City of Peterborough Unit Price Contract Supplemental Information Package

Size: px
Start display at page:

Download "City of Peterborough Unit Price Contract Supplemental Information Package"

Transcription

1 City of Peterborough Unit Price Contract Supplemental Information Package Including: General Conditions (Not Attached) Supplemental General Conditions Standard Specifications and Standard Drawings January 2017

2 City of Peterborough Unit Price Contract Supplemental Information Package Index General Conditions (Unit Price Contracts, not attached) (Yellow) Supplemental General Conditions (Unit Price Contracts) (Green) Standard Specifications (Blue) Standard Drawings (White)

3 Unit Price Contract Supplemental Information Package Utility Services Department 500 George Street North, Peterborough, Ontario, K9H 3R9 Engineering and Construction Division Telephone: Fax: January 2017 Edition The following information is provided by the City of Peterborough to be considered part of Contracts where identified in the tender documents. Unit Price Contract Supplemental Information Package Including: General Conditions of Contract (not attached) Supplemental General Conditions Standard Specifications Standard Drawings Please notify the contact listed below of any omissions or errors in these documents. Blair Nelson, P.Eng. Manager, Design and Construction Utility Services Department Phone: Extension: 1763 Fax: Page 1

4 The City of Peterborough 2017 Unit Price Contract and Specification Modifications Before submitting the tender package, Bidders are required to review the Unit Price Supplemental Information Package, January 2017 Edition. This package will be the standard for all City of Peterborough, Engineering and Construction unit price project tenders unless otherwise stated in the contract documents. Some updates and modifications to past practices and specifications have been made. Some of the key changes are listed in the following Supplemental General Conditions Modified to: 19. Insurance Bidders' Attention is directed to the insurance requirements below. It is highly recommended that Bidders confer with their respective insurance carriers or brokers to determine in advance of submitting a Tender the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low Bidder fails to comply strictly with the insurance requirements, that Bidder may be disqualified from award of the Contract. It is hereby understood and agreed that the contractual conditions outlined in this agreement shall supersede and override any other contract obligations, including any F.O.B. conditions, outlined in any other vendor agreement in which the City may enter into. Section G.C.6.03 of the OPSS General Conditions, Contractor's Insurance, shall be deleted and replaced with the following provisions: Without restricting the generality of the section governing Contractor's responsibility for damages, the following insurance coverage is specified as a condition of this Request for Tenders: The Contractor shall forward to the City of Peterborough, with the executed Contract documents, a Certificate of Insurance, completed in accordance with the form's stated provisions prior to the commencement of the project. This Certificate of Insurance shall evidence that the following applicable insurance is in force. Unless otherwise specified, the term of insurance shall be from the commencement of the work until the expiry of warranty period obligations following acceptance of the work. Page 1

5 Contractor Insurance Requirements: A) Commercial General Liability The Contractor shall provide and maintain during the term of the Contract Commercial General Liability insurance subject to limits of not less than Five Million ($5,000,000) inclusive per occurrence and with a deductible not to exceed Five Thousand ($5,000) or as agreed to by the City. To achieve the desired limit, umbrella or excess liability insurance may be used. The coverage shall not be less than the insurance required by IBC Form 2100 and IBC Form 2320 or their equivalent and shall include coverage for but not limited to: a) bodily injury including death; b) coverage must be maintained on an occurrence basis; c) damage to property including loss of use thereof; d) premises and operations liability; e) products and completed operations liability f) blanket contractual liability; g) cross liability clause or severability of interest clause; h) contingent employers liability; i) personal injury liability; j) owner s and contractor s protective coverage; k) liability with respect to non-owned licensed motor vehicles; l) if applicable to the construction project described in the contract; shoring, blasting, excavation, underpinning, demolition, pile driving, caisson work and work below ground surface including tunnelling and grading; m) if applicable, Demolition of Buildings or removal of property; n) contain no materially restrictive language towards the work; o) shall be endorsed to provide the City with not less than 30 Days Notice of Cancellation, change or amendment restricting coverage; p) written with insurers licensed to underwrite insurance in the Province of Ontario with an AM Best rating of no less than A-; q) include the Corporation of the City of Peterborough as Additional Insured Page 2

6 r) include a waiver of any subrogation rights which the Contractor s insurers may have against the City; Subject to the approval of the City, there shall be no aggregate limit(s) other than the Products and Completed Operations limit. B) Automobile Liability Insurance The Contractor shall provide and maintain insurance during the term of the contract, Standard OAP 1 Automobile Policy subject to a limit not less than Five Million ($5,000,000) with the physical damage deductible not to exceed Five Thousand ($5,000) or an amount as specified in the bid solicitation for all licensed Motor Vehicles owned or leased by the Contractor. Contractor s use of automobiles is at the discretion of the Contractor and not the City. The City is not responsible for any physical loss or damage to any vehicles used by the Contractor in relation to this Work; and such damage shall not be assessed to the City in any way. The Contractor is responsible for any applicable deductibles C) Contractors Pollution Liability InsuranceThe Contractor shall provide and maintain during the term of the contract Environmental Liability Insurance subject to limits of not less than Five Million ($5,000,000) inclusive per claim and with a deductible not to exceed Five Thousand ($5,000) or as agreed to by the City and shall include coverage for but not limited to, bodily injury including death, property damage and remediation costs which are reasonable and necessary to investigate, neutralize, remove, remediate (including associated monitoring) or dispose of soil, surface water, groundwater or other contamination. The policy shall remain in force for twelve (12) months following completion of work. The Corporation of the City of Peterborough shall be named as an additional insured. Should the Work involve asbestos abatement (provisional or non-provisional item(s), the Pollution Liability Policy evidenced must also include evidence of Asbestos Liability. Insurance General 1. Prior to commencement of the Work and upon the placement, renewal, amendment, or extension of all or any part of the insurance, the Contractor shall promptly provide the City with confirmation of coverage and, if required, a certified true copy(s) of the policy(s) certified by an authorized representative of the insurer together with copies of any amending endorsements applicable to the Work. 2. As determined by City, the Contractor may be required to provide and maintain additional insurance coverage(s) which are related to this Contract, all costs will be borne by the Contractor. Page 3

7 3. All policies shall apply as primary and not as excess of any insurance available to the City. 4. The Contractor covenants and agrees that the insurance requirements will not be construed to and shall in no manner limit or restricts the liability of the Contractor. 5. The Contractor will warrant that any subcontractors or other entities/parties used in relation to this Work will provide same insurances as required of the Contractor. 6. The Contractor will comply with any reporting requirements of the insurance policies in order to maintain the policies in good standing, to give notice in writing of any incident with may result in a claim or loss covered by the policies and to provide documentation necessary in the defence or settling of claims. 7. Failure for any reason of the Contractor to furnish such insurance shall be considered as a breach of the Agreement allowing the City to terminate the Agreement at its discretion. Any delays resulting from the matter of the insurance and related costs associated with such delay will be borne by the Contractor without any recovery against the City. 8. If any claims against the Contractor, whether arising from this Agreement or not, effects any aggregate limits evidenced to the City in an amount greater than 20% of the limit requested and evidenced, whether paid or in an insurance claim reserve condition, then the Contractor must report to the City of such limits erosion. The City has the right to request the Contractor to purchase additional limits to comply with the minimum limits requested. 9. The Contractor and not the City shall be responsible for any and all insurance premiums and deductibles that may apply in any of the said insurance policies. 10. Change in Coverage If the City requests in the bid solicitation document to have the amount of coverage provided by the policies, increased, or to obtain other special insurance for the Contract, the successful Bidder shall endeavour forthwith to obtain such increased or special insurance. Standard Specifications Added to: CP Clear and Grub Disposal shall be completed in accordance with OPSS.MUNI 180, including providing the Contract Administrator the necessary release documentation and shall be compensated for under this item. Burning of debris will not be permitted on City of Peterborough Contracts unless provided for in the Special Provisions. Page 4

8 Added to CP Earth Excavation and Grading (Cut/Fill) Disposal shall be completed in accordance with OPSS.MUNI 180, including providing the Contract Administrator the necessary release documentation and shall be compensated for under this item. Added to: CP Granular 'B' Type 1 Modified OPSS.MUNI 314, November 2016, shall apply except as amended and extended herein. Added to: CP Granular 'A' OPSS.MUNI 314, November 2016, shall apply except as amended and extended herein. Added to: CP Supply/Install HL 3 Hot Mix Asphalt (Driveways and Walkways) (Including A/C) OPSS 311, November 2009, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, materials and equipment necessary to supply and place HL 3 hot mix asphalt as specified on the contract drawings. This item shall include the general requirements set forth in specification CP with the exception that PGAC shall be utilized under this item. No asphalt testing is required by the contractor for asphalt supplied under this item. The City reserves the right to test at the City s expense if deemed necessary. The HL 3 hot mix asphalt depth is 80mm (placed in 2 40 mm lifts) for all commercial driveways and an HL 3 hot mix asphalt depth of 50mm (placed in 1 50 mm lifts) for all trails with a width less than 3.0m. The HL 3 surface course asphalt shall meet OPSS Where disturbed as a result of construction, commercial entrances shall be restored using a base of 150 mm of Granular A and 300mm of Granular B. Compensation for the Granular A and B material shall be made from the associated item in the Schedule of Unit Prices under CP and CP either by the tonne or square metre. Page 5

9 Added to: CP Construct Concrete Curb and Curb and Gutter OPSS.MUNI 353, November 2016, shall apply except as amended and extended herein. Entirely Revised: CP Compaction OPSS.MUNI 501, November 2014, shall apply except as amended and extended herein. Quality Control Method A The Contractor is Responsible for establishing Quality Control procedures. The following is required as part of the Contractor s Quality Control procedure. Table 1 - The frequency and locations of compaction testing for quality control Construction Number of tests Sewer and water main (bedding, 4 tests minimum per week for embedment, cover and backfill lifts) each associated lift mm of 19 mm filter fabric Minimum of 1 Visual wrapped crushed clear stone (pipe compaction inspection per week bedding foundation and structure foundations) Roadway, curbs and multi-use trails (subgrade, granular sub base and granular base) Sidewalks (subgrade and granular base) Utility structure and culvert (subgrade, bedding, embedment, cover, and backfill lifts) 4 tests minimum per week for each associated lift 4 tests minimum per week for each associated lift 4 tests minimum per week for each associated lift Note: The Contract Administrator can request additional quality control testing at the Contractors expense if the crew alters compaction procedures following acceptable Quality Control results from the prescribed testing above. Alters: for the purpose of CP shall be defined as changing granular or soil material sources, compaction equipment (type and/or size), the reduction in the number of passes with compaction equipment or eliminating the use of water (when required) in order to achieve compaction. The Contractor shall retain a Certified Testing Technician to perform the above Quality Control procedures in order to set compaction patterns and Page 6

10 determine if the requirement of water is needed at the beginning of each construction operation with no exceptions. If the Certified Testing Technician is not present when beginning a new construction operation the Contractor will not be permitted to continue with the operation until such time that a tester is present. An Accurate Weekly Report (Form 004) from the Contractor summarizing the Quality Control results shall be submitted to the owner by the Contractor. Hand written reports will not be accepted. Failure to submit accurate reports on a weekly basis will result in one or all of the following: Non payment for item and/or items. Stop backfill and the placing of subsequent lifts including hot mix asphalt and concrete pending submission of report. Table A - Minimum field Compaction Requirements Earth and Granular Materials Material Type Earth backfill, Backfill Material, Subgrade Granular A, Granular B Mod and SSM Granular bedding, embedment and cover material, Granular Base and Sub base Minimum target density 98% SPMDD 100% SPMDD Added to: CP Supply/Place Sod The Contractor shall be responsible to maintain the sod, including cutting until completion of the contract. Upon completion of the contract, the Contractor shall hand deliver notices/letters to all residents within the project limits explaining proper care and maintenance procedures of the newly laid sod. The maintenance period for this item shall be 24 months from substantial performance. Added to: CP Material Specification for Performance Graded Asphalt Cement CP Material Specification for Performance Graded Asphalt Cement OPSS.MUNI 1101, November 2016 shall apply except as amended or extended herein. All requirements for Performance Graded Asphalt Cement shall be Grade with the exception that PGAC shall be utilized for CP Supply/Install HL 3 Hot Mix Asphalt (Driveways and Walkways) (Including A/C) unless otherwise specified in the contract documents. Page 7

11 Added to: CP Supply/Install Woven Geotextile In case of wet conditions, on the direction of the Contract Administrator, the contractor shall install a woven geotextile (Class 400W). The woven geotextile shall be installed with a minimum overlap of 1.0m. Index of Standard Drawings The list of drawings below have been update with the Unit Price Contract Supplemental Information Package. Drawing CPD M1.1 CPD CPD CPD CPD CPD CPD Description Driveway and Multi-Use Trail Detail Sidewalk Cross Section Details Location of Dropped Curbs at Controlled Intersections Standard Subdrain Manhole Frame Final Adjustment Catch Basin Frame Final Adjustment Catch Basin Frame Final Adjustment Poured in Place Index of Forms The list of forms below have been update with the Unit Price Contract Supplemental Information Package. Form Description 004 Quality Control Reporting Page 8

12 January 2017 City of Peterborough Unit Price Contract General Conditions Refer to Ontario Provincial Standard Specification General Conditions of Contract (OPSS), Latest Revision (Not Attached)

13 January 2017 City of Peterborough Unit Price Contract Supplemental General Conditions

14 City of Peterborough Unit Price Contracts Supplemental General Conditions 1. Conformity of Work with Plans and Specifications Contractor's Investigations Surety and Deposit Definitions Estimated Quantities Conflicts and Omissions Force Majeure Working Area Operational Constraints Right of Entry Explosives Trees and Shrubs Observance of Laws, Statutes and Regulations Commencement of Contract Losses and Damages Character and Employment of Workers Liquidated Damages Indemnification Insurance Substitutions Shop Drawings Lines and Grades Maintenance Obligations During Contract Performance Executing Repairs and Deficiency Items Testing Fees and Inspection Contract Administrator's Field Office Signing, Maintenance of Detours and Pavement Markings Maintenance of Traffic / Signage Maintenance of Private Accesses Connections with Existing Sewers and Appurtenances Connections with Existing Water Mains Winter Work Safety Safety Committee Record of Labour and Lost Time Injury Weighing of Materials Weigh Scales Roadway Cleanup Contractor's Equipment List Incidental Items Inspector and Inspection Supplemental General Conditions January 2017

15 43. Contingency Allowance Taxes and Duties Ontario Human Rights Code Standard Specifications Workplace Safety and Insurance Board Protection Against Royalties or Patented Inventions Underground and Aboveground Utilities and Structures Payment of Workers Language Submission Contract Administrator's Authority Payment on a Time and Material Basis Supplemental General Conditions January 2017

16 1. Conformity of Work with Plans and Specifications The Contractor shall perform all work and shall furnish all materials and complete the whole of the work in strict conformance with the plans and specifications. 2. Contractor's Investigations The Contractor declares that in submitting a Tender for the work and in entering into the Contract, that it has satisfied itself and will assume the risk for the nature and location of the work; the nature of the ground conditions; the nature of subsurface materials and conditions; the character, quality and quantity of the material to be encountered; the character of the equipment and facilities needed preliminary to and during prosecution of the work; the general and local conditions and all other matters which can in any way affect the work under the Contract; and in so carrying out this examination the Contractor has assessed and will assume the risk for and has made its own estimate of the facilities and difficulties to be encountered; and has allowed for all conditions that could have a bearing on the cost of the work or the time allowed for its completion. The Contractor declares that in submitting a Tender for the work and entering into the Contract that it did not rely on any information from the Owner or its Agents relating to the site conditions, adverse soil and natural conditions, or any adverse general or local condition. 3. Surety and Deposit Where applicable, the performance and any payment bonds or the cash or collateral deposited with the City of Peterborough in connection herewith shall be held by the City to secure the due performance and observation of the Contract and the payment of all creditors as required by the Contract. The cash deposit made with the Tender shall be released to the Contractor when the Contract has been signed, proof of Workplace Safety and Insurance Board coverage submitted, and the performance and any payment bonds or cash collateral deposited with and approved by the City. 4. Definitions Boulevard - shall be that portion of the road right of way from the edge of the traveled portion of road to the right-of-way property boundary. "Change in the Work" - means the deletion, extension, increase, decrease or alteration of lines, grades, dimensions, quantities, methods, drawings, 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. City refers to the Corporation of the City of Peterborough. Supplemental General Conditions January 2017 Page 1

17 Contract Drawings or Contract Plans - means drawings or plans provided by the City of Peterborough for the Work without limiting the generality thereof may include quantity sheets, cross-sections and standard drawings. Provide - means supply labour, materials and equipment required for complete installation of the work. AWWA - American Water Works Association CSA - Canadian Standards Association MTO - Ministry of Transportation of Ontario OPSD - Ontario Provincial Standard Drawing OPSS - Ontario Provincial Standard Specification CPSS - City of Peterborough Standard Specification CPSD - City of Peterborough Standard Drawings 5. Estimated Quantities "Lump Sum Concrete Items" - Should the estimated quantities of concrete as shown in the Request for Tenders, for any specific lump sum concrete item, differ by more than 3% from the theoretical quantities as determined from the design dimensions of the structure component and where such discrepancy in quantities does not result from a change in design made in accordance with G.C.3.10 of the OPSS General Conditions, then either party to the Contract upon the written request of the other, shall as soon as reasonably possible, negotiate upward or downward, the compensation for that portion of the concrete which is in excess of or less than the estimated quantity plus or minus the 3% increase or decrease. "Earth Excavation" - Measurement will be by Plan Quantity as may be revised by Adjusted Plan Quantity, of the volume in cubic metres. No additional payment for work outside the scope of work identified in the Contract documents will be granted unless pre-authorized by the Contract Administrator. 6. Conflicts and Omissions The Contractor shall do all work and furnish all materials in accordance with the best practice, and in the event of any inconsistency or conflict in the provisions of the plans or specifications, such provisions shall take precedence and govern in the following order: Supplemental General Conditions January 2017 Page 2

18 i) Agreement ii) Addenda iii) Information for Bidders iv) Special Provisions v) Tender vi) Contract Technical Specifications vii) Contract Plans and Detail Drawings viii) City of Peterborough Standard Specifications and Standard Drawings ix) Ontario Provincial Standard Specifications and Standard Drawings x) City of Peterborough Supplemental General Conditions xi) Ontario Provincial Standards General Conditions xii) Ministry of Transportation of Ontario Standard Specifications and Supplemental Specifications Neither party to the Contract shall take advantage of any apparent error or omission in the plans or specifications, but the Contract Administrator shall be permitted to make such corrections and interpretations as may be necessary for fulfillment of the intent of the plans and specifications. Any work or material not herein specified but which may be fairly implied as included in the Contract, of which the Contract Administrator shall be the judge, shall be done or furnished by the Contractor as if such work or material had been specified. 7. Force Majeure Save and except for the payment of any monies required hereunder, neither party shall be deemed to be in default of any contract where the failure to perform or the delay in performing any obligation is due wholly or in part to a cause beyond their reasonable control, including, but not limited to, an Act of God, an act of any federal, provincial, municipal or government authority, civil commotion, strikes, lockouts and other labour disputes, fires, floods, sabotage, earthquakes, storms, epidemics and an inability to perform due to causes beyond the reasonable control of the party. The party subject to such an event of force majeure shall promptly notify the other party of their inability to perform or of any delay in performing due to an event of force majeure and shall provide an estimate, as soon as practicable, as to when the obligation will be performed. The time for performing the obligation shall be extended for a period equal to the time during which the party was subject to the event of force majeure. Both parties shall explore all reasonable avenues available to avoid or resolve events of force majeure in the shortest time possible. This requirement shall not oblige the party suffering the strike, lockout or labour dispute to compromise their position in such dispute. Supplemental General Conditions January 2017 Page 3

19 8. Working Area Section G.C.4.01 Working Area; of the OPSS General Conditions of Contract is replaced in its entirety by the following: The City will acquire all property rights, which are deemed necessary for the construction of the Work, including temporary working easements, and will indicate the full extent of the Working Area on the Contract Drawings. These are intended to illustrate the general limits of work associated with the proposed construction. It is possible that unforeseen conditions may require modifications to the actual limits of work undertaken. In these cases, all modifications to the limits of construction are to be approved by the Contract Administrator prior to work proceeding. In the event that minor revisions are made to the limits of work, adjustments will be made to the payment quantities on the basis of the units and unit costs included in the tender bid. 9. Operational Constraints A: The Contractor's hours of work are restricted to between 7:00 a.m. and 9:00 p.m., Monday to Saturday. B: The hours of work on Sunday shall be 12:00 noon to 9:00 p.m., by approval of the City only. C: The minimum hours of work for this Contract shall be 50 hours per week (Monday to Friday). The Contractor shall coordinate and ensure the efficient operation of his own crews, Subcontractors and material suppliers on a regular basis during these hours throughout the life of the Contract. The hours of work may be ordered increased by the Contract Administrator if deemed necessary to meet the project schedule. Any cost resulting from such increase in the hours of work shall be borne by the Contractor. D: No work to be carried out on statutory holidays. 10. Right of Entry The Contractor shall cooperate with other Contractors, Utility Companies and the City of Peterborough and they shall be allowed free access to their work at all times. The Contract Administrator reserves the right to alter the method of operations on this Contract to avoid interference with other work. 11. Explosives The Contractor shall obtain approval from the City of Peterborough prior to using any explosives to complete work and shall comply with all statutes, regulations, by-laws and orders relating to the supply, hauling, handling, use of and storing of explosives. Supplemental General Conditions January 2017 Page 4

