev. Date:11/2010 OPSS 442 (Formerly OPSS 702, November 2008) TABLE 3 Anodes Per Location for the Horizontal and Vertical Anode Bank Method Pipe Diameter mm Anode Type Number of Anodes Per Location Spacing m 150 M-32-22 8 70 ± 5 200 M-32-22 10 70 ± 5 250 M-32-22 12 70 ± 5 300 M-32-22 14 70 ± 5 TABLE 4 Anode Spacing for Metallic Pipe and Copper Services Diameter mm Anode Size Maximum Spacing m Less than 50 mm Copper Service Z-12-24 20.0 50 mm Copper Service Z-12-24 16.0 100 Z-24-48 12.0 150 Z-24-48 8.0 200 Z-24-48 6.0 250 Z-24-48 5.0 300 Z-2448 4.0 400 Z-24-48 3.0 TABLES Anode Locations and Spacing for New PVC Pipe with Metallic Components Location Anode Type Maximum Spacing and Quantity Less than 50 mm Copper Service Z-12-24 20.0 m 50 mm Copper Service Z-12-24 16.0 m 100 - 300 mm Metallic Fittings and Valves Z-12-24 1 per fitting and valve 400 mm Metallic Fittings and Valves Z-24-48 1 per fitting and valve Hydrant Bases Z-24-48 1 per hydrant Tracer Wire Z-12-24 1 per every 1,000 m of tracer wire Page 16 Rev. Date: 11/2010 OPSS 442 (Formerly OPSS 702, November 2008) Appendix 442=A, November 2010 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide Information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The designer should specify the following in the Contract Documents: - The test station to be flush -mounted or post -mounted. (442.05.05) - Type of C Taps. (442.05.07) - Methods of corrosion protection. (442.07.01) - Locations of concrete pressure pipe corrosion monitoring stations. (442.07.04) - Splice connection method. (442.07.08) Type and spacing of anodes are dependent on the soil conditions. Soil conditions should be verified before specifying the anode type and spacing. Assumptions used for anode spacings provided for new metallic watermains are as follows: i. Soil resistivity of 2,000 ohm -cm. ii. Bitumen coatings on pipe or other components are of no value (i.e., essentially bare). iii. 150 mm main with copper services should require about 2 mA of cathodic protection current per lineal foot and so in 2,000 ohm -cm soil 50 mA from a 24 Ib zinc anode should cover 8.0 m of pipe. iv. 6.0 m spacing would allow for one anode per joint so discontinuities should not be a problem. v. A 24 pound zinc anode has a capacity of about 1,000 ma years so the anodes should have a life of about 20 years. The anode items are titled "type" Individual Anode -Item and "type" Anode Bank -Item. The reference to "type" is to indicate that the complete item title for tender should include the type of anode (i.e., zinc or magnesium) required. (442.10.01) The test station item is titled "type" Test Station -Item. The reference to type is to indicate that the complete item title for tender should include the type of test station (i.e., flush -mounted or post -mounted) required. (442.10.01) The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings OPSD 1109.010 Cathodic Protection for Metallic Watermain Systems OPSD 1109.011 Cathodic Protection for PVC Watermain Systems OPSD 1109.012 Cathodic Protection of Existing Metallic Watermains, Exposed Service or Pipe Method OPSD 1109.013 Anode Installation. Over Pipe Method for Existing Metallic Watermains OPSD 1109.014 Vertical Anode Bank at Service OPSD 1109.015 Horizontal Anode Bank at Service OPSD 1109.025 Waterproofing of Splices Page 17 Rev. Date: 11/2010 OPSS 442 (Formerly OPSS 702, November 2008) ONTARIO ? P PROVINCIAL STANDARD '^A•Pw�° SPECIFICATION CONSTRUCTION SPECIFICATION FOR PIPELINE AND UTILITY INSTALLATION IN SOIL BY HORIZONTAL DIRECTIONAL DRILLING METRIC OPSS 450 NOVEMBER 2012 TABLE OF CONTENTS 450.01 SCOPE 450.02 REFERENCES _ 450.03 DEFINITIONS 450.04 DESIGN AND SUBMISSION REQUIREMENTS 450,05 MATERIALS 450.06 EQUIPMENT 450.07 CONSTRUCTION 450.08 QUALITY ASSURANCE - Not Used — 450.09 MEASUREMENT FOR PAYMENT 450.10 BASIS OF PAYMENT APPENDICES 450-A Commentary 450.01 SCOPE This specification covers the requirements for the installation of underground pipelines, conduits, cable, or ducts using the trenchless technology known as horizontal directional drilling. 450.01.01 Significance and Use of Appendices This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev, Date: 11/2012 OPSS 450 450.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 450.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 401 Trenching, Backfilling, and Compacting OPSS 404 Support Systems — OPSS 409 Closed -Circuit Television Inspection of Pipelines OPSS 491 Preservation, Protection, and Reconstruction of Existing Facilities OPSS 492 Site Restoration Following Installation of Pipelines, Utilities and Associated Structures OPSS 517 Dewatering of Pipeline, Utility, and Associated Structure Excavation — OPSS 539 Temporary Protection Systems 450.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Active Interference means electrical interference created by magnetic fields and radio frequencies such as power lines. Page 2 Rev. Date: 11/2012 OPSS 450 Backreamer means a cutting head designed for the soil conditions and is attached to the leading end of a drill string to enlarge the pilot bore during a pullback operation to enable installation of the product. Bore Path means a drilled path according to the grade and alignment tolerances specified in the Contract Documents. Drilling Fluid Fracture or Frac Out means a condition when the drilling fluid's pressure in the bore is sufficient to overcome the in situ vertical confining stress, thereby fracturing the soil and allowing the drilling fluids to migrate to the surface at an unplanned location. Drill Fluid Control Points means locations along the bore path when control points are constructed to manage drill fluids. Drilling Fluids means a mixture of water and additives, such as bentonite, polymers, surfactants, and soda ash, designed to block the pore space on a bore wall, reduce friction in the bore, and to suspend and carry cuttings to the surface. Entry Point means the location or excavation from which the bore is initiated for the installation nstallation of the Exit Point means the location or excavation to which the bore is directed for the installation of the product. Guidance System means an electronic system capable of indicating the position, depth, and orientation of the drill head during the drilling process. Horizontal Directional Drilling (HDD) means directional boring or guided horizontal boring. Inadvertent Returns means the flow of unexpected fluids encountered during the drilling process. Loss of Circulation means the discontinuation of the flow of slurry in the bore back to the entry or exit point or at drill fluid control points. Multi Product Installation means two or more products installed in the same bore path. The products may or may not have the same diameters. Passive Interference means electrical interference created by adjacent structures, buried metal, salt water, and minerals in the soil. Pilot Bore means the initial bore to set horizontal and vertical alignment between the connecting points. Product means pipelines, conduits, cable, or ducts. Pullback means that part of the HDD method in which the drill string is.pulled back through the bore path to the entry point, usually installing the product at the same time. _ Reamer means a cutting tool specifically designed for in situ ground conditions. It is attached to the F leading end of a drill string to enlarge the pilot bore prior to or during a pullback operation to enable _ installation of the product, and deliver drill fluids into the bore and mix bore cuttings to form flowable slurry. Reaming means a process for pulling or pushing a tool attached to the end of the drill string through the bore path to enlarge the bore and mix the cuttings with the drilling fluid. This could include multiple passes prior to product pullback. Page 3 Rev. Date: 11/2012 OPSS 450 1 Rock means natural beds or massive fragments of the hard, stable, cemented part of the earth's crust that are igneous, metamorphic, or sedimentary in origin, that may or may not be weathered and includes boulders having a volume of 0.5 m3 or greater. Single Product Installation means a single product installed into a bore path. The product may or may not have a tracer wire attached to it. Slurry means a mixture of soil cuttings and drilling fluid. Soil means all soils, except those defined as rock, and excludes stone masonry, concrete, and other manufactured materials. Staging Area means an area set aside for the Contractor's drilling and pipe assembly operations. Strike Alert means a system, audio or visual or both, that is intended to alert and protect the operator in the case of inadvertently drilling into an electrical Utility cable. 450.04 DESIGN AND SUBMISSION REQUIREMENTS 450.04.01 Submission Requirements a) A work plan outlining the procedure and schedule to be used to execute the work. b) A list of personnel, including backup personnel, and their qualifications and experience. c) A traffic control plan. d) A drilling fluid management plan, including source of fresh water and necessary permits or approvals; type of drilling fluids and potential additives and their Material Safety Data Sheets (MSDS); method of drilling fluid containment; method of recycling drilling fluid, as applicable; method of transporting drilling fluids off site; disposal of excess drill fluids according to the Contract Documents; and method to continually monitor fluid properties and pressure throughout the course of drilling and pullback. operations to anticipate drilling fluid related problems before they occur; and potential environmental impacts and emergency procedures and associated contingency plans. e) A health and safety plan including the company safety manual, emergency procedures, and a list of emergency personnel contact information. f) A drilling plan indicating the proposed type and size of directional drilling equipment; location and dimensions of staging areas; diameter of pilot hole and number and size of back reamers; guidance system; field determined elevations of the surface topography along the bore path; field determined elevations and locations of all existing Utilities within 1.5 m of the bore path; rod -by -rod profile data along the bore path; location of drill fluid control points; identification of active and passive interference along with appropriate compensation measures; method to continuously monitor and record product pipe tensile installation forces and down bore fluid pressures; pipe protection procedures; pipe gripping procedures; and temporary protection systems. g) A contingency plan in conformance with the Contract Documents, including identifying potential environmental impacts and emergency containment and clean-up procedures. h) Work permits required under the authorities having jurisdiction necessary to complete the work. 'J Page 4 Rev. Date: 11/2012 OPSS 450 r - r 450.05 MATERIALS 450.05.01 Drilling Fluids Drilling fluids shall be appropriately mixed for the anticipated in situ ground conditions. Only bentonite and drilling equipment manufacturer -approved polymers shall be permitted for use as drilling fluids. All additives used shall be chemically inert, biodegradable, and non-toxic. No petroleum-based or detergent additives shall be permitted. Fluid properties shall be continually monitored throughout the course of drilling and pullback operations to ensure that the drill fluid properties remain appropriate for the in situ ground conditions. 450.05.02 Pipe Materials Pipe and fitting type, class, and size shall be as specified in the Contract Documents. 450.05.03 Tracer Wire I i_ Type and number of tracer wires used shall be as specified in the Contract Documents. F- 450.06 EQUIPMENT 450.06.01 Directional Drilling Equipment 450.06.01.01 General The directional drilling equipment shall consist of a directional drill rig and a fluid mixing and delivery system with sufficient capacity to complete the product installation. The drill rig and all associated equipment shall be in acceptable mechanical working order. All drill operations and equipment shall be controlled by competent, experienced, and trained personnel. 450.06.01.02 Drilling Rig The directional drilling rig shall: a) consist of a hydraulically powered boring system to rotate, push, and pull the drill rod into the ground at a variable angle while delivering a pressurized fluid mixture to a guidable drill head. b) have drill rod that is suitable for both the drill and the product pipe installation. c) contain a drill head that is steerable, equipped with the necessary cutting surfaces and fluid jets, and be suitable for the anticipated ground conditions. d) have adequate reamers and down -bore tooling equipped with the necessary cutting surfaces and fluid jets to facilitate the product installation and be suitable for the anticipated ground conditions. e) support a guidance system to accurately guide boring operations. f) be anchored to withstand the pushing and pulling forces required to complete the product installation. g) contain an active strike alert system and be properly grounded during all operations. I Page 5 __ Rev. Date: 11/2012 OPSS 450 450.06.01.03 Guidance System The guidance system shall be setup, installed, and operated by trained and experienced personnel. The operator shall be aware of any active and passive interference that may interfere with the guidance of the system. The type of guidance system shall be suitable for the design bore path and project specifications. The Contractor shall verify calibration of the guidance system daily prior to use. 450.06.01.04 Drill Fluid Mixing and Delivery System The drill fluid mixing system shall be of sufficient size to thoroughly and uniformly mix the required drilling fluid. The delivery system and reamers shall have sufficient flow and capacity to ensure that the slurry volumes are adequate for the length and diameter of the final bore and in situ ground conditions. 450.07 CONSTRUCTION 450.07.01 General The Contract Administrator shall be notified at least 48 hours in advance of commencement of the drilling operations. Operations shall not begin until proper preparations are made. When strike alerts are provided on a drilling rig, they shall be activated during drilling and maintained at all times. The location of all Utilities in the work area shall be identified and located prior to the commencement of the drilling operations. If prior to commencement of drilling operations, a Utility is found to exist that would conflict with the installation of the pipe, the Contractor shall notify the Contract Administrator immediately. 450.07.02 Site Preparation The work site shall be graded or filled to provide a level working area for the drilling rig. No alterations beyond what is required for HDD operations are to be made. All activities shall be confined to designated work areas. 450.07.03 Preservation and Protection of Existing Facilities Preservation and protection of existing facilities shall be according to OPSS 491. Minimum horizontal and vertical clearances to existing facilities shall be maintained as specified in the Contract Documents. Clearances shall be measured from the nearest edge of the largest reamer to the nearest edge of the facility that is parallel to or crossed by the pipeline or Utility being constructed. Existing underground facilities shall be exposed to verify their horizontal and vertical locations when the bore path comes within 1.0 m horizontally or vertically of the existing facility. Existing facilities shall be exposed by non-destructive methods. The number of exposures required to monitor work progress shall be as specified in the Contract Documents. Should it become necessary for the Contractor to excavate or disturb existing Utilities to retrieve lost boring equipment, the Contractor shall be responsible for obtaining all relevant approvals. Page 6 Rev. Date: 11/2012 OPSS 450 r� r_ 450.07.04 Transporting, Unloading, Storing, and Handling Materials I Manufacturer's recommendations for transporting, unloading, storing, and handling of materials shall be followed. 450.07.05 Trenching, Backfilling, and Compacting Trenching, backfilling, and compacting for entry and exit points or other locations along the bore shall be according to OPSS 401. 450.07.06 Support Systems Support systems shall be according to OPSS 404. 450.07.07 Dewatering Dewatering shall be in accordance with OPSS 517 or as specified in the Contract Documents. 450.07.08 Temporary Protection Systems r The construction of all temporary protection systems shall be according to OPSS 539. Protection shall be l provided when the stability, safety, or function of an existing roadway, railway, watercourse, other works, or proposed works may be impaired. Protection may include sheathing, shoring, and piles necessary to prevent damage to works or proposed works. 450.07.09 Drilling Fluid Management The Contractor shall employ a containment, collection, and disposal method to manage drilling fluids and to mitigate the development of inadvertent returns. The Contractor shall manage the clean-up and dispose of drilling fluids in accordance with the drilling fluid management plan. - 450.07.10 Pilot Bore I The pilot bore shall be drilled along the bore path in accordance with the grade, alignment, and tolerances specified in the Contract Documents. Drill rod and product bend radius shall be taken into consideration when completing the pilot bore. In the event the pilot bore does deviate, the Contract Administrator shall ract be notified. The Cont Administrator may require the Contractor to pullback and re -drill from the location along the bore path prior to the deviation. In the event that a drilling fluid fracture, inadvertent returns, or loss of circulation occurs during pilot bore drilling operations, the Contract Administrator shall be advised of the event and of the action taken. If a drill hole beneath a road shall be abandoned, the hole shall be backfilled with grout or bentonite to prevent future subsidence. 450.07.11 Reaming I (- The bore shall be reamed to the appropriate size with tooling that is adequate for the in situ ground conditions and the product that is to be installed. The final staged ream shall not exceed 1.5 times the product pipe largest outside diameter. The drilling mud in the annular region shall not be removed after installation, but permitted to solidify and - provide support for the pipe and surrounding soil. i I Page 7 Rev. Date: 11/2012 OPSS 450 450.07.12 Product Installation 450.07.12.01 General The product shall be jointed and installed according to manufacturer's recommendations and shall be protected from damage in the staging area and during pullback. The minimum allowable bending radius for the product shall not be exceeded during installation at the entry point, exit point, or any other location along the bore path. The product shall be allowed to recover prior to the connection to a new or existing facility is made. Product recovery time shall be in accordance with the manufacturer's recommendations. Tracer wire shall be supplied and installed along with the product, as specified in the. Contract Documents. 450.07.12.02 Pullback After completion of reaming the bore to the required diameter, the product shall be pulled into the bore path as soon as possible. The pullback operation shall be a continuous operation, if possible, until the product pipe is installed. The product pipe gripping method shall allow the full tensile rating of the product to be developed. A swivel of sufficient capacity shall be used between the reamer and the product being installed. The swivel shall prevent rotational forces from the reamer being transferred to the product. When specified in the Contract Documents, a pipe load measuring device shall be used to ensure that the manufacturer's recommended pullback force is not exceeded. (i.e., gauges, down -hole devices, weak links). When specified in the Contract Documents, a weak link or breakaway connector shall be used to prevent excess pulling force from damaging the product. The product shall be inspected for damage, when visible, at excavation pits and when it exits the bore. Any damage shall be repaired to the satisfaction of the Contract Administrator. 450.07.13 Product Testing When required, product testing shall be as specified in the Contract Documents. 450.07.14 Record Keeping Verification record requirements of the alignment and depth of the installed product shall be as specified in the Contract Documents. A copy of the verification records shall be given to the Contract Administrator at the completion of the HDD operations. 450.07.15 Closed Circuit Television (CCTV) Inspection When required by the Contract Documents, a CCN inspection shall be according to OPSS 409. 450.07.16 Site Restoration When required, site restoration shall be according to OPSS 492. Page 8 Rev. Date: 11/2012 OPSS 450 I 450.07.17 Management of Excess Material Management of excess material shall be according to the Contract Documents. 450.09 MEASUREMENT FOR PAYMENT 450.09.01 Actual Measurement 450.09.01.01 Product Installation Measurement for a product installation shall be in metres along the centreline of the useable product between final connection points or work completed. No additional payment shall be made for end pieces to achieve the design elevation. 450.09.02 Plan Quantity Measurement When measurement is by Plan Quantity, such measurement shall be based on the units shown in the clauses under Actual Measurement. 450.10 BASIS OF PAYMENT 450.10.01 Product Installation by HDD, "diameter of product, product," - Item p ,product material, use of Payment at the Contract price for the above tender item shall be full compensation for all labour, Equipment, and Material to do the work. Page 9 Rev. Date: 11/2012 OPSS 450 Appendix 450-A, November 2012 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note. This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The specification was written to encompass the majority of HDD drilling operations for small and medium sized projects with diameters generally up to 914 mm and drill lengths of less than 1,000 m. The basic design considerations should always include: minimum cover to prevent inadvertent drill fluid frac out releases; geology of the area, including future river "scour" or meander projections; site logistics; connection requirements; and site-specific issues (e.g., river crossings, wet lands, and archaeological sites). Geotechnical and site condition information are required for a successful project design, and to ensure that the Contractor has the proper equipment and materials (i.e., drilling fluid mixtures, methods, or equipment), and pipe design. The principal safety concern in HDD is ensuring that the drilling equipment does not contact existing underground infrastructure. The risk of contacting other Utilities can be mitigated by knowing the precise locations of all underground Utilities in close proximity to the HDD bore path. Detailed knowledge of all subsurface Utility locations is a critical component of a directional drilling project, and this information should be included in the Tender Documents. Throughout the commentary, the designer is provided with guidance on the consideration of Quality Assurance and. Quality Control (QA/QC) techniques. However, it should be noted that evolving technology and techniques for improved QA/QC are in development and the designer should refer to trade publications to identify the latest available methods. In all cases, the designer should specify the quality assurance acceptance criteria to be used for each specific project. Subject to the scope of operations, the designer may wish to specify in the Contract Documents a more detailed work plan prior to the commencement of work, particularly for multiple pipe installations, multiple day projects, congested work areas, or environmentally sensitive sites. (450.04) The designer should give careful consideration, in consultation with the pipe manufacturer, to ensure the installed pipe is suitable to resist all installation and long-term in-service loads, the design shall specify the minimum pipe and fitting type, class, size, maximum bend radius, and safe tensile load. (450.05.02) The designer should specify the type and number of tracer wires. (450.05.03) The designer should specify the following elements in the Contract Documents: the minimum horizontal and vertical clearances to existing facilities; and the number of exposures required to monitor the work progress. (450.07.03) The designer should specify the trenching, backfilling, and compacting requirements for entry and exit points or other locations along the bore, if different than the requirements in OPSS 401. (450.07.05) The designer may consider special provisions for backfilling and compacting, including the consideration of unshrinkable backfill to ensure proper compaction in critical locations. (450.07.05) The designer should specify the support systems requirements, if different than the requirements in OPSS 404. (450.07.06) Page 10 Rev. Date: 11/2012 OPSS 450 Il Appendix 450-A CThe designer should specify the dewatering requirements, e re if different than the requirements q ents m OPSS 517. The designer should provide the necessary grade, alignment, and tolerances for the product installation in the Contract Documents. (450.07.10) The designer may consider a lower reaming diameter than that specified if the ground conditions l are suitable. The designer should understand that multiple passes of the reaming operation can be expected and is to be included in the unit cost for the product installation. (450.07.11) The designer should review product jointing specifications as provided by manufacturers. Experienced personnel with jointing accreditation may be added as a requirement of the Contract Documents depending on the type of installation. For fusible pipe products, the pipe should be completely jointed I` prior to the pull back operation to avoid delays during installation. All pipe jointing shall be to manufacturer specifications. (450.07.12.01) The designer should specify the supply and installation of the tracer wire with the product. (450.07.12.01) r- When required, the designer should specify the use of a pipe load measuring device to ensure that the manufacturer's recommended pullback force is not exceeded. (450.07.12.02) For certain product installations, the designer may wish to consider the requirement of a weak link or breakaway connector or pull load measuring system to excess prevent pulling force from damaging the product. (450.07.12.02) The designer may consider specifying physical product testing through the use of product coupons from the exit pit. In addition, in situ pressure or vacuum tests can be used to ensure the integrity of the product installation. (450.07.13) The designer should specify the method of verifying the product installation location. The designer may consider the use of the reporting information available from the drill rig, daylighting, installation of tracer wire with the product, or the use of acoustic/magnetic locating equipment. The designer should consider specifying the required maintenance, submission of a daily drill records, drilling fluid pressures, records of any problems encountered, along with alignment and depth of bore. (450.07.14) The tender item description for product installation by HDD shall include reference to one or more of the attributes shown (i.e., diameter of product, product material, use of product, to be complete). (450.10.01) The designer's careful preparation of the project should greatly assist in the success of the installation. However, there may always be a risk of encountering unexpected problems that may require a fair resolution for payment. It is recommended that the designer consider a process regarding payment for failed attempts for inclusion in the Contract Documents. (450.10) I The designer should ensure that the General Conditions of Contract and the 100 Series General r Specifications are included in the Contract Documents. I Related Ontario Provincial Standard Drawings No information provided here. Page 11 Rev. Date: 11/2012 OPSS 450 p37'�Nj ONTARIO PROVINCIAL a C. P STANDARD SPECIFICATION METRIC OPSS 490 NOVEMBER 2010 (Formerly OPSS 503, November 2009) CONSTRUCTION SPECIFICATION FOR SITE PREPARATION FOR PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES APPENDICES 490-A Commentary 490.01 SCOPE This specification covers the requirements of site preparation for the installation of sanitary and storm pipe sewers, pipe culverts and end sections, forcemains and associated appurtenances, watermains and associated appurtenances, and other underground Utilities; maintenance holes, catch basins, ditch inlets, or valve chambers; and any other specified subsurface construction. 490.01.01 Specification Significance and Use This specification has been developed for use in provincial and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents Page 1 Rev. Date: 11/2010 OPSS 490 (Formerly OPSS 503, November 2009) TABLE OF CONTENTS 490.01 SCOPE 490.02 REFERENCES 490.03 DEFINITIONS 490.04 DESIGN AND SUBMISSION REQUIREMENTS - Not Used 490.05 MATERIALS - Not Used 490.06 EQUIPMENT - Not Used 490.07 CONSTRUCTION 490.08 QUALITY ASSURANCE - Not Used 490.09 MEASUREMENT FOR PAYMENT - Not Used 490.10 BASIS OF PAYMENT APPENDICES 490-A Commentary 490.01 SCOPE This specification covers the requirements of site preparation for the installation of sanitary and storm pipe sewers, pipe culverts and end sections, forcemains and associated appurtenances, watermains and associated appurtenances, and other underground Utilities; maintenance holes, catch basins, ditch inlets, or valve chambers; and any other specified subsurface construction. 490.01.01 Specification Significance and Use This specification has been developed for use in provincial and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents Page 1 Rev. Date: 11/2010 OPSS 490 (Formerly OPSS 503, November 2009) 490.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 490.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 201 Clearing, Close Cut Clearing, Grubbing, and Removal of Surface and Piled Boulders OPSS 206 Grading OPSS 412 Sewage Forcemain Installation in Open Cut OPSS 441 Watermain Installation in Open Cut OPSS 706 Traffic Control Signing OPSS 801 Protection of Trees OPSS 802 Topsoil OPSS 805 Temporary Erosion and Sediment Control Measures 490.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Associated Appurtenances means as defined in OPSS 412 and OPSS 441. Page 2 Rev. Date: 1112010 OPSS 490 (Formerly OPSS 503, November 2009) f - I I 490.07 CONSTRUCTION 490.07.01 General Site preparatory work shall be performed prior to the installation of the pipelines, Utilities, and associated structures. 490.07.02 Removal of Existing Signing r - Removal of existing signing shall be according to OPSS 706. 490.07.03 Clearing and Grubbing r- Clearing and grubbing and related work shall be according to OPSS 201. 490.07.04 Shrub and Tree Relocation Shrubs and trees to be relocated shall be protected according to OPSS 801 in their original and locations. 9 final r Shrub and tree relocation shall be as specified in the Contract Documents. 490.07.05 Tree Protection and Pruning Tree protection and pruning shall be according to OPSS 801. 490.07.06 Stripping and Stockpiling Topsoil Stripping of topsoil shall be according to OPSS 206. Topsoil shall be removed carefully in the Work Areas and shall not be mixed with subsoil or other materials. Stockpiling of topsoil shall be according to OPSS 802 and as specified in the Contract Documents. Topsoil shall not be placed in or near tree stands, along flood plains, and in areas containing natural wildlife habitats. Perimeter drainage ditches shall be constructed to intercept and divert run-off to adjacent settling ponds. Temporary erosion and sediment control measures shall be according to OPSS 805. Stockpiles shall be protected to ensure minimum environmental interference. 490.07.07 Removal of Fences and Guide Rails lr Property owners or occupants shall be given at least 24 hours notice in advance of dismantling fences. Fences and guide rails shall be dismantled, where necessary. All components that are broken, bent, or damaged as a result of the operation shall be removed from the site and replaced with new components. f All reusable components shall be stored and protected. 490.07.08 Management of Excess Material Management of excess material shall be according to the Contract Documents. I I Page 3 Rev. Date: 11/2010 OPSS 490 (Formerly OPSS 503, November 2009) 490A0 BASIS OF PAYMENT Payment at the Contract price for the appropriate tender items for the installation of sanitary and storm pipe sewers, pipe culverts and end sections, forcemains and associated appurtenances, watermains and associated appurtenances, and other underground Utilities; maintenance holes, catch basins, ditch inlets, or valve chambers; and any other specified subsurface construction shall be full compensation for all labour, Equipment, and Material to do the work of site preparation. When the Contract contains separate items for work required by this specification, payment shall be at the Contract prices and according to the specifications for such work. Page 4 Rev. Date: 11/2010 OPSS 490 (Formerly OPSS 503, November 2009) C- r Appendix 490-A, November 2010 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede Owner's an design decisions and methodology. C Designer Action/Considerations The designer should specify the shrub and tree relocation and planting requirements in the Contract Documents. (490.07.04) L . The designer may choose to specify a specific location for stockpiled topsoil in the Contract Documents. (490.07.06) If separate items are required to cover the various components of site preparation, they should be included in the Contract Documents. r The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings r— No information provided here. I Page 5 F L_ Rev. Date: 11/2010 OPSS 490 (Formerly OPSS 503, November 2009) ;P Sr,Ha ONTARIO oro'P PROVINCIAL d S STANDARD SPECIFICATION 4C.pA� METRIC OPSS 491 NOVEMBER 2010 (Formerly OPSS 504, November 2009) F APPENDICES r 491-A Commentary I 491.01 SCOPE FThis specification covers the requirements of preservation, protection, replacement, and reconstruction of existing services and structures during the installation or removal of sanitary and storm pipe sewers, pipe culverts and end sections, forcemains and associated appurtenances, watermains and associated appurtenances, and other underground Utilities; maintenance holes, catch basins, ditch inlets, or valve chambers; and any other specified subsurface construction. 491.01.01 Specification Significance and Use �L This specification has been developed for use in p provincial and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2010 OPSS 491 (Formerly OPSS 504, November 2009) C. CONSTRUCTION SPECIFICATION FOR j PRESERVATION, PROTECTION, AND L RECONSTRUCTION OF EXISTING FACILITIES TABLE OF CONTENTS 491.01 SCOPE r_ 491.02 REFERENCES 491.03 DEFINITIONS 491.04 DESIGN AND SUBMISSION REQUIREMENTS - Not Used 491.05 MATERIALS - Not Used 491.06 EQUIPMENT - Not Used 491.07 CONSTRUCTION 491.08 QUALITY ASSURANCE - Not Used 491.09 MEASUREMENT FOR PAYMENT - Not Used 491.10 BASIS OF PAYMENT F APPENDICES r 491-A Commentary I 491.01 SCOPE FThis specification covers the requirements of preservation, protection, replacement, and reconstruction of existing services and structures during the installation or removal of sanitary and storm pipe sewers, pipe culverts and end sections, forcemains and associated appurtenances, watermains and associated appurtenances, and other underground Utilities; maintenance holes, catch basins, ditch inlets, or valve chambers; and any other specified subsurface construction. 