20 Before any blasting operations are carried out, the Contractor shall give 14 days notice to any department or agency of Government and to any person, partnership or corporation including a municipal corporation and any board or commission thereof affected thereby, the Contractor or Subcontractor shall ensure that the liability insurance provided for under Section 17(a) of this document shall include coverage for this work and provide a pre-blast survey report, prepared by an independent firm to the City. In addition to any other precaution that may be necessary, the Contractor shall, immediately prior to a blast, clear the blasting area of all residents, vehicular and pedestrian traffic, and shall post a flag person on each road entering the blasting area, who shall stop all traffic and shall prevent such traffic from entering the area until the blast has taken place. Notwithstanding any direction of the Contract Administrator in regard to explosives, drilling or methods of blasting used, the Contractor shall take all precautions necessary to ensure that persons are not injured and that adjoining property and structures, including public utilities are not damaged. Without limiting the generality of Section G.C.7.03, of the OPSS General Conditions, the Contractor shall be responsible for all claims whatsoever arising from the hauling, handling, use of or storing of explosives and all effects direct or indirect of the blasting operation. No payment shall be made for protective measures or for damage to persons or for damages or repairs to property, structures or public buildings, or for any claim whatsoever arising, from blasting operations. All such costs shall be included in the unit price bid for the items requiring the blasting. Whenever in the opinion of the Utility Authority, standby crews are necessary during blasting operations, the Contractor shall make the necessary arrangements with the Utility Authority and the cost of such crews and equipment shall be billed to the Contractor by the Utility Authority. 12. Trees and Shrubs Except as otherwise provided for in the Contract, the Contractor during all construction operations shall protect from danger and injury all trees, shrubs, and other vegetation as designated by the Contract Administrator to be saved. All protection measures must be approved by the Contract Administrator and installed prior to the commencement of any work. The Contractor may be required to cut only certain selected trees in certain areas, leaving the rest of the trees in the indicated areas unharmed. Any damaged tree or vegetation not designated for removal shall be repaired using sound horticultural practices or replaced at the Contractor's expense. Protection of Trees and Shrubs (Supplemental General Conditions) - OPSS 801 is added to this section Supplemental General Conditions January 2017 Page 5

21 13. Observance of Laws, Statutes and Regulations The Contractor shall obtain at their expense all licenses or permits required by bylaw or statutes, and regulations made there under. The successful Proponent shall comply with all federal, provincial and municipal laws, statutes, regulations and by-laws, relevant to this RFP. In the event of conflict between the provisions of the above authorities, the most stringent provisions will apply. This Contract shall be governed and construed pursuant to laws of the Province of Ontario and the Government of Canada. The successful Proponent shall comply with all federal, provincial and municipal laws, statutes, regulations and by-laws, including without limitation, the Workplace Safety Insurance Act, the Occupational Health and Safety Act, and the Environmental Protection Act, as amended from time to time in the transportation and delivery of said goods/services. In the event of conflict between the provisions of the above authorities, the most stringent provisions will apply. This Contract shall be governed and construed pursuant to laws of the Province of Ontario and the Government of Canada. Where the provisions of the above acts, and any related regulations are applicable to the goods/services provided, all the responsibilities and obligations imposed upon the successful Proponent must be assumed by the Proponent. 14. Commencement of Contract Once the Contract Administrator has issued the written order to the successful Bidder (the Contractor ) to commence work, the work shall commence on the commencement date specified therein. The work shall continue with utmost diligence and dispatch and be carried on to completion subject to any other provisions of this Contract and shall be completed and full possession thereof given to the City of Peterborough within the required number of working days; unless a longer time shall be allowed in writing by the Contract Administrator, in which case it shall be carried on to completion and possession given to the City within the additional time allowed. 15. Losses and Damages Except as otherwise provided for in the Contract all loss or damage occasioned to the work or arising out of the nature of the work to be done, or from the normal action of the elements or from any reasonably foreseeable circumstance in the execution of the same, or from any normal difficulties which may be encountered in Supplemental General Conditions January 2017 Page 6

22 the execution of the work, having regard to the nature thereof, shall be sustained and borne by the Contractor including all material required to replace any defective or rejected work, or to restore any failure shall be all at the expense of the Contractor. 16. Character and Employment of Workers The Contractor shall employ only orderly, competent and skilful persons to do the work and shall give preference to available residents in the area of the Contract. Whenever the Contract Administrator shall inform the Contractor in writing that any worker or workers on the project are, in the opinion of the Contract Administrator, incompetent, unfaithful or disorderly, such worker or workers shall be discharged from the project and shall not again be employed on the project without the consent in writing of the Contract Administrator. The successful Proponent shall ensure at all times that adequate and competent supervision is provided, if applicable, by a Competent Supervisor as defined under the Occupational Health and Safety Act (Ontario). The Supervisor shall represent and be an agent for the successful Proponent for all purposes and directions given to the Supervisor shall bind the successful Proponent. Before undertaking a Contract with the City, the successful Proponent shall supply proof of competent personnel to implement and supervise a health and safety program, if applicable, to ensure that the City standards and the standards of the Occupational Health and Safety Act (hereafter called legislation ) shall be complied with throughout the term of the Contract. 17. Liquidated Damages It is agreed by the parties to the Contract that where all the work called for under the Contract has not progressed to completion as defined in the Ontario Provincial Standards General Conditions of Contract within the number of working days or completion date as set forth in this Contract, damage will be sustained by the City of Peterborough and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by any reason of such delay and the parties hereto agree that the Contractor will pay to the City the sum as stipulated in Information for Bidders for Liquidated Damages for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed, and it is agreed that this amount is an estimate of the actual damage to the City which will accrue during the period in excess of the prescribed number of working days. The City may deduct any amount under this paragraph from any monies 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 City. The Contractor shall not be assessed with Liquidated Damages for any delay Supplemental General Conditions January 2017 Page 7

23 caused by Acts of God, or of the Public Enemy, Acts of the Province of any Foreign State, Flood, Epidemics, Quarantine Restrictions, Embargoes or delays of Subcontractors due to such causes. If the time available for the completion of the work is increased or decreased because of an over or under run of a major item in the Contract, the Contract Administrator may increase or decrease the number of days by adding or subtracting there from. The change in the number of days shall be calculated on the average daily production of the most productive 50% of the work time shown on the Contractor's schedule divided into the difference between the actual quantity and the estimated tender quantity. This is provided that the basis of calculation may not be used where, in the opinion of the Contract Administrator, all or any of the relevant major items are carried out concurrently. The working days stipulated in the Contract do not provide for the completion of work under Provisional Items and additional working days may be allowed by the Contract Administrator for work carried out under any Provisional item in the Contract. 18. Indemnification The Contractor agrees to indemnify and hold harmless the City, its elected officials, employees, contractors, agents, insurers and officers against all actions, suits, claims and demands which may be brought against or made upon the City and its elected officials, employees, contractors, agents, insurers and officers and against all costs, loss, liens, damages, charges or expenses whatsoever which may be incurred, sustained or paid by the City, its elected officials, employees, contractors, agents, insurers and officers arising directly or indirectly out of the performance of the Work. The Contractor agrees to pay on demand all monies paid by any and all of them pursuant of any settlement agreed to in writing by the City and such reasonable costs as are incurred in defending or settling any such actions, claims, costs, liens or demands. 19. Insurance Bidders' Attention is directed to the insurance requirements below. It is highly recommended that Bidders confer with their respective insurance carriers or brokers to determine in advance of submitting a Tender the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low Bidder fails to comply strictly with the insurance requirements, that Bidder may be disqualified from award of the Contract. It is hereby understood and agreed that the contractual conditions outlined in this agreement shall supersede and override any other contract obligations, including any F.O.B. conditions, outlined in any other vendor agreement in which the City may enter into. Section G.C.6.03 of the OPSS General Conditions, Contractor's Insurance, shall Supplemental General Conditions January 2017 Page 8

24 be deleted and replaced with the following provisions: Without restricting the generality of the section governing Contractor's responsibility for damages, the following insurance coverage is specified as a condition of this Request For Tenders: The Contractor shall forward to the City of Peterborough, with the executed Contract documents, a Certificate of Insurance, completed in accordance with the form's stated provisions prior to the commencement of the project. This Certificate of Insurance shall evidence that the following applicable insurance is in force. Unless otherwise specified, the term of insurance shall be from the commencement of the work until the expiry of warranty period obligations following acceptance of the work. Contractor Insurance Requirements: A) Commercial General Liability The Contractor shall provide and maintain during the term of the Contract Commercial General Liability insurance subject to limits of not less than Five Million ($5,000,000) inclusive per occurrence and with a deductible not to exceed Five Thousand ($5,000) or as agreed to by the City. To achieve the desired limit, umbrella or excess liability insurance may be used. The coverage shall not be less than the insurance required by IBC Form 2100 and IBC Form 2320 or their equivalent and shall include coverage for but not limited to: a) bodily injury including death; b) coverage must be maintained on an occurrence basis; c) damage to property including loss of use thereof; d) premises and operations liability; e) products and completed operations liability f) blanket contractual liability; g) cross liability clause or severability of interest clause; h) contingent employers liability; i) personal injury liability; j) owner s and contractor s protective coverage; k) liability with respect to non-owned licensed motor vehicles; Supplemental General Conditions January 2017 Page 9

25 l) if applicable to the construction project described in the contract; shoring, blasting, excavation, underpinning, demolition, pile driving, caisson work and work below ground surface including tunnelling and grading; m) if applicable, Demolition of Buildings or removal of property; n) contain no materially restrictive language towards the work; o) shall be endorsed to provide the City with not less than 30 Days Notice of Cancellation, change or amendment restricting coverage; p) written with insurers licensed to underwrite insurance in the Province of Ontario with an AM Best rating of no less than A-; q) include the Corporation of the City of Peterborough as Additional Insured r) include a waiver of any subrogation rights which the Contractor s insurers may have against the City; Subject to the approval of the City, there shall be no aggregate limit(s) other than the Products and Completed Operations limit. B) Automobile Liability Insurance The Contractor shall provide and maintain insurance during the term of the contract, Standard OAP 1 Automobile Policy subject to a limit not less than Five Million ($5,000,000) with the physical damage deductible not to exceed Five Thousand ($5,000) or an amount as specified in the bid solicitation for all licensed Motor Vehicles owned or leased by the Contractor. Contractor s use of automobiles is at the discretion of the Contractor and not the City. The City is not responsible for any physical loss or damage to any vehicles used by the Contractor in relation to this Work; and such damage shall not be assessed to the City in any way. The Contractor is responsible for any applicable deductibles C) Contractors Pollution Liability Insurance The Contractor shall provide and maintain during the term of the contract Environmental Liability Insurance subject to limits of not less than Five Million ($5,000,000) inclusive per claim and with a deductible not to exceed Five Thousand ($5,000) or as agreed to by the City and shall include coverage for but not limited to, bodily injury including death, property damage and remediation costs which are reasonable and necessary to investigate, neutralize, remove, remediate (including associated monitoring) or dispose of soil, surface water, groundwater or other contamination. The policy shall remain in force for twelve (12) months following completion of work. The Corporation of the City of Peterborough shall be named as an additional insured. Should the Work involve asbestos abatement (provisional or non-provisional item(s), the Pollution Liability Policy evidenced must also include evidence of Asbestos Liability. Supplemental General Conditions January 2017 Page 10

26 Insurance General 1. Prior to commencement of the Work and upon the placement, renewal, amendment, or extension of all or any part of the insurance, the Contractor shall promptly provide the City with confirmation of coverage and, if required, a certified true copy(s) of the policy(s) certified by an authorized representative of the insurer together with copies of any amending endorsements applicable to the Work. 2. As determined by City, the Contractor may be required to provide and maintain additional insurance coverage(s) which are related to this Contract, all costs will be borne by the Contractor. 3. All policies shall apply as primary and not as excess of any insurance available to the City. 4. The Contractor covenants and agrees that the insurance requirements will not be construed to and shall in no manner limit or restrict the liability of the Contractor. 5. The Contractor will warrant that any subcontractors or other entities/parties used in relation to this Work will provide same insurances as required of the Contractor. 6. The Contractor will comply with any reporting requirements of the insurance policies in order to maintain the policies in good standing, to give notice in writing of any incident with may result in a claim or loss covered by the policies and to provide documentation necessary in the defense or settling of claims. 7. Failure for any reason of the Contractor to furnish such insurance shall be considered as a breach of the Agreement allowing the City to terminate the Agreement at its discretion. Any delays resulting from the matter of the insurance and related costs associated with such delay will be borne by the Contractor without any recovery against the City. 8. If any claims against the Contractor, whether arising from this Agreement or not, effects any aggregate limits evidenced to the City in an amount greater than 20% of the limit requested and evidenced, whether paid or in an insurance claim reserve condition, then the Contractor must report to the City of such limits erosion. The City has the right to request the Contractor to purchase additional limits to comply with the minimum limits requested. 9. The Contractor and not the City shall be responsible for any and all insurance premiums and deductibles that may apply in any of the said insurance policies. 10. Change in Coverage If the City requests in the bid solicitation document to have the amount of coverage provided by the policies, increased, or to obtain other special insurance for the Contract, the successful Bidder shall endeavour forthwith to obtain such increased or special insurance. Supplemental General Conditions January 2017 Page 11

27 20. Substitutions When an article to be supplied under this Contract is specified by its trade or other name (whether such name is followed by the phrase "or approved equal" or not), the Contractor shall be deemed to have based their price on the supply of the named article and no other. 21. Shop Drawings Prior to submission to the Contract Administrator the Contractor shall review all shop drawings. By this review the Contractor represents that the Contractor has determined and verified all field measurements, field construction criteria, materials, catalogue numbers and similar data or will do so and that the Contractor has checked and coordinated each shop drawing with the requirements of the Work and of the Contract Documents. The Contractor's review of each shop drawing shall be indicated by date and signature of a responsible person within the Contractor s organization. 22. Lines and Grades Layout Provided by the Contractor The Contractor shall be responsible for the true and proper setting out of the work and for the correctness of the position, elevation and alignment of all parts of the work in accordance with established City procedures. Using qualified personnel and following accepted engineering practice, the Contractor shall lay out, calculate, establish and maintain all lines and grades necessary for the construction of the work, and shall provide such information on the calculations, layout, lines and grades as the Contract Administrator may at any time require. The Contractor shall provide horizontal and vertical control at uniform offsets, every 20 metres along all tangential sections and every 10 metres along any curvature sections of the work. For roadway construction the Contractor will provide Lines and Grades on both sides of the work being constructed. The Contract Administrator shall provide basic horizontal and vertical control from which the location of the work may be determined. For horizontal control this shall comprise either survey bars and ties sufficient to locate the centerline, or coordinate control points and their values sufficient to layout the work. For vertical control it shall comprise benchmarks at intervals through the work and their elevations. The Contract Administrator shall also provide templates at each station showing offsets and elevations to establish the designated grading crosssection. During the progress of the work the Contractor shall be responsible for notifying the Contract Administrator forthwith of any errors, omissions or inconsistencies in the geometric information and the controls provided by the City. The Contractor shall give the Contract Administrator 48 hours notice of the time and place where the Horizontal and Vertical control is required for their use in Supplemental General Conditions January 2017 Page 12

28 setting out the work. All bars, benchmarks and other reference points provided by the Contract Administrator shall be located and identified by the Contract Administrator to the Contractor on the site at the start of the work, and shall be carefully preserved by the Contractor, and in the case of their movement, destruction or removal shall be replaced at the Contractor's expense. Any work done without lines and levels, or to improperly set grade stakes or without the supervision of an inspector when an inspector is required to be in attendance by the provisions of the Contract or by the order of the Contract Administrator, shall not be paid for. Such work may, at the discretion of the Contract Administrator, be ordered removed and replaced by correctly aligned and inspected work at no cost to the City. Payment for all labour, materials and equipment for the Contractor to provide construction layout shall be deemed included in the contract items as such, no additional compensation shall be made. 23. Maintenance Obligations During Contract Performance During the course of each stage of the Contract work and during any time interval between the stages, however caused, the Contractor shall provide erosion control and be responsible for protection, maintenance, repair and rectification of all constructed surfaces, whether earth, seeded, sodded, gabion, rip-rap, concrete or paved, and all structures from all damage which may occur to said surfaces or structures. Road surface must be returned to 50mm (minimum) of asphalt laid by a spreader for winter over situations at the cost to the contractor unless otherwise agreed upon with contract administrator. The foregoing shall specifically include, without limiting in any respect erosion damage and sod slippage. 24. Executing Repairs and Deficiency Items Where requested to complete a repair by the Contract Administrator, the work shall be completed in accordance with the requirements set forth in Section GC.4.06 of the General Conditions of Contract. However, if immediate repairs are deemed necessary by the Contract Administrator, the City shall notify the Contractor at the earliest possible time, but shall be allowed to repair the work prior to notice and charge the cost of such work to the Contractor or deduct the cost of said repairs from any monies owing to the Contractor. Upon reaching Substantial Performance, the Contract Administrator will assemble a list of deficiencies to be repaired and provide them in writing to the Contractor. Corrective action must be taken by the Contractor to complete repairs within 30 calendar days from the date identified on the deficiency list. Suspension of any remaining calendar days will occur if calendar days remain Supplemental General Conditions January 2017 Page 13

29 by December 1 of the current construction year and the balance will resume on May 1 of the following construction year. At the end of the allowed period mentioned herein, the Contact Administrator will perform an acceptance inspection. The City shall arrange completion of any items identified on the deficiency list not complete at that time and shall be allowed to charge the cost of such work to the Contractor or deduct the cost of said repairs from any monies owing to the Contractor. 25. Testing Fees and Inspection The City shall pay the cost of providing its own inspector for the work of this Contract. Field and laboratory testing of supplied materials including granular material, concrete and asphalt is to be completed in accordance with the associated items in the Standard Provisions, located in the latest edition of the Unit Price Supplemental Information Package. The Contractor shall permit access to the work at all times and shall co-operate while tests are being carried out. In the event that an excessive amount of re-testing is required because of faulty workmanship or materials on the part of the Contractor, the Owner may assess the costs of re-testing to the Contractor. The Contractor shall pay all costs involved in carrying out infiltration and exfiltration tests on new sewers installed under this Contract. The Contractor shall pay all costs incurred to carry out pressure and leakage tests on new water mains installed under this Contract. 26. Contract Administrator's Field Office When specified in the Contract Documents (Schedule of Unit Prices), the Contractor shall supply an office for the exclusive use of the Contract Administrator. This office shall be located in the immediate vicinity of the Contract limits. The Contract Administrator s office shall have a minimum of 7m 2 (180 square feet) of floor area, with a clear ceiling height of not less than 2.3m (7 6 ), weatherproof, insulated walls and roof and a tight wooden floor raised at least 0.3 m clear of the ground. The office shall be fitted with a minimum of two windows, both of which can be opened and are fitted with screens. The door shall have a reliable lock, all keys for which shall be in the care of the Contract Administrator. The Contractor shall supply electric light, air conditioning and heat when required, to the Contractor Administrator s satisfaction and shall furnish the office with a minimum of one desk, one drafting table, two chairs, two drafting stools, one filing cabinet and a broom. Supplemental General Conditions January 2017 Page 14