491.01.01 Specification Significance and Use �L This specification has been developed for use in p provincial and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2010 OPSS 491 (Formerly OPSS 504, November 2009) C. 491.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 491.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the. Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 412 Sewage Forcemain Installation in Open Cut OPSS 441 Watermain Installation in Open Cut 491.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Associated Appurtenances means as defined in OPSS 412 and OPSS 441. Page 2 Rev. Date: 11/2010 OPSS 491 (Formerly OPSS 504, November 2009) 491.07 CONSTRUCTION 491.07.01 General The requirements and regulations of road authorities, Utility companies, and railway companies shall be adhered to at all times. 491.07.02 Notification All road authorities, Utility companies, and railway companies shall be notified in writing at least 48 hours before approaching their facilities or entering their rights-of-way. All owners of underground services shall be requested to locate, stake, and clearly mark in the field all underground services which are located on or near the line of the proposed work. Certificates shall be obtained from all owners of underground services having facilities in the area of the proposed work certifying that their facilities have been marked to confirm the Utility location. Necessary arrangements shall be made with railway companies for the support and tracks. protection of their 491.07.03 Existing Services and Structures All water or gas mains, sewers or drains, conduits, cables, service pipes, sidewalks, curbs, and all other structures or property in the vicinity of the work, whether above or underground shall be sustained in place and protected from damage. All water and gas service and flow in all sewers, drains, house or inlet connections, and all watercourses encountered during the progress of the work shall be maintained. Excavation shall be performed with care to expose buried pipes, cables, conduits, and structures whenever trenching operations approach the indicated location of buried services. If any Utility is broken or damaged, the Utility company shall be immediately notified. Access to fire hydrants and water and gas valves shall be maintained at all times to the satisfaction of the local authority. 491.07.04 Reconstruction of Existing Facilities Where an existing Utility is within the limits of or crosses an excavation and cannot be sustained in place, the existing facility shall be removed, realigned, relocated, or replaced as directed in writing by the Contract Administrator. All materials comprising the Utility shall be handled with care, cleaned, salvaged, and inspected before reconstruction commences. 491.07.05 Contamination The contents of any sewer, drain, or inlet connection shall not be allowed to flow into an excavation. All offensive matter shall be removed from the proximity of the work. 491.07.06 Management of Excess Material V 3nagement of excess material shall be according to the Contract Documents. Page 3 Rev. Date: 11/2010 OPSS 491 (Formerly OPSS 504, November 2009) 491.10 BASIS OF PAYMENT Payment at the Contract price for the appropriate tender items for the installation of sanitary and storm pipe sewers, pipe culverts and end sections, forcemains and associated appurtenances, watermains and associated appurtenances, and other underground Utilities; maintenance holes, catch basins, ditch inlets or valve chambers; and any other specified subsurface construction, shall be full compensation for all labour, Equipment, and Material to do the work of the preservation, protection, or reconstruction of existing facilities. When the Contract contains separate items for work required by this specification, payment shall be at the Contract prices and according to the specifications for such work. Page 4 Rev. Date: 11/2010 OPSS 491 (Formerly OPSS 504, November 2009) - Appendix 491-A, November 2010 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings No information provided here. i Page 5 Rev. Date: 11/2010 OPSS 491 (Formerly OPSS 504, November 2009) r - I — wA� SrAM, q� ONTARIO �= o P PROVINCIAL METRIC STANDARD OPSS 492 L.v SPECIFICATION NOVEMBER 2010 �— (Formerly OPSS 507, November 2005) f� - CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES i TABLE OF CONTENTS 492.01 SCOPE l 492.02 REFERENCES — 492.03 DEFINITIONS i 492.04 DESIGN AND SUBMISSION REQUIREMENTS - Not Used i 492.06 MATERIALS 492.06 EQUIPMENT - Not Used 492.07 CONSTRUCTION 492.08 QUALITY ASSURANCE - Not Used r l 492.08 MEASUREMENT FOR PAYMENT - Not Used 492.10 BASIS OF PAYMENT F APPENDICES 492-A Commentary 492.01 SCOPE i This specification covers the requirements for the restoration of a site following installation of sanitary and storm pipe sewers, pipe culverts and end sections, forcemains and associated appurtenances, - watermains and associated appurtenances, and other underground utilities; maintenance holes, catch basins, ditch inlets, or valve chambers; and any other specified subsurface construction. 492.01.01 Specification Significance and Use This specification has been developed for use in provincial and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents l Page 1 Rev. Date: 11/2010 OPSS 492 r-- (Formerly OPSS 507, November 2005) 492.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 492.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 206 Grading OPSS 304 Single and Double Surface Treatment OPSS 310 Hot Mix Asphalt OPSS 313 Hot Mix Asphalt - End Result OPSS 314 Untreated Granular, Subbase, Base, Surface Shoulder, and Stockpiling OPSS 350 Concrete Pavement and Concrete Base OPSS 351 Concrete Sidewalk OPSS 353 Concrete Curb and Gutter Systems OPSS 412 Sewage Forcemain Installation in Open Cut OPSS 441 Watermain Installation in Open Cut OPSS 490 Site Preparation for Pipelines, Utilities, and Associated Structures OPSS 721 Steel Beam Guide Rail and Cable Guide Rail OPSS 771 Standard Highway Fence OPSS 772 Chain -Link Fence OPSS 802 Topsoil OPSS 803 Sodding OPSS 804 Seed and Cover Page 2 Rev. Date: 11/2010 OPSS 492 (Formerly OPSS 507, November 2005) Ontario Provincial Standard Specification, Material OPSS 1010 Aggregates - Base, Subbase, Select Subgrade, and Backfill Material OPSS 1541 Chain -Link Fence Components OPSS 1601 Wood - Material, Preservative Treatment, and Shop Fabrication Canadian General Standards Board (CGSB) 138.2-96 Steel Framework for Chain Link Fence CSA Standards G30.18-09 Carbon Steel Bars for Concrete Reinforcement Page 3 Rev. Date: 11/2010 OPSS 492 (Formerly OPSS 507, November 2005) 492.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Associated Appurtenances means as defined in OPSS 412 and OPSS 441. 492.05 MATERIALS 492.05.01 Granular Materials 1. Granular materials shall be according to OPSS 1010, 492.05.02 Barbed Wire Barbed wire shall be according to CAN/CGSB-138.2. 492.05.03 Electric Fence Wire r - Electric fence wire shall be 2 mm diameter hot dipped galvanized wire. I 492.05.04 Wood Fence r^ Wood fence material shall be according to OPSS 1601. 492.05.04.01 Board or Split Rail Fence Posts and boards shall be the same size and type as used in the original fence. Rails shall be split cedar in good condition and of adequate lengths to build either a straight or snake fence. 492.05.04.02 Wood Braces for Wire Fence Diagonal wood braces shall be according to OPSS 771, 492.05.05 Highway Fence Highway fence material shall be according to OPSS 771. Page 3 Rev. Date: 11/2010 OPSS 492 (Formerly OPSS 507, November 2005) J 492.05.06 Steel Posts Steel posts shall be T -rail fabricated from steel according to CAN/CSA G30.18 and shall be 2.5 m long. 492.05.07 Chain -Link Fence Chain-link fence material shall be according to OPSS 1541. 492.05.08 Gates Gates shall be fabricated from material suitable to the fence on either side of the gate opening. Material for highway fence gates shall be according to OPS_ S 771. Material for chain-link fence gates shall be according to OPSS 1541. 492.05.09 Guide Rail Guide rail material shall be according to OPSS 721. 492.05.10 Concrete Concrete for sidewalks shall be according to OPSS 351. Concrete for curb and gutter shall be according to OPSS 353. 492.07 CONSTRUCTION 492.07.01 General All disturbed areas shall be restored to an equivalent or better condition than existed prior to the commencement of construction. 492.07.02 Grading Rough grading shall be performed to the levels, grades, and contours as specified in the Contract Documents allowing for the placement of surface materials. Soil shall not be disturbed within the drip line of trees and shrubs during grading. Final grading shall be performed to the lines and elevations specified in the Contract Documents. The final grading shall be according to OPSS 206. 492.07.03 Roadway Restoration The restoration of the roadway shall be scheduled to follow closely behind trench backfilling. The roadway shall be made and maintained safe for the passage of vehicular and pedestrian traffic after completion of backfilling and until permanent restoration takes place, as specified in the Contract Documents. Granular subbase and base courses of the type specified in the Contract Documents shall be placed on the prepared subgrade to the dimensions specified in the Contract Documents and shall be according to OPSS 314. The surface course of the type specified in the Contract Documents shall be placed on the prepared base course to the dimensions specified in the Contract Documents in accordance as follows: i J Page 4 Rev. Date: 11/2010 OPSS 492 (Formerly OPSS 507, November 2005) a) Asphalt pavement shall be according to OPSS 310 or OPSS 313 as specified in the Contract Documents. b) Concrete paving shall be not less than 150 mm in thickness and shall be according to OPSS 350. I c) Gravel surface courses shall be according to OPSS 314. d) Surface treatment shall be according to OPSS 304. 492.07.04 Fences and Guide Rails Fences and guide rails shall be restored with the same type of fence or guide rail that existed prior to construction along the lines and levels specified in the Contract Documents. A maximum clearance of 150 mm from ground level shall be maintained at any point along the fence line. The erection of highway fence shall be according to OPSS 771. The erection of chain-link fence shall be according to OPSS 772. Posts for fences other than highway and chain-link fences shall be installed to the spacing that existed j prior to construction. Gates shall be installed at the same location and height as the gates that existed prior to construction. Gate size shall be according to the dimensions of the gate that existed prior to construction. Gates shall be secured with fittings to match the fence complete with latches, hinges, stops, and all necessary fittings. Colour and finish material of the restored fence shall match the existing colour scheme and finish - material. Where required, two coats of finish material shall be applied. i The construction of guide rails shall be according to OPSS 721. 492.07.05 Topsoil l Topsoil shall be placed after final grading operations have been completed iately prior to seeding or sodding operations. Topsoil shall be obtained from stockpiles p prepared according to OPSS 490 or, if the required quantity is not obtainable from stockpiles, the Contractor shall import the required l topsoil. The quality of the topsoil and the construction methods for placing topsoil shall be according to OPSS 802. Stockpile sites within or adjacent to the Contract limits shall be restored to the original condition or to a condition acceptable to the Contract Administrator. 492.07.06 Shrub and Tree Replanting I Shrubs and trees shall be replanted as specified in the Contract Documents. -, 492.07.07 Sodding and Seeding Lawns and grassed areas shall be sodded or seeded and covered as specified in the Contract Documents. Sodding shall be according to OPSS 803. Seeding and cover shall be according to OPSS 804. FI Page 5 Rev. Date: 11/2010 OPSS 492 (Formerly OPSS 507, November 2005) 492.07.08 Sidewalk and Concrete Curb and Gutter Systems Concrete sidewalk shall be placed according to OPSS 351. Alignment and dimensions shall match existing sidewalk on either end of the restored sidewalk. Damaged sections of any sidewalk slab shall be removed and replaced to the nearest joint on either end of the damaged section. Concrete curb and gutter systems shall be placed according to OPSS 353 Alignment and dimensions shall match the existing curb and gutter systems on either side of the restored curb and gutter. Damaged sections of curb and gutter shall be removed and replaced to the nearest joint or neat saw cut. Placement of Granular A shall be according to OPSS 314 with a minimum depth of 100 mm as a base for the curb and gutter and sidewalk. 492.07.09 Management of Excess Material Management of excess material shall be according to the Contract Documents. 492.10 BASIS OF PAYMENT Payment at the Contract price for the appropriate tender items for the installation of sanitary and storm pipe sewers, pipe culverts and end sections, forcemains and associated appurtenances, watermains and associated appurtenances, and other underground utilities; maintenance holes, catch basins, ditch inlets, or valve chambers; and any other specified subsurface construction shall be full compensation for all labour, Equipment, and Material to do the work of site restoration. When the Contract contains separate items for work required by this specification, payment shall be at the Contract prices and according to the specifications for such work. Page 6 Rev. Date: 11/2010 OPSS 492 (Formerly OPSS 507, November 2005) r Appendix 492-A, November 2010 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. j This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The designer should specify the following in the Contract Documents: r- - Levels, grades, and contours for rough grading. (492.07.02) - Lines and elevations for final grading. (492.07.02) r- - Requirements for temporary roadway. (492.07.03) - Type of granular subbase and base courses and surface course. (492.07.03) - Dimensions of the granular subbase and base courses and surface course. (492.07.03) - OPSS 310 or OPSS 313 for asphalt pavement. (492.07.03, a)) iL - Lines and levels for restoration of fences and guide rails. (492.07.04) - Replanting of shrubs and trees. (492.07.06) - Sodding or seeding and cover of lawns and grassed areas. (492.07.07) Designer should determine if the Contract is to have separate items to cover the various components of site restoration or if the items for the installation of pipelines, utilities, and their associated structures will be all inclusive to cover the work. If separate items are desired, they should then be included in the Contract Documents along with the details of the work. j The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. j Related Ontario Provincial Standard Drawings l OPSD 912.101 to 912.533 Guide Rail System, Steel Beam OPSD 913.101 to 913.130 Guide Rail System, Cable OPSD 971.101 to 971.102 Fence, Highway Installation OPSD 972.101 to 972.131 Fence, Chain -Link Page 7 Rev. Date: 11/2010 OPSS 492 (Formerly OPSS 507, November 2005) P ago Tp ONTARIO }' a PROVINCIAL s P STANDARD C, SPECIFICATION METRIC OPSS 493 NOVEMBER 2009 (Reissued November 2010) CONSTRUCTION SPECIFICATION FOR TEMPORARY POTABLE WATER SUPPLY SERVICES APPENDICES 493-A Commentary 493.01 SCOPE This specification covers the requirements for the installation of temporary watermains, service connections, and associated appurtenances prior to disconnecting service of an existing watermain on a temporary basis. 493.01.01 Specification Significance and Use This specification has been developed for use in provincial and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2009 OPSS 493 (Reissued: 11/2010) TABLE OF CONTENTS 493.01 SCOPE 493.02 REFERENCES 493.03 DEFINITIONS 493.04 DESIGN AND SUBMISSION REQUIREMENTS 493.05 MATERIALS 493.06 EQUIPMENT - Not Used 493.07 CONSTRUCTION 493.08 QUALITY ASSURANCE - Not Used 493.09 MEASUREMENT FOR PAYMENT - Not Used 493.10 BASIS OF PAYMENT APPENDICES 493-A Commentary 493.01 SCOPE This specification covers the requirements for the installation of temporary watermains, service connections, and associated appurtenances prior to disconnecting service of an existing watermain on a temporary basis. 493.01.01 Specification Significance and Use This specification has been developed for use in provincial and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2009 OPSS 493 (Reissued: 11/2010) 493.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 493.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of.a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial -oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal -oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 206 Grading OPSS 441 Watermain Installation in Open Cut CSA Standards B64.5-07 Double Check Valve (DCVA) Backflow Preventers [Part of B64 Series -07, Backflow Preventers and Vacuum Breakers Compendium] American Water Works Association (AWWA) C510-07 Double Check Valve Backflow Prevention Assembly �I Page 2 Rev. Date: 11/2009 OPSS 493 (Reissued: 11/2010) ASTM International D 1784-08 Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Pol (CPVC) Compounds y (Vinyl Chloride) D 2241-05 Poly (Vinyl Chloride) (PVC) Pressure -Rated Pipe (SDR Series) D 3139-98 (2005) Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals F 477-08 Elastomeric Seals (Gaskets) for Joining Plastic Pipe NSF International 61-2008 Drinking Water System Components - Health Effects 493.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Associated Appurtenance means structures, devices, and appliances, other than pipe and conduit that are used in connection with a water distribution system, such as valves, hydrants, corporation cocks, services, and thrust restraints. Excavation, Earth and Rock means the excavation classified as earth and rock according to OPSS 206. Temporary Hydrant means temporary fire hydrant and all associated temporary appurtenances. Temporary Potable Water Supply Services means temporary watermains, services, hydrants, and all associated appurtenances. Temporary Services means temporary potable water supply services installed on or just below the ground surface for the purpose of providing potable water to customers while the existing watermain is out of service. Temporary Watermain means temporary potable water supply hose or pipe installed on or just below the ground surface for the purpose of providing potable water to temporary services and temporary fire hydrants while the existing watermain is out of service. Watermain means an installation designed for the conveyance of water under pressure using circular pipe. 493.04 DESIGN AND SUBMISSION REQUIREMENTS 493.04.01 Submission Requirements The following information shall be submitted to the Contract Administrator 14 Days prior to the commencement of any work requiring temporary potable water supply services: a) Temporary potable water supply services plans including installation, operation, testing procedures, and a list of material and equipment to be used. b) Temporary hydrant details. Page 3 Rev. Date: 11/2009 OPSS 493 (Reissued: 11/2010) 493.05 MATERIALS 493.05.01 General The pipe size, type, and class shall be as specified in the Contract Documents. Fittings shall be suitable for and compatible with the pipe material and class with which they are used. - All materials in contact with potable water shall be NSF/ANSI 61 compliant and, if being reused, shall have been used exclusively for potable water services in the past. _ All materials shall be capable of withstanding 860 kPa pressure and all other conditions of use. 493.05.02 Temporary Potable Water Supply Services The pipe, hose, and all other materials used in conjunction with the temporary potable water supply services shall be as follows: a) Flexible hose jackets shall be abrasion resistant, either double jacket or specially coated, and be capable of being driven over by vehicles periodically without short term effects. b) Hose lining shall be of material that does not impart any taste or odour to the water according to NSF/ANSI 61. c) Hose shall come complete with aluminium couplings with threads. d) Rigid pipe shall be made of class 12454-B PVC material according to ASTM D 1784. Material shall have a minimum hydrostatic design stress of 14 MPa. e) PVC shall be formulated with impact modifiers, heat stabilizers, and ultraviolet inhibitors. f) Pipe extrusion shall meet or exceed all requirements of ASTM D 2241. g) Joints and couplings shall be according to ASTM D 3139. h) 0 -rings shall be according to ASTM F 477. i) Double check valve backflow preventers shall be according to CSA 864.5 and AWWA C510. 493.05.03 Valves Valves shall be according to OPSS 441. 493.05.04 Temporary Hydrants Temporary hydrants shall be as specified in the Contract Documents. 493.07 CONSTRUCTION 493.07.01 General Written notices to all affected property owners are required a minimum of 24 hours prior to any disruption of water service as a result of the temporary by-pass. Page 4 Rev. Date: 11/2009 OPSS 493 (Reissued: 11/2010) Temporary water services shall be connected to the temporary watermain for each single residential unit or other building. Connection to the private plumbing system of a residential unit shall be via a wye at an outside tap. The connection of single residential units in series is not permitted. Each temporary water service shall have its own valved connection to the temporary watermain. Connection to other buildings shall be as specified in the Contract Documents. An adequate water supply shall be available at all times. If the temporary potable water supply service fails, it shall be restored within the time period specified in the Contract Documents. Care shall be exercised during the installation of temporary potable water supply services to avoid contamination of the services. No work shall be done during freezing weather, unless directed by the Contract Administrator. No temporary watermains or temporary water services shall be installed or operated during freezing weather. Pipes already in use shall be removed or drained and existing services restored when so directed by the Contract Administrator. 493.07.02 Temporary Watermains The temporary watermain shall be of a size to provide adequate water supply during peak demand of connected users. At any connection of a temporary watermain to the water supply and distribution system (e.g., at hydrants) a double check valve backflow preventer shall be installed. 493.07.03 Temporary Potable Water Supply Services Temporary potable water supply services for single residential units shall be 19 mm inside diameter. Temporary potable water supply services for other users, including flow to maintain fire protection systems, shall be as specified in the Contract Documents. The temporary potable water supply service connections shall be valved near the point of connection to the temporary watermain and also valved near the point of connection to a private plumbing system so that both the temporary watermain and the temporary potable water supply services may be disinfected. 493.07.04 Temporary Hydrants When a hydrant is removed from service, a temporary hydrant and the necessary valves and fittings shall be installed and maintained according to the Contract Documents. Before permanently shutting down the existing watermain, the temporary hydrants shall be tested to ensure that they are in proper working order. The hydrants that are out of service during construction operations shall be bagged and clearly marked with a "HYDRANT OUT OF SERVICE" tag. .Once in use, the temporary hydrants shall be maintained until the existing or new hydrants are restored to service. All temporary potable water supply service attachments to fire hydrants shall be easily removable for fire fighting purposes. All temporary hydrants shall have reflective tape on the barrel for increased visibility. The temporary hydrants shall stand in an upright position at all times. Page 5 Rev. Date: 11/2009 OPSS 493 ( Reissued: 11/2010) 493.07.05 Valves Valves shall be installed at each branch of a temporary watermain. Before permanently shutting down the existing watermain, the valves shall be tested to ensure that they are in proper working order. 493.07.06 Protection The Contractor shall provide protection of the temporary potable water supply services at locations such as road crossings, sidewalks, driveways, and walkways. When temporary watermains cross over the roadway, the asphalt pavement shall be saw cut and removed and the temporary watermain shall be buried. Under no circumstance is a pipe road crossing to remain open and unprotected from vehicular and pedestrian traffic. If a concrete base exists, it shall not be disturbed. When temporary potable water supply services are used on full right-of-way reconstruction projects, the temporary potable water supply service piping shall also be buried at all sidewalks, driveways, and walkways. When temporary potable water supply services are used on projects when the road surface is not being reconstructed, the temporary service piping shall be buried only at all road crossings. When temporary watermains or temporary potable water supply services cross a driveway or a sidewalk, asphalt or another acceptable material shall be mounded over the pipe. A polyethylene sheet shall be placed as a barrier on concrete or interlocking driveways. If the work performed or material used is not to the satisfaction of the Contract Administrator, action shall be taken to rectify the problem. Safety flashers and barricades, as may be required, shall be furnished and maintained. In general, the temporary potable water supply service pipe shall be laid where it causes the least obstruction and is least likely to be damaged. The Contractor shall protect the temporary potable water supply services installed across all road crossings, sidewalks, driveways, and walkways during the extent of the construction schedule. This shall include earth excavation, backfill, asphalt reinstatement, and ramping material required as directed by the Contract Administrator. The Contractor shall provide adequate signage at locations where hoses are exposed and may present a public safety hazard, such as blow off hoses at catchbasins. 493.07.07 Leakage Testing The temporary potable water supply service shall be watertight. Leakage testing shall be conducted in the presence of the Contract Administrator upon completion of the watermain, including services. All leaks shall be repaired prior to covering the pipe. 493.07.08 Flushing and Disinfecting Temporary Watermains and Services Flushing and disinfecting operations shall be conducted in the presence of the Contract Administrator. The Contract Administrator shall be notified at least 2 Business Days in advance of the proposed date on which flushing and disinfecting operations are to commence. Watermains shall be flushed in a sequence approved by the Contract Administrator. All temporary watermains and services shall be flushed at a flow velocity adequate to remove any foreign debris and until the discharged water runs clear. After flushing is completed, water from the existing distribution system shall be allowed to flow at a controlled rate into the new temporary watermain. Liquid chlorine solution shall be introduced so that the chlorine is distributed throughout the section being disinfected at chlorine concentration of 50 mg/litre minimum throughout the section. The system shall be left charged with the chlorine solution for 24 hours. Page 6 Rev. Date: 11/2009 OPSS 493 J (Reissued: 11/2010) — Sampling and testing for chlorine residual shall be carried out by the Contract Administrator. The chlorine residual shall be tested in the section after 24 hours. If tests indicate a chlorine residual of 25 mg/litre minimum, the section shall be flushed completely and recharged with water normal to the operation of the system. If the test does not meet the requirements, the chlorination procedure shall be repeated until satisfactory results are obtained. Twenty-four hours after the system has been recharged and ready for operation, the Contract Administrator shall take samples for bacteriological tests. Samples shall be collected from every 350 m of the new watermain plus one sample from each end of each line and at least one sample from each branch. If there is indication of contamination, the disinfection procedure shall be repeated. The temporary water supply service shall not be put into operation or the existing watermain removed from operation until approval has been given by the Contract Administrator. Regular sampling and testing for chlorine residual shall be carried out by the Contract Administrator. 493.07.09 Removal of Temporary Potable Water Supply Services Temporary potable water supply services may be used from approximately mid-April to mid-October. All temporary services shall be completely removed by mid-November. Any variation from this schedule shall be approved by the Contract Administrator. 493.07.10 Management of Excess Material Management of excess material shall be according to the Contract Documents. All chlorinated water used for testing, flushing, or disinfecting watermains shall be directed to an acceptable -- outlet in a manner that meets the requirements of all applicable regulations. The method of disposal of chlorinated water is subject to the approval of the Contract Administrator. 493.10 BASIS OF PAYMENT 493.10.01 Temporary Potable Water Supply Services - Item Payment at the Contract price for the above tender item shall be full compensation for all labour, .Equipment, and Material to do the work. On completion of the supply, installation, flushing, disinfecting, and testing of the temporary potable water supply services prior to putting it in operation, a progress payment to 60% of the above item shall be made. The balance shall be prorated over the remainder of the working period. Removal or draining of the temporary potable water supply services during freezing weather and its subsequent return to service shall be at no additional cost to the Owner. ` Page 7 Rev. Date: 11/2009 OPSS 493 (Reissued: 11/2010) i i Appendix 493-A, November 2009 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The designer may consider including soil boring data, a geotechnical report, a subsurface report, or a soils report in the Tender Documents. The designer should include the following in the Contract Documents: - Pipe size, type, and class. (493.05.01) - Temporary hydrant requirements. (493.05.04) - Temporary potable water supply services connection requirements to buildings other than single residential units. (493.07.01) - Time requirements for restoring the temporary potable water supply service should it fail. (493.07.01) - Temporary potable water supply services to buildings other than single residential units, including flow to maintain fire protection systems. (493.07.03) - Temporary hydrant and the necessary valves and fittings to be installed and maintained. (493.07.04) Where conditions of high ground water exist, external fluids may enter via air release and air/vacuum release valves, therefore, appropriate measures shall be taken. The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings OPSD 1104.030 25 mm Blow Off Installation Page 8 u Rev. Date: 11/2009 OPSS 493 (Reissued: 11/2010) — srA ONTARIO PROVINCIAL STANDARD SPECIFICATION CONSTRUCTION SPECIFICATION FOR COMPACTING APPENDICES 501-A Commentary 501-8 Field Compaction Report METRIC OPSS 501 APRIL 2013 501.01 SCOPE This specification covers the requirements for compaction of earth and granular materials. 501.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 04/2013 OPSS 501 TABLE OF CONTENTS 501.01 SCOPE 501.02 REFERENCES 501.03 DEFINITIONS 501.04 DESIGN AND SUBMISSION REQUIREMENTS - Not Used 501.05 MATERIALS 501.06 EQUIPMENT 501.07 CONSTRUCTION 501.08 QUALITY ASSURANCE 501.09 MEASUREMENT FOR PAYMENT 501.10 BASIS OF PAYMENT APPENDICES 501-A Commentary 501-8 Field Compaction Report METRIC OPSS 501 APRIL 2013 501.01 SCOPE This specification covers the requirements for compaction of earth and granular materials. 501.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 04/2013 OPSS 501 501.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 501.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 206 Grading OPSS 401 Trenching, Backfilling, and Compacting OPSS 506 Dust Suppressants Ontario Provincial Standards Specifications, Materials OPSS 1010 Aggregates - Base, Subbase, Select Subgrade, and Backfill Material Ontario Ministry of Transportation Publications MTO Laboratory Testing Manual: LS -706 Moisture - Density Relationship of Soils Using 2.5 kg Rammer and 305 mm Drop MTO Forms: PH -CC -009 Field Compaction Report U Page 2 Rev. Date: 04/2013 OPSS 501 ASTM International D 6938-10 Standard Test Method for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) 501.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Backfill Material means as defined in OPSS 401. Bedding Material means as defined in OPSS 401. Cover Material means as defined in OPSS 401. Earth means as defined in OPSS 206. Embedment Material mean's as defined in OPSS 401. Rut means a sunken track or groove made at the surface by the passage of vehicles. Utility Structures means maintenance holes, catch basins, valve chambers, ditch inlets, and other similar structures used to access services such as sewer, water, electric, and telephone to carry out maintenance and repair work. 501.05 MATERIALS 501.05.01 Granular Material Granular material shall be according to OPSS 1010. 501.05.02 Water Water shall be according to OPSS 506. 501.06 EQUIPMENT 501.06.01 Compaction 501.06.01.01 General The type of compaction equipment used shall be suited to the material to be compacted, degree of compaction required, and space available. Compaction equipment for control strips shall have a minimum static weight of 9,000 kg. 501.06.01.02 Hand Operated Vibratory Equipment Hand operated vibratory equipment shall have a power output no greater than 9.9 kW. 501.06.02 Water Equipment for applying water shall be capable of uniform distribution with proper flow control Page 3 Rev. Date: 04/2013 OPSS 501 501.06,03 Nuclear Moisture and Density Gauge Each nuclear moisture and density gauge (gauge) shall have been calibrated within the last 12 months either by the manufacturer or other qualified agent against certified density and moisture reference blocks. In addition, the Density Standard Count and the Moisture Standard Count shall be within 2.0% and 4.0% respectively, of the most recent calibration values. The registered owner of the gauge shall maintain a valid Radioisotope License for each gauge. . 501.07 CONSTRUCTION 501.07.01 General The method of placing and lift thickness of earth or granular material shall be according to the specifications that govern the Work. When field tests indicate that the required degree of compaction cannot be obtained with the equipment in use or the procedure being followed, the operations shall be modified so that the equipment and procedures will produce the required results. 501.07.02 Restricted Zones Hand operated vibratory type compaction equipment shall be used behind all retaining structures to compact fill material within restricted zones as follows: a) Abutments and Retaining Walls An area within a plane extending from the base of the back face of the wall, where it contacts the footing, upwards at a slope of 1 H:1.5V, to a maximum distance of 2.5 m from the wall. b) Wingwalls. An area within 1.5 m from the back face of the wall. 501.07.03 Water for Compaction Water shall be applied as necessary to achieve the degree of compaction required. When the Contract includes a separate item for water for compaction, the water shall be applied with the approval of the Contract Administrator. 