30 Where the Contractor elects to supply a combination office for the use of the Contractor Administrator and his own staff, the minimum requirements for the Contractor Administrator s accommodations as outlined, shall be met. In addition, separate outside access for each office shall be provided and the Contractor Administrator s office shall be partitioned off from that of the Contractor, on the inside. Any inside connecting door between the two offices shall be fitted with a lock or closer on the Contract Administrator s side. The field office and other facilities shall be provided at the site within 14 days of the Date of Notification to Commence Work or on the date of the Contractor s actual commencement of work, whichever date occurs first, and shall remain on site, if the Contract Administrator so required for a period of up to two months after the completed work is accepted by the City. The Contractor shall supply and maintain at the Contractor s cost, a toilet or privy and wash facilities in accordance with the Occupational Health and Safety Act for construction projects, for use by the Contract Administrator s staff and the Contractor s employees. 27. Maintenance of all Temporary and Permanent Traffic Signal System Items During regular working hours of operation, the Contractor is responsible to respond to notification of malfunctioning traffic signal equipment installed as part of the construction contract. The Contractor shall dispatch (within one hour of receiving notification) qualified workers to repair and replace all defective equipment associated with installation of temporary or permanent traffic signal systems during time of construction and the 2 year warranty period. Regular hours of operation are between 8:30 am and 4:30 pm Monday to Friday excluding Statutory Holidays Outside of regular working hours of operation, the City s Traffic Signal Maintenance Contractor (TSMC) will respond to notification of malfunctioning traffic signal system equipment. Crews will be dispatched to troubleshoot and perform necessary repairs to keep systems running in a safe manner and to prevent disruption to traffic. If possible, the City s TSMC will make temporary repair and the Contractor will be notified on the next normal business day to mobilize and make permanent repair in accordance with contract specifications. The Contractor shall be responsible for all costs associated with the repair of traffic signal systems outside of regular working hour. In the event that the traffic signal system equipment is damaged as the result of a vehicle collision and it is was due to no fault of the Contractor, the City will reimburse the Contractor all reasonable costs for the repair of the traffic signal system. 28. Signing, Maintenance of Detours and Pavement Markings The responsibility for detour signing and maintenance of detours for the work in Supplemental General Conditions January 2017 Page 15

31 this Contract outside of the project limits will be assumed completely by the Contractor. The Contractor will be required to make the project's work schedule known and provide 48 hours notice to the City of Peterborough s Traffic Division for any requests regarding the installation of detour signage, pavement markings and traffic sign replacement. All roads under construction which have been closed to through traffic should not be opened without prior notification to and approval from the City of Peterborough s Traffic Division. 29. Maintenance of Traffic / Signage Construction Signage The Contractor shall, without additional compensation, be responsible on a daily basis for the safe detouring and maintenance of traffic within the Contract limits. There will be no separate payment for the cost of supplying, installing and maintaining all delineators, flashers, signs, barricades, fencing, flag persons, etc. as required for this Contract. All delineators, flashers, and signs must be properly maintained, secured by sandbags and shall be in accordance with the Ontario Traffic Manual, Book 7, Temporary Conditions, latest revision published by the Ontario Ministry of Transportation. Any signs deemed unacceptable to the City of Peterborough shall be replaced within 12 hours of written notification by the City of Peterborough. Should such signs not be replaced within 12 hours of written notification, the signs will be replaced by the City of Peterborough and the costs to undertake this work will be deducted from the Contractor's payment. Pedestrian Traffic Safe and convenient facilities for pedestrian traffic through areas under construction are to be provided and maintained by the Contractor, at the Contractor's cost, to the satisfaction of the Contract Administrator. Traffic Control / Staging All proposed Road Closures must be submitted to the Contract Administrator for approval. Proposed Road Closures with a duration of less than 30 days must be submitted a minimum of 14 days prior to the road closure. Any request for a road closure may or may not be approved and will be subject to certain conditions. Where the City deems necessary a traffic control / staging plan will be supplied by the City that must be adhered to during construction. Any modifications to the plan must be approved by the City s Traffic Department through the Supplemental General Conditions January 2017 Page 16

32 Contract Administrator. Should construction operations require traffic control within signalized intersections, the Contractor shall be required to schedule, at their expense, a pay duty police officer to control traffic. A minimum of 72 hours notice is required to the City of Peterborough traffic department to ensure the lights are placed on flash for the duration of work. At no time shall the Contractor obstruct or direct traffic within an active signalized intersection. Traffic Signage The Contractor is responsible for the removal, salvage, storage and replacement (in their original locations) of all signs and signposts that interfere with the installation of the proposed facilities. During construction, the Contractor shall either: a) store the signs and posts in a safe and secure manner or; b) re-install the signs as necessary for the safety of the public, e.g. stop signs. The Contractor will be responsible for any signs, and sign posts that are damaged or misplaced. No additional payment shall be made for this work. Signs placed within concrete or asphalt are to be placed using a sign sleeve. Sleeves are to be installed using Unistrut Telespar or substitute as approved by the Contract Administrator. Care shall be taken to ensure debris does not enter the sleeves by plugging the opening with a PVC plug. 30. Maintenance of Private Accesses Access to private property and adjacent streets must be maintained at all times unless otherwise noted in the Contract. The Contractor must cooperate with abutting property owners, businesses and residents, and make known their schedule on a regular basis, but no less than 48 hours in advance where disruption to an existing access may be anticipated. Ramping from the roadway to each driveway or access shall consist of Granular A material and shall not exceed 5:1 (H:V). Temporary gravel for access ramping shall be paid for under the Granular A item in the Schedule of Unit Prices. Removal of temporary ramping will not be paid separately. Where possible granular material is to be salvaged for re use as granular road base, etc. 31. Connections with Existing Sewers and Appurtenances The Contractor shall construct all connections to join the work of this Contract to Supplemental General Conditions January 2017 Page 17

33 existing services. Unless otherwise provided in the Schedule of Unit Prices, no additional payment shall be made for connections. In the case of existing manholes, the connection shall be deemed to include all manhole reconstruction and rebenching. All salvageable materials shall become the property of the City. When a connection is to be made, the Contractor shall expose the end of the existing service for inspection by the Contract Administrator. No claim by the Contractor shall be allowed for any delays due to changes in design, which may be required due to the revealed conditions. All connections are to be watertight. 32. Connections with Existing Water Mains The Contractor shall connect new work to existing mains in the manner specified by the Peterborough Utilities Commission. If it is necessary to interrupt service, the Contractor shall be responsible for obtaining required permissions, issuing notices, and providing temporary alternatives prior to any interruption or disturbance of existing services. Any damage, whether accidental or intentional, or temporary removal, shifting or replacement of existing services or structures shall be made good by the Contractor without cost to the City of Peterborough under the direction of and to the complete satisfaction of the Contract Administrator and to the Peterborough Utilities Commission. The Peterborough Utilities Commission may at its option, undertake any such work, in which case the costs shall be paid by the Contractor. All valves on the existing system will be operated by municipal water operations personnel only. 33. Winter Work Where the completion for the construction of underground services and appurtenances which is undertaken by the Contractor in this Contract, makes necessary the performance of all or any part of the Contract work under winter conditions, then, excepting as specifically otherwise provided in the Contract, the Contractor shall do all things necessary for the performance and protection of such winter work without additional compensation or claim therefore. The Contractor shall, for winter work, be permitted to work intermittently to their own schedule, provided however, that the completion is not prejudiced thereby. 34. Safety The Contractor agrees to be the constructor for the purposes of the Occupational Health and Safety Act. The Contractor shall comply with all conditions and regulations of the Occupational Health and Safety Act, R.S.O. 1990, and the regulations enacted there under for construction projects and amendments thereto, any other Federal Supplemental General Conditions January 2017 Page 18

34 or Provincial Statute or Local By-Law concerning safety or any other phase of his work on this Contract. The Contractor agrees to indemnify and save harmless the City from any and all costs, claims, demands, suits, actions, and judgments made, brought or recovered against the City resulting from any negligent act and/or error or omission by the Contractor, its officers, agents, employees, or volunteers in connection with this Agreement including any loss resulting from any violation under the Occupational Health and Safety Act, together with deference costs. Prior to the commencement of the work, the Contractor shall obtain a Ministry of Labour project notice and shall provide a copy of the notice to the City of Peterborough. The Contractor will be responsible to take all necessary steps to protect personnel (workers, visitors, general public, etc.) and property, from any harm during the course of the Contract. All Contractors shall, abide by the current rules and regulations of the Occupational Health and Safety Act. Only personnel familiar with and abiding by the Occupational Health and Safety Act will be permitted on site. The Contractor will be responsible to remove from the site any persons not observing or complying with the safety requirements of the Occupational Health and Safety Act. The City will monitor construction activity with respect to safety requirements, and that safety records are properly kept and maintained. Continued disregard for safety standards will result in the City taking appropriate action. The Contractor will report to the City, and jurisdictional authorities, any accident or incident involving Contractor, City, or public; personnel and/or property, arising from the Contractors execution of the work. The Contractor will include all provisions of this Contract in any agreement with Subcontractors, and hold all Subcontractors equally responsible for safe work performance. If the Contractor is responsible for a delay in the progress of the work due to an infraction of legislated or Contractor health and safety requirements, the Contractor will, without additional cost to the City, work such overtime, acquire and use for the execution of the work, such additional labour and equipment as to be necessary, in the opinion of the City s representative to avoid delay in the final completion of the work or any operations thereof. 35. Safety Committee Where it is anticipated that more than twenty (20) workers, including the Contractor's (Subcontractors) Supervisory Staff, will be on the construction site for a period of three months or more, the Contractor shall establish a safety Supplemental General Conditions January 2017 Page 19

35 committee for the project. The role of the Safety Committee shall be in accordance with the requirements of the Occupational Health and Safety Act. 36. Record of Labour and Lost Time Injury The Contractor shall prepare a record of person hours, including hours of the Subcontractor s staff, per month for the project. As well, a record of lost time injuries per month shall be prepared. These records shall be forwarded to the Contract Administrator for the City of Peterborough upon request. 37. Weighing of Materials The Contractor shall not carry passengers in any vehicle, owned, rented or belonging to a Subcontractor or supplier while working on the job-site or transporting materials to and from the site. Weight Measurements shall be made by a weigh person supplied by the Contractor. The City will accept the Contractor's properly completed weight tickets for determining the quantity of weighed material delivered to the construction site. These tickets must be signed by the City s inspector on the job-site for the acceptance of material at the time that the material is placed. The Contract Administrator may carry out periodic checks of the net weight shown on the weigh tickets by re-weighing loaded vehicles and re-establishing tare weights. If, for any reason, any checked net weight is lighter by 130 kg or more, all weigh tickets issued since the previous acceptable check for all City Contracts originating from the same source will be reduced by the actual difference in weight as determined by the Contract Administrator. If, after such circumstances, the City continues to accept the Contractor's weight tickets on the construction site, payment will be made for such subsequent deliveries of material for the actual quantity shown on the weigh tickets provided future weigh checks are acceptable. If future weight checks are deemed unacceptable, all weigh tickets issued since the previous check will again be adjusted as noted above. 38. Weigh Scales The Contractor is advised that the use of metric weigh scales designed to measure in tonnes or Imperial weigh scales designed to measure in tons is acceptable. The quantities of all weighed materials must be recorded in the units of the scale and then the summaries of the total daily weights converted, if necessary, to the appropriate system for payment purposes. Supplemental General Conditions January 2017 Page 20

36 A conversion of: 1 t (tonne) = tons and 1 ton = t (tonnes) 39. Roadway Cleanup Will be used to convert quantities for payment purposes. From time to time during the progress of this Contract, the Contractor may be required to clean haul routes, which may have become unacceptably covered in dirt and/or debris as a result of Contract operations. It shall be the sole responsibility of the Contractor to maintain existing streets affected by the operations, and no additional payment shall be made for such work. The cost of this work shall be included in the Unit Prices bid for the various phases of the work. Furthermore, action to clean such streets shall be taken immediately upon instruction to do so by the Contract Administrator. Otherwise, the City will arrange cleaning and the cost will be deducted on the Progress Payment Certificate. 40. Contractor's Equipment List The Contractor must supply the City with a complete list of all equipment to be used on this Contract before any construction by the Contractor has commenced. This list must include the size, ratings and hourly rate for each piece of equipment to be used on this Contract. 41. Incidental Items The following is a partial list of items the cost of which is to be included in the Unit Prices of the Tender unless specifically included as a separate tender item. No additional payment will be made for the following: (a) (b) (c) (d) (e) Cost of bonds and insurance. Cost of permits and fees. Cost of providing and maintaining barriers, signs and lights as required for the safe and proper movement of pedestrians within the immediate project limits. Cost of protecting existing utilities. Cost of equipment and labour required to maintain existing roads and streets used by the Contractor as a haul road, if and when the Contract Administrator directs that the Contractor's operations were the direct cause of damage and/or dirtying of streets. Supplemental General Conditions January 2017 Page 21

37 (f) (g) Cost of coordination with utility companies and other Contractors working in the area. Cost of obtaining permits for moving heavy vehicles, loads, objects or structures. 42. Inspector and Inspection All work to be done under the Contract shall be done to the satisfaction of the Contract Administrator or of an agent or inspector authorized to act for the Contract Administrator. The Inspector is required by the Contract Administrator to see that the provisions of the Contract are faithfully adhered to, especially in regards to the quality of the workmanship and materials, and may stop the work entirely if there is not a sufficient quantity of suitable and approved material on the site to carry out the work properly or for any good and sufficient reason. In particular, but without limiting the powers of the Inspector, orders given by the Inspector relating to the quality of material or workmanship or in respect of safety or public convenience must at once be obeyed by the Contractor. The Inspector shall have the power to suspend any worker for incompetence, drunkenness, negligence or disregard of orders and the Contractor shall ensure that any worker so suspended is forthwith removed from the site. Materials and equipment and the process of preparation or manufacture of materials or equipment shall at all times be subject to inspection, testing and rejection at any stage by the Contract Administrator or the Contract Administrator's agent. The Contract Administrator will give the Contractor reasonable notice of the materials and equipment in respect of which the Contract Administrator proposes to have inspection or testing carried out during the process of preparation or manufacture, save that in the case of materials or equipment specifically stated in the Contract as required to be tested or inspected by or in the presence of the Contract Administrator, the Contract Administrator shall not be obliged to give such notice. The Contractor shall notify the Contract Administrator in writing at least seven days previous to the commencement of preparation or manufacture of each item of such materials or equipment of the time and place at which such preparation or manufacture is to commence in order that the Contract Administrator may be present. Notwithstanding compliance by the Contractor with the foregoing paragraph hereof, if any materials or equipment prepared or manufactured away from the site of the works and required by the Contract or by the Contract Administrator to be inspected or tested by or in the presence of the Contract Administrator at the place of preparation or manufacture become ready for delivery to the site of the works but have not been inspected or tested as required, the Contractor shall so notify the Contract Administrator in writing and shall not have such materials or equipment delivered to the site of the works until authorized to do so in writing by Supplemental General Conditions January 2017 Page 22

38 the Contract Administrator. In any event, no materials or equipment required by the Contract or by the Contract Administrator to be inspected or tested by or in the presence of the Contract Administrator shall be incorporated into the work until the required inspection or testing has been carried out to the satisfaction of the Contract Administrator. The Contractor shall provide, and shall ensure that all Subcontractors and those carrying out the process of preparation or manufacture shall provide, every reasonable facility and cooperation to assist the Contract Administrator or Inspector or others designated by the Contract or by the Contract Administrator in carrying out inspection and testing. The Contractor shall not backfill or otherwise cover up any work without either having it inspected and passed by the Inspector or first notifying the Inspector in a manner approved or as directed by the Contract Administrator that the work is ready to be covered up and allowing the Inspector reasonable notice and opportunity for carrying out an inspection. Any work covered up other than in accordance with the foregoing shall, if ordered by the Inspector or the Contract Administrator, be uncovered or opened up for inspection and the Contractor shall, as directed by and to the satisfaction of the Inspector or the Contract Administrator, make good again all openings, excavations and disturbances of any property, real or personal, resulting there from, all at the Contractor's expense. No approval by an Inspector or by the Contract Administrator or failure of an Inspector or the Contract Administrator to carry out an inspection shall relieve the Contractor of any obligations under the Contract or shall be interpreted as being an acceptance of defective or improper work or material which must in every case be removed and replaced properly or otherwise rectified in a satisfactory manner whenever discovered at any time. If, in addition to the inspection provided for above, the Contractor is required by the Contract, by law, by local by-law or by the Contract Administrator to have any part of the works inspected by others, the Contractor shall give the Contract Administrator and the others concerned reasonable notice of the time and date proposed for the additional inspection. 43. Contingency Allowance The Contract price includes the contingency allowance, if any stated in the Contract documents. The Contract Administrator shall authorize expenditures under the contingency allowance. The contingency allowance will be used to pay for unforeseen Contract work, which may or may not arise during the course of construction. Supplemental General Conditions January 2017 Page 23

39 44. Taxes and Duties The Contractor shall pay government sales taxes, customs duties, excise taxes and Goods and Services Taxes (5%) with respect to the Contract and in its Tender shall have taken into account all current legislation respecting such taxes and duties as well as any upcoming changes in taxes and duties which have been approved by legislation and made known at the time of tender and that will affect the Contract. If such taxes or duties are increased or decreased or other changes are made in the legislation that affect the amount payable after the award of the Tender the following will apply: (a) (b) In the case of a reduction in the amount payable, the Contractor shall make any required application to the Government Agency concerned for a reduction or reduce and allow the full amount of the reduction or rebate received as a credit to the City. In the case of an increase, the Contractor shall apply to the Government Agency concerned for exemption from the increase and shall be entitled to reimbursement from the City only if the application is refused. The Contractor shall include provisions for all appropriate Provincial Sales Tax in his bid price. 45. Ontario Human Rights Code The Contractor agrees to abide by the provisions of the Ontario Human Rights Code, latest edition, in carrying out the works in this Contract. 46. Standard Specifications Reference to published standard specifications shall be the edition current at the time of the closing tenders. 47. Workplace Safety and Insurance Board The Contractor will be required to furnish a letter from the Workplace Safety and Insurance Board indicating that the Contractor has complied with the requirements of the Workplace Safety and Insurance Board and is in good standing on the books of the Board after the Tender closing, but before the signing of the Contract. 48. Protection Against Royalties or Patented Inventions The Contractor shall indemnify and save harmless the City 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 work done or Supplemental General Conditions January 2017 Page 24

40 material furnished by the Contractor under the Contract. 49. Underground and Aboveground Utilities and Structures The position of all pole lines, conduits, water mains, sewers and other underground and aboveground utilities and structures may not necessarily be shown on the Contract Drawings, and, where shown, the accuracy of the position of such utilities and structures is not guaranteed. Before submitting a Tender, the Bidder shall investigate the exact locations of such utilities and structures, and shall be liable for damages to them as a result of any act or omission, whether or not the result of negligence, by those for whom the Contractor is responsible. Unless otherwise specified, the Contractor shall temporarily support or relocate such utilities and structures, or temporarily remove them, and restore them, to the satisfaction of the Owners of the utilities and structures. Consideration of the above investigation work should be included when preparing the Tender. Permanent relocation of underground or overhead utilities will be performed and paid for by others, if necessitated by coincidence of lines or grades, or both. The Contractor shall be responsible for scheduling permanent relocations of utilities with the Contract Work. 50. Payment of Workers The Contractor shall, in addition to any fringe benefits, pay the workers employed by him on the work in accordance with the Labour Conditions set out in this Contract and at intervals of not less than twice a month or in accordance with the Labour Conditions in any Corporation By-law, whichever is the more frequent. Where any person employed by the Contractor or any Subcontractor or other person on work contemplated by this Contract is paid less than the amount required to be paid under this Contract, the Corporation may deduct from any monies payable to the Contractor under this or any other Contract and pay to such person a sum sufficient to bring that person s wages up to the amount required to be paid under this Contract. By-law Number (of the Corporation of the City of Peterborough as amended). (a) The Contractor shall pay all non-skilled workmen employed by him at the site of the work a wage which shall be the higher of either the Ministry of Labour's Fair Wage Scale for Roads and Structures or the Temporary Labourers Rate set forth in the collective bargaining agreement presently in effect between general Contractors in the City of Peterborough and Local #504 of the Canadian Union of Public Employees (Excerpt attached herein). (b) In the event the Contractor assigns the performance of any of his Supplemental General Conditions January 2017 Page 25

41 obligations at the site of the work to a Subcontractor, then any such assignment of work to a Subcontractor shall contain a provision obligating the Subcontractor to abide by the provisions of the preceding paragraph with respect to non-skilled workmen employed by him at the site of the work. (c) The Contractor shall not be entitled to payment of any money, which may become due under this Contract until he files a statement with the Corporation to the effect that the provisions of the two preceding paragraphs have been complied with. Supplemental General Conditions January 2017 Page 26

42 City of Peterborough - C.U.P.E. Local 504 Wage Schedule Jan1-Dec31, Job Class 2016 Rate Environmental Protection Division WWTP Temporary Operator $14.86 $ WWTP Operator in training (Apprentice) $18.25 $ WWTP Operator 1 $20.20 $ WWTP Operator 2 $21.78 $ WWTP Operator 3 $22.87 $ WWTP Operator 4 $23.74 $ WWTP Plant Maintenance 1 $23.74 $ WWTP Plant Maintenance 2 $23.74 $ WWTP Licensed Electrician $24.78 $ Environmental Protection Foreman 2 $25.66 $ Public Works Temporary Labourer $14.86 $ PW Operator 1 $17.40 $ PW Operator 2 $18.14 $ PW Operator 3 $18.87 $ PW Operator 4 $19.61 $ PW Operator 5 $19.96 $ PW Operator 6 $20.32 $ PW Arborists 1 $19.18 $ PW Arborists 2 $19.66 $ PW Arborists 3 $20.00 $ PW Arborists 4 $20.35 $ PW Arborists Temporary Solid Waste Collection PW Operator - Sanitation Solid Waste Two-Man PW Operator 1 plus $1.00 Applicable PW Operator plus $1.00 Applicable PW Operator plus $0.60 PW Temporary/Seasonal Foreman 1 $23.06 $ PW Permanent Foreman 2 $25.66 $ PW Service Person $20.32 $ PW Mechanic $24.78 $ PW Body and Paint Man $24.78 $ PW Mechanic Foreman 1 $26.81 $ PW Mechanic Foreman Supplemental General Conditions January 2017 Page 27