501.07.04 Quality Control 501.07.04.01 General Quality Control (QC) testing shall be carried out to ensure that earth and granular materials used in the Work are compacted according to the specified compaction requirements. The two methods for conducting QC for compaction are referred to as Method A and Method B. Method A shall be used when Method B is not specified in the Contract Documents. Field density and field moisture determinations shall be made according to ASTM D 6938. 501.07.04.02 Method A The Contractor is responsible for establishing QC procedures. Page 4 Rev. Date: 04/2013 OPSS 501 r - I 501.07.04.03 Method B 501.07.04.03.01 General When Method B is specified in the Contract Documents, QC compaction testing shall be based on material placed and compacted in the Work on a lot -by -lot basis according to the Lot Testing clause. Compaction acceptance shall be according to the Acceptance clause and shall be based on target densities established according to the Target Density clause, QC compaction field test results, and, where applicable, a statistical analysis of those results. 501.07.04.03.02 Submission of Test Data Prior to construction of a control strip, a copy of all QC laboratory test results for LS -706 required by the Control Strip clause to determine optimum moisture content (OMC) of the control strip material shall be delivered to the Contract Administrator. All field test results and information relating to control strip, target density, lot location, lift thickness, probe depth, moisture content, and wet density shall be recorded at the time of testing. All of this data, as well as the QC lot compaction calculations, shall be submitted to the Contract Administrator within 2 Business Days following completion of a lot and prior to placement of any subsequent lift using the most recent version of MTO form PH -CC -009. 501.07.04.03.03 Test Equipment and Operator Training 501.07.04.03.03.01 General Field density and field moisture measurements for QC compaction testing of earth and granular materials shall be carried out using gauges and ancillary equipment. Only qualified operators using properly -calibrated gauges shall conduct QC compaction testing 501.07.04.03.03.02 Nuclear Moisture and Density Gauge Requirements A copy of a valid calibration certificate, including the make, model number, and serial number for each gauge, shall be given to the Contract Administrator prior to use of the gauge in compaction testing. In addition, the Contract Administrator may request that the operator perform a standardization procedure according to ASTM D 6939. If the gauge does not meet the standardization requirements or exhibits malfunctions of any kind, the gauge shall be replaced. 501.07.04.03.03.03 Operator Requirements Each operator shall have been trained in the safe operation, transportation, and handling of the gauge Prior to conducting QC compaction testing, the operator shall provide acceptable proof of proficiency in the use of a gauge and the correct procedures to determine lot and sublot sizes, field dry density, percent relative compaction, mean, standard deviation, and the Quality Index of a compacted lot of material by submitting one'of the following: a) a gauge operator certification document or card from a training program acceptable to the Owner and conducted within the Province of Ontario within the last 2 years; or Page 5 Rev. Date: 04/2013 OPSS 501 b) a document (e.g., instruction notice or letter) signed by the Owner showing that the operator has demonstrated proficiency on a contract either constructed or being constructed for the same Owner within the same construction year as the compaction testing being carried out for this Contract. If the operator cannot provide either of the two documents stated above, then at the Contract Administrator's discretion, the operator shall demonstrate his or her proficiency to the Owner. In this case, arrangements shall be made with the Contract Administrator regarding the schedule, location, and materials for such demonstrations. The first two demonstrations may include up to five operators and five gauges and shall be carried out at no charge. Additional demonstrations shall be charged at the rate of $500. Where a demonstration is carried out, acceptability of the operator shall be valid for the current calendar year only. 501.07.04.03.04 Target Density New target densities shall be established for each separate component of the Work (e.g., backfilling of a trench, construction of a granular base or placement of cover) at the following times: a) For earth and granular materials: i. At the time of initial use of each source. ii. When there is a perceptible change in the appearance or gradation of materials or both. iii. At least once per calendar year on all carry-over Contracts. b) For earth, after each 10 QC lots of material have been completed, whether accepted or rejected, on the basis of one set of target density values. c) For granular materials, after each 25 QC lots of material have been completed, whether accepted or rejected, on the basis of one set of target density values. The target density shall be established by the construction of a control strip according to the Control Strip clause. When a control strip cannot be reasonably constructed or is impractical, with the consent of the Contract Administrator, the target density shall be based on the maximum dry density (MDD) as determined by LS -706, no more than 14 Days prior to placing the material. In this case, the MDD used for the new target density shall be based on the average of all individual MDD's calculated from a minimum of 3 independent samples selected from materials to be used in the Work. 501.07.04.03.04.01 Control Strip Prior to construction of a control strip, the Contractor shall: a) Give a minimum notice of 24 hours to the Contract Administrator. b) Determine the optimum moisture content (OMC) according to LS -706. Each control strip shall consist of a single uniform lift not more than 0.30 m in depth and covering at least 400 m2 in area. During construction of the control strip the average field moisture content shall be maintained within the range of no less than 2.0% lower than and no more than 1.0% greater than the OMC of the control strip material. Page 6 Rev. Date: 04/2013 OPSS 501 After initial placement of the material, the compaction equipment for that operation shall make six passes over the entire surface of the control strip. The field wet density and field moisture content shall be determined at a minimum of three randomly -selected locations. The dry density shall be calculated for each of these locations and the average dry density and moisture content values used as the initial values for dry density and moisture content. The compaction equipment shall then make two additional passes over the entire surface of the control strip. All passes of the compaction equipment for the control strip shall be carried out in vibratory mode at a speed of no more than 5 km/hour. A minimum of three separate random field density and moisture content determinations shall then be l made and a new average dry density and moisture content shall be calculated. If the new average dry density exceeds the previous value by more than 0.030 t/m3, additional passes of the equipment shall be carried out as described. above. If the new average dry density does not exceed the previous value by more than 0.030 t/m , the compaction of the control strip shall be considered satisfactory and complete. Upon satisfactory completion of the control strip, an additional seven field wet density and moisture content tests shall be taken at random locations and the dry density and moist ure content values determined. The final dry density and moisture content of the control strip shall be the average of these seven values plus the three most recent values that were obtained upon completion of the control strip. If the final moisture content lies within the allowable range of the OMC specified above, then the final dry L density that was determined shall be the target density of the control strip. r- 501.07.04.03.05 Lot Testing For compaction control, a unique set of lots distinguished from each other by an a ro ri number designation, shall be established for each of the following: PP Pate letter or I a) Each separate component of the Work (e.g., backfilling a structure or a trench or construction of a L granular base). b) Materials from different sources. c) Materials with different compactionro. p pertes. d) When recompaction is carried out following restoration, scarification, or placement of additional material onto previously tested and accepted lots. e) When directed by the Contract Administrator. The individual lots within each unique set of lots shall be consecutively -numbered and with no duplication. Lot sizes shall not exceed the limits listed in Table 1. All visibly soft or loose areas shall be compacted prior to testing For the situations described in Table 1, Part IV, a minimum of two field density and moisture content tests shall be carried out at random locations within each lot. For all other situations, each lot shall be divided into four equal sublots and a minimum of one field density and moisture test shall be carried out at random locations within each sublot and the results used to calculate the Quality Index according to the Quality Index clause. Page 7 Rev. Date: 04/2013 OPSS 501 In addition, regardless of the situation, when a lot of material is split between both sides of a pipe, sewer, or culvert, at least one field density and moisture content test shall be taken on each side of that pipe, sewer, or culvert. The nuclear gauge probe shall extend to the full depth of the lift unless otherwise allowed by the Modified Layer Compaction Method according to OPSS 206. The probe shall not extend beyond the lift being tested. For each test, the field wet density value and moisture content shall be immediately recorded on Form PH -CC -009. The dry field density of each sublot shall then be calculated as a percentage of the target density, to the nearest 0.1%. The mean and the standard deviation and Quality Index, where applicable, of the field dry density values shall be calculated to the nearest 0.1% and recorded for each lot. 501.07.04.03.06 Quality Index The Quality Index (Qd, shall be calculated from the mean (x) and standard deviation (s) of the per cent target density which has been determined from all sublots within a QC compaction lot. The values for Quality Index, lot mean, and lot standard deviation shall be computed as follows: a) For materials placed in embankments within 50 m of a structure; placed as bedding, embedment, cover, or backfill material to pipes, sewers, or culverts; or placed as backfill to structures, utility structures, or small foundations (e.g., anchor blocks, sign posts, and formwork): For earth materials: Q = x - 95 For granular materials: Qx - 98 S s b) For materials placed in all other situations: For earth materials: Q = X- 90 For granular materials: Q = x - 95 S s Where: Q; = Quality Index, calculated to two decimal places. x = Lot mean, the statistical value that describes the arithmetic average of sublot test results (dry density expressed as a percentage of the target density). Lot mean is the sum of individual sublot test results divided by the number of test results, calculated to 0.1%, as follows: l4 x1+x:+x;+x� x= =4Lx; 4 S = Lot standard deviation (cr,_,), the statistical value that describes the distribution of sublot test results (dry density expressed as a percentage of the target density) about the lot mean. Standard deviation is the square root of the sum of the squares of the difference between each sublot test result and the lot mean divided by the number of test results minus one. It is calculated to 0.1% using the following expression: a _ i=1 S= 3 Page 8 Rev. Date: 04/2013 OPSS 501 501.07.04.03.07 Acceptance For the situations described in Table 1, Part IV, acceptance or rejection of a QC lot for compaction shall be based on two or more random field density and moisture content tests taken within the lot. For a lot to be acceptable, all tests shall be at least 100% and 98% of the target density established for granular and earth materials, respectively. Otherwise, the QC lot shall be rejected for compaction. For all other situations, acceptance or rejection of a QC lot for compaction shall be established by calculation of the Quality Index, according to the Quality Index clause. When Q; has a value equal to or greater than 1.47, the QC lot shall be accepted; otherwise, the lot shall be rejected for compaction. Accepted QC lots damaged by vehicular traffic shall be restored prior to placement of any overlying material. Surfaces of accepted QC lots with ruts greater than 50 mm in depth in earth or 25 mm in depth in granular materials shall be regraded and the upper lift recompacted to meet the specified compaction requirements. Materials that cannot be successfully recompacted shall be removed and replaced with new material. 501.07.04.03.07.01 Rejected Lots If a QC lot is rejected for compaction, the lot shall be recompacted with adjustment to the moisture content as required until satisfactory compaction is achieved. The recompacted lot shall be retested and a decision made, as described in the Acceptance clause. When compaction of a QC lot does not meet the acceptance criteria and when the Contract Administrator has been satisfied that this is not a result of the Contractor's operation or equipment, a new target density shall be established for that operation. 501.07.05 Management of Excess Material Management of excess material shall be according to the Contract Documents. 501.08 QUALITY ASSURANCE 501.08.01 General Field density and field moisture determinations shall be made in accordance with ASTM D 6938. When Method B is specified for the QC of compaction, then Method B shall be used for quality assurance (QA). 501.08.02 Method A The MDD shall be determined using LS -706. Granular materials shall be compacted to a density of 100% of the MDD and all earth materials shall be compacted to a density of 95% of the MDD. The frequency and location of testing for QA shall be as determined by the Contract Administrator. Page 9 Rev. Date: 04/2013 OPSS 501 J 501.08.03 Method B 501.08.03.01 General The Contract Administrator shall conduct random testing or inspection of QC records or both, to establish the acceptability of the QC compaction testing and verification of the field moisture content, field dry density, OMC, MDD, target density, and the Quality Index, where applicable. The Contract Administrator may verify that the target density established for a control strip is based on the use of suitable compaction equipment. Provided that the MDD and OMC values determined by LS -706, as applicable, indicate an adequate target density is being achieved, the compaction equipment shall be considered suitable. If the compaction equipment is not capable of obtaining an adequate target density at the required moisture content, the equipment shall be considered unsuitable and shall be replaced with equipment that is able to obtain an appropriate target density. Reasonable access to a control strip or to compacted QC lots shall be provided prior to placement of subsequent lifts of material. Subsequent lifts, including HMA, may not be placed until QA testing has been conducted or waived by the Contract Administrator. 501.08.03.02 Gauge Verification Gauge verification QA shall consist of taking four random field density and moisture content measurements of a compacted lot or control strip and the subsequent calculation of the average dry density. Provided that the average dry density determined by QC test results for the same material is within 139 kg/m3 for granulars and 150 kg/m3 for earth when compared with the QA average dry density, the QC test results shall be considered valid. 501.08.03.03 Compaction For the situations described in Table 1, Part IV, compaction QA shall consist of taking two or more random field density and moisture content measurements of each compacted lot and the subsequent determination of per cent target density. For all other situations, compaction QA shall consist of taking four random field density and moisture measurements of a compacted lot or control strip and the subsequent calculation of the Quality Index for the lot. Provided that the lot is acceptable, according to the requirements given in the Acceptance clause, no further action shall be taken. However, if the lot is rejected based on compaction testing or demonstrates errors in QC reporting, an investigation shall take place to determine and resolve the discrepancies. The investigation may include, but is not limited to, any of the following: a) Recompaction of the lot. b) Retesting of the lot by the Contractor. c) Establishment of a new target density by control strip. d) Re -inspection of the gauge or operator or both by the Owner. e) Recalibration of the gauges. f) Removal of unsuitable materials. Page 10 Rev. Date: 04/2013 OPSS 501 F L 501.08.03.04 Quality Control Records Inspections QC records of the lot or control strip selected by the Contract Administrator shall be inspected for calculation errors, missing test data, or improper lot quantities. If errors or omissions are found that identify insufficiently compacted or improperly or untested lots, the Contractor shall make all such lots available and recompact or retest these lots or both so that they comply with the specified compaction requirements. 501.08.03.05 Charges The Contract Administrator shall charge the Contractor $450.00 for each lot that requires retesting which has been identified through QA compaction testing or a review of QC records. In addition, immediately following the discovery of a discrepancy or inadequate compaction, all new lots shall be subjected to QA compaction testing prior to acceptance. If any of the new lots do not meet the specified compaction requirements, the Contractor shall be charged a fee of $450.00 for each lot. These conditions shall continue until three consecutive new lots have met the specified compaction requirements. 501.09 MEASUREMENT FOR PAYMENT 501.09.01 Actual Measurement 501.09.01.01 Water for Compaction Measurement of water for compaction shall be in cubic metres using one of the following methods: a) The mass of the water shall be determined by weighing as specified in the Contract Documents. The mass of the water shall be converted to cubic metres using a factor of 1,000 kg to 1 m3. b) The water tank shall be measured and its volume computed in cubic metres. c) The water shall be measured through a water meter of approved design. 501.10 BASIS OF PAYMENT 501.10.01 Compaction Payment at the Contract price of the appropriate tender item requiring compaction of earth and granular r materials shall be full compensation for all labour, Equipment, and Material to do the work of compacting, including the water used for compaction, unless the Contract contains a separate tender item for Water for Compaction. l�- Any work required to repair or remove and replace damaged QC lots accepted using Method B shall be at no extra cost to the Owner. Replacement of unsuitable equipment to obtain an appropriate target density using Method B shall be at no extra cost to the Owner. L Replacement of a gauge shall be at no extra cost to the Owner. Any work required to recompact or retest material as a result of QA compaction testing or QC records C inspection shall be at no extra cost to the Owner. r- Page 11 Rev. Date: 04/2013 OPSS 501 501.10.02 Water for Compaction - Item Payment at the Contract price for the above tender item shall be full compensation for all labour, Equipment, and Material to do the work. When the Contract does not contain a separate tender item for water for compaction, the Contract price for the tender item in which the water for compaction is used shall include full compensation for all labour, Equipment, and Material to do the work. Page 12 Rev. Date: 04/2013 OPSS 501 TABLE 1 Compaction Lot Si7P Page 13 Rev. Date: 04/2013 OPSS 501 Appendix 501-A, April 2013 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. _ i Designer Action/Considerations The designer should determine if the following is required and if so, specify it in the Contract Documents: �I - Use of Method B. (501.07.04.01) Method A is based on laboratory testing to determine optimum moisture content and maximum dry density and is generally used by municipalities. -' Method B is a statistically based end result method that recognizes the variability of materials and testing and is generally used by the Ministry of Transportation of Ontario. If the form in Appendix 501-B is to be used for submission purposes rather than the MTO form, it needs to be invoked by reference in the Contract Documents and a special provision should be written to delete the MTO form from the specification. (501.07.04.03.02) The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings No information provided here. Page 14 Rev. Date: 04/2013 OPSS 501 Appendix 501-B, April 2013 FOR USE IN MUNICIPAL CONTRACTS, WHEN REFERENCED IN THE CONTRACT DOCUMENTS Note: This is a non -mandatory Additional Information Appendix intended to provide supplementary requirements for the OPS specification in a municipal contract, when the appendix is invoked by the Owner. It is written in mandatory language to permit invoking it by reference in the Contract Documents. If the appendix has not been invoked by reference in the Contract Documents, it does not apply. MATERIAL: FIELD COMPACTION REPORT SOURCE: CONTRACT NO.: GAUGE (make/model): ❑ QC LOCATION: Serial No.: ❑ QA Calibration Density Moisture Standard Readings Quality Index, Q; Target Density For embankments within 50 m of a structure; bedding, embedment, cover, or backfill material to pipes, sewers, or Control Strip, t/m3 culverts; or backfill to structures, utility structures, or small foundations (e.g., anchor blocks, sign posts; and formwork): Reference I Difference (%) Proctor % r-95 5F-98 Earth. O; = Granular: Q, s s (+ 2.0% max) MDD, t/m3 [Earr7th:0i ials placed in all other situations: 4.0% ma OMC, % a-90 = s Granular: Q; _ -95 s Test Location O Density Relative Compaction Accepted Lot W o c a� g > a� Station N Y E Offset —' $ n E m c 2 "5 N a�ci c ° o a m c E m .y y E it y Lot Lot ° Quality /o Target Mean Standard (A) Rejected / O LL a c y d cn v O r t— a o 0 v o c v E c °, c °, a� Density Deviation Index (X) 1 0 0 o _ x s O; Retest 2 3 4 1 2 3 4 1 2 3 4 NOTES: a) Where Q > 1.47, then 99% of the lot will have compaction above the specified limits, otherwise, the lot is rejected and shall be recompacted and retested. REMARKS: b) Retested areas should be indicated with "R" using the original lot number. TECHNICIAN: Copies to: Contract Administrator El Contractor [] Page 15 PRINT NAME SIGNATURE DATE Rev. Date: 04/2013 OPSS 501 �0 9T�Np ONTARIO o� o a �p� PROVINCIAL Z STANDARD METRIC SPECIFICATION OPSS 510 APRIL 2010 CONSTRUCTION SPECIFICATION FOR REMOVAL APPENDICES 510-A Commentary 510.01 SCOPE This specification covers the requirements for demolition, salvage, removal, and in-place abandonment, either completely or partially, of those materials and structures so designated, including the requirements for backfilling resulting excavations, trenches, holes, and pits. 510.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 04/2010 OPSS 510 TABLE OF CONTENTS 510.01 SCOPE 510.02 REFERENCES 510.03 DEFINITIONS 510.04 DESIGN AND SUBMISSION REQUIREMENTS 510.05 MATERIALS 510.06 EQUIPMENT - Not Used 510.07 CONSTRUCTION 510.08 QUALITY ASSURANCE - Not Used 510.09 MEASUREMENT FOR PAYMENT 510.10 BASIS OF PAYMENT APPENDICES 510-A Commentary 510.01 SCOPE This specification covers the requirements for demolition, salvage, removal, and in-place abandonment, either completely or partially, of those materials and structures so designated, including the requirements for backfilling resulting excavations, trenches, holes, and pits. 510.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 04/2010 OPSS 510 510.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 510.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial -oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal -oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 301 Restoring Unpaved Roadway Surfaces OPSS 410 Pipe Sewer Installation in Open Cut OPSS 421 Pipe Culvert Installation in Open Cut OPSS 422 Precast Reinforced Concrete Box Culverts and Box Sewers in Open Cut OPSS 501 Compacting Ontario Provincial Standard Specifications, Materials OPSS 1004 Aggregates - Miscellaneous OPSS 1150 Hot Mix Asphalt OPSS 1151 Superpave and Stone Mastic Asphalt Mixtures OPSS 1301 Cementing Materials OPSS 1302 Water OPSS 1350 Concrete - Materials and Production Page 2 Rev. Date: 04/2010 OPSS 510 „_JI F Ontario Ministry of Transportation Publications L Structural Manual CSA Standards l S6-00 Canadian Highway Bridge Design Code i_. 510.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Bridge Structure means that portion of a bridge and associated wing and retaining walls above the bridge footing, excluding modular bridges. CIR means cold in-place recycling. CIREAM means cold in-place recycling with expanded asphalt. r- Concrete Appurtenances mean as defined in OPSS 410, 421, and 422. l Culvert means a single or multiple cell structure designed to provide an opening under a roadway, pedestrian r way, railway, or side entrance for the passage of surface water, livestock, or pedestrians. Curb and Gutter means any combination of curb, gutter, curb with gutter, gutter setbacks, bullnoses, gutter outlets, and spillways. F_ Engineer means a professional engineer licensed by the Professional Engineers Ontario to practice in the Province of Ontario. HIR means hot in-place recycling. Pipe means any closed conduit originally designed to convey liquid or gas. Sundry Asphalt Pavements means paved islands, medians, boulevards, and walkways. 510.04 DESIGN AND SUBMISSION REQUIREMENTS 510.04.01 Design Requirements -- Caps for capping maintenance holes, catch basins, ditch inlets, and valve chambers shall be designed according to CAN/CSA S6 and the Structural Manual. 510.04.02 Submission Requirements 510.04.02.01 Removal of Bridge Structures Two weeks prior to commencement of the work, a work plan shall be submitted to the Contract Administrator outlining the equipment to be used, dust and debris control, and the sequence of removals for bridge demolition. Page 3 _ Rev. Date: 04/2010 OPSS 510 Where any portion of the bridge structure is to support traffic or equipment loading during demolition, the entire structure shall be evaluated for load carrying capacity according to the CAN/CSA S6 and the Structural Manual. All submissions shall bear the seal and signature of the design Engineer and design check Engineer. 510.05 MATERIAL 510.05.01 Mortar Mortar shall consist of a mixture of one part Portland cement according to OPSS 1301 and three parts mortar sand according to OPSS 1004, wetted with sufficient water to make the mixture plastic. Water shall be according to OPSS 1302. 510.05.02 Concrete Concrete for concrete seals shall be according to OPSS 1350 with minimum specified 28 -Day compressive strength of 30 MPa. Concrete for filling abandoned pipes shall be according to OPSS 1350 with minimum specified 28 -Day compressive strength of 15 MPa. 510.05.03 Grout Grout shall consist of a mixture of one part Portland cement according to OPSS 1301 and two parts mortar sand according to OPSS 1004, wetted with sufficient water to make the mixture plastic. Water shall be according to OPSS 1302. 510.07 CONSTRUCTION 510.07.01 General Removal, abandonment, demolition, or salvage of a particular item shall be as specified in the Contract Documents. The work shall include all associated excavation, backfill, compaction, trimming, plugging, capping, filling, sealing, and right-of-way preparation. If provided, existing drawings from the Owner pertaining to bridge structures, modular bridges, culverts, and noise barriers designated for removal shall be reviewed prior to commencement of any activities. Stockpiling requirements shall be as specified in the Contract Documents. Where work is done in waterbodies and on waterbody banks, the work shall be according to the Contract Documents. 510.07.01.01 Excavation Excavation required for the removal work to be carried out shall be part of the removal operation and shall be performed in such a manner as to leave undisturbed any portions not designated for removal. Page 4 Rev. Date: 04/2010 OPSS 510 510.07.01.02 Removal Removal shall be performed in such a manner and with such equipment as to leave undisturbed and undamaged any portion not designated for removal or salvage. All damaged or disturbed portions shall be corrected expeditiously and repaired to the satisfaction of the Contract Administrator. The broken edges of portions to be left in place that are visible after construction shall be squared and neatly trimmed. 510.07.01.03 Salvage Any material designated for salvage shall remain the property of the Owner and shall be maintained in a reasonable condition and stockpiled in a manner acceptable to the Contract Administrator. Salvaged materials that are surplus to the Contract requirements shall be delivered to the location specified in the Contract Documents. When designated for salvage and surplus to the Contract requirements, salvaged frames and related grates or covers shall be kept together as a unit for delivery and stockpiling. Any material designated for salvage damaged by the Contractor's operations or lost by the Contractor at any time prior to re -use or stockpiling shall be replaced with new material. Page 5 Rev. Date: 04/2010 OPSS 510 L _. 510.07.01.04 Backfilling, Compacting, and Trimming I` Where a removal or partial removal requires the filling of a resulting trench, hole, or pit, backfilling shall be to the required grade using either suitable excavated material or imported d in the Contract Documents, and shall include levelling and trimming of the site to (match required contours as required or as eand adequate drainage. provide Backfill material shall be placed in layers not exceeding 300 mm and compacted according to OPSS 501. 510.07.01.05 Management of Excess Material Management of excess material shall be as specified in the Contract Documents. 510.07.02 Bridge Work 510.07.02.01 Removal of Bridge Structures and Bridge Footings The work of bridge structure removal shall include the complete removal of bridge structure components above the top of the bridge footings to the lines and grades specified in the Contract LL Documents. The work of bridge footings removal shall include cutting the piles to the underside of the footing and the complete removal of the bridge footings. L 510.07.02.02 Removal of Modular Bridges r The work of modular bridge removal shall include the dismantling and removal and salvage of the modular bridge components, all timber in the deck, curbs, running strips, and beam steel guide rail system attached to the bridge. The work shall include the unloading and erection of the launching nose and subsequent dismantling. Modular bridge components that are the property of the Owner, including the dismantled launching nose, shall be loaded onto transport vehicles, supported on 100 x 100 mm timber to allow forklift access, securely fastened, and then transported to the location specified in the Contract Documents. All components shall be delivered in good condition during normal working hours and neat) stockpiled. small parts shall be crated to prevent loss. Y p All Page 5 Rev. Date: 04/2010 OPSS 510 L _. The approximate weight of the modular bridge, as specified in the Contract Documents, includes the weight of the steel components of the bridge, the ramps, and the launching nose, but excludes the weight of the wooden deck, construction tools, and rollers. Vehicles required to transport the launching nose and the modular bridge components and parts shall be provided by the Contractor and of sufficient size to fully support the modular bridge components. 510.07.02.02.01 Operational Constraints Prior to dismantling of the modular bridge, qualification information shall be provided to the Contract Administrator to ensure that the person supervising the removal of the modular bridge is competent to successfully fulfill such duties. The Contract Administrator shall be notified a minimum of 7 Days in advance of the date on which modular bridge removal is to commence. The Owner shall make the launching nose available to the Contractor, following such notification. 510.07.02.02.02 Removal of Modular Bridge Substructures The work shall include the removal of modular bridge substructures, bank seats, cribs, and timber or steel bents, and any rock in the cribs. Modular bridge substructure materials shall be removed from the right-of-way or managed as specified in the Contract Documents. Rocks from cribs shall not be placed in any waterbody. 510.07.03 Drainage Work 510.07.03.01 General Any sediment or deposited material required to be removed shall not be allowed to enter any waterbody. Frames with grates or covers and watermain appurtenances, within valve chambers that are to be removed, shall be salvaged. 510.07.03.02 Removal of Curb and Gutter The work shall include the removal of asphalt, concrete, and cut stone curb and gutter. Cut stone curb shall be salvaged. 510.07.03.03 Removal of Asphalt Curb and Gutter The work shall include the removal of asphalt curb and gutter. 510.07.03.04 Removal of Concrete Curb and Gutter The work shall include the removal of concrete curb and gutter. 510.07.03.05 Removal of Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers The work shall consist of the removal of maintenance holes, catch basins, ditch inlets, and valve chambers. Page 6 Rev. Date: 04/2010 OPSS 510 I 510.07.03.06 Abandonment of Maintenance Holes, Catch Basins, Ditch Inlets, and Valve I Chambers L The work shall include the partial removal of maintenance holes, catch basins, ditch inlets, and valve chambers where structures and the Utility systems therein are abandoned. Such partial removal, when within the roadway, shall be to a minimum of 1.0 m below subgrade. Prior to backfilling, the bottom of each structure designated for partial removal shall be broken to allow for the free movement of groundwater. l As an alternative to partial removal, maintenance holes, catch basins, ditch inlets, or valve chambers may be removed in their entirety. 510.07.03.07 Capping Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers The work shall include the capping of maintenance holes, catch basins, ditch inlets, and valve chambers where the Utility systems therein are to remain in service. Such capping shall include the removal of all adjustment units. Where the structure exists within the roadbed, the upper portion of the structure shall be removed to a minimum of 1.0 m below subgrade and the walls of the structure shall be saw cut or similarly finished to produce a neat horizontal cut suitable for placing a concrete cap. L . 