43 51. Language Submission All submissions of correspondence, shop drawings, test results, support documentation, operating and maintenance manuals etc., if submitted in another language shall be accompanied by an English version. 52. Contract Administrator's Authority Section Contract Administrator's Authority; of the OPSS General Conditions of Contract is replaced in its entirety by the following: (G.C ) The Contract Administrator will prepare Change Directives and Change Orders for the Contractor's signature and the City s approval. 53. Payment on a Time and Material Basis Section GC Definitions,.01 Cost of Labour; of the OPSS General Conditions of Contract is replaced in its entirety by the following: Cost of Labour: means the amount of wages, salary, Payroll Burden paid or incurred directly by the Contractor to or in respect of labour and supervision actively and necessarily engaged on the Work based on the recorded time and hourly rates of pay for such labour and supervision, but shall not include any payment or costs incurred for general supervision, administration of management time spent on the entire Work or any wages, salary or Payroll Burden for which the Contractor is compensated by any payment made by the Owner for Equipment. Supplemental General Conditions January 2017 Page 28

44 January 2017 City of Peterborough Unit Price Contract Standard Specifications

45 Index of Standard Specifications Number Title Page CP CLEAR AND GRUB... 1 CP EARTH EXCAVATION AND GRADING (CUT/FILL)... 1 CP IMPORTED SELECT SUBGRADE... 2 CP TOPSOIL STRIPPING... 3 CP GENERAL ASPHALT REQUIREMENTS... 4 CP SUPPLY/INSTALL HOT MIX ASPHALT HEAVY DUTY BINDER COURSE (INCLUDING A/C)... 6 CP SUPPLY/INSTALL HL 8 BINDER COURSE (INCLUDING A/C)... 6 CP SUPPLY/INSTALL HL 1 MODIFIED HOT MIX ASPHALT (INCLUDING A/C)... 6 CP SUPPLY/INSTALL HL 1 HOT MIX ASPHALT (INCLUDING A/C)... 6 CP SUPPLY/INSTALL HL 3 HOT MIX ASPHALT (INCLUDING A/C)... 7 CP SUPPLY / PLACE SS 1 EMULSIFIED ASPHALT TACK COAT... 7 CP SUPPLY/INSTALL HL 3 HOT MIX ASPHALT (DRIVEWAYS AND WALKWAYS) (INCLUDING A/C)... 7 CP SUPPLY/INSTALL HL 3F HOT MIX ASPHALT (INCLUDING A/C)... 8 NOT APPLICABLE... 8 CP GRANULAR 'B' TYPE 1 MODIFIED... 8 CP GRANULAR 'A'... 9 CP GENERAL CONCRETE REQUIREMENTS CP CP CONSTRUCT CONCRETE SIDEWALKS, RAMPS, DRIVEWAYS AND MEDIANS SUPPLY/INSTALL OF TACTILE WALKING SURFACE INDICATORS CP CONSTRUCT CONCRETE CURB AND CURB AND GUTTER Division III - Special Provisions Page 1

46 CP SUPPLY AND INSTALL 150MM DIAMETER PERFORATED PVC SUBDRAINS CP SUPPLY/INSTALL 600MM X 600MM CONCRETE CATCH BASINS. 15 CP SUPPLY/INSTALL 1450MM X 600MM CONCRETE TWIN INLET CATCH BASINS CP SUPPLY/INSTALL CONCRETE STORM STRUCTURE CP SUPPLY/INSTALL CONCRETE SANITARY STRUCTURES CP CP SUPPLY / SET / MINOR REBUILD CATCH BASIN, CATCH BASIN MANHOLE AND MANHOLE FRAMES, COVERS AND GRATES RESET / ADJUST / MINOR REBUILD EXISTING CATCH BASIN, CATCH BASIN MANHOLE AND MANHOLE FRAMES, COVERS AND GRATES CP RESET / ADJUST VALVE BOXES CP REBUILDING OF EXISTING MAINTENANCE HOLES, CATCH BASINS AND DITCH INLETS CP CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION CP SUPPLY/INSTALL DR 35 PVC STORM SEWER CP SUPPLY/INSTALL CONCRETE STORM SEWER CP SUPPLY/INSTALL DR 28 PVC SANITARY SERVICE CP SUPPLY/INSTALL DR 35 PVC SANITARY SEWER CP SUPPLY/INSTALL CONCRETE SANITARY SEWER CP SUPPLY/PLACE 19MM CLEAR STONE BEDDING FOUNDATION INCLUDING FILTER FABRIC CP SUPPLY/INSTALL SEWER INSULATION CP SUPPLY/INSTALL DR 28 PVC STORM SERVICE CP SUPPLY/INSTALL SEWER BY JACKING AND BORING CP COMPACTION CP DUST SUPPRESSANTS Division III - Special Provisions Page 2

47 CP SAW CUT EXISTING ASPHALT SURFACE CP REMOVAL/DISPOSAL OF EXISTING ASPHALT SURFACE CP REMOVAL/DISPOSAL OF ASPHALT PARTIAL DEPTH CP REMOVAL/DISPOSAL CONCRETE ROAD BASE CP CP REMOVAL/DISPOSAL OF EXISTING CONCRETE CURB AND GUTTER REMOVAL/DISPOSAL OF EXISTING CONCRETE SIDEWALKS, RAMPS, DRIVEWAYS AND MEDIANS CP REMOVE/DISPOSE OF EXISTING STORM SEWER CP REMOVE/DISPOSE OF EXISTING STORM STRUCTURES CP REMOVE/DISPOSE OF EXISTING SANITARY SEWER CP REMOVE/DISPOSE OF EXISTING SANITARY STRUCTURES CP SAW CUT EXISTING CONCRETE CURB CP ABANDONMENT OF EXISTING SEWER CP REMOVAL/DISPOSAL OF EXISTING FRAMES, COVERS AND GRATES CP SUPPLY/PLACE TOPSOIL CP SUPPLY/PLACE SOD CP SUPPLY/PLACE SEED AND MULCH CP ENVIRONMENTAL CONSIDERATIONS CP HEAVY DUTY SILT FENCE CP MATERIAL SPECIFICATION FOR PERFORMANCE GRADED ASPHALT CEMENT CP SUPPLY/INSTALL WOVEN GEOTEXTILE CP REMOVAL/DISPOSAL OF EXISTING ASBESTOS CONTAINING PIPE Division III - Special Provisions Page 3

48 CP Clear and Grub OPSS 201, November 2011, shall apply except as amended and extended herein. This item refers to all cut and fill areas within the limits of construction. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all equipment, labour and materials necessary to clear and grub as identified within the limits identified on the contract drawings including, but not limited to clearing and disposing of all standing trees, brush, bushes, stumps, roots, embedded logs and debris required to facilitate construction. Clearing outside the limits identified on the drawings shall be completed only with the approval of the Contract Administrator. Disposal locations are to be arranged by and at the expense of the Contractor, with approval from the Contract Administrator. Disposal shall be completed in accordance with OPSS.MUNI 180, including providing the Contract Administrator the necessary release documentation and shall be compensated for under this item. Burning of debris will not be permitted on City of Peterborough Contracts unless provided for in the Special Provisions. All trees are to be removed from the site the same day they are felled. With the Contract Administrators approval they can be left onsite for 48 hours. All trees left onsite must be fenced off with construction fence fixed to steel T-bars. All Ash trees, stumps, brush are to be taken to the City of Peterborough Ash Tree compound located at 586 Harper Rd. Arrangements are to made with the Contract Administrator for access. The Contractor is required to provide the Contract Administrator with a minimum of 48 hours notice prior to the commencement of this work. CP Earth Excavation and Grading (Cut/Fill) OPSS.MUNI 206, November 2013, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all equipment, labour and materials necessary for excavating and filling (where required) to the grades and cross sections indicated on the contract drawings and for the disposal of all surplus and/or unsuitable materials. The unit price bid shall also be full compensation for any stockpiling and/or double handling of excavated material to be used as backfill. The Contractor is required to obtain acceptance from the Contract Administrator for their completed grades prior to placing granular material for the road structure. Standard Specifications January 2017 Page 1

49 Disposal shall be completed in accordance with OPSS.MUNI 180, including providing the Contract Administrator the necessary release documentation and shall be compensated for under this item. The earth excavation and grading quantities represents the amount of material required for excavation (cut) and placement (fill) to meet the cross sections and required elevations. All excavation of topsoil is included in this item unless a separate topsoil stripping item is included in the contract. Fill shall be placed and compacted in accordance with CP Limits and requirements for earth excavation and grading are identified on the contract drawings. Any over excavation not previously approved or requested by the Contract Administrator may result in the deduction of payment for the associated theoretical granular quantity at the discretion of the Contract Administrator. Subject to the approval from the Contract Administrator, the material removed from the existing sub base shall be used as trench backfill, if required. The Contractor shall be responsible for establishing Quality Control Procedures and produce a Quality Control Plan as per CP The Contractor is advised that this is an estimated quantity. Due to the nature of this item, payment will be based plan quantity. Where the Contract Administrator deems the existing subgrade not suitable (i.e., organic materials are encountered), the Contractor will be required to over excavate the subgrade at the direction of the Contract Administrator. Compensation over and above the plan quantity will be made based on calculation completed by the Contract Administrator. CP Imported Select Subgrade OPSS.MUNI 206, November 2013, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all equipment, labour and materials necessary for importing subgrade for filling to the grades and cross sections indicated on the contract drawings. The Contractor is required to obtain acceptance from the Contract Administrator for their completed grades prior to placing additional materials. All Contractor supplied, select subgrade required to meet the required cross sections shall meet OPSS.MUNI 1010 select subgrade material requirements. Imported select subgrade shall be placed and compacted in accordance with CP Standard Specifications January 2017 Page 2

50 The Contractor shall be responsible for establishing Quality Control Procedures as per CP The Contractor is advised that this is an estimated quantity. The Contractor shall be paid for actual quantities imported. Payment for this item will be based on approved weigh tickets when paid for by the tonne as defined in the Schedule of Unit Prices. Weigh tickets are to be provided in digital format (hand written receipts will not be accepted) and must indicate the following minimum information to be accepted for payment. Tickets not meeting these requirements will be returned to the Contractor without payment: Supplier name Material type being supplied Hauler name Truck number Pit location Truck tare weight Gross weight Net material weight Date and time of delivery Total for the day Running total (for entire project) CP Topsoil Stripping OPSS.MUNI 206, November 2013, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all equipment, labour and materials necessary for stripping the existing topsoil layer to full depth and stockpile the topsoil for future use. The Contractor is required to obtain acceptance from the Contract Administrator for their completed grades prior to placing or removing additional materials. Care should be taken to ensure topsoil does not mix with the native subsoil. If excessive mixing of topsoil and subsoil occurs the Contract Administrator may reduce the payment quantity by the amount of spoiled material. Topsoil shall be stripped in all cut and fill areas within the limit of construction as shown on contract drawings. This material shall be stored and used in the restoration of this site where deemed acceptable by the Contract Administrator. Payment for the restoration shall be compensated under the associated item for topsoil placement. Standard Specifications January 2017 Page 3

51 The Contractor is advised that this is an estimated quantity. Payment will be based on field measurements performed by the Contract Administrator. As such, no additional compensation will be made to the Contractor for reduction of this item. CP General Asphalt Requirements OPSS 310, November 2012, shall apply except as amended and extended herein. Mix designs shall be the responsibility of the Contractor and shall be submitted to the Contract Administrator a minimum of Thirty (30) days prior to placement of asphalt for approval. Perspective asphalt suppliers may wish to pre-qualify their mix designs at the start of the construction season (late April to early May) to avoid potential delays or complications in acceptance of mix designs. Arrangements for this can be made with the City s Engineering Services Coordinator. Only mix designs approved by the City shall be used. Mix designs are valid for the calendar year in which they are prepared. The acceptability of the mix design shall be reviewed on an ongoing basis and the use of the mix design may be suspended in situations where borderline or rejectable assessments have been made. Where in the opinion of the Contract Administrator the mix is unsuitable for further placement, the Contractor shall be responsible for submitting a new mix design for review. After the Contractor has been notified of the suspension of a particular mix, the mix will no longer be accepted and placement of the mix after suspension shall be subject to removal and replacement at the Contractors cost. Any delays associated with the suspension of a previously reviewed mix design and the approval of new submissions shall be the responsibility of the Contractor. Testing quantities and frequency will be in accordance with OPSS The Contractor is responsible to arrange and coordinate the collection of three (3) field samples by a testing laboratory designated by the City, within a distance of 25km from the job site. 24 hours notice must be given to testing laboratory prior to asphalt placement to assure testing availability. If contractor has not given 24hrs notice and testing staff is not available then operations will not be allowed to proceed. The testing laboratory representative shall return to the laboratory with two of the samples (test sample and referee sample). Delivery to the lab is to occur within 24 hours of sampling. All samples are to be collected in the presence of the Contract Administrator in accordance with the procedures outlined by CCIL and placed in a container approved by the Contract Administrator. Prior to delivery, all samples are to be certified by the Contract Administrator by affixing a seal to the sample. Where the Contract Administrator initiates testing in accordance with OPSS requirements, the City will pay laboratory-testing costs. Any other testing over and above what is required by the City will be at the Contractors expense, including referee testing. Standard Specifications January 2017 Page 4

52 All costs associated with referee testing shall be the responsibility of the Contractor. Should referee testing be required it shall include full compliance testing. Where the Contract Administrator and the Contractor agree that specific mix attributes do not require referee testing, those attributes will be considered acceptable. The Contractor shall be reimbursed for the cost of referee testing provided both the following conditions are met: The referee sample is acceptable as per the requirements of OPSS 310 (mix must not fall within the borderline or rejectable ranges); Only in instances where the Contractor has conducted QC testing indicating full compliance to a minimum frequency of one (1) sample per 500 tonnes of asphalt applied using the mix design. Where the Contractor QC results have been requested by the City and have not been received within 5 days of request, the QC results will not be considered and compensation for referee testing will not be provided. Where referee testing indicated rejectable asphalt, the Contractor shall remove and replace the asphalt at the Contractor s sole expense. Placement of SS1 Emulsified asphalt tack coat on all vertical faces and at joints shall be included in the associated asphalt items. Requirements for Performance Graded Asphalt Cement shall be in accordance with CP Grade unless otherwise specified in the contract documents Payment for this item may be paid for by the square metre (measured or plan quantity) or based on approved weigh tickets when paid for by the tonne as defined in the Schedule of Unit Prices. Weigh tickets are to be provided in digital format (hand written receipts will not be accepted) and must indicate the following minimum information to be accepted for payment. Tickets not meeting these requirements will be returned to the Contractor without payment: Supplier name Material type being supplied Hauler name Truck number Pit location Truck tare weight Gross weight Net material weight Date and time of delivery Total for the day Running total (for entire project) Standard Specifications January 2017 Page 5

53 The Contractor will require written permission using City of Peterborough Form 003 to place asphalt a minimum of three (3) working days prior to placement from the Contract Administrator. Any asphalt placed without written permission will be rejected and the Contractor shall remove and replace the asphalt at the Contractors expense. No placement of surface course asphalt shall occur until base course asphalt to be surfaced has been tested and accepted in writing by the Contract Administrator. CP Supply/Install Hot Mix Asphalt Heavy Duty Binder Course (Including A/C) OPSS 310, November 2012, shall apply except as amended and extended herein. The asphaltic concrete for this item shall conform to OPSS 1150 The heavy-duty hot mix binder course asphalt depth is as illustrated on the contract drawings. This item shall include the general requirements set forth in specification CP CP Supply/Install HL 8 Binder Course (Including A/C) OPSS 310, November 2012, shall apply except as amended and extended herein. The asphaltic concrete for this item shall conform to OPSS 1150 The HL-8 hot mix binder course asphalt depth is as illustrated on the contract drawings. This item shall include the general requirements set forth in specification CP CP Supply/Install HL 1 Modified Hot Mix Asphalt (Including A/C) Not Applicable CP Supply/Install HL 1 Hot Mix Asphalt (Including A/C) OPSS 310, November 2012, shall apply except as amended and extended herein. The HL-1 hot mix surface asphalt depth is as illustrated on the contract drawings. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, materials and equipment necessary to supply and place HL 1 hot mix asphalt as specified on the contract drawings. No placement of surface course HL 1 shall occur until base course asphalt has been tested and accepted in writing by the Contract Administrator, all video submissions Standard Specifications January 2017 Page 6

54 of pipe work and structures are submitted and approved and leak testing is complete and summary submitted to the Contract Administrator. This item shall include the general requirements set forth in specification CP CP Supply/Install HL 3 Hot Mix Asphalt (Including A/C) OPSS 310, November 2012, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, materials and equipment necessary to supply and place HL 3 hot mix asphalt as specified on the contract drawings. No placement of surface course HL 3 shall occur until base course asphalt has been tested and accepted in writing by the Contract Administrator, all video submissions of pipe work and structures are submitted and approved and leak testing is complete and summary submitted to the Contract Administrator. This item shall include the general requirements set forth in specification CP CP Supply / Place SS 1 Emulsified Asphalt Tack Coat OPSS 310, November 2012, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all labour, materials and equipment necessary to supply and place tack coat on all horizontal surfaces as specified in the contract drawings and at lap joints in accordance with City standard CPD This item may be eliminated if the Contract Administrator deems it unnecessary. No extra compensation will be due to the contractor for deletion of part or this entire item. CP Supply/Install HL 3 Hot Mix Asphalt (Driveways and Walkways) (Including A/C) OPSS 311, November 2009, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, materials and equipment necessary to supply and place HL 3 hot mix asphalt as specified on the contract drawings. This item shall include the general requirements set forth in specification CP with the exception that PGAC shall be utilized. No asphalt testing is required by the contractor for asphalt supplied under this item. The City reserves the right to test at the City s expense if deemed necessary. Standard Specifications January 2017 Page 7

55 The HL 3 hot mix asphalt depth is 80mm (placed in 2 40 mm lifts) for all commercial driveways and an HL 3 hot mix asphalt depth of 50mm (placed in 1 50 mm lifts) for all walkways with a width less than 3.0m. The HL 3 surface course asphalt shall meet OPSS Where disturbed as a result of construction, commercial entrances shall be restored using a base of 150 mm of Granular A and 300mm of Granular B. Compensation for the Granular A and B material shall be made from the associated item in the Schedule of Unit Prices under CP and CP either by the tonne or square metre. CP Supply/Install HL 3F Hot Mix Asphalt (Including A/C) Not Applicable CP Granular 'B' Type 1 Modified OPSS.MUNI 314, November 2016, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, materials and equipment necessary to supply and place Granular B, Type 1 Modified as illustrated on the contract drawings and as described herein. The depth of Granular B, Type 1, (modified) shall be as specified on the contract drawings. The Granular B, Type 1, Modified referred to shall conform to the gradation requirements for Granular B shown in Table 2 of OPSS.MUNI 1010 modified as follows: MTO Sieve Designation % Passing 4.75 mm mm um um 3-8 Granular B, Type 1, Modified shall be produced by crushing with the maximum particle size not to exceed 57 mm. OPSS.MUNI 1010 is herein amended in that Granular B Type 1, Modified shall not contain any reclaimed Portland cement and/or reclaimed asphalt pavement. The finished Granular B surface, on which the Granular A is to be placed under this contract shall not deviate more than 10 mm from the specified grade and cross section and the surface shall not deviate more than 10 mm on a 3 m template. Standard Specifications January 2017 Page 8

56 Compaction of the Granular B shall be according to CP The Contractor shall be responsible for establishing Quality Control Procedures and produce a Quality Control Plan as per CP The Contractor is advised that if the Contract Administrator deems the existing road base to be adequate, this item s quantity may be reduced. No extra compensation will be due to the Contractor for reduction of this item. Payment for this item will be based on plan quantity when paid for by the square metre as defined in the Schedule of Unit Prices. Alternatively, payment for this item will be based on approved weigh tickets when paid for by the tonne as defined in the Schedule of Unit Prices. Weigh tickets are to be provided in digital format (hand written receipts will not be accepted) and must indicate the following minimum information to be accepted for payment. Tickets not meeting these requirements will be returned to the Contractor without payment: Supplier name Material type being supplied Hauler name Truck number Pit location Truck tare weight Gross weight Net material weight Date and time of delivery Total for the day Running total (for entire project) CP Granular 'A' OPSS.MUNI 314, November 2016, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, materials and equipment necessary to supply and place Granular A as illustrated on the contract drawings and as described herein. The depth of Granular A required for street restoration is 150 mm unless specified otherwise on the contract drawings and as required for placement of subdrains per drawing CPD Granular 'A' used as base for the reinstatement of driveways, traffic islands, sidewalks and asphalt boulevards will also be paid for at the unit price bid for this item. Granular A shall conform to the gradation requirements of OPSS.MUNI Standard Specifications January 2017 Page 9

57 Where disturbed as a result of construction, or where not identified on the contract drawings, commercial entrances shall be restored using a base of 300 mm of Granular A and residential driveways shall be restored using a base of 150 mm of Granular A. The finished Granular A surface, on which the hot mix asphalt is to be placed under this contract shall not deviate more than 10 mm from the specified grade and cross section and the surface shall not deviate more than 10 mm on a 3 m template. OPSS.MUNI 1010 is herein amended in that Granular 'A' shall not contain any reclaimed Portland cement concrete and/or reclaimed asphalt pavement. Compaction of all Granular A shall be in accordance with CP The Contractor shall be responsible for establishing Quality Control Procedures and produce a Quality Control Plan as per CP The Contractor is advised that if the Contract Administrator deems the existing road base to be adequate, this item s quantity may be reduced. No extra compensation will be due to the Contractor for reduction of this item. Payment for this item will be based on plan quantity when paid for by the square metre as defined in the Schedule of Unit Prices. Alternatively, payment for this item will be based on approved weigh tickets when paid for by the tonne as defined in the Schedule of Unit Prices. Weigh tickets are to be provided in digital format (hand written receipts will not be accepted) and must indicate the following minimum information to be accepted for payment. Tickets not meeting these requirements will be returned to the Contractor without payment: Supplier name Material type being supplied Hauler name Truck number Pit location Truck tare weight Gross weight Net material weight Date and time of delivery Total for the day Running total (for entire project) CP General Concrete Requirements OPSS 351, November 2015, shall apply except as amended and extended herein. OPSS is amended by the addition of the following: Standard Specifications January 2017 Page 10

58 The materials for the production of concrete sidewalks, medians, bus pads, curb and curb and gutter shall meet the requirements of OPSS.MUNI 1350 and the following: 1) Cement type: Normal Portland GU 2) Minimum 28 day compressive strength: 32 MPa 3) Class of exposure: C-2 OPSS is amended by the addition of the following: Field sampling and testing of concrete shall be in accordance with OPSS.MUNI All materials, equipment and work associated with the sampling, fieldtesting, quality control compliance and preparation of the test cylinders shall be the responsibility of the City. All samples are to be collected using personnel tested and certified by CSA A283, Category O. The Contractor is responsible for having tester s onsite for the entire duration of the pour unless otherwise approved by the Contract Administrator. 24 hours notice must be given to the testing laboratory prior to concrete placement to assure testing staff availability. The Contractor shall provide notice to the testing laboratory designated by the City at least 24 hours prior to placement of concrete. If contractor has not given 24hrs notice and testing staff is not available then operations will not be allowed to proceed. Where deficiencies have been identified, the Contractor shall provide additional testing of the hardened concrete to verify that the concrete meets the contract requirements. Acceptance of concrete shall be in accordance with OPSS.MUNI All concrete placed out of specification will be removed and replaced at the discretion of the Contract Administrator. Unless otherwise specified in the contract, the concrete supplied shall be sampled for acceptance tests in accordance with the following schedule: Concrete Acceptance Testing Schedule Concrete for Quantity (m3) 28-Day Cylinders Field Tests (Air, Slump, Temperature) Abutments, Catchbasin and Manholes, Columns, Culverts, Slabs, Footings, Foundations, Piers, Walls, Curb and Gutter, Sidewalk, <100 Standard Specifications January Sets/day 2 Sets/100m3 One Test for each load of Concrete Page 11

59 and Fixed Forms. >500 1 Set/100m3 Non-Structural Volume Batching 1 Set/Load One Test for each load of Concrete The Contractor will require written permission using City of Peterborough Form 003 to pour concrete a minimum of three (3) working days prior to placement of concrete. Concrete placed without written permission will be rejected and the Contractor shall remove and replace the concrete at the Contractors expense. CP Construct Concrete Sidewalks, Ramps, Driveways and Medians OPSS 351, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, materials and equipment necessary to construct concrete sidewalks and sidewalk ramps as illustrated on the contract drawings and as described herein. This item refers to construction of all proposed sidewalks and sidewalk ramps within the limits of construction. The Contractor is required to use water at all times when saw cutting. Sidewalk accessibility ramps shall be according to drawings CPD , , , and with tactile walking surface indicators and shall be incorporated at every location with a pedestrian crossing or as specified in the Contract Documents. Should field conditions not correspond to these standards, the contractor is to consult with the Contract Administrator prior to placement of the sidewalk. Sidewalk ramps are to be constructed to allow for a smooth transition from existing sidewalks. Field adjustments are to be approved by the Contract Administrator. This item shall include the general requirements set forth in specification CP The Contractor is advised that the concrete sidewalk to be placed shall normally be 125 mm thick except through driveways where it shall be 175 mm thick for residential driveways and 200mm thick at commercial driveways. The depth of Granular A used under sidewalks shall be 150mm unless otherwise noted. All subgrade fill sections under sidewalk shall be compacted native soil or Granular B as directed by the Contract Administrator. Driveways are to be constructed in accordance with OPSD unless otherwise indicated on the Contract drawings or amended by the Contract Administrator where field conditions necessitate. Standard Specifications January 2017 Page 12

60 This item shall be used to compensate for the restoration of private concrete walkways, and residential / commercial concrete driveways where required. Concrete thickness is to match that of the sidewalk as mentioned above. Sidewalk and driveways are to be separated by an expansion joint comprised of asphaltimpregnated fiberboard having a nominal thickness of 12 mm and shall be according to OPSS 1308, Type A. Fiberboard shall be placed every 4m to 5m of sidewalk and will be full thickness of Sidewalk slab. Granular A placed under the sidewalk shall be paid for under the associated pay Item in the Schedule of Unit Prices. CP Supply/Install of Tactile Walking Surface Indicators OPSS 351, November 2015, shall apply except as amended and extended herein. Tactile walking surface indicators shall be set and pressed into wet concrete to final elevation according to manufacturer's recommendations. Remove any wet concrete that may spill onto the surface of the tactile walking surface indicators. Tactile plates shall be: Neenah Foundry ASTM A 48M-03 Class 35B Grey Cast Iron Tactile Walking Surface Indicator Plates (Detectable Warning Plates), and shall be bare and not coated with paint or other coatings or substances. Castings shall be sound, free from pouring faults, blowholes and other defects. The initials or trademark of the manufacturer, year of manufacture, and country of manufacture shall be distinctly cast and legible in raised letters on the top of each plate As Distributed by Crozier Enterprises Ltd., 1 Yonge Street, Suite #1801, Toronto, Ontario , or approved equivalent. Payment at the Contract Price for the above item shall be full compensation for all labour, equipment and material to do the work. Payment shall include supplying and placing formwork, consolidating and finishing of the concrete and the supply/place of tactile walking surface indicators. Sidewalk placed under the Tactile Walking Surface Indicator shall be paid for under the associated pay Item in the Schedule of Unit Prices. CP Construct Concrete Curb and Curb and Gutter OPSS.MUNI 353, November 2016, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, materials and equipment necessary to construct concrete curb and curb and gutter as illustrated on the contract drawings and as described herein, including constructing terminations and transitions from proposed curb and gutter to the existing curb and gutter (including two-stage curb and gutter) where necessary. Standard Specifications January 2017 Page 13

61 All curb and curb & gutter is to be installed in accordance with the OPSD identified on the contract drawings. Where not illustrated the City of Peterborough recognizes OPSD as the standard curb and gutter system. This item shall include the general requirements set forth in specification CP351.01, General Concrete Requirements. Compensation for granular material required for the base shall be covered under the associated items in the Schedule of Unit Prices. All curb or curb and gutter installations adjacent to curb face sidewalks, concrete islands, concrete driveways and wheel chair ramps shall include additional 50 mm width of concrete along the back of curbs and curb and gutters in accordance to applicable Ontario Provincial Standard Drawings. Unless otherwise indicated on the contract drawings, all terminations are to be completed in the same format as OPSD , with the exception that the transition is to be made over a distance of 2.0 metres. Transitions from one form of curb to another are to be constructed to the satisfaction of the Contract Administrator over a distance of 2.0 metres. The Contractor is required to use water at all times when saw cutting. CP Supply and Install 150mm Diameter Perforated PVC Subdrains OPSS 405, November 2008, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall include full compensation for all labour, equipment and materials required to complete the work. The subdrains are to run between and connect to storm sewer catch basins and/or storm sewer manholes where available. The pipe is to be pre-wrapped with Geotextile filter cloth before installation. If repairs to the filter cloth are required, the pipe is to be fully wrapped with equivalent quality filter cloth overlapping a minimum of 0.5 metres either side of the defect. During construction, the filter cloth is to continue on the subdrain into the catch basin and shall be neatly trimmed inside the structure after the subdrain has been properly set with a suitable mortar on the outside of the structure and as required inside. Installation of the subdrain shall be in accordance with CPD unless otherwise specified on the contract drawings. The subdrain shall not enter the structure at an elevation lower than 0.5m below subgrade elevation without the approval of the Contract Administrator. Payment under this item shall also include the supply and placement of foundation materials for the subdrain, placement of the subdrain, and coring into the existing and proposed structures and making the connection complete with mortar, and suitable termination at upper end, non-structural locations. Granular material required shall be paid for under the associated contract Standard Specifications January 2017 Page 14

62 item, either by the tonne or included in the square metre of the road as identified in the Schedule of Unit Prices. Subsection is amended by the deletion of paragraph 3. The subdrains may be eliminated if the Contract Administrator deems them unnecessary due to soil conditions affording adequate subsurface drainage without them. No extra compensation will be due to the contractor for deletion of part or all of this item. CP Supply/Install 600mm X 600mm Concrete Catch Basins OPSS 407, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall include full compensation for all labour, equipment and materials required to install a 600 mm by 600 mm concrete catch basin per OPSS 407 and as described herein. In addition, this item shall include but not necessarily be limited to all sheathing, shoring, bracing and dewatering that may be required to perform the work. All 600mm x 600mm catch basins shall be manufactured and installed in accordance with OPSD unless otherwise specified on the Contract Drawings. Catch basin leads shall be as indicated on the contract drawings and connected to the main in accordance with OPSD or OPSD as required. Final placement of the catch basin must be in a position such that the frame does not overhang the edges of the catch basin. If so, the catch basin shall be reset at the discretion of the Contract Administrator at no additional expense to the City of Peterborough. Adjustment of the frame and grate to final elevations is to occur after the placement of base asphalt. This adjustment is paid for under the appropriate adjustment item in accordance with CP In new subdivisions, grates may be set temporarily to top of base asphalt elevation for interim acceptance requirements. Ramping to grates set too high will not be accepted. Connections to structures with PVC and all flexible pipes shall have factory installed rubber gaskets (boots). Parging of these connections is not accepted unless otherwise approved by the City of Peterborough. A leakage test shall be completed on all new storm structures in accordance with OPSS 407. Contractor is required to submit in document form a table stating the structure ID, and the calculated allowable leakage per structure to the Contract Administrator 48 hours prior to testing. Actual leakage shall be recorded by the contractor and submitted once testing is complete. Contractor is to use City of Peterborough Form 001 for report. Standard Specifications January 2017 Page 15

63 Payment of this item will be as follows: a) 80% upon installation of the sewer structure as per specifications b) 20% upon successful completion of leak testing, submittal of leak testing documents, completion of CCTV works and submission and acceptance of CCTV submissions as per CP CP Basins Supply/Install 1450mm X 600mm Concrete Twin Inlet Catch OPSS 407, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall include full compensation for all labour, equipment and materials required to install a 1450 mm by 600 mm concrete twin inlet catch basin per OPSS 407 and as described herein. In addition, this item shall include but not necessarily be limited to all sheathing, shoring, bracing and dewatering that may be required to perform the work. All 1450mm x 600mm twin inlet catch basins shall be manufactured and installed in accordance with OPSD Catch basin leads shall be as indicated on the contract drawings and connected to the main in accordance with OPSD or OPSD as required. Final placement of the catch basin must be in a position such that the frame does not overhang the edges of the catch basin. If so, the catch basin structure shall be reset at the discretion of the Contract Administrator at no additional expense to the City of Peterborough. In new subdivisions, grates may be set temporarily to top of base asphalt elevation for interim acceptance requirements. Ramping to grates set too high will not be accepted. Adjustment of the frame and grate to final elevations is to occur after the placement of base asphalt. This adjustment is paid for under the appropriate adjustment item in accordance with CP Connections to structures with PVC and all flexible pipes shall have factory installed rubber gaskets (boots). Parging of these connections is not accepted unless otherwise approved by the City of Peterborough. A Leakage Test shall be completed on all new storm structures in accordance with OPSS 407. Contractor is required to submit in document form a table stating the structure ID, and the calculated allowable leakage per structure to the Contract Administrator 48 hours prior to testing. Actual leakage shall be recorded by the contractor and submitted once testing is complete. Contractor is to use City of Peterborough Form 001 for report. Standard Specifications January 2017 Page 16

64 Payment of this item will be as follows: a) 80% upon installation of the sewer structure as per specifications b) 20% upon successful completion of leak testing, submittal of leak testing documents, completion of CCTV works and submission and acceptance of CCTV submissions as per CP CP Supply/Install Concrete Storm Structure OPSS 407, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall include full compensation for all labour, equipment, and materials to do all earth excavation, to remove asphalt pavement, except where this is a separate item, for providing openings and breaking into the storm sewers, to carry out all pipe installations, connections, benching and grouting, to place and compact all bedding, bypass pumping to keep system operational at all times, backfill and cover materials, to dispose surplus excavated materials to carry out all sheathing, shoring and dewatering as may be required and for all other items incidental to this operation. All concrete storm structures shall be manufactured and installed in accordance with the OPSD identified below provided a manufacturer on the MTO s designated sources list supplies them. Structure Diameter OPSD 1200 mmø ; ; ; mmø ; ; mmø ; ; mmø ; ; mmø ; ; mmø ; ; Connections to structures with PVC and all Flexible pipes shall have factory installed rubber gaskets (boots). Parging of these connections is not accepted unless otherwise approved by the City of Peterborough. Pre-cast manholes shall be constructed using monolithic bases and taper cones. Where there is insufficient vertical dimension for the installation of a taper cone section, a pre-cast flat cap may be used. Standard Specifications January 2017 Page 17

65 The elevation of the top of the concrete structure shall allow for adjustment in accordance with CPD408.01, CPD408.02, CPD or CPD as required. Adjustment of the frame and cover to final elevations is to occur after the placement of base asphalt. This adjustment is paid for under the appropriate adjustment item in accordance with CP In new subdivisions, grates may be set temporarily to top of base asphalt elevation for interim acceptance requirements. Ramping to grates set too high will not be accepted. Catchbasin Manholes with inlet or outlet pipes greater than 450mm in Diameter shall be benched unless otherwise indicated on the contract drawings. All Storm Manholes shall be benched. A leakage test shall be completed on all new storm structures in accordance with OPSS 407. Contractor is required to submit in document form a table stating the structure ID, diameter of MH and the calculated allowable leakage per structure to the Contract Administrator 48 hours prior to testing. Actual leakage shall be recorded by the contractor and submitted once testing is complete. Contractor is to use City of Peterborough Form 001 for report. Payment of this item will be as follows: a) 80% upon installation of the sewer structure as per specifications b) 20% upon successful completion of leak testing, submittal of leak testing documents, completion of CCTV works and submission and acceptance of CCTV submissions as per CP CP Supply/Install Concrete Sanitary Structures OPSS 407, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall include full compensation for all labour, equipment and materials to do all earth excavation, to remove the asphalt pavement, except where such pavement removal is a separate item for providing openings and breaking into the sewers to carry out all pipe installations, connections, benching and grouting, to place and compact all bedding, backfill and cover materials, to dispose of surplus excavated materials, to carry out all sheathing, shoring and dewatering as may be required and for all other items incidental to this operation. All sanitary sewer manholes shall be manufactured and installed in accordance with the OPSD identified below and be constructed using monolithic base and taper cones. The elevation of the top of the concrete structure shall allow for a minimum of one adjustment unit and a maximum of 300 mm of adjustment units plus the frame. All manholes are to be pre-benched unless otherwise indicated on the contract drawings. Standard Specifications January 2017 Page 18

66 Structure Diameter Standard Specifications January 2017 OPSD 1200 mmø ; ; ; mmø ; ; mmø ; ; mmø ; ; mmø ; ; mmø ; ; Connections to sanitary structures with PVC and all Flexible pipes shall have factory installed rubber gaskets (boots). Parging of these connections is not accepted unless otherwise approved by the City of Peterborough. The elevation of the top of the concrete structure shall allow for adjustment in accordance with CPD408.01, CPD408.02, CPD and CPD as required. Adjustment of the frame and cover to final elevations is to occur after the placement of base asphalt. This adjustment is paid for under the appropriate adjustment item in accordance with CP In new subdivisions, grates may be set temporarily to top of base asphalt elevation for interim acceptance requirements. Ramping to grates set too high will not be accepted. A leakage test shall be completed on all new sanitary structures in accordance with OPSS 407. Contractor is required to submit in document form a table stating the structure ID, diameter of MH and the calculated allowable leakage per structure to the Contract Administrator 48 hours prior to testing. Actual leakage shall be recorded by the contractor and submitted once testing is complete. Contractor is to use City of Peterborough Form 001 for report. Payment of this item will be as follows: a) 80% upon installation of the sewer structure as per specifications b) 20% upon successful completion of leak testing, submittal of leak testing documents, completion of CCTV works and submission and acceptance of CCTV submissions as per CP c) Page 19

67 CP Supply / Set / Minor Rebuild Catch Basin, Catch Basin Manhole and Manhole Frames, Covers and Grates OPSS 408, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, equipment and materials required for setting of new frames, covers and grates to proper finished grade within the limits of construction in accordance with standard drawings CPD408.01, CPD408.02, CPD and CPD This item shall include the general requirements set forth in specification CP351.01, General Concrete Requirements. Cast iron frames shall be set using: 1. Pre-cast concrete adjustment units (maximum of 3 adjusting units), 2. High Density Polyethylene grade shall be used with permission from the Contract Administrator (maximum of 4 adjusting units) installed as per manufactures specifications. 3. Poured in Place concrete extension CPD CPD408.04; or 4. An alternate approved by the Contract Administrator. This item includes supplying new frames for existing structures where adjustments are less than 300 mm. Where new frames and grates/lids are supplied and the required adjustment of existing structure is over 300 mm payment shall be made for 1 item under CP plus 1 item under CP for each 300 mm adjustment over 300 mm. Minor Rebuild: Shall include minor rebuilding up to 0.15 metres to allow for the resetting of frames, grates and adjusting units. Poured in Place adjustment: CPD , CPD A concrete extension, as specified herein, shall be constructed between the final grade of the underside of the frame and the top of the concrete of the structure. The concrete extension shall be constructed of 32 MPa concrete with 7% + 1.5% entrained air. Formwork shall be used on all sides of the extension. The top of the concrete on the existing structure shall be thoroughly cleaned, roughened and brushed with pure cement paste prior to pouring concrete to ensure a satisfactory bond. The top of the concrete extension shall be set such that the frame will be adjusted to the final grade. For catch basin and catch basin manholes, lateral adjustments may be made by slopping the concrete extension to conform to the curb alignment with permission Standard Specifications January 2017 Page 20

68 from the Contract Administrator. The slope shall be limited to 50 mm horizontal to 300 mm vertical, and the resulting opening shall be not less than 500 mm measured at right angles to the curb. Pre-cast Concrete Adjustment Units: Pre-cast concrete adjustment units shall conform to OPSD For final adjustments and leveling of castings on all manhole and catch basins adjustments made, the Contractor will be required to supply and install High Density Polyethylene structure shims to support the castings while the mortar sets as supplied by Ken Taylor Industries or approved equal. The use of stones, bricks, wood etc to support castings will not be permitted. High density polyethylene (HDPE) adjustment units shall conform to OPSS For final adjustments and leveling of castings on all manhole and catch basins, the Contractor will be required to supply and install High Density Polyethylene structure grade rings as supplied by Lad Tech Inc. or approved equal. The contractor must follow the manufactures specifications for installation. Unless otherwise stated on the contract drawings frames, covers and grates shall adhere to the following chart: Structure OPSD Catch basin Storm Manhole Sanitary Manhole , Type A , Type A or (Water Tight) All final adjustments must be completed after the base asphalt layer has been placed. Adjustments to final elevation shall not proceed prior to base asphalt acceptance. When placement of the proposed surface asphalt layer on a project is being deferred to the next year, all covers and grates shall be installed at base asphalt grade and temporarily protected with a hand formed asphalt curb and gutter or curb, where applicable. April to September Standard Specifications January 2017 Page 21