510.07.03.08 Removal of Pipes and Culverts The work shall include the removal of pipes and culverts of 200 mm diameter and greater, including multiple cell timber culverts. Concrete, clay, and plastic pipes may be removed by rupturing or collapsing the pipe with suitable equipment and leaving the debris in place in a manner as to eliminate all voids and so as not to be C work. detrimental to the When removing pipes that enter into a concrete culvert, maintenance hole, catch basin, ditch inlet, or valve chamber and the structure is to remain in service, the openings left in the structures from the pipe shall be sealed with concrete or brick suitable for outdoor use and mortar. Brick seals shall be a minimum thickness of one brick length. The contact surface of each brick shall be with coated mortar to provide a watertight seal. Concrete seals shall be the minimum thickness of the structure wall. 510.07.03.09 Abandonment of Pipes and Culverts The work shall include the filling of all pipes and culverts when the Contract Documents specify abandonment. Abandoned sections of pipes and culverts up to 1200 mm in diameter shall be filled withrout or concrete. Crete. _ Access points shall be provided to allow for confirmation that the pipe has been completely filled. When abandoning pipes that enter into a concrete culvert, maintenance hole, catch basin ditch chamber and the structure is to remain in service, the openings in the structure shall be lacecord the Removal of Pipes and Culverts clause. seal dngl to C_ 510.07.03.10 Removal of Pipe Subdrains C The work shall include the removal of pipe subdrains smaller than 200 mm in diameter. Excavate, as required, to remove existin pipe subdrain and compact. g p p s, backfill the resulting trenches with native material, Page 7 Rev. Date: 04/2010 OPSS 510 510.07.03.11 Removal of Hydrants, Valves, and Watermain Appurtenances The work shall include the removal or abandonment of hydrants, valves, and watermain appurtenances. When a hydrant is removed, the hydrant shall be removed with its boot intact and salvaged. When the mainline is to remain in service after a removal, the work shall include capping at the tee at the mainline. When a mainline valve is to be abandoned and the valve is not in a valve chamber, the valve box shall be removed. When a water service connection is abandoned, the work shall include shutting off the service at the mainline. 510.07.04 Fence and Noise Barrier Work 510.07.04.01 Removal of Fence The work shall include the removal of all fences, regardless of type. The work shall consist of the dismantling and removal of the fence, including all posts, fence fabric, footings, gates, components, and fittings forming part of the fence designated for removal. Where the means of egress and ingress between the right-of-way and adjacent property is being controlled by an existing fence designated for removal, that control shall be maintained for the duration of the Contract. When only part of an existing fence is removed, repairs to match the existing fence shall be made to the ends remaining. 510.07.04.02 Removal of Noise Barriers The work shall include the dismantling of the noise barrier including posts, panels, framing, doors, fire access openings, and the removal of concrete footings to a depth of 1.3 m. 510.07.05 Delineators, Traffic Barriers, and Energy Attenuator Work 510.07.05.01 Removal of Delineator Posts The work shall include the removal of delineator and guide posts, including wooden, metal, and flexible posts, and associated hardware. 510.07.05.02 Removal of Guide Rail Systems The work shall include the removal of cable guide rail, steel beam guide rail, and box beam guide rail systems, including cables, steel beams, box beams, channels, hardware, posts, anchor blocks, and anchoring systems to the limits specified in the Contract Documents. 510.07.05.03 Removal of Concrete Barriers The work shall include the removal of cast -in-place concrete barriers; the removal and salvage of precast concrete barriers; the removal of back to back installed concrete barriers, concrete or granular fill between the back to back concrete barriers, barrier transition sections; and the removal of associated pads and hardware as specified in the Contract Documents. Page 8 Rev. Date: 04/2010 OPSS 510 510.07.05.04 Removal of Energy Attenuators The work shall include the removal of energy attenuators, including pads and anchoring devices. At specified locations, the energy attenuators shall be dismantled and salvaged as a complete system, including all hardware. 510.07.05.05 Removal of Ramp Closure Gates - The work shall include removal of ramp closure gate concrete footings, gates, signs, and all associated hardware. The gates and associated hardware shall be salvaged and delivered to the location specified in the Contract Documents. 510.07.06 Pavement Work 510.07.06.01 General During pavement removal operations, care shall be taken to prevent contamination with granular and other foreign materials. Removal shall be performed in such a manner as to leave adjacent pavement and structures remaining in place undisturbed. When the roadway is to be opened to traffic after the daily shut down and full width pavement removal is required, the following shall apply: a) For two-lane highways, removal shall be done to the same station for the full pavement width prior to shutdown at the end of the day. b) For multi -lane highways, removal shall be done to essentially the same station for the full pavement width for a specific direction prior to shutdown at the end of the day. c) Prior to opening the lanes to traffic, temporary ramping shall be provided as specified in the Contract Documents. Asphalt pavement material from removal operations that is to be used on this Contract or stockpiled for future use by the Owner shall be weighed according to the Contract Documents then processed prior to stockpiling so 100% of the resultant material passes the 26.5 mm sieve. RAP shall be stockpiled according to the requirements of OPSS 1150 or OPSS 1151, as applicable to the Contract. Removed asphalt pavement materials that are different due to the removal equipment used or pavement type shall be stockpiled separately. 510.07.06.02 Cutting Existing Pavement Pavement shall be cut for neat removal to the depth specified in the Contract Documents. Suitable mechanical sawing equipment or pavement milling equipment capable of producing a straight clean vertical face shall be used for cutting the pavement. The existing pavement type, thickness, and, if any, size of reinforcement shall be as specified in the Contract Documents. Page 9 Rev. Date: 04/2010 OPSS 510 L ; 510.07.06.03 Removal of Pavement, Treated Base, and Concrete Base The work shall include the full -depth removal of asphalt pavement, concrete pavement, asphalt pavement from concrete surfaces and concrete base, cement -treated base, and asphalt -treated base. All materials shall be managed as specified in the Contract Documents. When removed material is to remain temporarily on site due to construction operations, the removed material shall be placed on an asphalt or concrete surface until final disposition. When the operation for full -depth asphalt removal from concrete base or concrete surfaces other than structures causes thickness reductions or surface variations exceeding 10 mm, the removal operations shall be corrected expeditiously and the damaged concrete areas repaired. As part of the work of full -depth pavement removal, where public traffic is to be maintained throughout the work without the use of a temporary bypass, temporary granular ramping shall be constructed and maintained to convey public traffic through the area. The ramping shall be at 20H:1V. Temporary ramps shall be removed to accommodate subsequent construction after traffic has been routed off the temporary ramp. Following pavement removal, the existing roadway granular shall be restored according to OPSS 301, when such roadway is not designated for abandonment. Prime, surface treatments, and mulch pavements greater than 50 mm in depth are considered to be asphalt pavement. This work shall not include removal of materials for jointing done as part of a paving operation. 510.07.06.04 Removal of Asphalt Pavement, Partial -Depth The work shall include the partial -depth removal of asphalt pavement. Such material shall be managed as specified in the Contract Documents. The asphalt pavement shall be removed to the average depth specified in the Contract Documents. Before commencing removal operations, all debris, deleterious material, and existing windrows shall be removed from the roadway surface, including material beyond the theoretical roadway width, to provide positive drainage. If the remaining asphalt pavement does not require further processing or if the remaining asphalt pavement is to be recycled using CIR or CIREAM or HIR processes, then the equipment used for partial depth removal shall be automatically controlled for grade and slope during removal. The surface remaining after removal shall have a constant and continuous crossfall matching the intended surface course crossfall. The surface remaining after removal shall have an even texture and be free of significantly different grooves and ridges in all directions. Removed asphalt pavement material shall not remain on the roadway after completion of the day's operation. Placing of the material on grade other than a bituminous surface prior to hauling to a stockpile shall not be permitted. Temporary transverse ramping shall be as specified in the Contract Documents. If due to unforeseen circumstances, removal cannot be done full width prior to shut down at the end of the day, then temporary, longitudinal ramping shall also be provided as specified in the Contract Documents. All ramping shall be removed prior to placing adjacent hot mix asphalt pavement. Partial -depth asphalt pavement removal operations and the resulting surfaces from partial -depth asphalt removal operations shall not be permitted between November 16`h and June 1s`, unless approved by the Contract Administrator. Page 10 Rev. Date: 04/2010 OPSS 510 510.07.06.05 Removal of Asphalt Pavement from Concrete Surfaces on Structures The work shall include the removal of asphalt pavement and waterproofing from the concrete surfaces on structures. All materials shall be managed as specified in the Contract Documents. When pavement -milling equipment is used, the weight of milling equipment shall be limited to: a) 43 tonnes maximum weight for post -tensioned decks and rigid frame decks, b) 26 tonnes maximum weight for thin slab concrete bridge deck on girders. For thin slab concrete bridge deck on girders, the equipment shall not travel laterally beyond 1.0 m from the centreline of the exterior girder. When the method of asphalt removal results in impact damage or excessive vibration is observed, operations shall be modified to eliminate these effects. Unless the Contract Documents specify a concrete or latex -modified concrete overlay is to be placed on the existing concrete deck, the milling operation shall be controlled such that the milling teeth do not come in contact with the concrete deck surface and bridge joints. Any remaining asphalt pavement and waterproofing not removed by rotary milling equipment shall be removed by other methods. If the milling operation damages the surface of the concrete deck, causing surface variations or concrete thickness reductions exceeding 2 mm, the milling operation shall be corrected expeditiously and the damaged concrete areas repaired. The proposed repair method shall be submitted in writing to the Contract Administrator, prior to commencing repairs. Surface preparation, placement, and curing of the repair materials shall be according to the repair material manufacturer's instructions. 510.07.06.06 Removal of Concrete Pavement, Partial -Depth The concrete pavement shall be removed to the depths indicated in the Contract Documents. The equipment used for partial -depth concrete pavement removal shall be automatically controlled for grade and slope during removal. The surface remaining after removal shall have a constant and continuous cross i . fall matching the intended surface cross fall. The surface remaining after removal shall have an even texture free of significantly different grooves and ridges in all directions. The removed concrete pavement material shall not remain on the roadway after completion of the day's l operation. After partial -depth removal of existing concrete pavement, the Contractor shall reshape and compact the existing shoulder material to ensure proper drainage of the remaining surface and adjoining shoulders. Removal operations and resulting surfaces from removal operations shall not be permitted during the winter j months on highways with posted speeds of 80 km/h or higher. I 510.07.07 Concrete Work 510.07.07.01 Removal of Concrete The work shall include the removal of retaining walls; footings; foundations; concrete culverts, including associated wingwalls and retaining walls; concrete appurtenances; and similar concrete structures specified in f the Contract Documents. Rev. Date: 04/2010 OPSS 510 510.07.08 Right -of -Way Work 510.07.08.01 Preparing Right -of -Way When preparing the right-of-way is specified in the Contract Documents, all objects and materials within the specified road allowance that interfere with the execution of the work and are not covered under separate removal items, shall be removed under this work. The work includes, but is not limited to the removal of trees less than 150 mm diameter, tree roots and stumps, brush and hedges, culverts, wooden and steel posts, signs, sidewalks, precast or poured driveway curbs, asphalt curbs, boulders, stone walls and retaining walls, and other surface materials that require removal in order to complete all parts of the Contract. Any precast concrete slabs, bricks and stones, cut stone curbs, timbers, or similar landscaping elements that are removed shall remain the property of the adjacent property owner and shall be piled neatly on such adjacent property. 510.07.08.02 Removal of Driveways, Sidewalks, and Sundry Asphalt Pavements When collective work to remove driveways and sidewalks needs to be done, work shall include the removal of asphalt, concrete, stone or brick. driveways and sidewalks, and sundry asphalt pavements. 510.07.08.03 Removal of Concrete Sidewalk The work shall include the removal of concrete sidewalk. 510.07.08.04 Removal of Gabions The work shall include the removal of gabions, including rock and wire. 510.07.09 Overhead Signs and Sign Support Structure Work Overhead signs and sign support structures shall be salvaged. Sign support structure footings shall be removed to a minimum of 1.3 m below subgrade. 510.09 MEASUREMENT FOR PAYMENT 510.09.01 Actual Measurement 510.09.01.01 Removal of Bridge Footings Measurement of removal of bridge footings shall be the volume in cubic metres of the concrete removed 510.09.01.02 Removal of Curb and Gutter Removal of Asphalt Curb and Gutter Removal of Concrete Curb and Gutter Measurement of removal of curb and gutter shall be the length in metres horizontally along the flow lines of the curb and gutter removed, whether straight or circular, without separation into types. When the slope of the curb and gutter is 4H:1V or steeper, then the above measurement is of the slope length. No deduction shall be made from the measured length for the spaces occupied by maintenance hole and catch basin castings. Where the removal includes runs of curb and gutter that converge to form bullnoses, each run shall be measured for payment and such measurement shall be deemed to include the concrete fillet within the bullnose. Page 12 Rev. Date: 04/2010 OPSS 510 510.09.01.03 Removal of Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers For measurement purposes, a count shall be made of the number of maintena inlets, and valve chambers removed regardless of type, depth, or size. nce holes, catch basins, ditch 510.09.01.04 Abandonment of Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers, Partial -Depth For measurement purposes, a count shall be made of the number of maintenance holes, catch basins, ditch inlets, and valve chambers abandoned regardless of type or size. 510.09.01.05 Capping of Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers For measurement purposes, a count shall be made of the number of maintenance holes, catch basins, ditch inlets, and valve chambers capped regardless of type or size. 510.09.01.06 Removal of Pipes and Culverts Measurement of removal of pipes and culverts shall be the length in metres horizontally along the pipe or culvert, from one end or end section to the other end or the other end section. Where the grade of the pipe or culvert is 10% or greater, then the above measurement is of the slope length. Pipes and culverts smaller than l 200 mm diameter shall be treated as part of the excavation work. _ No deduction shall be made from the measured length for the spaces occupied by intermediate maintenance holes, catch basins, ditch inlets, and valve chambers. i 510.09.01.07 Abandonment of Pipes and Culverts Measurement of abandonment of pipes and culverts shall be by length in metres horizontally along the pipe or culvert, from one end or end section to the other end or the other end section. Where the grade of the pipe or culvert is 10% or greater, then the above measurement is of the slope length. 510.09.01.08 Removal of Pipe Subdrains Measurement of removal of pipe subdrains shall be by length in metres horizontally along the centerline of the pipe subdrains, including outlets. 510.09.01.09 Removal of Hydrants Removal of Valves Removal of Watermain Appurtenances ` For measurement purposes, a count shall be made of the number of hydrants, valves, and watermain r - appurtenances removed. 510.09.01.10 Removal of Fence Removal of Noise Barrier Measurement of removal of fence and noise barrier shall be the length in metres, horizontally along each fence or noise barrier removed. 510.09.01.11 Removal of Delineator Posts For measurement purposes, a count shall be made of the number of delineator and guide posts removed Page 13 Rev. Date: 04/2010 OPSS 510 510.09.01.12 Removal of Cable Guide Rail Removal of Concrete Barrier Removal of Steel Beam Guide Rail Removal of Steel Box Beam Barrier Measurement of removal of traffic barrier shall be the length in metres horizontally along each type of traffic barrier removed, excluding energy attenuators. Where cable guide rail and steel box beam barrier are anchored to concrete anchor blocks, measurement shall be made between the end anchor points with no additional measurement made of the overlapping sections at intermediate anchorages. 510.09.01.13 Removal of Anchor Blocks For measurement purposes, a count shall be made of the number of anchor blocks removed. 510.09.01.14 Removal of Energy Attenuators For measurement purposes, a count shall be made of the number of complete energy attenuators systems removed. 510.09.01.15 Removal of Ramp Closure Gates For measurement purposes, a count shall be made of the number of ramp closure gates removed. 510.09.01.16 Cutting Existing Pavement Measurement of cutting of existing pavement shall be by length in metres along each cut. 510.09.01.17 Removal of Asphalt Pavement Removal of Asphalt Pavement from Concrete Surfaces Removal of Concrete Pavement Removal of Asphalt -Treated Base Removal of Cement -Treated Base Removal of Concrete Base Measurement of removal of asphalt pavement, asphalt pavement from concrete surfaces, concrete pavement asphalt -treated base, cement -treated base, and concrete base shall be by area in square metres. No deductions shall be made from the area for the space occupied by maintenance holes, catch basins, and valve chambers. The full -depth removal of asphalt pavement, asphalt pavement from concrete surfaces, concrete pavement, asphalt -treated base, cement -treated base, and concrete base shall be measured for payment whether on the roadway surface or within an excavation, where such pavement or base has remained in place since its construction. 510.09.01.18 Removal of Asphalt Pavement, Partial -Depth Removal of Concrete Pavement, Partial -Depth Measurement of removal of partial -depth asphalt or concrete pavement shall be by area in square metres or by mass in tonnes as specified in the Contract Documents. Page 14 Rev. Date: 04/2010 OPSS 510 IF, L 510.09.01.19 Removal of Asphalt Pavement from Concrete Surfaces on Structures Measurement of removal of asphalt pavement from concrete surfaces on metres. structures shall be by area in square 510.09.01.20 Removal of Concrete Measurement of removal of concrete shall be by volume in cubic metres. When broken concrete or masonry is used as rip -rap or rock protection, deductions shall not be made from the concrete removal item. 510.09.01.21 Removal of Driveways, Sidewalks, and Sundry Asphalt Pavements Measurement of removal of driveways, sidewalks, and sundry asphalt pavements shall be by horizontal area in square metres. 510.09.01.22 Removal of Concrete Sidewalk Measurement of removal of concrete sidewalks shall be by horizontal area in square metres. 510.09.01.23 Removal of Gabions Measurement of removal of gabions shall be by volume in cubic metres. 510.09.01.24 Removal of Sign Support Structure Removal of Sign Support Structure Footings For measurement purposes, a count shall be made of the number of sign supports and sign support footings removed. 510.09.02 Plan Quantity Measurement When measurement is by Plan Quantity, such measurement shall be based on the units shown in the clauses under Actual Measurement. 510.10 BASIS OF PAYMENT 510.10.01 Removal of Bridge Structure - Item Removal of Bridge Footings - Item Removal of Modular Bridge - Item Removal of Modular Bridge Substructure - Item Removal of Curb and Gutter - Item Removal of Asphalt Curb and Gutter - Item Removal of Concrete Curb and Gutter - Item Removal of Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers - Item Abandonment of Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers Partial -Depth - Item Capping of Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers - Item Removal of Pipe and Culverts - Item Abandonment of Pipes and Culverts - Item Removal of Pipe Subdrains - Item Page 15 Rev. Date: 04/2010 OPSS 510 I� Removal of Hydrants - Item Removal of Valves - Item Removal of Watermain Appurtenances - Item Removal of Fence - Item Removal of Noise Barriers - Item Removal of Delineator Posts - Item Removal of Cable Guide Rail - Item Removal of Concrete Barrier - Item Removal of Steel Beam Guide Rail - Item Removal of Steel Box Beam Barrier - Item Removal of Anchor Blocks - Item Removal of Energy Attenuators - Item Removal of Ramp Closure Gates - Item Cutting Existing Pavement - Item Removal of Asphalt Pavement - Item Removal of Asphalt Pavement from Concrete Surfaces - Item Removal of Concrete Pavement - Item Removal of Asphalt -Treated Base - Item Removal of Cement -Treated Base - Item Removal of Concrete Base - Item Removal of Asphalt Pavement, Partial -Depth - Item Removal of Asphalt Pavement from Concrete Surfaces on Structures - Item Removal of Concrete Pavement, Partial -Depth Removal of Concrete - Item Preparing Right -of -Way - Item Removal of Driveways, Sidewalks, and Sundry Asphalt Pavements - Item Removal of Concrete Sidewalk - Item Removal of Gabions - Item Removal of Sign Support Structure - Item Removal of Sign Support Structure Footings - Item Payment at the Contract price for the above tender items shall be full compensation for all labour, Equipment, and Material to do the work. Imported backfill shall be paid for separately according to the tender item of the material specified in the Contract Documents. Payment at the Contract price for the appropriate removal tender item shall be full compensation for all labour and Equipment for earth excavation required in the course of the removal operations. Material designated for salvage but damaged by Contractor operations or lost by the Contractor shall be replaced with new material at no extra cost to the Owner. If the Contractor elects to remove maintenance holes, catch basins, ditch inlets, and valve chambers in their entirety rather than as a partial removal, the removal shall be at no extra cost to the Owner. When the Contract does not contain a separate item for the removal of pipe subdrain, the contract price for the items directly associated with the removal of pipe subdrain shall include full compensation for all labour, Equipment, and Materials required to do the work described in this specification. Disturbed or damaged portions not designated for removal or salvage that result from the Contractor's operations shall be corrected or repaired at no extra cost to the Owner. Page 16 Rev. Date: 04/2010 OPSS 510 510.10.02 Excavation for Underpavement Objects When the Contract contains separate items for the removal of concrete pavement, asphalt pavement, concrete base, cement -treated base, sidewalk, and curb and gutter, such items removed because of the removal of under -pavement objects such as sewers, culverts, Utilities, and watermains, payment shall be at the Contract prices and according to the specifications for the removal of concrete pavement, asphalt pavement, concrete base, cement -treated base, sidewalk, or curb and gutter, respectively. 510.10.03 Excavation for Removal When excavation for removal overlaps the excavation required for other work under the Contract, the overlapping excavation for the removal shall be paid for in accordance with the specification for other work. No deductions shall be made to the quantities of concrete base, cement -treated base, sidewalk, curb and gutter, and any other structure or portion of structure where these items removed are included within the established lines of an excavation item measured for separate payment. Page 17 Rev. Date: 04/2010 OPSS 510 J Appendix 510-A, April 2010 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The designer should specify the following in the Contract Documents: - Items that are to be removed, abandoned, demolished, or salvaged. (510.07.01) - Stockpiling requirements. (510.07.01) - Requirements for work that is to be carried out in waterbodies or on waterbody banks. (510.07.01) - For removal items, - Delivery locations for salvaged materials in excess to Contract requirements (510.07.01.03) - For bridge structures, specify the line and grade to which the structure is to be removed. (510.07.02.01) - Destination of modular bridge components. (510.07.02.02) - Approximate weight of the modular bridge to be removed. (510.07.02.02) - Management of modular bridge substructure materials. (510.07.02.02.01) - Delivery requirements for ramp closure gates. (510.07.05.05) - Temporary ramping requirements. (510.07.06.01) - For pavement, specify the depth of sawcut and identify the pavement type; thickness; size of reinforcement, if any; and management of materials. (510.07.06.02 and 510.07.06.03) - For partial -depth pavement, identify the average depth of the removal and management of materials. (510.07.06.05) - Method of measurement for the partial -depth removal of asphalt or concrete pavement. (510.09.01.18) The designer should determine if the following is required and, if so, specify it in the Contract Documents: - Imported backfill. (510.07.01.04) The designer should list in the Contract Documents existing drawings available, if any, for structures to be removed. (510.07.01) The designer should determine if special restrictions or permits apply where work under the specification is required in waterbodies or on waterbody banks. For the demolition of bridges, OPSS 510 does not place any restrictions on the Contractor in terms of methods or equipment to be used. Therefore, when it is foreseen that a demolition will require special requirements or safety precautions, the designer should include these requirements in the Contract Documents. The designer should determine whichremovals are included under Earth Excavation and Grading. (510.10.03) The designer should ensure that the removal of asphalt from bridge decks is to be paid separately, when the entire bridge deck is removed and the asphalt cannot be mixed with concrete. The designer should ensure that all items to be left in place are in accordance with environmental constraints and requirements. Page 18 Rev. Date: 04/2010 OPSS 510 _ Appendix 510-A Removed items may contain materials that may be subject to specific handling and disposal requirements (e.g., asbestos and slag). The designer should ensure that these requirements are included where such materials are known to exist. The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings OPSD 102.010 Removals, Legend OPSD 710.010 Capping Existing Structures, Maximum 4.0 m Cover Page 19 Rev. Date: 04/2010 OPSS 510 rwo STgHa99 ONTARIO PROVINCIAL t . �s� STANDARD p4L•PNSPECIFICATION CONSTRUCTION SPECIFICATION FOR DEWATERING OF PIPELINE, UTILITY, AND ASSOCIATED STRUCTURE EXCAVATION APPENDICES 517-A Commentary METRIC OPSS 517 NOVEMBER 2010 517.01 SCOPE This specification covers the requirements for dewatering procedures to stabilize theground a nd excavations free of water during installation of sanitary and storm pipe sewers, pipe culvertsandkeep end sections, forcemains and associated appurtenances, watermains and associated appurtenances, and other underground Utilities; maintenance holes, catch basins, ditch inlets, and valve chambers; and any other specified subsurface construction. 517.01.01 Specification Significance and Use CThis specification has been developed for use in provincial and municipal -oriented Contracts. administration, testing, and payment policies, procedures, and practices reflected in this specification C_ correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2010 OPSS 517 TABLE OF CONTENTS 517.01 SCOPE 517.02 REFERENCES 517.03 DEFINITIONS t. 517.04 DESIGN AND SUBMISSION REQUIREMENTS 517.05 MATERIALS - Not Used 517.06 EQUIPMENT - Not Used rr 517.07 CONSTRUCTION L 517.08 QUALITY ASSURANCE - Not Used 517.09 MEASUREMENT FOR PAYMENT - Not Used 517.10 BASIS OF PAYMENT APPENDICES 517-A Commentary METRIC OPSS 517 NOVEMBER 2010 517.01 SCOPE This specification covers the requirements for dewatering procedures to stabilize theground a nd excavations free of water during installation of sanitary and storm pipe sewers, pipe culvertsandkeep end sections, forcemains and associated appurtenances, watermains and associated appurtenances, and other underground Utilities; maintenance holes, catch basins, ditch inlets, and valve chambers; and any other specified subsurface construction. 517.01.01 Specification Significance and Use CThis specification has been developed for use in provincial and municipal -oriented Contracts. administration, testing, and payment policies, procedures, and practices reflected in this specification C_ correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2010 OPSS 517 517.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 517.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 412 Sewage Forcemain Installation in Open Cut OPSS 441 Watermain Installation in Open Cut OPSS 518 Control of Water From Dewatering Operations 517.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Associated Appurtenances mean as defined in OPSS 412 and OPSS 441. Surrounding Area means as specified by the Ministry of the Environment (MOE) or as specified in the Contract Documents. Page 2 Rev. Date: 11/2010 OPSS 517 517.04 DESIGN AND SUBMISSION REQUIREMENTS 517.04.01 Submission Requirements The following information shall be submitted to the Contract Administrator for review at least two weeks prior to the commencement of dewatering operation: a) Unless provided in the Contract Documents, the permit issued by MOE for taking water from aground water source, if required. b) Monitoring and contingency plans that address potential impacts to items such as, but not limited to, settlement, ground water usage and electrical and mechanical equipment failures. c) Stand-by power or pumping capacity or both, if required by the Contract Documents. d) Calibration documentation for the flow metering system. 517.07 CONSTRUCTION 517.07.01 Dewatering A continuous dewatering operation shall be provided to keep the excavation stable and free of water. The excavation shall be monitored to ensure it remains stable and free of water. The dewatering system shall be maintained and the surrounding area monitored for impacts to items such as, but not limited to, settlement and ground water usage. Any impacts shall be immediately reported to the Contract Administrator. When a stand-by power or pumping system or both are required, they shall be as specified in the Contract Documents, and shall be installed on-site. The availability, location, and use of automatic transfer switching shall be as specified in the Contract Documents. Dewatering shall be discontinued in a manner so that disturbance of any structure or pipeline is avoided. 517.07.02 Control of Water The control of water shall be according to OPSS 518. 517.07.03 Management of Excess Material Management of excess material shall be according to the Contract Documents. 517.10 BASIS OF PAYMENT Payment at the Contract price for the appropriate tender items for the installation of sanitary and storm pipe sewers, pipe culverts and end sections, forcemains and associated appurtenances, watermains and associated appurtenances, and other underground Utilities; maintenance holes, catch basins, ditch inlets, or valve chambers; and any other specified subsurface construction shall be full compensation for all labour, Equipment, and Material to do the work. Page 3 Rev. Date: 11/2010 OPSS 517 Appendix 517-A, November 2010 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The designer may consider including soil boring data, a geotechnical report, a subsurface report, or a soils report in the Tender Documents. The designer should specify the following in the Contract Documents: - Surrounding area. (517.03) 'I - Stand-by power or pumping capacity or both. (517.04.01) - When required, stand-by power or pumping system or both. (517.07.01) - Availability, location, and use of automatic transfer switching, based on site conditions, impacts, and risk assessment. (517.07.01) Due to the time required, the designer should consider obtaining the dewatering permit to avoid delays. (517.04) The need for a specific dewatering scheme should be determined. If a specific dewatering scheme is necessary, it should be specified in the Contract Documents. The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings No information provided here. Page 4 Rev. Date: 1112010 OPSS 517 - 539.01 539.02 539.03 539.04 539.05 539.06 539.07 539.08 539.09 539.10 APPENDICES 539-A 539-B ONTARIO PROVINCIAL STANDARD SPECIFICATION CONSTRUCTION SPECIFICATION FOR TEMPORARY PROTECTION SYSTEMS TABLE OF CONTENTS SCOPE REFERENCES DEFINITIONS DESIGN AND SUBMISSION REQUIREMENTS MATERIALS EQUIPMENT - Not Used CONSTRUCTION QUALITY ASSURANCE- Not Used MEASUREMENT FOR PAYMENT - Not Used BASIS OF PAYMENT METRIC OPSS 539 NOVEMBER 2009 Commentary Supplemental Requirements for Using OPSS 539 in Municipal Contracts 539.01 SCOPE l This specification covers the requirements for the design, construction, maintenance, monitoring, and removal of a temporary protection system made necessary by excavation, embankment construction, r dewatering, or other work. 539.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. I Page 1 Rev. Date: 11/2009 OPSS 539 539.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 539.