69 The Contractor will be required to complete all adjustments in the roadway a minimum of three (3) working days and a maximum of ten (10) working days prior to commencing the placement of the final surface asphalt. If final surface asphalt is delayed past ten (10) working Days the contractor will be required to ramp all covers and grates in the roadway. No exceptions. The placement and removal/disposal of any temporary asphalt ramping shall be included in the unit price bid per adjustment. No exceptions. October 1 to October 15 The Contractor will be required to complete all adjustments in the roadway a minimum of three (3) working Days and a maximum of seven (7) working days prior to commencing the placement of the final surface asphalt. No exceptions. If final surface asphalt is delayed past seven(7) working Days the contractor will be required to ramp all covers and grates in the roadway. The placement and removal/disposal of any temporary asphalt ramping shall be included in the unit price bid per adjustment. No exceptions. October 15 to March Previsions must be made for all covers and grates to be installed at base asphalt grade and temporarily protected with a hand formed asphalt curb and gutter or curb, where applicable. No exceptions. The placement and removal/disposal of any temporary asphalt curb and gutter or curb shall be included in the unit price bid per adjustment. No exceptions. For final adjustments and leveling of castings on all manhole adjustments made, the Contractor will be required to supply and install High Density Polyethylene structure shims to support the castings while the mortar sets as supplied by Ken Taylor Industries or approved equal. The use of stones, bricks, wood, etc. to support castings will not be permitted. Adjustment of the lid using lifting rings shall not be permitted to correct adjustment errors. The frame shall be reset using techniques mentioned herein. Tolerances: All frames and appurtenances shall be adjusted to final grade so that, when tested with a 3 m straight edge in any direction of the surface, shall meet the following grade variance requirements between the bottom of the straight edge and the surface of the asphalt or the frame and appurtenance. Gap, mm Action Standard Specifications January 2017 Page 22

70 Up to 10.0 Greater than 10.0 Acceptable Unacceptable Any frame or appurtenance deemed unacceptable will be rectified to the satisfaction of the Contract Administrator at the Contractor s cost. The placement and removal/disposal of any temporary asphalt ramping shall be included in the unit price bid per adjustment. CP Reset / Adjust / Minor Rebuild Existing Catch Basin, Catch Basin Manhole and Manhole Frames, Covers and Grates OPSS 408, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, materials and equipment necessary to handle and set existing frames, covers and grates to proper finished grade within the limits of construction in accordance with standard drawings CPD408.01, CPD408.02, CPD and CPD The unit price for this item shall include lowering existing covers and grates within the limits of construction to allow for placement of base asphalt and restoration after placement of base asphalt. All / any existing brickwork on the manhole, valve chamber and catch basin shall be removed and disposed of by the Contactor. This item shall include the general requirements set forth in specification CP351.01, General Concrete Requirements. Minor Rebuild: Shall include minor rebuilding up to 0.15 metres to allow for the resetting of frames and grates; and adjusting units. Cast iron frames shall be set using: 1. pre-cast concrete adjustment units (maximum of 3 adjusting units), 2. High Density Polyethylene grade shall be used with permission from contract administrator (maximum of 4 adjusting units) installed as per manufactures specifications. 3. Poured in Place concrete extension CPD , CPD Or an alternate approved by the Contract Administrator. 5. Standard Specifications January 2017 Page 23

71 Manhole and Valve Chamber Adjustments: Payment shall be made under this item at the unit price bid for each adjustment. Adjustments up to and including 0.3 m shall be paid as one adjustment. Adjustments over 0.3 m but under 0.6 m shall be paid for as two adjustments. The measurement for payment will be based upon the height of new concrete, moduloc and mortar added or removed. Catch Basin Adjustment: Payment shall be made under this item at the unit price bid for each adjustment. Adjustments up to and including 0.3 m shall be paid as one adjustment. Adjustments over 0.3 m but under 0.6 m shall be paid for as two adjustments. The measurement for payment will be based upon the height of the concrete extension and mortar added or removed. Poured in Place: A concrete extension, as specified herein, shall be constructed between the final grade of the underside of the frame and the top of the concrete of the structure. Formwork shall be used on all sides of the extension. The top of the concrete on the existing structure shall be thoroughly cleaned and roughened and brushed with pure cement paste prior to pouring concrete to ensure a satisfactory bond. The top of the concrete extension shall be set such that the frame will be adjusted to the final grade. For catch basin and catch basin manholes, lateral adjustments may be made by sloping the concrete extension to conform to the curb alignment with permission from the Contract Administrator. The slope shall be limited to 100 mm horizontal to 300 mm vertical, and the resulting opening shall be not less than 500 mm measured at right angles to the curb. Pre-cast Concrete Adjustment Units: Pre-cast concrete adjustment units shall conform to OPSD For final adjustments and leveling of castings on all manhole adjustments made, the Contractor will be required to supply and install High Density Polyethylene structure shims to support the castings while the mortar sets as supplied by Ken Taylor Industries or approved equal. The use of stones, bricks, wood etc to support castings will not be permitted. High density polyethylene (HDPE) adjustment units shall conform to OPSS For final adjustments and leveling of castings on all manhole and catch basins adjustments made, the Contractor will be required to supply and install High Density Standard Specifications January 2017 Page 24

72 Polyethylene structure grade rings as supplied by Lad Tech Inc. or approved equal. The contractor must follow the manufactures specifications for installation. Tolerances: All frames and appurtenances shall be adjusted to final grade so that, when tested with a 3 m straight edge in any direction of the surface, shall meet the following grade variance requirements between the bottom of the straight edge and the surface of the asphalt or the frame and appurtenance. Gap, mm Up to 10.0 Greater than 10.0 Action Acceptable Unacceptable Any frame or appurtenance deemed unacceptable will be rectified to the satisfaction of the Contract Administrator at the Contractor s cost. All final adjustments are to be completed after the base asphalt layer has been placed. Adjustments to final elevation shall not proceed prior to base asphalt acceptance. When placement of the proposed surface asphalt layer on a project is being deferred to the next year, all covers and grates shall be installed at base asphalt grade and temporarily protected with a hand formed asphalt curb and gutter or curb, where applicable. For surface asphalt layer installation: April to September The Contractor will be required to complete all adjustments in the roadway a minimum of three (3) working days and a maximum of ten (10) working days prior to commencing the placement of the final surface asphalt. If final surface asphalt is delayed past ten (10) working Days the contractor will be required to ramp all covers and grates in the roadway. No exceptions. The placement and removal/disposal of any temporary asphalt ramping shall be included in the unit price bid per adjustment. No exceptions October 1 to October 15 The Contractor will be required to complete all adjustments in the roadway a minimum of three (3) working Days and a maximum of seven (7) working days prior to commencing the placement of the final surface asphalt. No exceptions Standard Specifications January 2017 Page 25

73 If final surface asphalt is delayed past seven (7) working Days the contractor will be required to ramp all covers and grates in the roadway. The placement and removal/disposal of any temporary asphalt ramping shall be included in the unit price bid per adjustment. No exceptions. October 15 to March Previsions must be made for all covers and grates to be installed at base asphalt grade and temporarily protected with a hand formed asphalt curb and gutter or curb, where applicable. No exceptions. The placement and removal/disposal of any temporary asphalt curb and gutter or curb shall be included in the unit price bid per adjustment. No exceptions. CP Reset / Adjust Valve Boxes OPSS 408, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices bid shall be full compensation for all labour, equipment and materials necessary for raising or lowering all existing valve boxes to accommodate base asphalt paving and resetting the boxes to the final grade. All final adjustments are to be completed after the base asphalt layer has been placed. Adjustments to final elevation shall not proceed prior to base asphalt acceptance. The use of lift rings is to be avoided wherever possible. Use of lift rings must be pre-approved by the Contract Administrator on a case by case decision. In new subdivisions, valve boxes may be set temporarily to top of base asphalt elevation for interim acceptance requirements. Ramping to valve boxes set too high will not be accepted. Tolerances: All valve boxes shall be adjusted to final grade so that, when tested with a 3 m straight edge in any direction of the surface, shall meet the following grade variance requirements between the bottom of the straight edge and the surface of the asphalt or valve box. Gap, mm Up to 6.0 Greater than 6.0 Action Acceptable Unacceptable Any valve box deemed unacceptable will be rectified to the satisfaction of the Contract Administrator at the Contractor s cost. Standard Specifications January 2017 Page 26

74 CP Rebuilding Of Existing Maintenance Holes, Catch Basins and Ditch Inlets OPSS 408, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, materials and equipment necessary to rebuild the existing maintenance holes, catch basins and ditch inlets to 0.45 metres below the finished grade as shown on the contract drawings. The supply and installation of new frames and grates shall be paid under contract item CP The adjustment of existing frames and grates shall be paid under contract item CP CP Closed Circuit Television (CCTV) Inspection CSA PLUS , (OPSS 409, November 2013), shall apply except as amended and extended herein. Operator Certification All operators performing inspections shall be certified in NASSCO s PACP Version 6.0.1, November The operator s certification ID and name will be given to the Contract Administrator before the operator does inspections in the City of Peterborough. Cleaning/Flushing of Sewers Hydraulic flushing and cleaning of the sewers shall be carried out prior to the CCTV inspection. If in the opinion of the Contract Administrator re-inspection of the sewer is required as a result of inadequate cleaning, the Contractor shall re-flush and reinspect the sewer at no extra cost to the City. Precautions shall be taken to ensure that no flooding of public or private property occur during any phase of the cleaning. In the event that notification of flooding is given to the contractor by a resident or affected party, the contractor is required to stop work immediately and contact the Contract Administrator. Work may only resume once approval is given by the Contract Administrator. The City shall not be responsible for lost time due to work stopped for this reason. Sewer sections shall be cleaned using hydraulic-propelled or high-velocity sewer cleaning equipment. Selection of the equipment used shall be based on the condition of the lines at the time the work commences. The equipment and methods selected shall be satisfactory to the Contract Administrator. Equipment shall carry its own water tank (minimum 3,000 litre) capable of holding corrosive or caustic cleaning or sanitizing chemicals if required by the City, auxiliary engine, pump and Standard Specifications January 2017 Page 27

75 hydraulic drive hose reel. All controls shall be located so that the equipment can be operated above ground. The supply of water for the cleaning/flushing operation shall be the responsibility of, and paid by the Contractor. The contractor is responsible for obtaining the necessary hydrant use permit with the PUC prior to commencing work; this is not the responsibility of the City. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. Whenever hydraulicpropelled cleaning tools, which depend upon water pressure to provide their cleaning force, or any tools which retard the flow of water in the sewer line are used, precautions shall be taken to ensure that the water pressure created does not cause any damage or flooding to public or private property being served by the manholes or pipe section involved. At the request of the Contract Administrator, the Contractor shall reduce flushing pressure to minimum functional pressure to minimize the effect on sanitary services and the creation of adverse conditions. All sludge, dirt, sand, rocks, grease and other solid or semi-solid material resulting from the cleaning operations shall be removed at the downstream manhole of the section being cleaned. Care is to be taken to ensure the debris from the section being cleaned does not pass to the downstream section. The Contractor shall be responsible for any costs associated with restoring the downstream sections to preconstruction conditions should adequate precautions not be taken. Passing material from manhole section to manhole section shall not be permitted. All structures such as manholes and catch basins shall be cleaned as necessary to fully expose all pipes. The decanting of liquid waste shall only be permitted into the sanitary sewer at locations previously approved by the City. Debris collected from the cleaning and flushing of sewers is to be disposed of at the City of Peterborough Landfill or approved alternate location, and the Transportation of this waste is the sole responsibility of the Contractor. Tipping fees for this material will be charged to the Contractor. The contractor is responsible for the collection and submission of all weigh tickets to the Contract Administrator. The submission of weigh scale receipts, or at a minimum the provision of a debris weight estimates (as deemed acceptable by the Contract Administrator), are required for payment. All work shall be completed to the satisfaction of the Contract Administrator. Flow Control/Dewatering/Plugging and Blocking When interruption of sewer line flows is necessary to effectively conduct the inspection operations, the Contractor shall, subject to the approval of the Contract Administrator, control flows using plugging and blocking methods. Standard Specifications January 2017 Page 28

76 A sewer line plug shall be inserted into the line at a maintenance hole upstream from the section to be inspected. The plug shall be designed so that all or any portion of the sewage flows can be released. During the inspection, flows shall be limited to 10% of the pipe diameter to enable proper inspection of the pipe. Sewage levels upstream of the plugged section shall be monitored at all times. After the work is completed, flows shall be restored to normal. All costs associated with the control of flows using plugging and blocking methods shall be included in the unit prices for the inspection of sewers. Pumping or Bypassing For the control of flow when necessary, within sewers where in the opinion of the Contract Administrator flow control cannot be reasonably achieved by the plugging methods, pumps or siphons shall be used to divert all or a portion of the flows as may be necessary to perform the specified work. Excess sewage flows shall be transported through a closed pipeline or by tank trucks to the nearest or most economical City approved disposal area. Pumping shall only be implemented if the sewer flows in off-peak times are so high as to prevent a clear inspection. Payment for work associated with the control of flows using pumping and bypass methods shall be included in the Unit Prices for construction of sewers. The Contractor is to make all necessary arrangements with the owners of each building. The work may be carried out during a weekend, or a long weekend, provided all the necessary notifications and arrangements have been made and approval for the weekend work has been obtained from the Contract Administrator. Video Inspection, Format, and Deliverables Prior to commencing video inspection, the Contractor must obtain unique identification (ID) information for each of the structures and pipe segments from the City of Peterborough GIS department. Coordination of this can be achieved through the Contract Administrator or designate. The Contractor must give the GIS Department a minimum of five (5) working days notice prior to the commencement of sewer inspections in order to produce the necessary unique ID information. ALL inspection work shall proceed in the downstream direction unless a reversal is required and approved. These ID s must be used in the identification of the sewer segment at the beginning of each sewer video. Video naming / labelling must strictly adhere to the following example: Pipe segment ID Structure Start 6 Digit Date Contract Number Example: Standard Specifications January 2017 Page 29

77 123456_98765_010108_T-XX-XX..mpeg Where, is the ID for the pipe being inspected; is the ID for the starting structure (egg. manhole, catchbasin, etc); is the date of the inspection in DD/MM/YY format; and T-XX-XX is the contract Number All videos produced shall be in MPEG-1 format as defined by ISO capable of being played in Windows Media Player 9.0 or higher without additional software or conversions. The equipment and cables utilized shall be capable of inspecting a minimum sewer length of 150 metres, without reversal. The CCTV digital recordings (CD version) must be indexed to the textual data. The field survey must record the time index on the video that shows the image(s) corresponding to the text record. The indexing must include the start time of the entire survey and the exact time number for each pipe feature/defect recorded in the data. This indexing will permit the user to view a particular sewer pipe or a particular feature/defect in a pipe, after inserting the appropriate CD, and then advance to the stored time index in the associated MPEG file, and then display the image(s). Each inspection unit shall be equipped with all fans and/or blowers necessary to remove any fog that may be present in the sewers during inspection. Prior to commencing an inspection, the Contractor shall dewater the sewer section to ensure that the full diameter of the pipe is visible. Flow in the pipes will be controlled to a maximum depth of 10% of the pipe diameter to permit viewing of the pipe walls. The method of control shall be outlined to the City of Peterborough and accepted prior to the commencement of work. The Contractor shall maintain the flow; where required, of all sewers, drains, house or inlet connections encountered during the progress of the work and if necessary provide by-pass pumping. The camera lens shall be kept clean at all times. No inspection of a sewer shall proceed while the camera lens is dirty (i.e. it impairs the operators ability to accurately encode features). Inspection Reports A CCTV Inspection Report is to be completed for each leg of sewer inspected. Reports are to be submitted in PDF electronic format. Reports shall be provided in electronic format on CD-Rom or DVD-Rom. One Report is to be bound into book form. In addition, two copies of reports shall be provided in electronic format on CD- Rom or DVD-Rom. Standard Specifications January 2017 Page 30

78 All CCTV Inspections are to be provided in a PACP database. Each report must include the following information: A) Date of inspection Contract number Street Name Report Number Video ID Pipe ID Number Pipe Size Type of Pipe Type of Sewer Depth of flow Tape Number Counter Start Counter End Starting Manhole ID Number Starting Manhole Location Ending Manhole ID Number Ending Manhole Location Direction of Inspection Direction of Flow Operator Name Condition of line Cleanliness Gases Condition of manhole Other Comments B) An ordered description of all observations made during the inspection along with the respective running distance, location and type of observation. e.g.: 3.2m Lateral at 10:00 o'clock 10.5m Calcite at joint Each book shall include the following: A) An index listing all reports contained in that book. B) List of comments of significant observations including a brief description of problems found. This list is to be placed at the beginning of each book. C) A copy of the map or maintenance sheet, which was provided by the City, to indicate the sewer lines inspected. This map shall be placed in a bound sleeve at the back of each book. Standard Specifications January 2017 Page 31

79 Note: It is the responsibility of the Contractor to make reduced scale reproductions of each map or maintenance sheet provided. D) The book cover shall contain the following information: Client: City of Peterborough Contract Number: Street Name: Location From: Location To: Sewer Type: Inspection Date: Associated Video Data: Acceptance All CCTV inspection reports and video must be provided to the Contract Administrator a minimum of 5 working days in advance of the application of surface asphalt. This will allow sufficient time for the Contract Administrator to review and accept the sewer as complete. In addition, any corrective actions required as a result of the video inspection are to be completed prior to the placement of surface asphalt. CP Supply/Install DR 35 PVC Storm Sewer OPSS.MUNI 410, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices (including both cross drains and mains) to supply and install DR 35 PVC storm sewer in accordance with the size indicated on the contract drawings shall include but not necessarily be limited to the following: a) Excavation and disposal of all surplus or unsuitable material. b) All sheathing, shoring, bracing and dewatering that may be required. c) Supply, place and install the size and class of pipe indicated on the contract drawings. d) Supply, place and compact bedding in accordance with OPSD All granular bedding to be compacted as per CP Standard Specifications January 2017 Page 32

80 e) Temporary support of surrounding utilities located within the excavation, if required. f) Supply, place in 300 mm lifts, and compact to CP501.01, suitable native backfill to the subgrade elevation below the proposed road as dictated by the road cross sections for the given street. g) All transitions and adaptors necessary to connect newly installed pipes to existing pipes. Blind tee connections must be constructed with factory made tees, saddles, or by coring into the existing pipe. h) Tapping of pipes into existing structures with the use of manufactured rubberized connectors and altering benching, if required. i) Cleaning, flushing and CCTV camera inspection of the completed sewer in accordance with CP j) All pumping, by passing, temporary pipes and sand bagging etc. to keep the system operational at all times and not adversely affect the installation of pipe bedding downstream. k) Leakage testing of new sewers in accordance with OPSS.MUNI 410. Contractor is required to submit in document form a table stating the pipe run id, length of run, diameter of pipe in mm and the calculated allowable leakage per run to the Contract Administrator 48 hours prior to testing, all actual leakage shall be recorded by the contractor and submitted once testing is complete. Contractor is to use City of Peterborough Form 001 or Form 002 for report. l) Deflection testing as per OPSS 410 when requested based on CCTV inspection review Cross drain sizes shall be as follows: 250 mm from all 600x600 catch basins 300 mm from all 600x1450 catch basins Should it be determined that the native soil is suitable for bedding then the contractor will be required to give the City a credit for bedding equivalent to the cost per tonne or cubic metre for Granular A delivered to the job site times the theoretical bedding quantity per lineal metre of pipe as determined by OPSD It is the Contractor s responsibility to notify the appropriate utility company of all conflicting underground services and to remove and dispose of any abandoned underground service that is in conflict with the proposed storm sewer work. A Leakage Test shall be completed on all new storm structures in accordance with OPSS 407. Contractor is required to submit in document form a table stating the structure ID, diameter of MH and the calculated allowable leakage per structure to the Contract Administrator 48 hours prior to testing. Actual leakage shall be recorded by the contractor and submitted once testing is complete. Contractor is to use City of Peterborough Form 001 for report. Standard Specifications January 2017 Page 33

81 Payment of this item will be as follows: a) 80% upon installation of the sewer structure as per specifications b) 20% upon successful completion of leak testing, submittal of leak testing documents, completion of CCTV works and submission and acceptance of CCTV submissions as per CP CP Supply/Install Concrete Storm Sewer OPSS.MUNI 410, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices to supply and install concrete storm sewer in accordance with the size and pipe grade indicated on the contract drawings shall include but not necessarily be limited to the following: a) Excavation and disposal of all surplus or unsuitable material. b) All sheathing, shoring, bracing and dewatering that may be required. c) Temporary support of surrounding utilities located within the excavation, if required. The temporary removal and relaying of existing storm cross drains. d) Supply, place and install the size and class of pipe indicated in this item s description. e) Supply, place and compact bedding in accordance with OPSD (Class B Bedding), (Class B Bedding) or (Class B Bedding) in conformance with CP f) Supply, place in 300mm lifts, and compact to CP501.01, suitable native backfill to the subgrade elevation below the proposed road as dictated by the road cross sections for the given street. g) All transitions and adaptors necessary to connect newly installed pipes to existing pipes. h) Tapping of pipes into existing structures with the use of rubberized connectors and altering benching, if required i) Cleaning, flushing and CCTV camera inspection of the completed sewer in accordance with CP j) All pumping, by passing, temporary pipes and sand bagging etc. to keep the system operational at all times and not adversely affect the installation of pipe bedding downstream. k) Leakage testing of new sewers in accordance with OPSS.MUNI 410. Contractor is required to submit in document form a table stating the pipe run id, length of run, diameter of pipe in mm and the calculated allowable leakage per run to the Contract Administrator 48 hours prior to testing, all actual leakage shall be recorded by the contractor and submitted once testing is complete. Contractor is to use City of Peterborough Form 001 or Form 002 for report. Payment of this item will be as follows: Standard Specifications January 2017 Page 34

82 a) 80% upon installation of the sewer structure as per specifications b) 20% upon successful completion of leak testing, submittal of leak testing documents, completion of CCTV works and submission and acceptance of CCTV submissions as per CP Should it be determined that the native soil is suitable for bedding, the contractor will be required to give the City a credit for bedding equivalent to the cost per tonne or cubic metre for Granular A delivered to the job site times the theoretical bedding quantity per lineal metre of pipe as determined by the OPSD per item e). Concrete sewer pipe and joints shall conform to MOEE Standard Specification No. II. Connections to the concrete storm sewer shall be made using pre-manufactured tees. It is the Contractor s responsibility to notify the appropriate utility company of all conflicting underground services and to remove and dispose of any abandoned underground service that is in conflict with the proposed sewer work. All concrete sewer pipes shall be certified by the manufacturer and shall be stamped Vacuum Tested in green paint. CP Supply/Install DR 28 PVC Sanitary Service OPSS.MUNI 410, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, equipment and materials required for the supply and installation of sanitary service connections including all fittings, adaptors, etc., except where these fittings and adaptors are paid for under other items, necessary to connect to either existing sewers or replacement sewers in accordance with standard drawing OPSD or OPSD as necessary. Where necessary, connections to private services shall be made using eccentric adaptors. Where services are replaced to the property lines, leakage testing of services is required in accordance with OPSS.MUNI 410. The proposed services will extend from the proposed main to the property line, unless otherwise indicated on the contract documents or contract drawings or directed by the Contract Administrator. The unit price shall also include excavation and removal/disposal of existing service, all bedding materials required for the new connection and management of the existing flow. Flows are to be maintained at all times. The colour of the PVC sanitary service pipe shall be green unless otherwise specified. Standard Specifications January 2017 Page 35

83 CP Supply/Install DR 35 PVC Sanitary Sewer OPSS.MUNI 410, Nov 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices to supply and install DR 35 PVC sanitary sewer in accordance with the size indicated on the contract drawings shall include but not necessarily be limited to the following: a) Excavation and disposal of all surplus or unsuitable material. b) All sheathing, shoring, bracing and dewatering that may be required. c) Temporary support of surrounding utilities located within the excavation, if required. The temporary removal and relaying of existing storm cross drains. d) Supply, place and install the size and class of pipe indicated on the contract drawings. e) Supply, place and compact bedding in accordance with OPSD All granular bedding to be compacted according to CP f) Supply, place in 300 mm lifts, and compact to CP501.01, suitable native backfill to the subgrade elevation below the proposed road as dictated by the road cross sections for the given street. g) All transitions and adaptors necessary to connect newly installed pipes to existing pipes. h) Tapping of pipes into existing structures with the use of rubberized connectors and altering benching, if required. i) Cleaning, flushing and CCTV camera inspection of the completed sewer in accordance with CP j) All pumping, by passing, temporary pipes and sand bagging etc. to keep the system operational at all times and not adversely affect the installation of pipe bedding downstream. k) Leakage testing of new mains in accordance with OPSS.MUNI 410. Contractor is required to submit in document form a table stating the pipe run id, length of run, diameter of pipe in mm and the calculated allowable leakage per run to the Contract Administrator 48 hours prior to testing, all actual leakage shall be recorded by the contractor and submitted once testing is complete. Contractor is to use City of Peterborough Form 001 or Form 002 for report. l) Deflection testing as per OPSS.MUNI 410 when requested based on CCTV inspection review. Should it be determined that the native soil is suitable for bedding then the contractor will be required to give the City a credit for bedding equivalent to the cost per tonne or cubic metre for Granular A delivered to the job site times the theoretical bedding quantity per lineal metre of pipe as determined by OPSD It is the Contractor s responsibility to notify the appropriate utility company of all conflicting underground services and to remove and dispose of any abandoned underground service that is in conflict with the proposed sewer work. Standard Specifications January 2017 Page 36

84 Payment of this item will be as follows: a) 80% upon installation of the sewer structure as per specifications b) 20% upon successful completion of leak testing, submittal of leak testing documents, completion of CCTV works and submission and acceptance of CCTV submissions as per CP CP Supply/Install Concrete Sanitary Sewer OPSS.MUNI 410, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices to supply and install concrete sanitary sewer in accordance with the size and pipe grade indicated on the contract drawings shall include but not necessarily be limited to the following: a) Excavation and disposal of all surplus or unsuitable material. b) All sheathing, shoring, bracing and dewatering that may be required. c) Temporary support of surrounding utilities located within the excavation, if required. The temporary removal and relaying of existing storm cross drains. d) Supply, place and install the size and class of pipe indicated in this item s description. e) Supply, place and compact bedding in accordance with OPSD (Class B Bedding), (Class B Bedding) or (Class B Bedding) and in accordance with CP f) Supply, place in 300 mm lifts, and compact to CP501.01, suitable backfill to the subgrade elevation below the proposed road as dictated by the road cross sections for the given street. g) All transitions and adaptors necessary to connect newly installed pipes to existing pipes. h) Tapping of pipes into existing structures and altering benching, if required. i) Cleaning, flushing and CCTV camera inspection of the completed sewer in accordance with CP j) All pumping, by passing, temporary pipes and sand bagging etc. to keep the system operational at all times and not adversely affect the installation of pipe bedding downstream. k) Leakage testing of new mains in accordance with OPSS.MUNI 410. Contractor is required to submit in document form a table stating the pipe run id, length of run, diameter of pipe in mm and the calculated allowable leakage per run to the Contract Administrator 48 hours prior to testing, all actual leakage shall be recorded by the contractor and submitted once testing is complete. Contractor is to use City of Peterborough Form 001 or Form 002 for report. Payment of this item will be as follows: a) 80% upon installation of the sewer structure as per specifications Standard Specifications January 2017 Page 37

85 b) 20% upon successful completion of leak testing, submittal of leak testing documents, completion of CCTV works and submission and acceptance of CCTV submissions as per CP Should it be determined that the native soil is suitable for bedding then the contractor will be required to give the City a credit for bedding equivalent to the cost per tonne or cubic metre for Granular A delivered to the job site times the theoretical bedding quantity per lineal metre of pipe as determined by the OPSD per item e). Concrete sewer pipe and joints shall conform to MOEE Standard Specification No. II. It is the Contractor s responsibility to notify the appropriate utility company of all conflicting underground services and to remove and dispose of any abandoned underground service that is in conflict with the proposed sewer work. All concrete sewer pipes shall be certified by the manufacturer and shall be stamped Vacuum Tested in green paint. CP Supply/Place 19mm Clear Stone Bedding Foundation Including Filter Fabric OPSS.MUNI 410, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for the excavation, supply and installation of the filter fabric wrapped clear stone pipe bedding foundation. In case of wet trench conditions as determined by the Contract Administrator, the Contractor shall construct a clear stone/filter fabric pipe bedding foundation as per CPD Bedding that may be required as part of this project is as follows: Support for 40mm Diameter Pipe 200mm x 800mm Support for 50mm Diameter Pipe 200mm x 800mm Support for 65mm Diameter Pipe 200mm x 800mm Support for 75mm Diameter Pipe 200mm x 850mm Support for 100mm Diameter Pipe 200mm x 850mm Support for 135mm Diameter Pipe 200mm x 900mm Support for 150mm Diameter Pipe 200mm x 900mm Support for 200mm Diameter Pipe 200mm x 950mm Support for 250mm Diameter Pipe 200mm x 1000mm Support for 300mm Diameter Pipe 200mm x 1050mm Support for 375mm Diameter Pipe 200mm x 1125mm Standard Specifications January 2017 Page 38

86 Support for 450mm Diameter Pipe 200mm x 1200mm Support for 525mm Diameter Pipe 200mm x 1275mm Support for 600mm Diameter Pipe 200mm x 1350mm Support for 675mm Diameter Pipe 200mm x 1425mm Support for 750mm Diameter Pipe 200mm x 1500mm Support for 825mm Diameter Pipe 200mm x 1575mm Support for 900mm Diameter Pipe 200mm x 1650mm Support for 975mm Diameter Pipe 200mm x 1725mm Support for 1050mm Diameter Pipe 200mm x 1800mm Support for 1200mm Diameter Pipe 200mm x 1950mm Support for 1350mm Diameter Pipe 200mm x 2550mm Support for 1500mm Diameter Pipe 200mm x 2700mm The bedding may be eliminated if the Contract Administrator deems it unnecessary due to dry soil conditions. No extra compensation will be due to the contractor for deletion of part or this entire item. CP Supply/Install Sewer Insulation OPSS.MUNI 410, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall include full compensation for all labour, equipment, and materials necessary to insulate the sewer in accordance with City of Peterborough standard drawing CPD CP Supply/Install DR 28 PVC Storm Service OPSS.MUNI 410, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, equipment and materials required for the supply and installation of storm service connections including all fittings, adaptors, etc., except where these fittings and adaptors are paid for under other items, necessary to connect to either existing sewers or replacement sewers in accordance with standard drawing OPSD or OPSD as necessary. Where necessary, connections to private services shall be made using eccentric adaptors. Size shall be 150mm unless otherwise specified on contract drawings and/or documents. Where services are replaced to the property lines, leakage testing of services is required in accordance with OPSS.MUNI 410. The proposed services will extend from the proposed main to the property line, unless otherwise indicated on the contract documents or contract drawings or directed by the Contract Administrator. Standard Specifications January 2017 Page 39

87 The unit price shall also include excavation and removal/disposal of existing service, all bedding materials required for the new connection and management of the existing flow. Flows are to be maintained at all times. The colour of the PVC storm service pipe shall be white unless otherwise specified. CP Supply/Install Sewer by Jacking and Boring OPSS 416, November 2013, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all materials, labour and equipment necessary to install the proposed sewer by jacking and boring. Submission and Design Requirement The Contractor shall include the following technical information as part of their submissions: the encasement pipe material type, dimensions and joining requirements; the spacer material type, dimensions and spacing interval; the installation procedures and length of time to carry out this operation. The Contractor shall be responsible to determine the required inside diameter of the outer encasement pipe. Construction Jacking and Boring - Quality Control Prior to undertaking the jacking and boring operation, the Contractor shall provide the Contract Administrator with sufficient information on the proposed strategy for providing the following: An accurate indication of where the leading edge of the casing is located with respect to line and grade. The intervals for checking line and grade shall be no grater than 5 metres. A means of controlling line and grade. A means for centering the cutting head inside the borehole. Bore Path Grade and Alignment The Contractor shall be responsible for obtaining measurements at regular intervals and for the calculations of the line and grade of the casing installed and shall be responsible for projecting the alignment and grade to verify that the casing is heading on the specified alignment and grade and making any necessary Standard Specifications January 2017 Page 40

88 corrections. The Contractor shall provide the information to the Contract Administrator within 24 hours of obtaining the measurements and calculations. The Contractor will be responsible for all costs related to a failed bore path, including the removal of any materials installed in a failed bore path and injection of unshrinkable backfill in the voids. The Contractor will be responsible for all costs as a result of damage to facilities and infrastructure and any costs resulting from encroachment on private property. For this project, a failed bore path is defined as when one or both of the following occur: A difference of 51mm or greater between the constructed bore grade and the design vertical grade. A difference of 301mm or greater between the constructed bore line and the design horizontal line. Disposal of Materials The Contractor shall control, handle and dispose of slurry and auger fluids by means of vacuum devices or pumping equipment throughout the boring operation. CP Compaction OPSS.MUNI 501, November 2014, shall apply except as amended and extended herein. Quality Control Method A The Contractor is Responsible for establishing Quality Control procedures. The following is required as part of the Contractor s Quality Control procedure. Standard Specifications January 2017 Page 41

89 Table 1 - The frequency and locations of compaction testing for quality control Construction Sewer and water main (bedding, embedment, cover and backfill lifts) mm of 19 mm filter fabric wrapped crushed clear stone (pipe bedding foundation and structure foundations) Roadway, curbs and multi-use trails (subgrade, granular sub base and granular base) Sidewalks (subgrade and granular base) Utility structure and culvert (subgrade, bedding, embedment, cover, and backfill lifts) Number of tests 4 tests minimum per week for each associated lift Minimum of 1 Visual compaction inspection per week 4 tests minimum per week for each associated lift 4 tests minimum per week for each associated lift 4 tests minimum per week for each associated lift Note: The Contract Administrator can request additional quality control testing at the Contractors expense if the crew alters compaction procedures following acceptable Quality Control results from the prescribed testing above. Alters: for the purpose of CP shall be defined as changing granular or soil material sources, compaction equipment (type and/or size), the reduction in the number of passes with compaction equipment or eliminating the use of water (when required) in order to achieve compaction. The Contractor shall retain a Certified Testing Technician to perform the above Quality Control procedures in order to set compaction patterns and determine if the requirement of water is needed at the beginning of each construction operation with no exceptions. If the Certified Testing Technician is not present when beginning a new construction operation the Contractor will not be permitted to continue with the operation until such time that a tester is present. An Accurate Weekly Report (Form 004) from the Contractor summarizing the Quality Control results shall be submitted to the owner by the Contractor. Standard Specifications January 2017 Page 42

90 Hand written reports will not be accepted. Failure to submit accurate reports on a weekly basis will result in one or all of the following: Non payment for item and/or items. Stop backfill and the placing of subsequent lifts including hot mix asphalt and concrete pending submission of report. Table A - Minimum field Compaction Requirements Earth and Granular Materials Material Type Earth backfill, Backfill Material, Subgrade Granular A, Granular B Mod and SSM Minimum target density 98% SPMDD 100% SPMDD Granular bedding, embedment and cover material, Granular Base and Sub base CP Dust Suppressants OPSS 506, November 2013, shall apply except as amended and extended herein. Once notification is given to Contractor, a maximum of 24hrs will be allowed to commence dust suppression work or the Contract Administrator will seek out other forces to complete the work at the Contractors expense. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all labour, equipment and materials necessary to apply dust suppressants where directed by the Contract Administrator. The Contract Administrator is required to approve of the application of suppressants to be deemed payable under this item. Calcium Chloride flake shall be applied at a rate of 40 kilograms for every 500 square metres of road surface (0.08 kg/m 2 ). Water is to be applied as directed by the Contract Administrator. Water shall be paid in cubic metres and calcium chloride flakes shall be paid in kilograms. CP Saw Cut Existing Asphalt Surface OPSS.MUNI 510, November 2014, shall apply except as amended and extended herein. Standard Specifications January 2017 Page 43

91 The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, equipment and materials required for saw cutting all existing asphalt surfaces, whether on roadways, driveways or paved boulevards. Measurement of saw cutting existing asphalt is by plan quantity and may be revised by adjusted plan quantity, of the horizontal length in metres, as measured by the Contract Administrator in the field. The Contractor is required to use water at all times when saw cutting. CP Removal/Disposal of Existing Asphalt Surface OPSS.MUNI 510, November 2014, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, equipment and materials required for the removal and disposal of asphalt from all roadways, driveways, and boulevards to the limits identified on the contract drawings. Pulverizing of asphalt shall only be completed with the permission of the Contract Administrator. Should the Contractor be permitted to pulverize the asphalt surface prior to removal versus remove it via excavation, it will be the responsibility of the Contractor to maintain the pulverized asphalt in a manner deemed reasonable by the Contract Administrator at the Contractor s expense. This may include, grading, patching and the application of dust suppressants. All pulverized material shall be removed from the work zone prior to placement of road structure. CP Removal/Disposal of Asphalt Partial Depth OPSS.MUNI 510, November 2014, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, equipment and materials required to cold plane the existing asphalt surface in the areas shown on the contract drawing(s). This includes removal and disposal of the planed material (at an approved location), cleaning and power sweeping, removal of the asphalt where it overlays the existing gutter, all handwork required for removing the asphalt around structures and valve boxes and hot mix asphalt required for ramping. This item includes all areas to be ground as identified in the contract drawings including at lap joints (in accordance with City standard CPD510.01). Planing for lap joints shall be 1.0 m in width and 50 mm in depth Standard Specifications January 2017 Page 44

92 If the Contractor has not scheduled the application of surface asphalt the same day that the cold planning is to take place, the Contractor shall be required to place two standard Bump signs (one in each direction) at every joint where traffic will cross the joint. In addition, all joints are to be ramped with a bond breaking material and hot mix asphalt to a minimum slope ratio of 50 horizontal to 1 vertical (H:50 to V:1). Work will not be permitted to commence until the Bump signs are properly installed. Unless otherwise approved by the Contract Administrator, the Contractor is required to place surface asphalt within five (5) working days of the initial cold planning procedure. CP Removal/Disposal Concrete Road Base OPSS.MUNI 510, November 2014, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all necessary labour and equipment to remove and dispose of the existing concrete road base. CP Removal/Disposal of Existing Concrete Curb and Gutter OPSS.MUNI 510, November 2014, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all necessary labour and equipment necessary to remove and dispose of all existing curb and gutter within the limits of construction as illustrated on the contract drawings, and/or as determined by the Contract Administrator. All removals are to be terminated using saw cut ends. The Contractor is required to use water at all times when saw cutting. Payment shall be as per plan quantity as may be revised by adjusted plan quantity or horizontal dimensions as measured by the Contract Administrator. CP Removal/Disposal of Existing Concrete Sidewalks, Ramps, Driveways and Medians OPSS.MUNI 510, November 2014, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all necessary labour and equipment necessary to remove and dispose of sections of existing municipal and private sidewalks as shown on the contract drawings and/or as determined by the Contract Administrator. Standard Specifications January 2017 Page 45

93 This item includes the necessary removals of concrete within private walkways and residential and commercial driveways. All removals are to be terminated using saw cut ends. The Contractor is required to use water at all times when saw cutting. Payment shall be as per plan quantity, measured in square metres and may be revised by adjusted plan quantity as measured by the Contract Administrator. CP Remove/Dispose of Existing Storm Sewer OPSS.MUNI 510, November 2014, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall include the following: a) The removal and disposal of existing storm sewers as indicated on the contract drawings. b) All sheathing, shoring and dewatering that may be required. c) Excavation, removal and disposal of all sizes of all existing pipe. d) Temporary support of surrounding utilities located within the excavation, if required. e) Disconnection of existing laterals and provisions for the control of water throughout the removal. f) Backfill and compaction of the excavation, if not a replacement sewer, with suitable excavated material available from part c) above or alternatively any shortage of backfill material may be made up with suitable excess excavated earth material obtained from the earth works item (CP206.01). All earth backfill material shall be placed in 300 mm lifts, compacted to CP501.01, to the subgrade elevation below the proposed road as dictated by the road cross sections for the given street. g) All pumping, bypassing, temporary pipes and sand bagging etc. necessary to keep the system operational at all times. CP Remove/Dispose of Existing Storm Structures OPSS.MUNI 510, November 2014, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices pertains to all storm (double) catch basins, (double) catch basin manholes and manholes and shall include the following: a) Removal of existing frames and grates. All frames and covers recovered within the limits of construction shall be delivered to Public Works on Harper Road in the City of Peterborough, unless otherwise designated by the Contract Administrator. Standard Specifications January 2017 Page 46