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following specifications, standards, or publications: Ontario Provincial Standard Specifications, Construction OPSS 903 Deep Foundations OPSS 904 Concrete Structures OPSS 906 Structural Steel for Bridges OPSS 942 Prestressed Soil and Rock Anchors Ontario Provincial Standard Specifications, Material OPSS 1350 Concrete - Materials and Production OPSS 1601 Wood Material, Preservative Treatment, and Shop Fabrication Ontario Ministry of Transportation Publications Structural Manual Page 2 Rev. Date: 11/2009 OPSS 539 CSA Standards _ S6-06 Canadian Highway Bridge Design Code -- Ontario Ministry of Labour Occupational Health and Safety Act, R.S.O. 1990, c.O.1, as amended - American Association of State Highways Transportation Officials (AASHTO) AASHTO Guide Design Specification for Bridge Temporary Works, 15t Edition with Interim Revisions - International Organization for Standardization/International Electrotechnical Commission (ISO/IEC) 17025 General Requirements for the Competence of the Testing and Calibration Laboratories 539.03 DEFINITIONS For the purpose of this specification, the following definitions apply. Anchor means: a) A system consisting of prestressed tendons or non -prestressed rods installed in predrilled holes and encapsulated in grout or concrete. A system that derives its load carrying capacity in bond between the grout/concrete body and the surrounding soil or rock; or b) A tie back to a deadman. Bracing means the system of walers, struts, anchorages, and like members that connect frames, shores, or panels of a sheathing system to resist external pressures and to provide stability against lateral movement. Certificate of Conformance means a document issued by the Quality Verification Engineer confirming that the specified components of the Work are in General Conformance with the requirements of the Contract Documents. Cofferdam means a watertight enclosure. Dredge Line means the exposed lower limit of the protection system. Engineer means a professional engineer licensed by the Professional Engineers Ontario to practice in the Province of Ontario. Erector means a supervisory person that undertakes the construction of a Protection System Protection System means the construction necessary to mechanically support existing or proposed work such that its function shall not be affected or construction necessary to support work such as open excavations during actual construction operations for safety and convenience. Quality Verification Engineer means an Engineer retained by the Contractor qualified to provide the services specified in the Contract Documents. Raker means a structural member inclined to the front of the shoring wall providing lateral support. Page 3 Rev. Date: 11/2009 OPSS 539 Shoring Wall means a structural wall consisting of wood, steel or concrete or any combination of these materials that supports earth or rock and any structure, materials, Utilities, or other facility contained in or on the supported earth or rock mass. Top of Shoring Wall means the upper limit of the protection system. 539.04 DESIGN AND SUBMISSION REQUIREMENTS 539.04.01 Design 539.04.01.01 General The protection system shall be designed for the performance level as specified in the Contract Documents. Except for Owner designed protection systems, the Contractor shall be responsible for the complete detailed design of the protection system required to carry out the work shown in the Contract Documents. Protection systems that are not specified in the Contract Documents shall be assigned an appropriate performance level for design by the design Engineer. The Contract Administrator shall review the performance level selected at the time of submission of the specified Working Drawings. The geotechnical and foundation portions of the design shall be based on a method published in AASHTO Guide Design Specification for Bridge Temporary Works and in general conformance with the CAN/CSA-S6. The design shall be appropriate for the specific site conditions. Design methods not meeting the AASHTO and CSA design specifications may only be used on this Contract, if approved by the Owner. A protection system shall be designed to provide protection for excavations at the locations as specified in the Contract Documents and at any other location where the stability, safety, or function of an existing structure or Utility may be impaired by construction work. The temporary slope geometry used to determine requirements of the protection system shall be according to the Occupational Health and Safety Act. Performance levels for protection systems are as follows: Performance Maximum Angular Level Distortion 1a 1:1000 1b 1:1000 2 1:200 3 1:100 Where: Angular Distortion = ± A/H Maximum Horizontal Displacement 5 mm 10 mm 25 mm 50 mm 0 = Horizontal displacement (mm) at height H H = Height (mm) above dredge line to point of measurement or height above the nearest system restraining support. When performance level 1a is specified the bracing system shall be preloaded. Page 4 Rev. Date: 11/2009 OPSS 539 — Where the bracing systems are preloaded, the effects of the preload shall not cause damage to adjacent facilities. Protection systems with a face within a horizontal distance of 1/3 H of any part of a structure foundation shall be designed for performance level 1a. 539.04.01.02 Designer Qualifications The design Engineer shall have demonstrated expertise for the work. The design Engineer shall have a minimum of 5 years experience in designing protection systems of similar nature and scope to the required work. The design -checking Engineer shall have demonstrated expertise for the work. The design -checking Engineer shall have a minimum of 5 years experience in designing protection systems of similar nature and scope to the required work. One person shall not perform both the design Engineer and design -checking Engineer roles for a protection system. 539.04.01.03 Design Assumptions The design assumptions shall accurately represent the subsurface conditions prevalent at the site and shall be specific to the type of protection system used. The design shall address the subsurface conditions at the project site reported in the Contract Documents. 539.04.01.04 Vertical and Horizontal Loadings Vertical and horizontaldesign loadings used shall represent existing conditions and accepted design practice. Future loadings that are known and may affect the protection system during its useful life shall be considered. 539.04.02 Submissions 539.04.02.01 Working Drawings The Contractor shall submit 3 sets of Working Drawings to the Contract Administrator at least 7 Days prior to commencement of the protection system installation, for information purposes only. Prior to making a submission, the seals and signatures of a design Engineer and a design -checking Engineer shall be affixed on the Working Drawings verifying that the drawings are consistent with the Contract Documents. Where multi -discipline engineering work is depicted on the same Working Drawing and the design or design -checking Engineer or both are unable to seal and sign the Working Drawing for all aspects of the work, the drawing shall be sealed and signed by as many additional design and design -checking Engineers as necessary. --, Prestressed anchor submissions shall be according to OPSS 942. When other authorities are involved, 1 set of Working Drawings shall be submitted for each authority at least 5 weeks prior to the commencement of falsework construction. The requirements of each authority shall be satisfied prior to commencement of the protection system installation. The Contractor shall have a copy of the Working Drawings at the site during protection system installation. Page 5 Rev. Date: 11/2009 OPSS 539 For protection systems that are not specified in the Contract Documents, the Contractor shall submit the Working Drawings for these systems to the Contract Administrator at least 3 weeks prior to the commencement of any construction. The following information and details shall be shown on the Working Drawings: a) Plans, Elevations, and Details i. Location of protection system and station limits. ii. Plan and elevation of shoring showing the extent of the protection system. iii. Details of the shoring system, including cross-sections. iv. Details of internal bracing. b) Design Criteria i. Pressure diagrams including values of horizontal and vertical loads, dead load, and live load `- surcharge. ii. Design assumptions and parameters. iii. Anchor bond stresses. iv. Pile design. v. Anchor system stressing schedule specifying working loads, stressing loads, and lock in loads. vi. Details of preload, when required. vii. For protection systems not specified in the Contract Document, the performance level shall be designated. c) Materials i. Grade of structural steel and grade and species of structural wood. ii. Concrete strengths. iii. Grout strengths. — iv. Details of protection from rain and frost action. v. Wood lagging and size. vi. Mill certificates or test reports from an independent organization certified by the Standards Council of Canada certifying that the steel meets the requirements of the grade where specified. — vii. Details of patented accessories, including load test data. d) Installation Procedure i. Installation sequence and procedure, including to the installation of piling, lagging, anchor systems, and rakers. e) Monitoring Method i. The proposed method of monitoring the performance of the protection system during installation and use. The method of monitoring shall be consistent with the requirements specified in subsection in the Quality Control subsection. f) Removal of Protection System i. The details of the procedures associated with the removal of the protection system indicating: method, sequence of work, and removal limits, except when the protection system is specified in the Contract Documents to be left in place. 539.04.02.02 Amendments to Protection Systems Work shall not proceed on amendments to the protection system until the Contractor has received sealed and signed approval to proceed from the design Engineer and design -checking Engineer and has submitted a copy of the approval to the Contract Administrator. -- Amendments to the protection system shall be submitted to the Contract Administrator on revised Working Drawings bearing the seal and signature of the design Engineer and design -checking Engineer. Page 6 Rev. Date: 11/2009 OPSS 539 539.04.02.03 Preconstruction Survey Prior to commencing the work, the Contractor shall submit to the Contract Administrator, a condition survey of property and structures that may be affected by the work. The survey shall include the locations and conditions of adjacent properties; buildings; underground structures; Utility services; and structures, such as walls abutting the site within a horizontal distance of 2HW from the face of the protection system, where H, is the height of the wall from the ground surface to the dredge line. 539.04.02.04 Materials 539.04.02.04.01 Structural Steel 539.04.02.04.01.01 Mill Certificates The Contractor shall submit to the Contract Administrator at the time of delivery 1 copy of the mill certificates, indicating that the steel meets the requirements for the appropriate standards for H -piles, tube piles, casings, and sheet piles. Where mill test certificates originate from a mill outside Canada or the United States of America the Contractor shall have the information on the mill certificates verified by testing by a Canadian laboratory. The laboratory shall be certified by an organization accredited by the Standards Council of Canada to comply with the requirements of ISO/IEC 17025 for the specific tests or type of tests required by the material standard specified on the mill test certificate. The mill test certificates shall be stamped with the name of the Canadian testing laboratory and appropriate wording stating that the material conforms to the specified material requirements. The stamp shall include the appropriate material specification number, the date (i.e., yyyy-mm-dd), and the signature of an authorized officer of the Canadian testing laboratory. For Contractor designed protection systems using previously used structural steel that a mill test certificate is not available and coupons have not been tested to verify the steel's material properties, a mill test certificate is not required when the yield strength specified on the Working Drawings does not exceed 250 MPa. If the yield strength specified exceeds 250 MPa, the Contract Administrator may r- request that the material be tested to confirm the material properties indicated on the Working Drawings. The costs of this testing shall be covered by the Owner if the test results indicate that the material is according to the Working Drawings and by the Contractor if the test results indicate that the material is not according to Working Drawings. 539.04.02.05 Milestone Inspections 539.04.02.05.01 Excavation Depths Less Than or Equal to Three Metres The Quality Verification Engineer shall witness interim inspections of the following work: a) Installation of protection system, including excavation to dredge line. b) Removal of protection system. A copy of the written permission to proceed shall be submitted to the Contract Administrator prior to commencement of the successive operation. 539.04.02.05.02 Excavation Depths Exceeding Three Metres The Quality Verification Engineer shall witness interim inspections of the following work: a) Layout and extent of protection system. b) Piling. Page 7 Rev. Date: 11/2009 OPSS 539 c) Installation of protection system, including excavation to dredge line. d) Removal of protection system. A copy of the written permission to proceed shall be submitted to the Contract Administrator prior to commencement of the successive operation. 539.05 MATERIALS 539.05.01 Wood Wood shall be according to OPSS 1601. Wood shall be of the size, grade, and species shown on the Working Drawings and shall be in sound condition, free from defects that may impair its strength. Wood lagging does not have to be grade - stamped. 539.05.02 Proprietary Shoring and Patented Accessories Where proprietary shoring or patented accessories are to be used, the Contractor shall follow the manufacturers' recommendations for load carrying capacity. The recommended load carrying capacities shall be supported by test results from an accredited testing laboratory approved by the Owner. 539.05.03 Concrete Concrete shall be according to OPSS 1350. 539.05.04 Other Materials The design Engineer may consider other suitable materials when sufficient information is available to quantify the allowable design loads or when the manufacturer's recommendations regarding load carrying capacities are supported by test results from an independent organization accredited by the Standards Council of Canada. 539.07 CONSTRUCTION 539.07.01 General The Contractor shall be responsible for the design, materials, construction, maintenance, monitoring, and removal of a temporary protection system. The erector shall be experienced in the method of construction of protection systems. Such experience shall have been obtained within the preceding 5 years on projects of similar nature and scope to the required work. Protection systems shall be built according to the specifications and the Working Drawings. Piling shall be according to OPSS 903 and the Working Drawings. Concrete construction shall be according to OPSS 904. Concrete shall be placed. in the dry. Where cofferdams are used they shall be sealed sufficiently to permit concrete to be placed in the dry. The Contractor shall carry out dewatering as required to facilitate the installation of the protection system. Page 8 Rev. Date: 11/2009 OPSS 539 - Tremie concrete shall be placed according to the requirements of OPSS 904. Structural steel shall be according to OPSS 906 and the Working Drawings. Prestressed anchors shall be supplied, installed, and stressed according to OPSS 942. The protection system shall be protected from the detrimental effects of rain and frost action. Material used in the protection system shall remain the property of the Contractor. Loss of soil from behind the shoring shall be prevented during and following the installation of the lagging. 539.07.02 Removal of Protection Systems Protection systems shall be removed from the right-of-way unless it is specified in the Contract Documents that the protection system may be left in place. Where piles are left in place, the top shall be removed to at least 1.2 m below the finished grade or ground level or at least 0.6 m below the streambed. The method and sequence of removal shall be such that there shall be no damage to the new work, existing work, and facility being protected. All disturbed areas shall be restored to an equivalent or better condition than existed prior to the commencement of construction. 539.07.03 Quality Control 539.07.03.01 General In addition to the quality control measures instituted by the Contractor, the Contractor shall complete a preconstruction condition survey and monitor the protection system installation as specified herein, as shown on the Working Drawings. 539.07.03.02 Inspection of Welds The Contractor shall be responsible for visual inspection of all welds. Any required testing of welds shall be as specified by the design Engineer of the protection system. 539.07.03.03 Monitoring 539.07.03.03.01 General Monitoring shall be conducted by a Registered Ontario Land Surveyor or an Engineer according to the program submitted with the Working Drawings. F— The minimum requirements for monitoring shall include the survey measurements of scaled targets attached to the shoring wall at the elevations specified. The scaled targets shall be placed at a maximum spacing of 6 m with targets placed at the extreme ends and the targets distributed between the outer limits. The survey targets shall be monitored for horizontal displacement from the vertical at the j frequency specified. All test results, observations, and records, including the preconstruction survey, taken during construction and operation of the protection system shall be available on the site for review by the Contract Administrator. I I Page 9 Rev. Date: 11/2009 OPSS 539 If movement of the protection system is more rapid than is expected, or, if movement approaches the allowable limit, the Contract Administrator shall be notified immediately and suitable measures shall be taken to ensure stability of the protection system and to ensure movement does not exceed the performance level specified in the Contract Documents. 539.07.03.03.02 Excavation Depths Less Than or Equal to Three Metres The protection systems shall be monitored during construction. Readings shall be taken during installation of the protection system at the top of the protection system at each construction stage during the installation. After installation the above readings shall be taken every two weeks. 539.07.03.03.03 Excavation Depths Exceeding Three Metres The protection systems shall be monitored during construction. Readings shall be taken during installation of the protection system at the top, at each restraint point, at the dredge line, and halfway between the restraint points at each construction stage during the installation of the protection system. After installation the above readings shall be taken weekly. 539.07.03.04 Certificates of Conformance 539.07.03.04.01 Excavation Depths Less Than or Equal to Three Metres For protection systems to facilitate excavation depths less than or equal to 3 m and provided that surcharge loading due to vehicular traffic, construction equipment and materials, or other is beyond a horizontal distance defined by a 1 H:2V line projected from the dredge line at the face of the protection system to the roadway surface, a completed Certificate of Conformance shall be submitted to the Contract Administrator upon completion of the operation of the protection system and removal of the protection system. The Qualification Verification Engineer's seal and signature shall be affixed on the completed Certificate of Conformance confirming that the protection system was installed, monitored, and subsequently removed in general conformance with the Working Drawings and Contract Documents. Should traffic be within a horizontal distance defined by a 1 H:2V line projected from the dredge line at the face of the protection system to the roadway surface,. the Certificate of Conformance requirements as specified in the Excavation Depths Exceeding Three Metres clause shall apply. 539.07.03.04.02 Excavation Depths Exceeding Three Metres For protection systems to facilitate excavation depths that exceed 3 metres or should traffic, construction equipment and materials, or other be within a horizontal distance defined by a 1HAV line projected from the dredge line at the face of the protection system to the roadway surface, a completed Certificate of Conformance shall be submitted to the Contract Administrator upon completion of the operation of the protection system and removal of the protection system. The Qualification Verification Engineer's seal and signature shall be affixed on the completed Certificate of Conformance confirming that the materials have been supplied and installed in general conformance with the Working Drawings and that the protection system was installed, monitored, and subsequently removed in general conformance with the Working Drawings and Contract Documents. 539.07.04 Management of Excess Material Management of excess material shall be according to the Contract Documents. Page 10 Rev. Date: 11/2009 OPSS 539 539.10 BASIS OF PAYMENT L - 539.10.01 Protection System - Item r Payment at the Contract price for the above tender item shall be full compensation for all labour, Equipment, and Material to do the work. When the Contract does not contain a separate item for protection systems, the Contract price for the f — items directly associated with the protection system shall include full compensation for all labour, Equipment, and Materials required to the do the work described in this specification. Page 11 Rev. Date: 11/2009 OPSS 539 J Appendix 539-A, November 2009 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The designer should specify the following in the Contract Documents: - Protection system performance level. (539.04.01.01) - Location of excavations requiring protection systems. (539.04.01.01) - When another authority is affected by the Contractor's operation. (539.04.02.01) OPSS 539 contains information written for provincial contracts. To ensure completeness of municipal Contract Documents, the designer should invoke Appendix 539-B. The appendix contains supplemental requirements that modify OPSS 539 so it can be used by a municipality in its contracts. The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings No information provided here. Page 12 Rev. Date: 11/2009 OPSS 539 I Appendix 539-B, November 2009 I FOR USE IN MUNICIPAL CONTRACTS, WHEN REFERENCED IN THE CONTRACT DOCUMENTS L_ Note: This is a non -mandatory Additional Information Appendix intended to provide supplementary r requirements for the OPS specification in a municipal contract, when the appendix is invoked by the Owner. It is written in mandatory language to permit invoking it by reference in the Contract Documents. If the appendix has not been invoked by reference in the Contract Documents, it does not apply. Supplemental Requirements for Using OPSS 539 in Municipal Contracts OPSS 539, Protection Systems, is amended as follows: 539.03 Definitions �- Section 539.03 is amended by the deletion of the definitions for Certificate of Conformance and for Quality Verification Engineer. Section 539.03 is amended by the addition of the following: Certificate of Installation means a document issued by the design Engineer or design -checking Engineer confirming that the specified components of the Work are in general conformance with the requirements of the Contract Documents. r - 539.04.02.01 Working Drawings The first paragraph of clause 539.04.02.01 is deleted in its entirety and replaced by the following: The Contractor shall submit 5 sets of Working Drawings to the Contract Administrator at least 3 weeks prior to commencement of the protection system installation. Prior to making a submission, the seals and signatures of a design Engineer and a design -checking Engineer shall be affixed on the Working Drawings verifying that the drawings are consistent with the Contract Documents. 539.04.02.01 Working Drawings Clause 539.04.02.01 is amended by the addition of the following: 539.04.02.01.01 Return of Submissions Two copies of each submission shall be returned as one of the following: a) Stamped with the wording that allows for permission to construct. In this case, work can commence on receipt of the drawings by the Contractor. b) Stamped with the wording that allows for permission to construct as noted. In this case, work can start on receipt of the drawings by the Contractor. The drawings shall be updated as noted and shall be sealed and signed by the design Engineer and the design- checking Engineer stating the drawings have been revised according to the noted comments. c) Showing only required changes. In this case, the drawings shall be updated as required and the submission process repeated. Page 13 Rev. Date: 11/2009 OPSS 539 Appendix 539-B The Contractor shall have a copy of the stamped updated or accepted drawings at the site prior to the commencement of the protection system installation. 539.04.02.05.01 Excavation Depths Less Than or Equal to Three Metres The first sentence of clause 539.04.02.05.01 is deleted in its entirety and replaced by the following: The design Engineer or the design -checking Engineer shall witness interim inspections of the following work: 539.04.02.05.02 Excavation Depths Exceeding Three Metres The first sentence of clause 539.04.02.05.02 is deleted in its entirety and replaced by the following: The design Engineer or the design -checking Engineer shall witness interim inspections of the following work: 539.07.01 General The first paragraph of subsection 539.07.01 is deleted in its entirety and replaced by the following: The Contractor shall be responsible for the design, materials, construction, maintenance, monitoring, and removal of a temporary protection system except for Owner designed systems, in which case, the design and monitoring shall be by the Owner. 539.07.03.04 Certificates of Conformance Clause 539.07.03.04 is deleted in its entirety and replaced by the following: 539.07.03.04 Certificate of Installation 539.07.03.04.01 Excavation Depths Less Than or Equal to Three Metres For Contractor designed protection systems to facilitate excavation depths less than or equal to 3 m and provided that surcharge loading due to vehicular traffic, construction equipment and materials, or other is beyond a horizontal distance defined by a 1 H:2V line projected from the dredge line at the face of the protection system to the roadway surface, a completed certificate of installation shall be submitted to the Contract Administrator upon completion of the operation of the protection system and removal of the protection system. The design Engineer or design -checking Engineer's seal and signature shall be affixed on the completed certificate of installation confirming that the protection system was installed, monitored, and subsequently removed in general conformance with the Working Drawings and Contract Documents. Should traffic be within a horizontal distance defined by a 1 H:2V line projected from the dredge line at the face of the protection system to the roadway surface, the certificate of installation requirements as specified in the Excavation Depths Exceeding Three Metres clause shall apply. Page 14 Rev. Date: 1112009 OPSS 539 Appendix 539-B 539.07.03.04.02 Excavation Depths Exceeding Three Metres For protection systems to facilitate excavation depths that exceed 3 metres or should traffic, construction equipment and materials, or other be within a horizontal distance defined by a 1H:1V line projected from the dredge line at the face of the protection system to the roadway surface, a completed certificate of installation shall be submitted to the Contract Administrator upon completion of the operation of the protection system and removal of the protection system. The design Engineer or design -checking Engineer's seal and signature shall be affixed on the completed certificate of installation confirming that the materials have been supplied and installed in general conformance with the Working Drawings and that the protection system was installed, monitored, and subsequently removed in general conformance with the Working Drawings and Contract Documents. Page 15 Rev. Date: 11/2009 OPSS 539 o ,0574, ONTARIO PROVINCIAL S P � STANDARD SPECIFICATION METRIC OPSS 706 NOVEMBER 2010 (Formerly OPSS 543, December 1990) APPENDICES 706-A Commentary 706.01 SCOPE This specification covers the requirements for traffic control signing during construction. 706.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2010 OPSS 706 (Formerly OPSS 543, December 1990) CONSTRUCTION SPECIFICATION FOR TRAFFIC CONTROL SIGNING TABLE OF CONTENTS 706.01 SCOPE 706.02 REFERENCES 706.03 DEFINITIONS 706.04 DESIGN AND SUBMISSION REQUIREMENTS - Not Used 706.05 MATERIALS 706.06 EQUIPMENT - Not Used 706.07 CONSTRUCTION 706.08 QUALITY ASSURANCE - Not Used 706.09 MEASUREMENT FOR PAYMENT - Not Used 706.10 BASIS OF PAYMENT APPENDICES 706-A Commentary 706.01 SCOPE This specification covers the requirements for traffic control signing during construction. 706.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2010 OPSS 706 (Formerly OPSS 543, December 1990) 706.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. — Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. — Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 706.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial -oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal -oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications or publications: Canadian General Standards Board (CGSB) CGSB 62 -GP -11 M, May 1978 - Marking Material, Retroreflective Enclosed Lens, Adhesive Backing Authority Publications - Ministry of Transportation of Ontario: — Traffic Control Manual for Roadway Work Operations - Field Edition Manual of Uniform Traffic Control Devices, M.U.T.C.D. 706.03 DEFINITIONS Construction Signs means all traffic control signs and associated devices identified in Part A, Division 5, Temporary Conditions, M.U.T.C.D. Manual, including vehicles and sign trailers, required to support signs and equipment to supply sign lighting, excluding the contract identification sign and highway number markers. Page 2 Rev. Date: 11/2010 OPSS 706 (Formerly OPSS 543, December 1990) — Manual means the "Traffic Control Manual for Roadway Work Operations", Field Edition and the Manual of Uniform Traffic Control Devices, M.U.T.C.D. 706.05 MATERIALS 706.05.01 Reflective Surfaces Reflective materials and surfaces shall conform to M.U.T.C.D. 706.05.02 Signs All details with respect to materials, dimensions and other requirements except reflectivity, shall conform to the M.U.T.C.D. 706.07 CONSTRUCTION 706.07.01 Traffic Control Signing Traffic control signing shall include the work of supplying, locating, relocating, erecting, operating and maintaining construction signs, and shall conform to the Manual unless otherwise specified. The contract identification signs will be supplied, erected, and maintained by the Authority. Signs shall be in place before work affecting traffic begins, shall be well maintained to be effective at all times, shall remain operational throughout the duration of the operation requiring signs, including the shutdown period, and shall be removed upon completion of the operation. ` Ramps or roadways identified in the contract for complete closure shall be signed conforming to the M.U.T.C.D. l 706.07.02 Existing Signing Any existing signs removed by the Contractor to accommodate construction shall be kept operational by placement on a temporary support and shall be reinstalled conforming to the M.U.T.C.D after the work operation is complete. Temporarily relocated existing signs shall be kept at the same height, offset and basic location from traffic as before removal. r - j 706.07.03 Seasonal Shutdown During seasonal shutdown, the Authority will take responsibility forthe maintenance, including replacement, of �l construction signs unless otherwise specified. i Responsibility for the maintenance of construction signs during seasonal shutdown will not be assumed by the Authority until the signing has been inspected, sign installation deviations from the Manual corrected and ii signing approved in writing by the Authority. Construction signs placed, replaced or repaired by the Authority during seasonal shutdown will become the property of the Contractor. Upon resumption of operations, the Contractor shall review and provide written acceptance of the signing; deviations from the Manual shall be noted and these will be corrected by the Authority. Once deviations are repaired, the Contractor shall resume responsibility as specified herein. Page 3 Rev. Date: 11/2010 OPSS 706 (Formerly OPSS 543, December 1990) 706.10 BASIS OF PAYMENT 706.10.01 Traffic Control Signing - Lump Sum Item Payment at the contract price for the above item shall be full compensation for all labour, equipment and material required to do the work. For progress payment, fifty percent of the contract price will be paid upon the supply and installation of the complete initial traffic control signing plan. The balance will be prorated over the balance of the working period. Page 4 Rev. Date: 11/2010 OPSS 706 (Formerly OPSS 543, December 1990) Appendix 706-A, November 2010 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings No information provided here. Page 5 Rev. Date: 11/2010 OPSS 706 (Formerly OPSS 543, December 1990) METRIC OPSS 801 NOVEMBER 2010 (Formerly OPSS 565, November 2007) ONTARIO o0 P PROVINCIAL 8 STANDARD �a� "AL.c- SPECIFICATION METRIC OPSS 801 NOVEMBER 2010 (Formerly OPSS 565, November 2007) APPENDICES 801-A Commentary 801.01 SCOPE This specification describes the measures required to protect trees not designated for removal. 801.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2010 OPSS 801 (Formerly OPSS 565, November 2007) CONSTRUCTION SPECIFICATION FOR THE PROTECTION OF TREES TABLE OF CONTENTS 801.01 SCOPE 801.02 REFERENCES - Not Used 801.03 DEFINITIONS 801.04 DESIGN AND SUBMISSION REQUIREMENTS - Not Used 801.05 MATERIALS - Not Used 801.06 EQUIPMENT - Not Used 801.07 CONSTRUCTION 801.08 QUALITY ASSURANCE - Not Used 801.09 MEASUREMENT FOR PAYMENT 801.10 BASIS OF PAYMENT APPENDICES 801-A Commentary 801.01 SCOPE This specification describes the measures required to protect trees not designated for removal. 801.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2010 OPSS 801 (Formerly OPSS 565, November 2007) 801.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 801.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Barrier means a fence placed around a single tree or group of trees to protect them from removal and injury. Dripline means the location on the ground surface directly beneath the theoretical vertical line from the tips of the outermost branches of the trees. 801.07 CONSTRUCTION 801.07.01 Operational Constraints Trees not designated for removal shall not be damaged and shall be protected from flooding and sediment deposits from construction operations. Equipment and vehicles shall not be operated within the dripline of trees not designated for removal unless specified in the Contract Documents. In such cases, operation of equipment shall be kept to the minimum necessary to perform the work required. Equipment or vehicles shall not be parked, repaired, or fuelled within the dripline of any tree not designated for removal. Construction materials and earth shall not be stockpiled within the dripline of any tree not designated for removal. 801.07.02 Barrier for Tree Protection Barriers for tree protection shall be a minimum height of 1.2 m consisting of material approved by the Contract Administrator, supported by steel posts. The number of steel posts shall be enough to keep the material from sagging and the fence erect. Page 2 9 Rev. Date: 11/2010 OPSS 801 (Formerly OPSS 565, November 2007) i The barriers shall be erected at the dripline of trees or woodlot edges within the Working Area, prior to commencement of construction operations at locations specified in the Contract Documents. Where a clearance zone of 1.5 m cannot be established between the barrier at the dripline and the limit of grading, the barrier may be placed within the dripline, ,subject to the approval of the Contract Administrator. When the barrier is placed within the dripline, a) a minimum distance of 0.75 m shall be maintained between the trunk of the tree and the barrier, and b) a distance of 1.5 m shall be maintained between the barrier and the limit of grading. When the trunks of trees are less than 4.5 m apart, the trees shall be considered a woodlot and the barrier shall be placed so it forms a continuous barricade around the woodlot as specified in the Contract Documents. A barrier is not required where an existing fence serves the same purpose. At such locations, the barrier shall terminate at the existing fence so that a continuous barricade is provided between the trees and the area of work. The barriers shall be maintained erect and in good repair throughout the duration of construction operations without breaks and unsupported sections and shall be removed upon completion of the work. 801.07.03 Tree Repair Trees not designated for removal that are damaged by construction operations shall be repaired as follows, within 5 Days of the damage: a) Branches 25 mm or greater in diameter that are broken shall be cut back cleanly on the tree side of the break or to within 10 mm of their base, if a substantial portion of the branch is damaged. b) Roots 25 mm or larger in diameter that are exposed shall be cut back cleanly to the soil surface. c) Bark that is damaged shall be neatly trimmed back to uninjured bark without causing further injury to the tree. 801.07.04 Management of Excess Material Management of excess material shall be according to the Contract Documents. 801.09 MEASUREMENT FOR PAYMENT 801.09.01 Actual Measurement 801.09.01.01 Barrier for Tree Protection Measurement shall be in linear metres measured along the length of the barrier. Overlaps shall not be measured. 801.09.02 Plan Quantity Measurement When measurement is by Plan Quantity, such measurement shall be based on the units shown in the clause under Actual Measurement. Page 3 Rev. Date: 11/2010 OPSS 801 (Formerly OPSS 565, November 2007) 801.10 BASIS FOR PAYMENT 801.10.01 Barrier for Tree Protection - Item Payment at the Contract price for the above item shall be full compensation for all labour, Equipment, and Material required to do the work. Progress payments shall be based on the following percentage of the Contract price: 60% for supply and erection 25% for maintenance 15% for removal When there is not a separate item for Barrier for Tree Protection, payment at the Contract price for the applicable tender items of the Contract that necessitate the placing of barriers for tree protection shall include full compensation for all labour, Equipment, and Material to do the work of protecting and repairing trees not designated for removal. Page 4 J Rev. Date: 11/2010 OPSS 801 (Formerly OPSS 565, November 2007) Appendix 801-A, November 2010 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The designer should specify the following in the Contract Documents: - Locations of barriers for tree protection at trees or woodlot edges. (801.07.02) The designer should determine the following are required and, if so, the requirements should be included in the Contract Documents: - The need to operate equipment and vehicles within the dripline of trees not designated for removal. (801.07.01) The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings OPSD 220.010 Barrier for Tree Protection Page 5 Rev. Date: 11/2010 OPSS 801 (Formerly OPSS 565, November 2007) S* ONTARIO _" 9p P PROVINCIAL s STANDARD �.P;°,� SPECIFICATION METRIC OPSS 802 NOVEMBER 2010 (Formerly OPSS 570, November 2007) APPENDICES 802-A Commentary 802.01 SCOPE This specification covers the requirements for stockpiling, supplying, and placing topsoil. 802.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2010 OPSS 802 (Formerly OPSS 570, November 2007) CONSTRUCTION SPECIFICATION FOR TOPSOIL TABLE OF CONTENTS 802.01 SCOPE 802.02 REFERENCES 802.03 DEFINITIONS - Not Used 802.04 DESIGN AND SUBMISSION REQUIREMENTS - Not Used 802.05 MATERIALS 802.06 EQUIPMENT - Not Used 802.07 CONSTRUCTION 802.08 QUALITY ASSURANCE - Not Used 802.09 MEASUREMENT FOR PAYMENT 802.10 BASIS OF PAYMENT APPENDICES 802-A Commentary 802.01 SCOPE This specification covers the requirements for stockpiling, supplying, and placing topsoil. 802.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2010 OPSS 802 (Formerly OPSS 570, November 2007) 802.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obi �e an Owner to use all available appendices. Only invoked appendices form part of the Contract Docun. its. The decision to use any appendix is de ermined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 802.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 206 Grading 802.05 MATERIALS 802.05.01 Topsoil Topsoil shall be a fertile loam material that is free of roots, vegetation, or other debris of a size and quantity that prevents proper placement of the topsoil. The topsoil shall not contain material greater than 25 mm in size, such as stones and clods. Imported topsoil shall not have contaminants that adversely affect plant growth. Soil from swamps or muskeg areas may be used in place of topsoil, when approved by the Contract Administrator. Page 2 Rev. Date: 11/2010 OPSS 802 (Formerly OPSS 570, November 2007) 802.07 CONSTRUCTION 802.07.01 Stockpiling Topsoil Topsoil shall be removed, stockpiled, and managed according to the Contract Documents. Stockpiles shall be constructed neatly with uniform surfaces. When required, the top surface shall be dished. 802.07.02 Preparation for Topsoil Areas where topsoil is to be placed shall be fine graded to a uniform surface according to OPSS 206. The surface shall be loosened to a depth of 25 mm. It shall be free of all vegetation, debris, and stones which would not be covered by the depth of topsoil specified in the Placement of Topsoil subsection. These areas shall be maintained in the condition described above until the topsoil is placed. 802.07.03 Placement of Topsoil Topsoil shall be placed to a uniform depth of 50 mm on areas specified in the Contract Documents and up to the subgrade elevation on the roadway front slope. Soil from swamps or muskeg areas, when used in place of topsoil, shall be placed according to the Contract Documents to a uniform depth of 75 mm, with no woody material protruding more than 50 mm above the surface. 802.07.04 Management of Excess Material Management of excess material shall be according to the Contract Documents. 802.09 MEASUREMENT FOR PAYMENT 802.09.01 Actual Measurement 802.09.01.01 Topsoil from Stockpiles Measurement shall be by volume in cubic metres of topsoil placed from a stockpile. 802.09.01.02 Topsoil, Imported Measurement shall be by volume in cubic metres of topsoil imported and placed. 802.10 BASIS OF PAYMENT I 'I 802.10.01 Preparation for Topsoil - Item Payment at the Contract price for the above item shall be full compensation for all labour, Equipment, and Material to do the work. l Payment for this item shall be on surfaces graded under a previous Contract that require preparation for topsoil. There is no payment for this item on surfaces constructed on this Contract. Page 3 Rev. Date: 11/2010 OPSS 802 (Formerly OPSS 570, November 2007) 1. 802.10.02 Topsoil from Stockpiles - Item Payment at the Contract price for the above item shall be full compensation for all labour, Equipment, and Material to do the work. 802.10.03 Topsoil, Imported - Item Payment at the Contract price for the above item shall be full compensation for all labour, Equipment, and Material to do the work. Page 4 i Rev. Date: 11/2010 OPSS 802 (Formerly OPSS 570, November 2007) I Appendix 802-A, November 2010 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. j This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. I Designer Action/Considerations l_ The designer should specify the following in the Contract Documents: - Topsoil removal and stockpiling areas. (802.07.01) - Topsoil placement areas. (802.07.03) The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings No information provided here. - Page 5 Rev. Date: 11/2010 OPSS 802 (Formerly OPSS 570, November 2007) ONTARIO PROVINCIAL IC METR y s P j STANDARD OPSS 8 IC SPECIFICATION NOVEMBER 2010 (Formerly OPSS 571, November 2007) CONSTRUCTION SPECIFICATION FOR SODDING TABLE OF CONTENTS 803.01 SCOPE 803.02 REFERENCES 803.03 DEFINITIONS - Not Used 803.04 DESIGN AND SUBMISSION REQUIREMENTS - Not Used 803.05 MATERIALS 803.06 EQUIPMENT - Not Used 803.07 CONSTRUCTION 803.08 QUALITY ASSURANCE 803.09 MEASUREMENT FOR PAYMENT 803.10 BASIS OF PAYMENT APPENDICES 803-A Commentary 803.01 SCOPE This specification covers the requirements for sodding. 803.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2010 OPSS 803 (Formerly OPSS 571, November 2007) 803.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. - Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 803.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 802 Topsoil Nursery Sod Growers Association of Ontario Specifications, Classifications and Use of Turfgrass Sod for Ontario Federal Statute Fertilizers Act (R.S., 1985, c. F-10) Page 2 Rev. Date: 11/2010 OPSS 803 (Formerly OPSS 571, November 2007) — 803.05 MATERIALS 803.05.01 Sod Sod shall be a Commercial Grade Turfgrass Nursery Sod, either Kentucky Bluegrass or Kentucky Bluegrass/Fine Fescue as specified in the Contract Documents and according to the Specifications, Classifications and Use of Turfgrass Sod for Ontario. LF, Sod shall be seeded and established in nursery sod fields as a turfgrass sod. Sod shall be uniform in texture, and in good healthy condition with no sign of decay. There shall be no more than 5 broadleaf weeds per 40 mz of sod and up to 20% non-specified grass seed. Sod shall be of sufficient density that no surface soil is visible. The grass height shall be 30 mm minimum and 70 mm maximum. The soil portion of the sod shall be a good mineral type soil with a thickness of 10 mm minimum and 15 mm maximum. Each sod piece shall be well permeated with roots. Individual sod pieces shall be in such condition so that each may be lifted, rolled, transported, and placed without breaking or tearing and without loss of soil under normal handling conditions. Sod shall contain sufficient moisture to maintain its vitality during transportation and placement. F 803.05.02 Stakes Stakes for fastening sod to the earth grade shall be a minimum 150 mm in length. 803.05.03 Fertilizer Fertilizer shall be according to the Canada Fertilizers Act. Fertilizer shall be supplied in bags bearing the manufacturer's label indicating net weight and guaranteed analysis. Fertilizer shall be in granular form, dry, free flowing without lumps. Fertilizer shall be supplied with a minimum analysis of 16% nitrogen, 3% phosphorus, and 15% potash. The guaranteed analysis ratio shall be 3-1-2. The total nitrogen component of the fertilizer shall be a minimum 30% water insoluble nitrogen (controlled, slow release nitrogen) by weight. 803.05.04 Water Water shall not have contaminants or impurities that would adversely affect the germination and growth of vegetation. 803.07 CONSTRUCTION 803.07.01 Operational Constraints Sodding shall not commence until the surface preparation has been approved in writing by the Contract Administrator. Sodding shall commence within 7 Days of surface preparation. The Contractor shall maintain the surface and control erosion until the sod is in place. Sod shall not be placed when in a frozen condition, under adverse field conditions such as high wind, frozen soil or soil covered with snow, ice, or standing water. Page 3 Rev. Date: 11/2010 OPSS 803 (Formerly OPSS 571, November 2007) `1 803.07.02 Surface Preparation for Sodding Where topsoil is specified, it shall be according to OPSS 802. At the time of sodding, all surface areas designated for sodding shall be free of erosion and shall have a fine graded uniform surface. The surface shall be uniformly cultivated to a minimum depth of 50 mm and shall not have surface materials greater than 25 mm in size, such as stones and clods and weeds or other unwanted vegetation. Surface litter and debris shall be removed immediately prior to sod placement. 803.07.03 Fertilizer Application Fertilizer shall be applied uniformly to the surface area designated for sodding, a maximum of 48 hours prior to sod placement, at the rate specified on its bag by the manufacturer. 803.07.04 Placement of Sod Sod shall be placed in locations and as specified in the Contract Documents. Voids shall not be left between the soil portion of the sod and the underlying ground surface. Sod shall be securely placed lengthwise across the face of slopes and parallel to the centreline of ditches. End joints of adjacent sod pieces shall be staggered. The edges of adjacent sod pieces shall be placed tightly against one another without overlapping. Sod shall be countersunk to existing grade level at all edges. Joints shall be tamped to a uniform surface. Sod shall be placed up to the subgrade elevation on the roadway front slope. Where required, sod should be staked to the grade to avoid movement. Sod shall not be separated from its mineral soil base and not damaged during transportation, handling, and placement. 803.07.05 Maintenance of Completed Sodding Sod shall be maintained for 30 Days following completion of placement. During this period, the placed sod shall be kept healthy, actively growing, and green in leaf colour. This requirement shall be suspended during the winter dormant period shown in Table 1. 803.07.06 Management of Excess Material Management of excess material shall be according to the Contract Documents. 803.08 QUALITY ASSURANCE. 803.08.01 Performance Measure At the end of the 30 -Day maintenance period, the Contract Administrator shall make an inspection of all placed sod. The condition of the sod shall be as specified in the Maintenance of Completed Sodding subsection. The sod shall be in the same location as originally placed and shall not have moved, eroded, slipped, or sloughed. Sod shall show evidence of rooting into the underlying soil. The sod shall be of sufficient density that no surface soil is visible and there shall be no competitive growth, beyond that specified in the Sod subsection, emerging from the sod or from between the sod joints. 803.08.02 Acceptance When the work does not meet the requirements specified herein, the Contract Administrator shall notify the Contractor in writing, and the Contractor shall re -apply the specified materials according to this specification within 14 Days of receiving the notification. Page 4 Rev. Date: 11/2010 OPSS 803 (Formerly OPSS 571, November 2007) The Contractor shall maintain the site and control erosion as specified in this specification until the sod has been replaced. Replaced sod shall be subject to the requirements specified herein and to a further maintenance period of 30 Days. 803.09 MEASUREMENT FOR PAYMENT r - L 803.09.01 Actual Measurement 803.09.01.01 Sod r- Measurement shall be by area in square metres following the contours of the ground. 803.09.01.02 Plan Quantity Payment [ When measurement is by Plan Quantity, such measurement shall be based on the units shown in the clause under Actual Measurement. 803.10 BASIS OF PAYMENT 803.10.01 Sod - Item Payment at the Contract price for the above tender item shall be full compensation for all labour, Equipment, and Material to do the work. Page 5 Rev. Date: 11/2010 OPSS 803 (Formerly OPSS 571, November 2007) TABLE 1 Winter Dormant Period SOUTHWESTERN ONTARIO SOUTHERN ONTARIO NORTHERN ONTARIO That area of Ontario south of a That area of Ontario between the That area of Ontario north of a line ,joining Grand Bend and northern and southern boundaries line joining Waubaushene, Clarkson of Southwestern Ontario and Severn Bridge, Bancroft and Northern Ontario respectively Ottawa Nov 15 to April 15 inclusive Nov 1 to April 30 inclusive Oct 15 to May 15 inclusive Page 6 Rev. Date: 1112010 OPSS 803 (Formerly OPSS 571, November 2007) Appendix 803-A, November 2010 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The designer should specify the following in the Contract Documents: - The use of either Kentucky Bluegrass sod or a Kentucky Bluegrass/Fine Fescue sod. (803.05.01) - Location of sod. (803.07.04) The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings None Page 7 Rev. Date: 11/2010 OPSS 803 (Formerly OPSS 571, November 2007) /Q,0 g«Na ONTARIO sY a P ' PROVINCIAL STANDARD cpa�`vno°SPECIFICATION APPENDICES 804-A Commentary METRIC OPSS 804 NOVEMBER 2013 804.01 SCOPE This specification covers the requirements for seeding with either rolled erosion control products or hydraulically applied erosion control products. 804.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2013 OPSS 804 CONSTRUCTION SPECIFICATION FOR SEED AND COVER TABLE OF CONTENTS 804.01 SCOPE 804.02 REFERENCES 804.03 DEFINITIONS 804.04 DESIGN AND SUBMISSION REQUIREMENTS 804.05 MATERIALS 804.06 EQUIPMENT 804.07 CONSTRUCTION 804.08 QUALITY ASSURANCE 804.09 MEASUREMENT FOR PAYMENT 804.10 BASIS OF PAYMENT APPENDICES 804-A Commentary METRIC OPSS 804 NOVEMBER 2013 804.01 SCOPE This specification covers the requirements for seeding with either rolled erosion control products or hydraulically applied erosion control products. 804.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents. Page 1 Rev. Date: 11/2013 OPSS 804 804.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 804.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Ministry of Transportation Publication Seeding and Cover Quality Assurance Visual Inspection Field Guide Canadian and Provincial Statutes Canada Fertilizers Act (R.S., 1985, c. F-10) Canada Seeds Act (R.S., 1985, c. S-8) 804.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Cover means any approved or specified material such as rolled erosion control products, (i.e., blankets) or hydraulically applied erosion control products (i.e., hydraulic mulch, bonded fibre matrix, fibre reinforced matrix) applied at the time of seeding to provide temporary erosion control and protection of the germinating seed. Page 2 Rev. Date: 11/2013 OPSS 804 U r— I L. Cultivate means to prepare and work the soil with agricultural implements to provide a specified depth of loose, friable soil as a suitable medium to germinate seed. Fibre reinforced Matrix (FRM) means any approved or specified hydraulically applied erosion control product applied to provide cover, in which mechanical and chemical bonding techniques including water resistant tackifiers and flocculants are used to interlock fibres together to form a matrix that bonds to the soil surface. Seeded Earth Area means the prepared earth area that has received the applied seed and fertilizer Uniform, Cohesive Mat means an application of cover that is unvarying in consistency and when all of the cover material particles are consolidated and adhere together to produce a solid layer that protects the seeded earth area from heat and adverse environmental conditions, yet allows moisture to percolate into the underlying soil. Waterbody means any permanent or intermittent, natural or constructed body of water including lakes, ponds, wetlands and watercourses, but does not include sewage works as defined in the Ontario Water Resources Act. 804.04 DESIGN AND SUBMISSION REQUIREMENTS A legible, valid Certificate of Seed Analysis from a seed testing laboratory approved by the Canadian Food Inspection Agency for all single seed species and all seed mixtures to be used on the Contract shall be provided to the Contract Administrator 24 hours prior to any seeding operations. � Page 3 L Rev. Date: 1112013 OPSS 804 804.05 MATERIALS 804.05.01 Seed - 804.05.01.01 Grade Standards i_ All seed supplied, either as single seed species or as a seed mix shall comply with the provisions of the F - Canada Seeds Act and Regulations and the grade standards for that particular seed type. Birdsfoot Trefoil mix shall contain only certified Blue Tag Leo Birdsfoot Trefoil. r 804.05.01.02 Certificate of Seed Analysis IL The Certificate of Seed Analysis shall stipulate the seed supplier's lot designation numbers. Test results from the Certificate of Seed Analysis shall specify germination and purity for each seed species of the mix, as well as the seed mix composition expressed as a percentage of each seed species by mass for each seed mix specified in the Contract Documents. Test results shall comply with the values shown in Table 1 for the various seed mixes. 804.05.01.03 Seed Packaging, Labeling, and Storage All seed and seed mixes shall be in the original factory sealed package with the original legible label securely attached. l� Labelling shall be in accordance with the requirements of the Canada Seeds Act and Regulations. Each package shall be labelled to show: a) The name and address of the seed supplier. � Page 3 L Rev. Date: 1112013 OPSS 804 I I lJ b) The name of the seed mix and the various individual seed species that comprise the seed mix and the percentage by mass of each. c) The grade of the seed or seed mix. - d) The supplier's lot designation number corresponding to the Certificate of Seed Analysis. e) Mass in kilograms of the seed mix. f) The inoculant type, strain, and expiry date. All seed and inoculant shall be stored in cool, dry locations until use. Inoculant is only required for seed mixes containing Crown Vetch or Birdsfoot Trefoil. 804.05.01.04 Permanent Seed Mixes Permanent seed mixes shall be as specified in the Contract Documents and as shown in Table 1. 804.05.02 Annual Nurse Crop Seed i Nurse crop seed shall be either Fall Rye Grain or Winter Wheat Grain, unless otherwise approved by the �1 Contract Administrator. 804.05.03 Fertilizer Fertilizer shall comply with the provisions of the Canada Fertilizers Act and Regulations. Fertilizer shall be supplied in original factory sealed bags bearing the manufacturer's original label indicating mass and analysis. All fertilizer shall be in granular form being dry, free flowing, free from lumps, and with an analysis shown in Table 2. 804.05.04 Cover �i 804.05.04.01 Straw Mulch J Straw mulch shall be oat or wheat straw. Straw shall be supplied in bales, dry, and free of weeds and other foreign materials. 804.05.04.02 Straw Mulch Tackifiers Organic straw mulch tackifiers may include wood and fibre paper mulch or guar and starch based V tackifiers. Asphalt based tackifiers are not acceptable. 804.05.04.03 Hydraulic Mulch Hydraulic mulch shall be capable of dispersing rapidly in water to form a homogeneous slurry and remain in such a state when agitated or mixed with other specified materials. When applied, hydraulic mulch -- shall be capable of forming a uniform, cohesive mat. Hydraulic mulch shall not inhibit growth or germination of the seed mix. Hydraulic mulch shall be dry, free of weeds and other foreign materials, and shall be supplied in factory sealed packages bearing the manufacturer's label indicating the product name and mass. 'i Page 4 Rev. Date: 1112013 OPSS 804 'I 804.05.04.04 Bonded Fibre Matrix (BFM) and Fibre Reinforced Matrix (FIRM) BFM and FRM shall be a hydraulically applied, 100% biodegradable product, which after application is capable of adhering to the soil. In a dry state, BFM shall be comprised of not less than 70% by weight of long stranded wood fibres held together by organic or mineral bonding agents or both. The hydrated BFM shall form a viscous material that creates a high strength, porous, and erosion -resistant uniform, cohesive mat, when applied and dried. The bonding agent shall not dissolve or disperse upon re -wetting. BFM shall not inhibit the germination or growth of plant material. 804.05.04.05 Erosion Control Blanket (ECB) ECB shall be of a consistent thickness with a 100% biodegradable even fibre distribution. The ECB shall be covered on top with a biodegradable and photodegradable plastic mesh. ECB may also be sewn together with cotton thread. ECB shall be supplied in a dry rolled mat protected with an outer waterproof wrap bearing the manufacturer's original label indicating product name and application instructions. 804.05.05 Erosion Control Blanket (ECB) Staples ECB staples shall be u -shaped, constructed of wire with a diameter of at least 2.5 mm with legs at least - 150 mm long and 25 mm apart. 804.05.06 Water r Water shall be free of any contaminants or impurities that would adversely affect the germination and growth of vegetation. i 804.06 EQUIPMENT 804.06.01 Hydraulic Seeder and Mulcher r_ The hydraulic seeder and mulcher shall be capable of mixing the materials into homogeneous slurry and maintaining the slurry in a homogeneous state until it is applied. The discharge pumps and gun nozzles shall be capable of applying the materials uniformly over the specified area. A hose extension for the hydraulic seeder and mulcher shall be on site and available for use for areas outside of the range of the gun nozzle. 804.06.02 Straw Mulch Blower The straw mulch blower shall be capable of separating straw from the bales without chopping lengths and applying the straw mulch in a uniform, cohesive mat. it into short -- When tackifiers are used, the straw mulch blower shall be capable of applying straw mulch and tackifiers I simultaneously. The straw mulch blower shall be equipped with a minimum of two nozzles located inside - the end of the blower pipe to coat the straw with the tackifier. Crimping may also be used to secure the straw mulch. 804.06.03 Cyclone Spreader The cyclone spreader shall be capable of distributing seed and fertilizer uniformly in a dry state. Page 5 Rev. Date: 11/2013 OPSS 804 L 804.07 CONSTRUCTION 804.07.01 Operational Constraints The seeding operation shall not commence until the Contract Administrator is in receipt of the Certificate of Seed Analysis for the seed being applied. The seeding operation shall not commence until the Contract Administrator has approved the surface preparation, layout of permanent seed mix locations, and different cover types. Seed and cover application or re-application shall not be carried out under adverse weather conditions such as high wind or heavy rain or when field conditions are not conducive to seed germination such as frozen soil or soil covered with snow, ice, or standing water. The Contractor shall maintain the site and control erosion until final acceptance of the seed and cover. Seed or cover shall not come in contact with the foliage of any trees, shrubs, or other vegetation, except as specified in the Seeding subsection. Seed or cover shall not come in contact with waterbodies. BFM or FRM shall be installed by a Contractor certified and trained by the manufacturer in the proper mixing and installation of the product. To ensure a suitable drying and curing period, BFM and FRM shall not be applied when rainfall is expected, during rainfall, or immediately after rainfall. 804.07.02 Surface Preparation for Seeding The surface to be seeded shall be prepared not more than 7 Days prior to the seeding operation. At the time of seeding, all surface areas designated for seeding shall have a fine -graded uniform surface and shall exhibit no evidence of erosion. The surface shall be uniformly cultivated to a minimum depth of 50 mm and shall not have surface stones greater than 25 mm in diameter, foreign material, and weeds or other unwanted vegetation. 804.07.03 Layout The locations and limits of the different permanent seed mixes and different cover types as specified in the Contract Documents shall be staked out on the ground surface. 804.07.04 Seeding 804.07.04.01 Application Rates for Seed, Fertilizer, and Water Application rates for primary seed, nurse crop seed, and fertilizer shall be as shown in Table 2. 804.07.04.02 Seed and Fertilizer Application Seed and fertilizer shall be applied prior to the application of cover. Seed, fertilizer, and water shall be thoroughly mixed in the hydraulic seeder and mulcher into a homogeneous water slurry. When thoroughly mixed, the water slurry shall be applied to the prepared earth areas by the nozzle sprayer or extension hose. The Contractor shall ensure that the seeding equipment is calibrated to provide the coverage shown in Table. 2. The Contractor shall ensure there is a uniform dispersal of the mixed material over the entire area designated for seeding and that the spray does not dislodge soil or cause erosion. Page 6 Rev. Date: 11/2013 OPSS 804 Seed and fertilizer may also be applied separately by a cyclone spreader. Seeding shall overlap the adjoining ground cover by 300 mm. 804.07.05 Cover Applications All cover materials shall be applied as a separate operation immediately following the application of seed and fertilizer. The Contractor shall ensure that the hydraulic seeder and mulcher are properly calibrated to provide the coverage as specified for each of the hydraulically applied cover materials. 804.07.05.01 Straw Mulch Application Straw mulch shall be applied to form a uniform, cohesive mat over100% of the seeded eart the time of application. h area. The straw mulch shall be applied to a minimum depth of 25 mm and a maximum depth of 50 mm measured at 804.07.05.02 Hydraulic Mulch Application Hydraulic mulch shall be applied at the rate of 2,000 kg of dry product per 10,000 mZ. Hydraulic mulch shall be thoroughly mixed with water into a homogenous slurry. When thoroughly mixed, the hydraulic mulch slurry shall be applied to the seeded earth areas by nozzle sprayer or extension hose. The mixed material shall be evenly dispersed over the entire seeded earth area to form a uniform, cohesive mat. The spray shall not dislodge soil or cause erosion. 804.07.05.03 Bonded Fibre Matrix (BFM) and Fibre Reinforced Matrix (FRM) Application BFM and FRM shall be applied at a minimum rate of 3,700 kg of dry product per 10,000 MI. BFM or FRM shall be mixed with water in a hydraulic seeder and mulcher at a rate of 20-30 kg of dry product to 500- 600 litres of water to form a homogeneous slurry. When thoroughly mixed, the BFM or FRM slurry shall be applied to the seeded earth areas by nozzle sprayer or extension hose. The BFM or FRM slurry shall be evenly dispersed in successive applications from different directions over the seeded earth area to form a uniform, cohesive mat. The spray shall not dislodge soil or cause erosion. 804.07.05.04 Erosion Control Blanket (ECB) Application (ECB) shall be placed and stapled into position according to the manufacturer's installation instructions over the entire designated surface area. Blankets shall be installed in direct contact with the ground surface to form a uniform, cohesive mat over the seeded earth area. The Contractor shall ensure that the ECB is anchored to the soil and that tenting of the ECB does not occur. On slopes, the uppermost edge of the ECB shall be anchored in a 150 mm wide by 150 mm deep trench when the ECB cannot be extended and anchored over the crest of the slope. The trench shall be backfilled with earth and compacted. 804.07.06 Clean up When seed and cover materials are applied to the foliage of trees, shrubs, other susceptible plant material, or waterbodies, the Contractor shall immediately remove the seed and cover materials from the areas and wash the areas with clean water. When seed and cover materials are applied to areas or objects other than those designated, the Contractor shall remove the seed and cover materials. Page 7 Rev. Date: 11/2013 OPSS 804 804.07.07 Management of Excess Material Management of excess material shall be as specified in the Contract Documents. 804.07.08 Protection of Waterbodies and Waterbody Banks Protection of waterbodies and waterbody banks shall be as specified in the Contract Documents. 804.08 QUALITY ASSURANCE 804.08.01 Performance Measure The Certificate of Seed Analysis shall be reviewed by the Contract Administrator to ensure compliance with the values shown in Table 1. All seeded areas shall be inspected by the Contract Administrator using the Seeding and Cover Quality Assurance Visual Inspection Field Guide to ensure compliance with this specification at 30, 60, and 90 - Day periods following the seeding and Cover operation. At the 30 -Day inspection within the seeded area: a) The applied cover shall be visually intact and shall form a uniform, cohesive mat. b) Germination of the nurse crop shall be visually evident. At the 60 -Day inspection within the seeded area: a) The nurse crop shall be evident at mature height in an evenly dispersed, uniform cover. b) Germination of the specified permanent seed species shall be visually evident in an evenly dispersed uniform cover. c) There shall not be any significant bare areas, both in terms of quantity and size. d) Non -seeded, non-specified vegetation shall not exceed 20% of the seeded earth area. At the 90 -Day inspection within the seeded area: a) The specified permanent seed species shall be at an average height of 50 mm in an evenly dispersed, uniform cover. b) There shall not be any significant bare areas, both in terms of quantity and size. c) Non -seeded, non-specified vegetation shall not exceed 20% of the seeded earth area. Inspections shall not be made during the winter dormant period or when site conditions prohibit a visual field inspection. The timing intervals between inspections shall be suspended during the winter dormant period shown in Table 3. 804.08.02 Failure to Meet Performance Measure If the values in the Certificate of Seed Analysis for the seeds supplied do not meet the values for seed germination, seed purity, and weed seed content shown in Table 1, the seed lot shall not be approved for use on the Contract and the Contractor shall supply a new seed lot and a new Certificate of Seed Analysis for approval prior to seeding. Page 8 Rev. Date: 11/2013 OPSS 804 If the values in the Certificate of Seed Analysis for the seeds supplied do not meet the values for seed species composition shown in Table 1, the Contractor shall supply a legible, valid copy of the seed mixing sheet from the seed supplier for approval by the Contract Administrator prior to seeding. If the completed work does not meet the performance measures of the 30 -Day inspection, the Contract Administrator shall document the failed areas, notify the Contractor of those areas, and re -inspect at the 60 -Day inspection. If the completed work does not meet the performance measures of the 60 -Day inspection, the Contract Administrator shall notify the Contractor in writing of the failed areas. The Contractor shall re -apply the specified material in accordance with this specification within 14 Days of receiving the notification. The Contract Administrator shall re -inspect the seeded area at the 90 -Day inspection. If the completed work does not meet the performance measures of the 90 -Day inspection, the Contract Administrator shall notify the Contractor in writing of the failed areas. The Contractor shall re -apply the specified material in accordance with this specification within 14 Days of receiving the notification. The Contract Administrator shall re -inspect the seeded area 30 Days after re-application of material. Inspections and re-application of material shall continue, as outlined in the 90 -Day inspection clause above, until the seeded area has been accepted. All replaced seed and cover shall be subject to the Quality Assurance section of this specification. 804.08.03 Dispute Resolution Dispute resolution only applies to the germination and growth of the permanent seed mix species Disputes arising from the performance measure evaluation shall be settled through referee testing using an actual live seedling count of the specified permanent seed mix species within the seeded earth area. An independent consultant with experience in herbaceous plant identification shall perform the referee testing. Both parties shall agree on the selection of the independent consultant and both parties shall be bound by the consultant's evaluation. The actual count shall be based on minimum germination requirements and minimum levels of acceptability to meet industry standards and federal legislation governing the testing, inspection, quality, and sale of seed. To determine the number of seeds per unit of weight, published standard industry lists shall be referenced. When these lists show a range in the number of seeds per unit of weight, the mid-range number shall be used. When there is a difference in the estimated number of seeds by weight from one industry standard list to another, the lower figure shall be used. To determine the germination rate for each seed species, the number of seeds per unit of weight is factored by the minimum germination rate of 70% in accordance with the Canada Seeds Act. A further 25% reduction is allowed to account for variation in seeding application, seedbed quality, seedbed preparation, and area cover. The Contractor and the Owner may agree to use a simplified analysis, when instead of counting each seedling of each individual seeded perennial species of the mix, only the total number of seedlings of the mix is counted. If the parties cannot agree to the simplified analysis, the default method is a seedling count of each seeded perennial species. The field inspection to determine the number of live plant seedlings should only be performed after the 90 -Day inspection and when the seedlings reach an identifiable and measurable size. Page 9 Rev. Date: 11/2013 OPSS 804 The sampling procedure should be randomized over an area that both parties agree is representative of the seeded Contract. The selection and evaluation process is as follows: a) Select a representative area from the average seeded areas, eliminating the thinnest and thickest growth areas from the analysis. b) Measure its length and width. Use a random numbers table to generate five sets of X and Y axis coordinates from the area. c) Each axis coordinate is a sampling point. A sampling plot, or quadrat, is set out in a 200 x 1,000 mm plot with the axis coordinate becoming the lower right-hand corner of each quadrat. d) Each quadrat is divided into 20 sub -sampling units, each being 100 x 100 mm. e) The sub -sampling units are numbered from 1 to 20. f) Using a random numbers table, two of the twenty sub -sampling units are randomly selected. g) Live seedlings of each individual seeded perennial species of the mix are counted in the selected sub- sampling units to determine actual plant densities. h) An average seedling density per seeded perennial species, expressed as the number of seedlings per square metre is generated for each sampling plot or quadrat, based on the data from the two selected sub -sampling units. i) The procedure is repeated for the four other sampling points. j) The average number of seedlings per square metre for each of the seeded perennial species generated from the five sampling points is evaluated against the minimum industry standard benchmark for the seeded mix. If the results of the referee testing prove that the seed and cover is unacceptable in meeting the minimum industry standard for germination, then the Contractor shall re -apply seed and cover in accordance with this specification to all areas under dispute. In addition, the Contractor shall pay all costs associated with the dispute resolution process. If the results of the referee testing prove that the seed and cover is acceptable in meeting the minimum industry standard for germination, the Owner shall then pay all costs associated with the dispute resolution process. 804.09 MEASUREMENT FOR PAYMENT 804.09.01 Actual Measurement 804.09.01.01 Seed and Mulch Seeding and mulch measurement shall be in square metres following the contours of the ground without any allowance for overlap. 804.09.01.02 Seed and Erosion Control Blanket Seeding and erosion control blanket measurement shall be in square metres following the contours of the ground without any allowance for overlap. Page 10 Rev. Date: 11/2013 OPSS 804 _ 804.09.01.03 Seed and Bonded Fibre Matrix (BFM) or Fibre Reinforced Matrix (FRM) Seed and BFM or RFM measurement shall be in square metres followingthe without any allowance for overlap. contours of the ground L L804.09.02 Plan Quantity Measurement . When measurement is by Plan Quantity, such measurement shall be based on the units shown in the r clauses under Actual Measurement. I 804.10 BASIS OF PAYMENT 804.10.01 Seed and Mulch - Item Seed and Erosion Control Blanket - Item Seed and Bonded Fibre Matrix or Fibre Reinforced Matrix - Item Payment at the Contract price for the above tender items shall be full compensation for all the labour, l Equipment, and Material to do the work. Page 11 Rev. Date: 1112013 OPSS 804 i TABLE 1 Permanent Seed Mixes and Seed Certificate Analysis Values Continues on Next Page Page 12 Rev. Date: 1112013 OPSS 804 J Minimum Minimum Maximum Seed Permanent Grade Name Seed Seed Weed Seed Mix Species Seed Mix Germination Purity Seed % ° Composition Canada #1 Standard Lawn Grass 70 85 0.5 Roadside Mix Seed Mixture Creeping Red Fescue: Festuca 50 50 to 60 rubra Kentucky Bluegrass: Poa 10 25 to 30 pratensis Perennial Ryegrass: 35 12 to 18 Lolium perrenne White Clover: Trifolium repens 5 2 to 4 Crown Vetch Common #1 Mix Forage 75 N/A 3.0 Mixture Creeping Red Fescue: Festuca 66 62 to 70 rubra Crown Vetch: Coronilla varix 34 30 to 38 inoculated seed Birdsfoot Common #1 Trefoil Mix Forage 75 NIA 3.0 Mixture Creeping Red Fescue: Festuca 66 62 to 70 rubra Continues on Next Page Page 12 Rev. Date: 1112013 OPSS 804 J Birdsfoot Trefoil Minimum Minimum Maximum Seed Permanent Grade Name Seed Seed Weed Seed Species Seed Mix Germination Purity Seed Mix Composition inoculated Birdsfoot Trefoil 'Leo': Lotus comiculatus 'Leo 34 30 to 38 inoculated seed Canada #1 Salt Tolerant Ground Mix Cover 7 U 85 3.0 Mixture Tall Fescue: Festuca 25 20 to 30 arundinacea Fults Alkali Grass: Puccinellia 20 15 to 25 distans Creeping Red Fescue: Festuca 25 15 to 25 rubra Perennial Ryegrass: 20 15 to 25 Lolium perrenne Hard Fescue: Festuca 10 10 to 15 trachyphylla Common #1 Lowland Mix Forage 75 NIA 3.0 Mixture Creeping Red Fescue: Festuca 35 40 to 50 rubra Brome Grass: Bromus nerres 25 20 to 30 Kentucky Bluegrass: Poa 10 10 to 20 pratensis v vnuiiuco vii UAL rCI�JU Page 13 Rev. Date: 11/2013 OPSS 804 Continues From Previous Page Birdsfoot Trefoil Minimum Minimum Maximum Seed Permanent Seed Seed Weed Seed Species Seed Mix Grade Name Germination Purity Seed Mix Composition 'Leo' inoculated % ° Continues From Previous Page Birdsfoot Trefoil 'Leo': Lotus comiculatus 5 3 to 7 'Leo' inoculated seed White Clover: Trifolium repens 5 3 to 7 Perennial Ryegrass: 20 3 to 7 Lolium perrenne Common #1 Acidic Soil Mix Forage 75 NIA 3.0 Mixture Birdsfoot Trefoil 'Leo', Lotus comiculatus 30 30 to 40 'Leo' inoculated seed Red Top: Agrostis 10 20 to 30 gigantea Tall Fescue: Festuca 15 15 to 20 arundinacea Creeping Red Fescue: Festuca 30 7 to 12 rubra Hard Fescue: Festuca 5 3 to 7 trachyphylla Alsike Clover: Trifolium 5 3 to 7 hybridum Red Clover: Trifolium 5 3 to 7 pratense continues on iwxi rage _ Page 14 Rev. Date: 11/2013 OPSS 804 Permanent Common #1 Minimum Seed Minimum Seed Maximum Seed Seed Seed Mix Grade Name Germination Purity Weed Seed Mix Species % Morage Composition Continues From Previous Paae Red Top: Northern Common #1 Ontario Mix 75 N/A 3.0 Morage Red Top: Agrostis gigantea 10 35 to 40 Timothy: Phleum pratense 10 10 to 20 Creeping Red Fescue: Festuca rubra 30 10 to 15 Birdsfoot Trefoil Lotus corniculatus `Led' inoculated 5 6 to 10 seed Alsike Clover: Trifolium hybridum 3 3 to 7 White Clover: Trifolium repens 2 3 to 7 Bromegrass: Bromus nerrer 20 1 to 5 Hard Fescue: Festuca trachyphylla 10 1 to 5 Meadow Fescue: Festuca pratensis 1 0 1 to 5 Page 15 Rev. Date: 11/2013 OPSS 804 TABLE 2 Application Rates for Seed and Fertilizer Permanent Seed Permanent Fertilizer Rate minimum. 200 kg/ha Nurse Crop Rate Mixes Seed Mix Rate kg/10,000 m2 northern and southern line joining Waubaushene, Clarkson. boundaries of Southwestern kg/10,000 mZ 8-32-16 0-46-0 0-0-60 Standard 130 350 - - 60 Roadside Mix Crown Vetch Mix 100 350 250 - 60 Birdsfoot Trefoil 100 350 250 - 60 Mix Salt Tolerant Mix 130 350 - - 60 Lowland Mix 130 350 - - 60 Acidic Soil Mix 130 350 200 200 60 Old Field Mix 100 350 - - 60 TABLE 3 Winter Dormant Period SOUTHWESTERN ONTARIO SOUTHERN ONTARIO NORTHERN ONTARIO That area of Ontario south of a That area of Ontario between the That area of Ontario north of a line joining Grand Bend and northern and southern line joining Waubaushene, Clarkson. boundaries of Southwestern Severn Bridge, Bancroft, and Ontario and Northern Ontario Ottawa. respectively. November 15 to April 15 inclusive November 1 to April 30 inclusive October 15 to May 15 inclusive i Page 16 Rev. Date: 11/2013 OPSS 804 Appendix 804-A, November 2013 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The following should be specified in the Contract Documents: - Permanent seed mixes. (804.05.01.04) The designer may select the appropriate seed mix and cover type application from Tables A-1 and A-2 included in this appendix. The designer may propose new site specific seed mixes to suit existing conditions that require a different seed than those specified. The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings No information provided here. r Page 17 Rev. Date: 11/2013 OPSS 804 r - I APPENDIX TABLE A-1 Permanent Seeding Mix Types Permanent Seed Seed Mix Attributes Selection Criteria Mixes Standard Roadside A tested mix of hardy roadside perennial This mix should be the default seed mix Mix grasses that have performed well in highway for most roadside seeding work. situations. Crown Vetch Mix A blend of a hardy legume and a hardy This mix is primarily used to re -vegetate turfgrass. The turfgrass provides control and slope areas when erosion and soil fertility top growth until the Crown Vetch plants grow may be a problem. There have been and develop after several seasons. Crown some concerns over its ability to spread Vetch produces a mass of purple flowers in and crowd out indigenous growth and its season and is a vigorous ground cover. non-native status. Birdsfoot Trefoil Mix A blend of another hardy legume and a hardy As with Crown Vetch, this mix is primarily turfgrass. Very similar growth characteristics used to re -vegetate slope areas when to the Crown Vetch mix, except a little slower erosion and soil fertility may be a problem. growing, less vigorous, and Trefoil has masses It is hardier in the north than Crown Vetch of yellow flowers in season. and is not as aggressive in growth and habit. Salt Tolerant Mix The salt tolerant mix is a blend mixture of The salt tolerance mix should be specified several turfgrass species with a proven in areas such as medians, shoulder strips, resistance to salt. and shoulder ditches, when salt is thought to be in heavier concentrations. Lowland Mix The lowland mix was developed with several The lowland mix should be specified species of turfgrasses that grow well in low- along waterbody edges in low-lying areas lying wet areas. when light seasonal flooding is a possibility. Acidic Soil Mix The acidic soil mix was developed to provide The acidic soil mix should be used in adequate vegetative cover on areas of low areas of low fertility, medium to high fertility and high acidity. acidity, and in the northern areas of the province. Northern Ontario Mix This mix is designed to suit the limited topsoil Old field should be selected when there conditions and acidity of Northern Ontario will be fallow areas left alone with little or sites. no maintenance, no mowing, and the area will be required to be self- sustaining. More suitable in rural areas than urban or suburban. Page 18 Rev. Date: 1112013 OPSS 804 APPENDIX TABLE A-2 Seeding Cover Annliratinn Tungma Cover Application Cover Type Attributes Selection Criteria Types Straw Chopped straw is applied to the seeded area One of the default cover types. Straw has the via a straw mulch blower and is coated with advantage of being relatively cheap and providing a tackifier or crimped to hold it together. A time -tested method of providing cover and good coverage. Straw cover application requires another protection for germinating seedlings, as well piece of equipment and a labour intensive second application to properly apply the cover material. as short-term erosion control. Hydraulic mulch is the other default mulch. It has the Hydraulic Mulch Hydraulic mulch is a processed fibre of wood, straw, cotton, cellulose pulp, or any combination of these materials. Hydraulic advantage of being easy to apply, using the same equipment mulches provide a uniform absorptive mat when applying seed and fertilizer. It is low - cost and low -labour. Hydraulic mulch does that allows moisture to penetrate into the underlying soil, while providing cover for the not give the same degree of protection to the germinating grass as germinating seed. straw does. During extremes of temperature and moisture, it will not perform as well as straw or other higher levels of erosion control. Erosion Control ECBs are a family of products that are ECBs should be specified in the contract preparation Blanket (ECB) supplied in rolls. They are unrolled over the stage and not during construction. ECBs are specified seeded earth area and stapled in place, on a project when erosion of soil slopes or soil ditches ECBs provide a higher level of erosion control and protection for is expected to be a problem. ECBs have an advantage germinating seedlings. ECBs are machine woven mats over hydraulic mulch in that the blanket is firmly attached to the underlying soil by staples, it is with a variety of materials sandwiched between the two woven layers. Materials longer lasting, and provides a superior growth medium for can be wood, coco or cotton fibre, straw, or seedlings. It is more expensive and improper installation can result in poor end results leading to any combination depending upon surface erosion. manufacturer. BFMs are applied like hydraulic mulches have Bonded Fibre BFM is a hydraulically applied product made Matrix (BFM) of wood, cotton, or cellulose pulp fibres. The fibres are bonded together by various and a great similarity to hydraulic mulches, except BFMs means including have greater erosion resistance and create a thicker, mineral bonding agents or organic firmer mat. BFMs should be specified when erosion tackifiers. When applied, the BFM forms a of soil slopes or soil ditches is expected to be a problem viscous material that upon drying creates a high strength, porous, and erosion and when hydraulic seeders can get access. BFMs are resistant mat. specified in the design stage and have also been substituted for ECBs during construction, although usually at the Contractor's request. Fibre FRM is a hydraulically applied product made FRMs are applied like hydraulic mulches have Reinforced Matrix (FIRM) of pasteurized wood fibers, dispersible synthetic fibers, and soil -bonding agents. and a great similarity to hydraulic mulches, except differ from BFMs in that they cure within two hours, When applied, the FIRM forms a viscous material that dries quickly and locks have superior cover factor and vegetation establishment. The functional up within one hour. Upon drying the product longevity is up to 18 months. Due to the thickness, the provides increased flexibility and loft for product provides superior terrain protection, even during hard rains. This product can be impact resistance, air circulation, and used for any slopes, including 1 H: 1V. moisture retention that promotes seed germination and plant growth. Page 19 Rev. Date: 1112013 OPSS 804 0 5A a ONTARIO PROVINCIAL METRIC yc �s STANDARD OPSS 805 SPECIFICATION NOVEMBER 2010 (Formerly OPSS 577, November 2006) CONSTRUCTION SPECIFICATION FOR TEMPORARY EROSION AND SEDIMENT CONTROL MEASURES APPENDICES 805-A Commentary 805.01 SCOPE This specification describes the requirements for the installation, maintenance, and removal of temporary erosion and sediment control measures and the removal of sediment accumulated by the control measure. 805.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents Page 1 Rev. Date: 1112010 OPSS 805 (Formerly OPSS 577, November 2006) TABLE OF CONTENTS 805.01 SCOPE 805.02 REFERENCES 805.03 DEFINITIONS 805.04 DESIGN AND SUBMISSION REQUIREMENTS - Not Used 805.05 MATERIALS 805.06 EQUIPMENT - Not Used 805.07 CONSTRUCTION 805.08 QUALITY ASSURANCE - Not Used 805.09 MEASUREMENT FOR PAYMENT 805.10 BASIS OF PAYMENT APPENDICES 805-A Commentary 805.01 SCOPE This specification describes the requirements for the installation, maintenance, and removal of temporary erosion and sediment control measures and the removal of sediment accumulated by the control measure. 805.01.01 Specification Significance and Use This specification has been developed for use in provincial- and municipal -oriented Contracts. The administration, testing, and payment policies, procedures, and practices reflected in this specification correspond to those used by many municipalities and the Ontario Ministry of Transportation. Use of this specification or any other specification shall be according to the Contract Documents Page 1 Rev. Date: 1112010 OPSS 805 (Formerly OPSS 577, November 2006) 805.01.02 Appendices Significance and Use Appendices are not for use in provincial contracts as they are developed for municipal use, and then, only when invoked by the Owner. Appendices are developed for the Owner's use only. Inclusion of an appendix as part of the Contract Documents is solely at the discretion of the Owner. Appendices are not a mandatory part of this specification and only become part of the Contract Documents as the Owner invokes them. Invoking a particular appendix does not obligate an Owner to use all available appendices. Only invoked appendices form part of the Contract Documents. The decision to use any appendix is determined by an Owner after considering their contract requirements and their administrative, payment, and testing procedures, policies, and practices. Depending on these considerations, an Owner may not wish to invoke some or any of the available appendices. 805.02 REFERENCES When the Contract Documents indicate that provincial -oriented specifications are to be used and there is a provincial -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.PROV, unless use of a municipal -oriented specification is specified in the Contract Documents. When there is not a corresponding provincial - oriented specification, the references below shall be considered to be to the OPSS listed, unless use of a municipal -oriented specification is specified in the Contract Documents. When the Contract Documents indicate that municipal -oriented specifications are to be used and there is a municipal -oriented specification of the same number as those listed below, references within this specification to an OPSS shall be deemed to mean OPSS.MUNI, unless use of a provincial -oriented specification is specified in the Contract Documents. When there is not a corresponding municipal - oriented specification, the references below shall be considered to be the OPSS listed, unless use of a provincial -oriented specification is specified in the Contract Documents. This specification refers to the following standards, specifications, or publications: Ontario Provincial Standard Specifications, Construction OPSS 206 Grading Ontario Provincial Standard Specifications, Material OPSS 1004 Aggregates - Miscellaneous OPSS 1801 Corrugated Steel Pipe Products OPSS 1840 Non -Pressure Polyethylene Plastic Pipe Products OPSS 1860 Geotextiles Canadian General Standards Board (CGSB) 148.1 No 7.3-92 Methods of Testing Geosynthetics and Geomembranes - Grab Tensile Test for Geotextiles 148.1 No 10-94 Methods of Testing Geosynthetics - Geotextiles - Filtration Opening Size Page 2 Rev. Date: 11/2010 OPSS 805 (Formerly OPSS 577, November 2006) 805.03 DEFINITIONS For the purpose of this specification, the following definitions apply: Downstream means downhill and down -gradient. Earth means earth as defined in OPSS 206. — Inflection Point means the point where a turbidity curtain changes angle to a significant degree. Upstream means uphill and up -gradient. Waterbody means as defined in the Contract Documents. Watercourse means as defined in the Contract Documents. 805.05 MATERIALS — 805.05.01 Straw Bales Straw bales shall consist of wheat or oat straw, be dry and firm, be tied tightly in at least two places, show no evidence of straw or tie decay, and be free of sediment. They shall be of agricultural rectangular conformation and dimensions, approximately 600 x 600 x 1200 mm. 805.05.02 Geosynthetics 805.05.02.01 Geotextile Geotextile shall be free of holes, tears, and punctures. 805.05.02.02 Silt Fence Geotextile Geotextile for silt fence shall be according to OPSS 1860, Table 3. 805.05.02.03 Rock Flow Check Dam Geotextile Geotextile for rock flow check dams shall be a woven, Class II geotextile according to OPSS 1860. The filtration opening size (FOS) shall be no greater than 300 µm. 805.05.02.04 Turbidity Curtain Geosynthetic - Turbidity curtain geosynthetics shall have a grab tensile strength of at least 990 N, meeting CAN/CGSB 148.1, No. 7.3 and be one of geotextile or geomembrane. Geotextile shall be a woven material. The filtration opening size (FOS) shall be no greater than 300 µm, meeting CAN/CGSB 148.1, No. 10. Geomembrane shall be a low -permeability synthetic material or a geotextile impregnated with elastomeric spray. 805.05.03 Stakes Stakes shall be of sufficient strength to satisfy control measure performance and maintenance requirements. Stakes for light-duty sediment barriers and anchoring straw bales shall be a minimum of 1.2 m in length. Stakes for all other control measure applications shall be a minimum of 1.5 m in length. Page 3 Rev. Date: 11/2010 OPSS 805 (Formerly OPSS 577, November 2006) 805.05.04 Control Measure Support Control measure support shall be a separate product or one bonded to silt fence geotextile and be either plastic or wire mesh. -- 805.05.05 Sandbags Sandbags shall be made from heavy gauge plastic, agricultural burlap, or silt fence geotextile. Heavy gauge plastic shall contain stabilizers or inhibitors resistant to deterioration by ultraviolet radiation. Sandbags shall be approximately 450 x 350 x 150 mm when filled. Sandbags shall be filled with sand or - gravelly sand, containing little or no silt or clay. 805.05.06 Turbidity Curtain Hardware 805.05.06.01 Floatation Turbidity curtain floatation shall be a material that has sufficient buoyancy to provide the curtain with continuous support and a minimum of 50 mm freeboard. 805.05.06.02 Load Lines Turbidity curtain load lines shall be 8 mm steel cable or 19 mm nylon or polypropylene rope. 805.05.06.03 Ballast Turbidity curtain ballast shall be 8 mm steel chain. 805.05.06.04 Anchors Turbidity curtain anchors shall be mushroom or kedge anchors with a minimum mass of 34 kg for firm mud bottoms or self -burying Danforth anchors with a minimum mass of 5 kg for sandy bottoms. 805.05.06.05 Mooring Buoys Turbidity curtain mooring buoys shall have provision for the mooring line to be securely attached and be sufficiently buoyant to remain afloat under normal load conditions. 805.05.06.06 Mooring Lines Turbidity curtain mooring lines shall be 19 mm nylon or polypropylene rope. 805.05.06.07 Adjustment Lines Turbidity curtain adjustment lines shall be 13 mm nylon or polypropylene rope. 805.05.07 Rock Rock for rock flow check dams shall be according to the requirements for rip -rap and gabion stone according to OPSS 1004. 805.05.08 Chutes 805.05.08.01 Corrugated Pipe Corrugated pipe chutes shall be 300 mm in diameter, non -perforated, corrugated steel pipe or polyethylene plastic pipe according to OPSS 1801 and OPSS 1840 respectively. Page 4 Rev. Date: 11/2010 OPSS 805 (Formerly OPSS 577, November 2006) 805.05.08.02 End Sections End sections for the inlet and outlet of chutes shall be according to OPSS 1801, regardless of the material type of the pipe used. 805.07 CONSTRUCTION 805.07.01 General Work in the waterbodies and on waterbody banks shall be as specified in the Contract Documents. 805.07.02 Operational Constraints 805.07.02.01 Dewatering Dewatering effluent shall be controlled to prevent passage of sediment into a waterbody. Discharge of dewatering effluent to dewatering traps shall be controlled to avoid exceeding trap capacity and to limit scour and washout. 805.07.02.02 Chutes When chutes are specified in the Contract Documents, the chute and associated berm barrier shall be constructed in the same day. 805.07.02.03 Turbidity Curtain and Cofferdam Equipment shall not be operated in a waterbody outside a turbidity curtain or cofferdam other than hand held equipment or boats. 805.07.02.04 Construction and Removal The construction and removal times for temporary erosion and sediment control measures shall be as specified in the Contract Documents. 805.07.03 Light -Duty Sediment Barriers, General Light-duty sediment barriers are light-duty straw bale barriers or light-duty silt fence barriers. Light-duty sediment barriers shall be constructed and maintained as specified in the Contract Documents. Light-duty sediment barriers shall be constructed as specified in the Contract Documents, without gaps and without undermining to prevent sediment passage through, under, or around the barrier. When light-duty sediment barriers are specified in the Contract Documents, the Contractor has the option to select either of the light-duty sediment barriers or any combination of them. When a specific light-duty sediment barrier is specified in the Contract Documents, there shall be no option of substitution for the control measure. Light-duty sediment barriers shall include protection placed against the downstream side at the low points of the barrier so that any overflow of the barrier is prevented from causing soil scour and erosion. 805.07.03.01 Light -Duty Straw Bale Barriers r Light-duty straw bale barriers shall be constructed as specified in the Contract Documents. Page 5 r -- I L Rev. Date: 11/2010 OPSS 805 (Formerly OPSS 577, November 2006) When straw bale barriers are to be constructed on sod, erosion control blanket, or existing turf, they shall be placed and staked so there are no gaps between the bales and the underlying cover. The ends of adjacent bales shall be placed tightly against one another without gaps. Straw bales shall be placed completely around catch basins and ditch inlets without gaps. When a double row of straw bales is specified in the Contract Documents, the straw bales shall be placed such that the joints between the straw bales of each row are not in-line with the joints of the straw bales of the adjacent row. Stakes securing the bales shall be driven through the bales without breaking the bale ties or otherwise disturbing bale firmness and shape. Straw bale barriers shall be maintained such that bales remain firm, intact, in original shape, and without decay. Maintenance shall include the replacement of each bale at intervals not exceeding 45 Days. 805.07.03.02 Light -Duty Silt Fence Barriers Light-duty silt fence barriers shall be constructed as specified in the Contract Documents. A trench shall be excavated to anchor the geotextile along the entire length of the barrier. The geotextile shall be attached firmly, without sagging, to the upstream side of the stakes. It shall be placed without gaps or breaks along its length. Where the geotextile is joined to provide a continuous run, the ends shall be securely fastened and overlapped a minimum of 500 mm. The trench shall be backfilled and compacted to existing grade to hold the base of the geotextile firmly in place. 805.07.04 Heavy -Duty Sediment Barriers, General Heavy-duty sediment barriers are heavy-duty silt fence barriers, berm barriers, or sandbag barriers. Heavy-duty sediment barriers shall be constructed as specified in the Contract Documents, without gaps and without undermining to prevent sediment passage through, under, or around the barrier. When heavy-duty sediment barriers are specified in the Contract Documents, the Contractor has the option to select any of the heavy-duty sediment barriers or any combination of them. When a specific heavy-duty sediment barrier is specified in the Contract Documents, there shall be no option of substitution for the control measure. Heavy-duty sediment barriers shall include protection placed against the downstream side at the low points of the barrier so that any overflow of the barrier is prevented from causing soil scour and erosion. 805.07.04.01 Heavy -Duty Silt Fence Barriers Heavy-duty silt fence barriers shall be -constructed as specified in the Contract Documents. Control measure support shall extend the entire height and length of the silt fence without gaps. Heavy-duty silt fence barriers shall be maintained vertically without tears and without sagging. Page 6 Rev. Date: 1112010 OPSS 805 (Formerly OPSS 577, November 2006) 805.07.04.02 Berm Barriers Berm barriers shall be constructed as specified in the Contract Documents. �— 805.07.04.03 Sandbag Barriers l Sandbag barriers shall be constructed as specified in the Contract Documents F- Sandbags within each row shall be placed with the sides of the bags butted tightly against one another without gaps. The ends of sandbags in adjacent rows shall be butted tightly against one another without gaps. l When sandbag barriers are constructed on earth surfaces, the trench into which the sandbags are placed shall be backfilled around the sandbags to existing grade and compacted. When sandbag barriers are to be.constructed on sod, erosion control blanket, existing turf, or bedrock, f they shall be placed so there are no gaps between the sandbags and the underlying surface. Sandbag barriers shall be maintained with undamaged bags that are firmly seated. x- 805.07.05 Flow Check Dams Flow check dams are straw bale flow check dams, silt fence flow check dams, sandbag flow check dams, or rock flow check dams. Flow check dams shall be constructed as specified in the Contract Documents without gaps and without undermining to prevent sediment passage through, under, or around the flow check dam. When flow check dams are specified in the Contract Documents, the Contractor has the option to select any of the flow check dams or any combination of them. When a specific flow check dam is specified in the Contract Documents, there shall be no option of substitution for the control measure. Flow check dams shall include protection placed against the downstream side at the lowest point of the flow check dam so that any overflow of the flow check dam is prevented from causing soil scour and erosion. 805.07.05.01 Straw Bale Flow Check Dams Straw bale flow check dams shall be constructed as specified in the Contract Documents. 805.07.05.02 Silt Fence Flow Check Dams Silt fence flow check dams shall be constructed as specified in the Contract Documents. L. Silt fence flow check dams shall be maintained vertically without tears and without sagging. I(— 805.07.05.03 Sandbag Flow Check Dams i Sandbag flow check dams shall be constructed as specified in the Contract Documents. �- 805.07.05.04 Rock Flow Check Dams Rock flow check dams shall be constructed as specified in the Contract Documents without gaps and without undermining to prevent sediment passage through or under the rock flow check dam. j Page 7 Rev. Date: 11/2010 OPSS 805 (Formerly OPSS 577, November 2006) 805.07.06 Excavated Sediment Traps Excavated sediment traps shall be constructed as specified in the Contract Documents to prevent sediment passage from the upstream to the downstream side of the excavated trap and so that the majority of the sediment is collected in the excavated basin. Excavated sediment traps shall be constructed as a single control measure consisting of an excavated basin and a rock flow check dam. A temporary fence shall be erected around the excavated sediment trap to restrict public access. 805.07.07 Chutes Chutes shall be constructed as specified in the Contract Documents. Chutes shall be constructed as a single control measure consisting of a corrugated pipe, two end sections, and an excavated sediment trap constructed at the outlet end of the pipe. The pipe inlet shall be placed through a berm barrier in such a manner that flow is directed to the pipe inlet without scouring of the berm. The toe plate of the inlet end section shall be fully imbedded into the ground surface. The pipe outlet shall be placed such that the outlet end section discharges into the excavated sediment trap and the toe plate of the outlet end section is fully imbedded into the edge of the trap. Pipes shall be maintained in place without gaps and without undermining so that water is conveyed from the upstream side of the berm and collected in the sediment trap. 805.07.08 Dewatering Traps Dewatering traps shall be constructed as specified in the Contract Documents to prevent sediment passage beyond the perimeter of the trap. Dewatering traps shall be constructed as part of a single control measure consisting of an excavated basin, surrounded by a light-duty sediment barrier, with a rock flow check dam at the point of water outlet. The shape of the dewatering basin may be varied to suit the characteristics of the area surrounding it. The sediment barrier and rock flow check dam shall be constructed a minimum of 1 m from the edges of the excavated basin. Construction of the sediment barrier shall be according to the requirements for light-duty sediment barriers with the following exceptions: a) End runs are not required. b) The rock flow check dam shall be located at the low point of the light-duty sediment barrier. A temporary fence shall be erected around the. excavated sediment trap to restrict public access. 805.07.09 Turbidity Curtains Turbidity curtains shall be constructed as specified in the Contract Documents with the entire top edge above the water surface. Turbidity curtains shall be free of tears and gaps, and the bottom edge of the curtain shall be continuously in contact with the watercourse bed so that sediment passage from the enclosed area is prevented. Page 8 Rev. Date: 11/2010 OPSS 805 (Formerly OPSS 577, November 2006) Turbidity curtains shall be constructed according to the following: a) Breaks may be made in the lower sleeve to facilitate pulling of the ballast, provided they are a maximum 100 mm in size and spaced at minimum 3 m intervals. b) Where turbidity curtain geosynthetic is joined to provide a continuous run, the sections shall be connected to provide a continuous seal and prevent the escape of turbid water between the sections. c) The turbidity curtain shall be of sufficient width to account for water depth and wave action. d) The turbidity curtain shall be prepared for installation by furling and tying with furling ties every 1.5 m for the entire length of the curtain. e) Anchor locations shall be established as necessary to maintain the turbidity curtain in place and functioning. The sequence of installation shall be according to the following: a) Tie -downs shall firmly anchor the turbidity curtain to the shoreline. b) One end of the furled curtain shall be firmly attached to the upstream tie -down. c) The furled curtain shall be launched and placed. d) The remaining end of the furled curtain shall be attached to the downstream tie -down. e) Each anchor shall be attached to the turbidity curtain load line with a mooring line. f) At inflection points, mooring buoys shall be attached to the mooring line at a distance of 1 m from the load line. g) The furling ties shall be released to allow the turbidity curtain ballast to sink to its maximum depth. h) The location and depth of the ballast shall be adjusted as necessary using the adjustment lines. Equipment is permitted in the Working Area enclosed by the turbidity curtain. Folds in the turbidity curtain which form next to the floatation collar shall be regularly monitored and r- cleared of collected sediment. 805.07.10 Cofferdams Cofferdams shall be constructed as specified in the Contract Documents and to provide the following: a) Isolate the Working Area from the waterbody. — b) Prevent release of sediment and debris to the remaining waterbody. Equipment is permitted in the Working Area enclosed by the cofferdam. -- 805.07.11 Monitoring All temporary erosion and sediment control measures shall be monitored to ensure they are in effective working order. The condition of these shall be monitored prior to any forecast storm event and following a storm event. r- I Page 9 r 1 Rev. Date: 11/2010 OPSS 805 (Formerly OPSS 577, November 2006) 805.07.12 Maintenance All temporary erosion and sediment control measures constructed under this specification shall be maintained in an effective, functioning, stable condition. 805.07.13 Sediment Removal The work shall consist of the removal and management of accumulated sediment. Sediment that is accumulated by the temporary erosion and sediment control measures shall be removed in a manner that avoids escape of the sediment to the downstream side of the control measure and avoids damage to the control measure. Sediment shall be removed to the level of the grade existing at the time the control measure was constructed and be according to the following: a) For light-duty sediment barriers and flow check dams, accumulated sediment shall be removed once it reaches the lesser of the following: i. A depth of one-half the effective height of the control measure. For flow check dams, the effective height shall be determined relative to the lowest point of the flow check dam. ii. A depth of 300 mm immediately upstream of the control measure. b) For heavy-duty sediment barriers, excavated sediment traps, and dewatering traps, accumulated sediment shall be removed once it reaches one-half the effective height or depth of the control measure. c) For all control measures, accumulated sediment shall be removed as necessary to perform maintenance repairs. d) Accumulated sediment shall be removed immediately prior to the removal of the control measure. 805.07.14 Control Measure Removal Ditch, permanent slope, and any other embankment cover specified elsewhere in the Contract Documents to be placed within the area controlled by the temporary erosion and sediment control measure shall be in place and established prior to the removal of such control measure. Temporary erosion and sediment control measures shall be removed and associated excavations backfilled and compacted when the measures are no longer required. Temporary erosion and sediment control measures shall be removed in a manner that: a) Prevents entry of equipment, other than hand-held equipment or boats, to any waterbody. b) Prevents release of sediment and debris to any waterbody. Prior to removal of the in -water control measures, the area enclosed by turbidity curtains and cofferdams shall be cleaned of all debris. For cofferdams, accumulated sediment shall be removed prior to removal of the sediment control measure. Any seeding and mulching, temporary cover, sod, other surface application, or original turf cover disturbed by removal or backfilling of erosion and sedimentation control measures and removal of accumulated sediment, shall be brought to final grade and restored as specified in the Contract Documents. Page 10 Rev. Date: 11/2010 OPSS 805 (Formerly OPSS 577, November 2006) _J r- 805.07.15 Management of Excess Material Management of excess material shall be according to the Contract Documents. Sediment removed from temporary erosion and sediment control measures shall be managed as excess j earth material. L_ For measurement purposes, a count shall be made of the number of cofferdams constructed, maintained, and removed. 805.09.01.06 Sediment Removal Measurement shall be as specified in the Contract Documents by the volume of sediment excavated in cubic meters or by the number of hours required for excavation of sediment. � Page 11 Rev. Date: 11/2010 OPSS 805 (Formerly OPSS 577, November 2006) L 805.09 MEASUREMENT FOR PAYMENT 805.09.01 Actual Measurement 805.09.01.01 Light -Duty Sediment Barriers - Light -Duty Straw Bale Barriers Light -Duty Silt Fence Barriers - Heavy -Duty Sediment Barriers Heavy -Duty Silt Fence Barriers - . Berm Barriers Sandbag Barriers Measurement shall be the length in lineal metres from end to end of the barrier constructed, maintained, . and removed, following the contours of the ground. r 805.09.01.02 Flow Check Dams Straw Bale Flow Check Dams Silt Fence Flow Check Dams Sandbag Flow Check Dams Rock Flow Check Dams For measurement purposes, a count shall be made of the flow check dams constructed, maintained, and removed. r- 1 805.09.01.03 Excavated Sediment Traps Chutes i Dewatering Traps i For measurement purposes, a count shall be made of the number of excavated sediment traps, chutes, and dewatering traps constructed, maintained, and removed. Component parts shall not be counted separately for payment. I� L : 805.09.01.04 Turbidity Curtains �- Measurement of turbidity curtain shall be made in lineal metres along its length from end to end between tie -downs for each turbidity curtain installed, maintained, and removed. 805.09.01.05 Cofferdams For measurement purposes, a count shall be made of the number of cofferdams constructed, maintained, and removed. 805.09.01.06 Sediment Removal Measurement shall be as specified in the Contract Documents by the volume of sediment excavated in cubic meters or by the number of hours required for excavation of sediment. � Page 11 Rev. Date: 11/2010 OPSS 805 (Formerly OPSS 577, November 2006) L 805.09.02 Plan Quantity Measurement When measurement is by Plan Quantity, such measurement shall be based on the units shown in the clauses under Actual Measurement. 805.10 BASIS OF PAYMENT 805.10.01 Light -Duty Sediment Barriers - Item Light -Duty Straw Bale Barriers - Item Light -Duty Silt Fence Barriers - Item Heavy -Duty Sediment Barriers - Item Heavy -Duty Silt Fence Barriers - Item Berm Barriers - Item Sandbag Barriers - Item Flow Check Dams - Item Straw Bale Flow Check Dams - Item Silt Fence Flow Check Dams - Item Sandbag Flow Check Dams - Item Rock Flow Check Dams - Item Excavated Sediment Traps - Item Chutes - Item Dewatering Traps - Item Turbidity Curtains - Item Cofferdams - Item Payment at the Contract price for the above tender items shall be full compensation for all labour, Equipment, and Material required to do the work. Progress payments for the temporary erosion and sediment control measures shall be made as follows: a) 50% for initial construction. b) 30% for maintenance. c) 20% for removal. 805.10.02 Sediment Removal - Item Payment at the Contract price for the above tender item shall be full compensation for all labour, Equipment, and Material to do the work. When the Contract Documents do not have a separate item for sediment removal, payment at the Contract price for the appropriate tender item for the installation of the sediment control measures shall be full compensation for all labour, Material, and Equipment to do the work of sediment removal. Page 12 Rev. Date: 11/2010 OPSS 805 (Formerly OPSS 577, November 2006) F. Appendix 805-A, November 2010 FOR USE WHILE DESIGNING MUNICIPAL CONTRACTS Note: This is a non -mandatory Commentary Appendix intended to provide information to a designer, during the design stage of a contract, on the use of the OPS specification in a municipal contract. This appendix does not form part of the standard specification. Actions and considerations discussed in this appendix are for information purposes only and do not supersede an Owner's design decisions and methodology. Designer Action/Considerations The designer should specify the following in the Contract Documents: - Installation and removal times for temporary erosion and sediment control measures. (805.07.02.04) - Grading requirements for control measure removal. (805.07.14) - Sediment removal measurement for payment. (805.09.01.06) The designer should determine the following and, if they are required, the requirements should be included in the Contract Documents: - The need for a chute. (805.07.02.02) - The need to specify a specific light-duty sediment barrier. (805.07.03) - The need for double rows of straw bales. (805.07.03.01) - The need for a specific heavy-duty sediment barrier. (805.07.04) The need for a specific flow check dam. (805.07.05) - Whether sediment removal is to be measured by volume or time. (805.09.01.06) The designer should ensure that the General Conditions of Contract and the 100 Series General Specifications are included in the Contract Documents. Related Ontario Provincial Standard Drawings OPSD 219.100 Light -Duty Straw Bale Barrier OPSD 219.110 Light -Duty Silt Fence Barrier OPSD 219.130 Heavy -Duty Silt Fence Barrier OPSD 219.150 Sandbag Barrier OPSD 219.180 Straw Bale Flow Check Dam OPSD 219.190 Silt Fence Flow Check Dam OPSD 219.200 Sandbag Flow Check Dam OPSD 219.210 Temporary Rock Flow Check Dam V -Ditch OPSD 219.211 Temporary Rock Flow Check Dam Flat Bottom Ditch OPSD 219.220 Excavated Sediment Trap In Ditch OPSD 219.230 Chute For Excavated Sediment Trap OPSD 219.231 Berm Barrier OPSD 219.240 Dewatering Trap OPSD 219.260 Turbidity Curtain OPSD 219.261 Turbidity Curtain Seam Detail Page 13 Rev. Date: 11/2010 OPSS 805 (Formerly OPSS 577, November 2006) TOWNSHIP OF ORO-MEDONTE COMMUNITY OF WARMINSTER WATER MAIN REPLACEMENT CONTRACT NO. 60247297-04 GEOTECHNICAL REPORT RNA PetolNacCa//umLtd. GEOTECHNICAL INVESTIGATION PROPOSED WATERMAIN REPLACEMENT WARMINSTER, ONTARIO for TOWNSHIP OF ORO-MEDONTE PETO MacCALLUM LTD. 19 CHURCHILL DRIVE BARRIE, ONTARIO L4N 8Z5 PHONE: (705) 734-3900 FAX: (705) 734-9911 EMAIL: barrie@petomaccallum.com Distribution: 1 cc: Township of Oro-Medonte (+email) PML Ref.: 14BF044 1 cc: AECOM (+email) Report: 1 1 cc: PML Barrie September 2014 PetoMaCCallifmLtd, C O N S U L T 1 N G E N 6 1 N E E R S September 22, 2014 Mr. Fred MacGregor r Township of Oro-Medonte 148 Line 7 South Oro-Medonte, Ontario LOL 2EO Dear Mr. MacGregor Geotechnical Investigation Proposed Watermain Replacement Warminster, Ontario PML Ref.: 14BF044 Report: 1 Peto MacCallum Ltd. (PML) is pleased to present the results of the geotechnical investigation recently completed at the above noted project site. Authorization for the work was provided by Mr. R. Groves of AECOM, on behalf of the Client, in an email dated June 27, 2014. The Township of Oro-Medonte is proposing to replace the existing watermain servicing the Warminster area. The approximate 810 m study alignment comprises Warminster Sideroad from just east of Burnet Street easterly 160 m to Highway 12, continuing north for 650 m along Highway 12 to about 320 m north of Dermot Drive. It is understood that Horizontal Directional Drilling (HDD) will be used to install the majority of the watermain, with open cut/trench methods at connection points. The purpose of this investigation was to complete a number of boreholes in order to determine the generalized subsurface soil and ground water conditions likely to be encountered along the proposed alignment, and based on this information, provide geotechnical commentary pertinent to the watermain installation. Geoenviron mental assessment was not within the terms of reference and no work has been carried out in this regard. The comments and recommendations provided in this report are based on the site conditions at the time of the investigation, and are applicable only to the proposed works as described in the report. Any changes in plans, including finished grades and layout will require review by PML to assess the applicability of the report, and may require modified recommendations, additional analysis and/or investigation. 19 Churchill Drive, Barrie, Ontario L4N 8Z5 Tel: (705) 734-3900 Fax: (705) 734-9911 E-mail: barrie@petomaccallum.com BARRIE. HAMILTON, KITCHENER, TORONTO L r __ L , Proposed Watermain Replacement, Warminster, Ontario PML Ref.: 14BF044, Report: 1 PML _ September 22, 2014, Page 2 INVESTIGATION PROCEDURES The field work for this investigation was carried out on August 7, 2014 and consisted of Boreholes 1 to 7 drilled to 2.1 to 3.1 m depth along the alignment. Borehole locations are shown on Drawing 1, attached. Co-ordination of clearances of public underground utilities was provided by PML. A vacuum truck was utilized on-site to aid with locating the existing watermain which could not be located by the Township Water Department. Initially two vacuum truck holes were conducted to about 2.0 m depth strategically beside the first planned borehole location, and then the borehole was drilled by conventional augering and sampling. Notwithstanding, a water service was contacted in the side of this first borehole. Accordingly, the field procedure was revised whereby the remaining six boreholes were vacuumed out to about 2.0 m depth to confirm absence of utilities; the upper vacuumed portion of the hole visually examined, pavement component thicknesses measured, and soil stratigraphy logged. A conventional split spoon sample was then recovered from the bottom of the hole, in conjunction with a Standard Penetration test to assess the strength characteristics of the substrata. Ground water conditions in the boreholes were closely monitored during the course of the field work. Drilling and the conventional split spoon sampling were carried out using a truck mounted CME -75 drill rig, supplied and operated by a specialist drilling contractor, working under the full-time supervision of a member of PML's engineering staff. The locations of the boreholes were established in the field by PML based on a plan provided by the Client and cognizant of known existing underground utilities. Traffic control was provided by PML in accordance with the Ontario Traffic Manual, Book 7. Boreholes were backfilled in accordance with O.Reg. 903 and patched with cold mix asphalt. Proposed Watermain Replacement, Warminster, Ontario PML Ref.: 14BF044, Report: 1 September 22, 2014, Page 3 (P —L V All recovered samples were returned to our laboratory for moisture content determination and visual examination. SUMMARIZED SUBSURFACE CONDITIONS Reference is made to the appended Log of Borehole sheets for details of the subsurface conditions, including soil classifications, pavement component thicknesses, inferred stratigraphy, standard penetration test N values, ground water observations and the results of laboratory moisture content determinations. Road or shoulder pavement/structure was underlain by a layer of fill over a native till deposit. A summary of the distribution and description of the subsurface conditions encountered is provided below. Pavement All boreholes were drilled through the road, except for Boreholes 1 and 7, which were drilled through the shoulder. A summary of the pavement structure encountered is provided below on a borehole by borehole basis: BOREHOLE ASPHALT GRANULAR GRANULAR TOTAL (mm) BASE (mm) SUBBASE (mm) THICKNESS (mm) 1* 0 150 200 350 . 2 140 180 0 320 3 140 220 0 360 _ 4 150 200 0 350 5 150 150 0 300 6 140 210 0 350 7* 30 100 0 130 `Borehole through shoulder Proposed Watermain Replacement, Warminster, Ontario PML Ref.: 14BF044, Report: 1 September 22, 2014, Page 4 Fill Beneath the pavement structure in all boreholes, a layer of fill was encountered. It extended to 1.0 to 1.5 m depth in Boreholes 1 to 6, and in Borehole 7 the fill extended to the 2.1 m depth of exploration. The fill material comprised sandy silt or silt, some sand, with varying gravel content. Cobbles and boulders were noted. The fill was moist, with moisture contents of 9 to 11 %. Till A native till deposit was encountered under the fill in Boreholes 1 to 6, and typically extended to the depth of exploration. The deposit comprised sandy silt, with some gravel. Cobbles and boulders were noted. The till was very dense (locally dense) and was moist with moisture contents of 6 to 10%. _ Sand A native sand deposit was encountered locally below the till in Borehole 6, extending to the 3.1 m depth of exploration. The sand was dense and moist with a moisture content of 7%. Ground Water Upon completion of augering, no water or wet cave was noted in any of the boreholes. Local perched water may be anticipated in the fill above the till. Ground water levels will fluctuate seasonally in response to variations in precipitation. r-- r I Proposed Watermain Replacement, Warminster, Ontario PML Ref.: 22, 2014, Report: 1 September 22, 2014, Page 5 i- - v GEOTECHNICAL ENGINEERING CONSIDERATIONS Horizontal Directional Drilling The Township of Oro-Medonte is proposing to replace the existing watermain servicing the Warminster area. The approximate 810 m study alignment comprises Warminster Sideroad from just east of Burnet Street easterly 160 m to Highway 12, continuing north for 650 m along Highway 12 to about 320 m north of Dermot Drive. It is understood that Horizontal Directional Drilling (HDD) will be used to install the majority of the watermain, with open cut/trench methods at connection points. The boreholes revealed that under the pavement, the HDD operation will encounter fill over till, with local underlying sand. Cobbles and boulders were encountered in the fill and till. As well, the till is very dense. The cobbles/boulders and very dense till are difficult conditions for the HDD installation process. Ground water was not observed in the boreholes, therefore should not be a major issue, although perched water in the fill may be anticipated. HDD involves the boring and enlargement of an uncased near horizontal tunnel which is kept open through use of drilling fluids. Upon completion of boring, a conduit pipe is pulled through the bore. The process starts by advancing a relatively small diameter hole along the proposed path. During the pilot bore the cutter head at the lead of the drill string is steered by the drill rig. After the pilot hole has been completed the borehole is enlarged using reaming tools until the desired bore diameter is achieved. The conduit is typically pulled through the borehole on the final reaming pass. Water based drilling fluids containing bentonite and/or polymers are used during the pilot bore and reaming processes to convey cuttings out of the borehole and to stabilize the borehole. With HDD, there is potential for inadvertent drilling fluid returns to the ground surface through hydrofracture of the soil surrounding the bore or if the bore crosses pre-existing fissures/preferential seepage paths. Inadvertent drilling fluid returns could cause loss of drilling fluid circulation along the bore which may hinder or prevent completion of an HDD installation. Inadvertent fluid returns could be a potential environmental concern if drilling fluid migrated to a Proposed Watermain Replacement, Warminster, Ontario PML Ref.: 14BF044, Report: 1 p _ September 22, 2014, Page 6 V -- wetland environment. Therefore, mitigation of inadvertent drilling fluid returns should be part of planning and construction for any HDD installation. HDD boring is typically carried out from the ground surface without the use of staging pits, reducing the extent of ground water control, if required. The land along and surrounding the watermain alignment is level and ground water was not observed in the exploratory boreholes. Accordingly, consideration could be given to excavating staging pits for the drilling equipment to - lower the start and end elevations of the bore path, thus shortening the boring length. HDD installations should be carried out in accordance with OPSS 450, Construction Specifications for Pipeline and Utility Installation in Soil by Horizontal Directional Drilling. The size of the watermain, length of the drilling run, consistency of the subsurface soils and any potential ground water will dictate the size of the HDD equipment used. Considering that the bore would be unlined during the HDD process, there would be a potential for loss of ground/sink holes to result on the highway. The ground surface over the tunnel route may become distorted and distressed by tunnelling. The most common type of distress is settlement caused by loss of ground around the tunnel. Heave of the ground surface and/or inadvertent drilling fluid returns are also possible. Mitigation of the distress or distortion on the travelled lanes of Highway 12 would be a major inconvenience to highway users and possibly a safety issue. Distress at the ground surface is generally prevented or minimized by proper planning and good construction practices. The contractor should submit a plan for review indicating the planned processes/methods. The tunnelling process should be planned, such that as much as possible stoppage in the advancement of the tunnel does not occur when the end of the tunnel is under the travelled lanes of Highway 12, thus minimizing any inadvertent impact of the travel lanes. I� Proposed Watermain Replacement, Warminster, Ontario PML Ref.: 14BF044, Report: 1 Cm September 22, 2014, Page 7 A monitoring program to measure the vertical ground movements is recommended. It is recommended that the monitoring program follow the plan outlined in MTO's Guidelines for Foundation Engineering — Tunnelling Specialty for Encroachment Permit Application, including a j— series of monitoring points, daily measurements, and review level and alert levels of movement where a specific plan of action is in place for these levels of movement. A pavement condition survey of the pavement directly above the pipe alignment should be carried out before, during and after the installation. L_ Monitoring during tunnelling will provide feedback to the Engineer and Contractor. If indicated by the monitoring results, modification to the installation procedures and corrective action should be undertaken immediately by the contractor, before potential damaging levels of ground movement result. Specific corrective action will be dependent on the nature and magnitude of the distress. �- Regardless, the process should be outlined in the monitoring program and be part of the contingency actions in the contractor's installation plan. It should be noted that ther g ound - movement monitoring does not relieve the Contractor's responsibility to undertake the necessary action and additional instrumentation and independent reading of the instrumentation to ensure that work is carried out in a safe and acceptable manner. Ir- l. Open Cut It is anticipated that open cut excavations may be used for staging pits at the beginning of tunnelling segments or at connection points. It is assumed these excavations will be located beyond the paved surface of the roads. Based on an assumed invert of approximately 2.0 m below the road grade, excavation will be carried out through road pavement and fill into the underlying native sandy silt till. Cobbles and boulders can be expected. Harder digging should be anticipated within the till deposit. r The site soils should be considered as Type 3 soil requiring excavation sidewalls to be L ^ constructed at no steeper than one horizontal to one verticalH:1 V 1 ( )from the base of the F- excavation in accordance with the Occupational Health and Safety Act. r- i L . Proposed Watermain Replacement, Warminster, Ontario PML Ref.: 14BF044, Report: 1 CM September 22, 2014, Page 8 i r- Ground water was not observed in the boreholes, and therefore is not anticipated during construction. Local perched water can be expected within the fill. It is anticipated that local perched ground water seepage and/or surface water entering the excavation will be handled readily by conventional sump pumping. i. . Water taking in Ontario is governed by the Ontario Water Resources Act (OWRA) and the Water Taking and Transfer Regulation O.Reg. 387/040, Section 34 of the OWRA requires any one taking more than 50,000 L/d to obtain a Permit to Take Water (PTTW). This requirement applies to all withdrawals, whether for consumption, temporary construction dewatering or permanent drainage improvements. Based on the conditions observed in the boreholes, a PTTW is not required. It is recommended that a test dig be undertaken to allow prospective contractors an opportunity to observe and evaluate the conditions likely to be encountered and assess preferred means of excavation and ground water control measures based on their own experience. In open cut areas, it is expected that at the assumed 2.0 m invert depth, the proposed watermain will be founded on the native till where bearing capacity issues are not anticipated. Standard granular bedding in accordance with Ontario Provincial Standard Specifications (OPSS) compacted to 95% Standard Proctor maximum dry density should be satisfactory on the native subgrade within open cut areas. Where fill is encountered at design invert level such materials should be excavated down to native soils and be replaced with increased depth of compacted approved material. For flexible pipes, bedding and cover material should comprise OPSS Granular A. The use of clear stone bedding should be avoided, in view of the potential for fines to migrate into the voids, which could lead to settlement and loss of pipe support. Backfill for the open cut areas should be placed in maximum 200 mm thick lifts compacted to minimum 95% Standard Proctor maximum dry density, to minimize post construction settlement. F L _ Proposed Watermain Replacement, Warminster, Ontario PML Ref.: 14BF044, Report: 1 p — September 22, 2014, Page 9 Backfill for at least the upper 1 m of trench should be close to optimum moisture content to prevent subgrade instability issues. The excavated soil will comprise moist sandy silt fill and till. For use as backfill, the soil must be at suitable moisture content to achieve the specified compaction, and must also be free of deleterious content (not limited to but including boulders, topsoil, organic, excessively wet, or frozen material). In this regard, the excavated soils should be generally suitable for reuse as trench backfill, subject to geotechnical field review and approval at the time of placement. All earthworks operations should be inspected by PML to verify subgrade preparation, backfill jmaterials, placement and compaction efforts and ensure the specified degree of compaction is achieved throughout. Geotechnical Review and Construction Inspection and Testing It is recommended that the design drawings be submitted to PML for general geotechnical review for compatibility with site conditions and recommendations of this report. Earthworks operations should be carried out under the supervision of PML to approve subgrade preparation, backfill materials, placement and compaction procedures, and verify the specified degree of compaction is achieved uniformly throughout fill materials. The comments and recommendations provided in the report are based on the information revealed in the boreholes. Conditions away from and between boreholes may vary. Geotechnical review during construction should be on going to confirm the subsurface conditions are substantially similar to those encountered in the boreholes, which may otherwise require modification to the original recommendations. Proposed Watermain Replacement, Warminster, Ontario PML Ref.: 148F044, Report: 1 September 22, 2014, Page 10 CIM -111 CLOSURE We trust this report is complete within our terms of reference, and the information presented is sufficient for your present purposes. If you have any questions, or when we may be of further assistance, please do not hesitate to call our office. Sincerely Pete MacCallUrn Ltd. C. R. wli l'kOF - r Geoffrey R. White, P.Eng. Associate Manager Geotechnical and Geoenvironmental Services T. LEE suN 26277509 ©�/NCE Of 0���f �1... Turney Lee Bun, P.Eng. President GRWITLB:jlb Enclosures; List of Abbreviations Log of Borehole rhos. 1 to 7 Drawing 1 - Borehole Location flan LI S T OF ABBREVIA TIONS PENETRATION RESISTANCE Standard Penetration Resistance N: - The number of blows required to advance a standard split spoon sampler 0.3 m into the subsoil. Driven by means of a 63.5 kg hammer falling freely a distance of 0.76 m. Dynamic Penetration Resistance: - The number of blows required to advance a 51 mm, 60 degree cone, fitted to the end of drill rods, 0.3 m into the subsoil. The driving energy being 475 J per blow. DESCRIPTION OF SOIL The consistency of cohesive soils and the relative density or denseness of cohesionless soils are described in the following terms: CONSISTENCY N (blows/0.3 m) c kPa DENSENESS N (blows/0.3 m) Very Soft 0-2 0-12 Very Loose 0 - 4 Soft 2-4 12-25 Loose 4-10 Firm 4-8 25-50 Compact 10-30 Stiff 8-15 50 -100 Dense 30-50 Very Stiff 15-30 100-200 Very Dense > 50 Hard > 30 > 200 WTPL Wetter Than Plastic Limit APL About Plastic Limit DTPL Drier Than Plastic Limit TYPE OF SAMPLE SS Split Spoon TW Thinwall Open WS Washed Sample TP Thinwall Piston SB Scraper Bucket Sample OS Oesterberg Sample AS Auger Sample FS Foil Sample !, CS Chunk Sample RC Rock Core ST Slotted Tube Sample PH Sample Advanced Hydraulically PM Sample Advanced Manually SOIL TESTS Qu Unconfined Compression LV Laboratory Vane Q Undrained Triaxial FV Field Vane Qcu Consolidated Undrained Triaxial C Consolidation Qd Drained Triaxial PML-GEO-508A Rev. 2004-01 aI/umftd Cl) c o H s u t r I N c f NQ r 1J f f» s 0. 1. 2. 3. 4., 5.1 6.1 S. L 0.G 10.0 11.0 12.0 13.0 14.0 150 Peto Mac Callam Iia►. C 0 11 9 U 1 T M G E 11 0 1 N E E R S LOG OF BOREHOLE NO. 2 PROJECT Proposed Watermain Replacement OUR PROJECT N0a4t3F04 t LOCATION Warminster, Ontario BORING DATE: August 7,2014 ENGINEER GW BORING METHOD Vacuum Truck and Automatic Hammer TECHNICIAN RQ SOIL PROFILE 5AAIPCES SHEAR STRENGTH C„ (kPa) LIQUID I.4M14T__W, GROUNDWATER DEPTH DESCRIPTION 22 e� O q 2 �a ...._.._._2�........_4U.___.._�P........._$.0......_.... DYNAATCCOUEPFIJETRATIOPI LASTIC K 1,A1ERCONTENT_tV IJ"'irT.._..._.. L i RVAT OBSERVATIONS AND REA.ARKS +!' RTF. TRES _._....................................._....................-.........................................._........._.....___ •'.� {41 1. �q } ? U STAwmw PENETRATION TEST* o IF .......... w W, S 9 GROL"'OECENATI0,V -1 z 2 BCOWyO.?M 4YATEXCOIJTENT% �y DISTRiBUT1011(%J PAVEMENT: 140 nrrn asphalt, over 180 .. 20 40 00 EO__ T 10 -- 10 - 30 'ttrn GR ti.4 SI CL _ m ranular base, moist FILL. Blown, sandy sill, some gravel, cobbles and boulders, moist --- - - --... _._......_._.__._. TILL' Very dense, brown, sandy silt, some gravel, cobbles and boulders, moist I 1 SS 85/275 LSOREIiOLE TERMINATE[) A'F?.5 m - - - —t3 L. I Upon completion of barehole No water - I I j I i I I I I ! I � j I i ! No cave _ NOTES: I I I i I I I j j I ' - - I' SENSIVOTY + La+DrsTUXL+EOP!ELovAtrE !H WMOI.DE.D FIELD VANE J (AD SHEARTEST ® P0.^.XET FENEIr2rJ,',Ic17rX I. �. l'P [?..^..nF-H -� --- IFTOPOrrO Vrn:,1TH((Rl�...,��FJ14.r1!14P,H,�.:��.0 ,,.. CtfECKEDDY - -_..... U. C LC 2.6 3.6 4.6 50 60 70 8.0 9.0 100 11.0 120 13.0 W.0 15.0 - ta//um f.0NS U TI NS EN 61 NEERS LOG OF BOREHOLE NO. 3 PROJECT Proposed Watermain Replacement OUR PROJECTN0.14BF044 LOCATION Warminster, Ontario BORING DATE: August 7, 2014 ENGINEER GW BORING METHOD Vacuum Truck and Automatic Hammer TECHNICIAN RB SOILPROFILE SAMPLES o j SHEAR STRENGTH 40 C. 60 (APW 80 00010 PLASTIC1.1,511T_V1, WATER CONTCNT—W W, I GROUNDWATER OBSERVATIONS DEPTH DESCRIPTIONq DYNph4C CONE PENETRATION r� X 4Y, yy yy AND REMARKS !dETHES Z F O 'Y `� STAliDARO pEfrEiRATiOf! TEST 9 W Z W DLOWS10.3M WATFRCOIITFnr% '}1 DISTR2U110N(;J GROkAl) EI E, VAT ION PAVEMEPJT: 140 mm asphalt, over 220 ---- _....._ ._.._.._,_._._......__._.._I_._....._._..._.�. 20 40 60 80 10 20 30 r' GR $A SI CL - , Till granular base, molstj FILL' Brown, sandy silt, some gravel, ................ .. - cobbles and boulders, moist i ! tt TILL: Very dense, broom, sandy silt, some gravel, cobbles and boulders, moist I I SS 701275 2 4 --- BOREHOLE TERMINATED AT 2.4 m i mm _._._..__... i I I Upon completion ur f I borehole I ? I ( No water f i i i I I No cave - l i I i i I i I i I I i ! ' i i i NOTES: - SEfrSfitYTY f V,hXSTUR9ED FIELD VANE' (il RFAf01 DED FIELD VANE rj LAD SHEAR TEST A POCXE7 PE `:E7RJ.SI5TElf... 777 no;triioirn�i �:rrnvro z.,n,irncuicnn..,,,.. o..�...... ..... .... ...,.�. ., ...^^"^•"'v"""'_".'^v.-.------ >..�.,>. .+•,»»�.�....�,».,�_-.... CHECKED BY 0 a 3. 4. 5. 6.1 7.( 0.( 9.L 10.6 I1.0 12.0 I3.0 14.0 180 d. Ci llo C O N S 11 ! T 1 N 0 E N 0 1 V E E R S LOG OF BOREHOLE NO. 4 PROJECT Proposed Waterman Replacement OUR PROJECT N0.14 BF044 LOCATION Warminster, Ontario BORING DATE; August "l, 2014 ENGINEER GW BORING METHOD Vacuum Truck and Automatic Hammer TECHNICIAN RB SOlLPROFILE SAMPLES SHEARSTREf1GT11C. _ 20 40 60 (kPa) 60_ LMUIDLk4!RIV,, YLAST(CLIhirr ........_ W GROUNDWATER OBSERVATIONS DEPTH DESCWTION �i v1 W 2 DYNAMCCONEPEWMAT1011 sT ANnA RD PFNETRA1107f TEST 1n - z° W (0 W g a 5 q x r, 4YATER • i CON 47 W Y7 - AffD REM1tA}?HS METRES-_....._ 9.. -"""' ... __................ .__ GROLI,VOELEVATION —' - '� �t 2 y DLOiYS�0.31.} WYATERCOffTCNTV 'r GRA1NS1ZE D1STRfBUT10N(14) PAVEMENT' 1 •'i0 mm asphelL Uver 200 _ _ _ 70 i _.._ __ 40 ._ 60 ._ _ _ 60 .--- 10 --- 20 30 �f:'m GR SA SI CL _ irn granular base, moist FILL Brawn, sand, some silt., some gravel, cobbles and boulders, moist FILL Wr dense, XOWn, sandy silt, some gravel, cobbles and boulders, moist 1 SS 801290 BOREHOLE TERMINA"f�D A7 2.5 m .ntrn _ ..._... .......... ....... i........... �......... .. � .... �- Upon completion of borehole No water I i I i I I I I I I I I � I i � i i i i I I II No cave - NOTES: .uv s£tfs;Trtarr M UMD]STURDED HELD VA!1E 411 REMOLDED FIND VAllf, , (J LIO SHF.Ari TEST A POCKET PENETROMFihfi LCC; u�r:LNOLF rO�:OtCOtErf (GRA',-W)E) t .:FQ.t4 UILCiGS 20140,) 6c:ui uF CffECREDBY Qi 1.! 2.( 3.( 4.( 5.( 6.6 7.6 6.0 9.0 too 11.0 12.0 130 TAT) 15.0 t®/um d, C 0 IT S U L T I N 0 E N c I N f C R S LOG OF BOREHOLE NO. 5 PROJECT Proposed Watermain Replacement OUR PROJECTN0.14BF044 LOCATION Warminster, Ontario BORING DATE: August 7, 2014 ENGINEER GW BORING METHOD Vacuum Truck and Automatic Hammer TECHNICIAN RB -- SOILPROFILE -------------- SAMPLES SNFARSTR£NGTHC„ TO 40 60 (APaJ 80 LIQU!DVAffT_.____1! PLASTICLINT_......_..IV, T GRDU110WATER OBSERVATIONS DEPTH — ............._..........._ @ N ..... .`�.. z DMAMCCOREPENETRARON Y£11E7RA !rr DESCRJPTION w w o f C�STATfUARD x WAIERCON/ENI'_...._W t�1 IZ 3 AND REMARKS METR£5 ' J RON I[ST• GfiO(hVUEELEVAI1Chy CONTENT % 2 2 Wy RL 04%&0.3St WATER ��y GRAIN GRAIN SIZE. _ PAVEMENT: 150 mm asphalt, over 150 __..__.....__.. ..__._...._._.__. _._._.._._. TO 40 60 8010 20 JO 4 J'rd GR SA SI CL 0 30 {nm ranula( base, moist — — FILL: Brown. sand, some silt, some gravel, cobbles arid boulders, moist 1.C'U TILL! Very dense, brown, sandy silt, some gravel, cobbles and boulders, moist 1 SS 701'290 j BOREHOL[ TERMINATED AT 2.4 In Upon completion of borehole i No water I I I i I ! i No cave I i I I I i NO TES: SENSIT1417Y f- IJMNSTUR6EOFIELU VANE (1) 'rMOL DED RELD VAIIE' 6:3 I.AB SHEAR TEST A P17Ct(ETPCNC•TR0.VEtER £ c-ta U. tl1,)F1EHQtE MRONTO VER VgTt I t�RAI N VZE! !4L.F044 L4IOGS 2014.M,1i66!'J FFTo..'AC. GDT co -0.3'2014324.92 R1 «,,..,».... ,_.m»�,.......,..,.. _ CL) PetoMbeCallowitfif C 0 N S U[ T! N G F P! C 1 t! £ f R S IE Cft) PatoNficCallmold. C 0 N S U L i t N G 1 N G I N C C R S r jq LU UJ Ay 1-31,11 Borehole 1 NOTE: Base Plan provided by the Client / ` BOREHOLE LOCATION PLAN r010 MaMallffffl L 1U. PROPOSED WATERMAIN REPLACEMENT 1(!7 * - - - ON0 201A 40UN 60m 80m 100[M WARMINSTER, ONTARIO DA TE SCALE SCALE:U 0 SEPT, 2014 | AS SHOWN 14QF044 | 1