94 The Contractor is to obtain a receipt for the materials delivered to the Public Works Yard and provide that receipt to the Contract Administrator. b) All sheathing, shoring and dewatering that may be required. c) Excavation, disconnecting of existing pipes, removal/disposal of the existing concrete structure and pipe. d) All areas of excavation below top of subgrade shall be backfilled with suitable native earth material. Any shortage of backfill material may be made up from suitable excessive excavated earth material obtained from the earth works item (CP206.01). All earth backfill material shall be placed in 300 mm lifts, compacted to CP501.01, to the subgrade elevation below the proposed road as dictated by the road cross sections for the given street. The Contractor is advised that the existing storm structure(s) may be cast in place concrete. CP Remove/Dispose of Existing Sanitary Sewer OPSS.MUNI 510, November 2014, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall include the following: a) The removal and disposal of existing sanitary sewers as indicated on the contract drawings. b) All sheathing, shoring and dewatering that may be required. c) Excavation, removal and disposal of all sizes of all existing pipe. d) Temporary support of surrounding utilities located within the excavation, if required. e) Disconnection of existing laterals and provisions for the control of water throughout the removal. f) Backfill and compaction of the excavation, if not a replacement sewer, with suitable excavated material available from (c) or alternatively any shortage of backfill material may be made up with suitable excess excavated earth material obtained from the earth works item (CP206.01). All earth backfill material shall be placed in 300 mm lifts, compacted to CP501.01, to the subgrade elevation below the proposed road as dictated by the road cross sections for the given street. g) All pumping, bypassing, temporary pipes and sand bagging etc. necessary to keep the system operational at all times. CP Remove/Dispose of Existing Sanitary Structures OPSS.MUNI 510, November 2014, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall include the following: Standard Specifications January 2017 Page 47

95 a) Removal of existing frames and covers. All frames and covers recovered within the limits of construction shall be delivered to Public Works on Harper Road in the City of Peterborough, unless otherwise designated by the Contract Administrator. The Contractor is to obtain a receipt for the materials delivered to the Public Works Yard and provide that receipt to the Contract Administrator. b) All sheathing, shoring and dewatering that may be required. c) Excavation, disconnecting of existing pipes, removal/disposal of the existing concrete structure and pipe. d) All areas of excavation below top of subgrade shall be backfilled with suitable native earth material. Any shortage of backfill material may be made up from suitable excessive excavated earth material obtained from the earth works item (CP206.01). All earth backfill material shall be placed in 300 mm lifts, compacted to CP501.01, to the subgrade elevation below the proposed road as dictated by the road cross sections for the given street. CP Saw Cut Existing Concrete Curb OPSS.MUNI 510, November 2014, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all labour, equipment and materials necessary to saw cut the existing concrete curb in accordance to OPSD and The unit price bid shall also include grinding a 25mm radius bull nose at the gutter. Sufficient water shall be used at all times to minimize the amount of dust created during this operation. This item shall also make allowance for the disposal of the removed concrete. Payment shall be as per plan quantity as may be revised by adjusted plan quantity or horizontal dimensions as measured by the Contract Administrator. The Contractor is required to use water at all times when saw cutting. CP Abandonment of Existing Sewer OPSS.MUNI 510, November 2014, shall apply except as amended and extended herein. The unit price for this item shall be full compensation for the supply of all labour, equipment and materials necessary to isolate, decommission and abandon the existing sewer as shown on the contract drawings. The abandoned sewer shall be filled throughout the length of the abandoned pipe using 0.4 Mpa non-shrink grout. Standard Specifications January 2017 Page 48

96 CP Removal/Disposal of Existing Frames, Covers and Grates OPSS.MUNI 510, November 2014, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all labour, materials and equipment necessary to remove and dispose of existing frames, covers and grates as shown on the contract drawings. CP Supply/Place Topsoil OPSS 802, November 2010, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all necessary labour and equipment necessary to supply and place topsoil as described herein. OPSS 802 is herein amended in that the unit price bid per square metre for this item shall be full compensation for supplying and placing a minimum of 150 mm of screened topsoil. CP Supply/Place Sod OPSS 803, November 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for supplying and placing sod and for watering the sod. The minimum frequency of watering shall be in accordance with OPSS 803. No additional compensation shall be made for watering of sod. Reminder: Sod shall be countersunk to existing grade level at all edges The Contractor shall be responsible to maintain the sod, including cutting until completion of the contract. Upon completion of the contract, the Contractor shall hand deliver notices/letters to all residents within the project limits explaining proper care and maintenance procedures of the newly laid sod. The maintenance period for this item shall be 24 months from substantial performance. The Contract Administrator will inspect the new turf areas and notify the contractor of any deficiencies at approximately the following intervals: 15 days following placement 30 days following placement October 31 of the year in which the sod was placed One year after placement of sod Two years after placement of sod Standard Specifications January 2017 Page 49

97 CP Supply/Place Seed and Mulch OPSS.MUNI 804, November 2014, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all labour, equipment and materials necessary to supply and place seed and mulch immediately to newly graded areas to provide erosion control. This item shall be paid based on field measurements performed by Contract Administrator. Emphasis shall be placed on final grading of the site prior to application of the seed / mulch mixture. Residential properties and their boulevards, easements and right of ways must be free and clear of rocks or other debris that can cause damage to mowing equipment. Seed shall be Pickseed, Type: Town and Country All Purpose Seed or equivalent approved by the Contract Administrator. Typical mixture to include: 30% Kentucky Bluegrass 40% Creeping Red Fescue 30% Turf-type Perennial Ryegrass Mulch shall be Hydraulic Mulch Type C. CP Environmental Considerations OPSS 805, April 2015, shall apply except as amended and extended herein. The unit price bid identified in the schedule of unit prices shall be full compensation for all labour, equipment and materials required to develop, implement and maintain the sediment and erosion control program to the satisfaction of the Contract Administrator and any other governing agency, including the scheduling and carrying out of construction operations in accordance with the requirements. For certain construction projects that operate in or immediately adjacent to a watercourse/water body or in a floodplain, permitting with federal agencies and conservation authorities may be required. As part of these processes, the erosion and sedimentation control works are further governed by the respective agencies. While the city will complete the permit application (where the work is to be completed on City lands), it is ultimately the contractor s responsibility to ensure that these permits are complete and in place prior to commencing work. To ensure this, the contractor is encouraged to have the necessary and executed permit for the works at all times. Once work commences, the contractor must have all the permits and approvals on site should they be requested. Standard Specifications January 2017 Page 50

98 Section 36(3) of the Fisheries Act states that, no person shall deposit or permit the deposit of a deleterious substance of any type in water frequented by fish or in any place under any conditions where the deleterious substance or any other deleterious substance that results from the deposit of the deleterious substance may enter any such water. By law, silt is considered a deleterious substance. Compliance with the fish habitat protection and pollution prevention provisions of the Fisheries Act is mandatory. Any additional works shall be required of the contractor upon confirmation by the Contract Administrator. The additional works beyond the erosion and sediment controls set out in the contract documents shall not be included in the unit price bid identified in the schedule of unit prices and will be deemed contingency work at the discretion of the Contract Administrator. In the event that agency requests are made for additional sediment and erosion controls, the Contractor must contact the Contract Administrator, so that he/she is aware of the situation and can assist in the most time effective response and communication with the agency. The Contractor is advised that erosion and siltation controls, satisfactory to the City and in conformance with the Erosion and Sediment Control Guideline for Urban Construction - TRCA December 2006, will be required to prevent destruction of natural habitats in surrounding environment by runoff and protect the City s adjacent storm and sanitary sewer infrastructure. Prior to the commencement of any work on this project that might cause erosion and/or sedimentation; the Contractor must submit a work plan and receive approval from the Contract Administrator for an erosion and sedimentation control program proposed by the Contractor. Working days shall commence per the Estimated Start Date as defined in the Supplemental General Conditions. No contract works are to commence prior to the complete and accepted installation of the prescribed sediment and erosion controls. In all areas, the Contractor shall, as a means of controlling erosion and runoff, so schedule his operations as to limit the areas of slope and ditches exposed and the time that such areas are exposed prior to final treatment. In areas where excavated materials are stored temporarily, the Contractor shall prevent erosion of any material into watercourses, sewer systems or onto private property. The Contractor shall agree, during and after construction, to monitor the erosion and sedimentation controls on a weekly basis, or forthwith following rainfall events of 13 millimeters or greater, and immediately rectify any deficiencies within 24 hours to the satisfaction of the Contract Administrator. Where overland drainage occurs to the Standard Specifications January 2017 Page 51

99 construction site, the Contractor agrees that all of the erosion and sediment control works shall be inspected and maintained to ensure their structural integrity. The Contractor shall provide the name and phone number of the sub-contractor responsible for sweeping and cleaning of municipal right-of-ways. Where in the sole opinion of the Contract Administrator, acting reasonably, an emergency exists with respect to erosion and sedimentation control or the 24 hour period has passed, the City may enter on the construction site without notice and, at the expense of the Contractor, do such work and provide such materials as are necessary to answer the emergency or provide an appropriate level of maintenance. Prior to discharging any surface water or groundwater into a watercourse or a sewer, the Contractor shall contact the Environmental Protection Division at The Contractor shall immediately report any discharge of sediment, silt or other deleterious substance into a watercourse to the above office and the MOE Spills Action Centre at Sediment Traps Sediment traps shall be constructed of 19mm clear stone and filter fabric (Terrafix 270R or approved equal). The Contractor shall be responsible for inspecting sediment traps immediately after each rainfall and promptly performing the necessary repairs and removing accumulated sediment deposits. Silt Fence Silt fence shall be installed and maintained in areas where there is a risk of run off affecting neighbouring properties, watercourses or other environmental features in accordance with OPSD and OPSD Heavy Duty silt fence shall be wire mesh type with steel posts. Any substitutions need to be approved by Contract Administrator prior to use. Straw Bale Flow Check Straw bale flow check barriers shall be installed and maintained in swales where there is a risk of erosion by excessive velocity and be constructed in accordance with OPSD Inspection Reports It is a requirement for the contractor, under the Erosion and Sediment Control Guidelines for Urban Construction, to keep inspection records to ensure the longterm proper functioning of the sediment and erosion control program. These inspection records are to be made available to the City s Contract Administrator on a Standard Specifications January 2017 Page 52

100 weekly basis and prior to forecasted rain events using the City of Peterborough Form 005. CP Heavy Duty Silt Fence OPSD shall apply except as amended or extended herein. Heavy Duty silt fence shall be installed and maintained in accordance with OPSD in areas where there is a risk of run off affecting neighboring properties, watercourses or other environmental features. Heavy Duty silt fence shall be 14 gauge wire mesh type 0.9m high with steel posts and woven Filter Fabric 1.5m in length attached (100 grams/m sq fabric weight). Any substitutions shall be approved by Contract Administrator prior to use. CP Material Specification for Performance Graded Asphalt Cement OPSS.MUNI 1101, November 2016 shall apply except as amended or extended herein. All requirements for Performance Graded Asphalt Cement shall be Grade with the exception that PGAC shall be utilized for CP Supply/Install HL 3 Hot Mix Asphalt (Driveways and Walkways) (Including A/C) unless otherwise specified in the contract documents. CP Supply/Install Woven Geotextile OPSS1860, April 2012, shall apply except as amended and extended herein. In case of wet conditions, on the direction of the Contract Administrator, the contractor shall install a woven geotextile (Class 400W). The woven geotextile shall be installed with a minimum overlap of 1.0m. The unit price bid identified in the schedule of unit prices shall be full compensation for the supply of all labour, equipment and materials necessary to install a woven geotextile (Class 200W) on the subgrade. The unit price bid per square metre shall include required overlap. Payment shall be adjusted plan quantity or horizontal dimensions as measured by the Contract Administrator. The Contractor is advised that this is an estimated quantity. The Contract Administrator shall base quantity payment on field measurement. CP Removal/Disposal of Existing Asbestos Containing Pipe CP and CP shall apply except as amended and extended herein. Standard Specifications January 2017 Page 53

101 The unit price bid for this item shall be full compensation for the supply of all labour, equipment and materials necessary for the removal and disposal of asbestos containing pipe in accordance with the Occupational Health and Safety Act, Ministry of Labour, Ministry of the Environment, Ministry of Transportation and in compliance with all other regulations within the Province of Ontario. All pipes must be removed from the construction site and disposed of as per the above specifications. Standard Specifications January 2017 Page 54

102 January 2017 City of Peterborough Unit Price Contract Standard Drawings and Forms

103 Index of Standard Drawings Drawing CPD M1.1 CPD CPD CPD CPD CPD CPD CPD CPD CPD CPD CPD CPD CPD CPD CPD Description Driveway and Multi-Use Trail Detail Sidewalk Cross Section Details Signalized Intersection Configuration for Pedestrian Crossing Controlled Non Signalized Intersection Configuration of Pedestrian Crossing Location of Dropped Curbs at Controlled Intersections Tactile Walking Surface Indicator and Curb Ramp Detail Tactile Walking Surface Indicator and Depressed Curb Detail Curb Detail at Catch Basins Standard Subdrain Manhole Frame Final Adjustment Catch Basin Frame Final Adjustment Catch Basin Frame Final Adjustment Poured in Place Manhole Frame Final Adjustment Poured in Place Sewer Insulation Clear Stone Pipe Bedding Foundation Transition Treatment

104

105

106 CONCRETE SIDEWALK TACTILE WALKING SURFACE INDICATORS TO BE PROVIDED ON PEDESTRIAN REFUGE ISLANDS WITH TWO STAGE PEDESTRIAN SIGNALS PED. REFUGE ISLAND CONCRETE SIDEWALK PEDESTRIAN CROSSING ZEBRA PAVEMENT MARKING AS INDICATED ON DRAWINGS CONCRETE DROPPED CURB AND GUTTER DETAIL ACCORDING TO CPD CONCRETE CURB TRANSITION CONCRETE CURB AND GUTTER AS INDICATED ON DRAWING TACTILE WALKING SURFACE INDICATOR ACCORDING TO CPD AND CPD CONCRETE SIDEWALK MEDIAN ISLAND YIELD SIGN (Ra-2, 75cm) CONCRETE SIDEWALK NOTES: 1. DROPPED CURBS ARE TO BE PROVIDED FOR WIDTH OF ALL PEDESTRIAN CROSSING ZEBRA MARKINGS. 2. TACTILE WALKING SURFACE INDICATORS ARE TO BE INSTALLED AT ALL PEDESTRIAN CROSSINGS IN CONJUNCTION WITH ALL ROAD AND SIDEWALK CONSTRUCTION, RECONSTRUCTION AND RESURFACING PROJECTS. 3. EACH LOCATION IS SITE SPECIFIC AND CONSULTATION WITH THE CITY OF PETERBOROUGH MAY BE REQUIRED FOR NON TYPICAL INTERSECTIONS AND PEDESTRIAN CROSSINGS. 4. REFER TO CPD FOR DETAILS ABOUT LOCATION OF TACTILE WALKING SURFACE INDICATORS, CURB CUTS, AND SIDEWALK RAMPS. All dimensions are in millimetres unless otherwise shown. CITY OF PETERBOROUGH U.S.D. REV 0 JAN SIGNALIZED INTERSECTION CONFIGURATIONS OF PEDESTRIAN CROSSINGS CPD NOT TO SCALE

107 CONCRETE DROPPED CURB AND GUTTER DETAIL ACCORDING TO CPD AND CPD CONCRETE SIDEWALK 2.1m MIN CONCRETE CURB AND GUTTER ACCORDING TO DRAWING TACTILE WALKING SURFACE INDICATOR ACCORDING TO CPD AND CPD CONCRETE SIDEWALK CONCRETE CURB TRANSITION 2.5m MIN 2.1m MIN CROSSING PATH WHERE PEDESTRIAN CROSSING PAVEMENT MARKINGS ARE NOT USED 10cm WIDE SOLID WHITE PAVEMENT MARKING CONCRETE SIDEWALK 2.5m MIN CONCRETE SIDEWALK STOP SIGN (Ra-1, 60cm x 60cm) ALL-WAY TAB (Ra-1t) AS REQUIRED NOTES: 1. DROPPED CURBS ARE TO BE PROVIDED FOR WIDTH OF ALL PEDESTRIAN CROSSING PAVEMENT MARKINGS. 2. DROPPED CURBS ARE TO BE PROVIDED FOR WIDTH OF SIDEWALK FOR CONTROLLED PEDESTRIAN CROSSINGS WHERE PAVEMENT MARKINGS ARE NOT USED. 3. TACTILE WALKING SURFACE INDICATORS ARE TO BE INSTALLED AT ALL PEDESTRIAN CROSSINGS IN CONJUNCTION WITH ALL ROAD AND SIDEWALK CONSTRUCTION, RECONSTRUCTION AND RESURFACING PROJECTS. 4. EACH LOCATION IS SITE SPECIFIC AND CONSULTATION WITH THE CITY OF PETERBOROUGH MAY BE REQUIRED FOR NON TYPICAL INTERSECTIONS AND PEDESTRIAN CROSSINGS. 5. REFER TO CPD FOR DETAILS ABOUT LOCATION OF TACTILE WALKING SURFACE INDICATORS, CURB CUTS, AND SIDEWALK RAMPS. All dimensions are in millimetres unless otherwise shown. CITY OF PETERBOROUGH U.S.D. REV 0 JAN CONTROLLED NON SIGNALIZED INTERSECTION CONFIGURATIONS OF PEDESTRIAN CROSSINGS. CPD NOT TO SCALE

108 CONCRETE CURB AND GUTTER ACCORDING TO DRAWING CONCRETE DROPPED CURB AND GUTTER DETAIL ACCORDING TO CPD AND CPD CONCRETE CURB TRANSITION CONCRETE DROPPED CURB AND GUTTER DETAIL ACCORDING TO CPD AND CPD TACTILE WALKING SURFACE INDICATOR ACCORDING TO CPD AND CPD VARIES, NOTE A 1.5m MIN TACTILE WALKING SURFACE INDICATOR ACCORDING TO CPD AND CPD CONCRETE CURB TRANSITION 75mm DROPPED CONCRETE CURB AND GUTTER ACCORDING TO DRAWING 1.5m MIN VARIES, NOTE A 1.5m MIN VARIES, NOTE A VARIES, NOTE B CONTINUOUS DROPPED CURB AT INTERSECTION CORNER CONCRETE CURB AND GUTTER ACCORDING TO DRAWING A. NOTES: 1.5m MIN VARIES, NOTE A 1.5m MIN TWO SEPARATED DROPPED CURBS AT INTERSECTION CORNER 2.5m MINIMUM FOR SIGNALIZED INTERSECTIONS AND CONTROLLED CROSSINGS WITH PEDESTRIAN CROSSING PAVEMENT MARKINGS, 2.1m MINIMUM FOR NON SIGNALIZED INTERSECTIONS WITHOUT PEDESTRIAN CROSSING PAVEMENT MARKINGS. CITY C.A. SHALL ADVISE WIDTH AT MID BLOCK CROSSING. 0.5 MIN. 1.5m MIN VARIES, NOTE B 1.5m MIN CONCRETE CURB TRANSITION CONCRETE DROPPED CURB AND GUTTER DETAIL ACCORDING TO CPD AND CPD m MIN A1. INTERSECTIONS WITH MULTI-USE TRAIL ACCESS SHALL HAVE A CONTINUOUS DROPPED CURB. B. WHEN DISTANCE IS LESS THAN 3.3m USE CONTINUOUS DROPPED CURB AT INTERSECTION CORNER. WHEN DISTANCE IS GREATER THAN OR EQUAL TO 3.3m USE TWO SEPARATED DROPPED CURBS AT INTERSECTION CORNER. 1. DROPPED CURB WITH RAMP TO BE PROVIDED FOR WIDTH OF ALL PEDESTRIAN CROSSINGS. VARIES, NOTE A VARIES, NOTE A 2. TACTILE WALKING SURFACE INDICATORS TO EXTEND FULL WIDTH OF DROPPED CURBS. 3. TACTILE WALKING SURFACE INDICATORS ARE TO BE INSTALLED AT ALL PEDESTRIAN CROSSINGS AS PER NOTE 'A' IN CONJUNCTION WITH ALL ROAD AND SIDEWALK CONSTRUCTION PROJECTS. 1.5m MIN 1.5m MIN TACTILE WALKING SURFACE INDICATOR ACCORDING TO CPD AND CPD DROPPED CURB AT PEDESTRIAN REFUGE ISLANDS AND MID BLOCK CROSSINGS WITH TWO STAGE PEDESTRIAN SIGNALS All dimensions are in millimetres unless otherwise shown EACH LOCATION IS SITE SPECIFIC AND CONSULTATION WITH THE CITY OF PETERBOROUGH MAY BE REQUIRED FOR NON TYPICAL INTERSECTIONS AND PEDESTRIAN CROSSINGS. REFER TO CPD FOR VARIOUS CONFIGURATIONS OF PEDESTRIAN CROSSINGS AT SIGNALIZED INTERSECTIONS AND CPD FOR CONTROLLED NON SIGNALIZED INTERSECTIONS. 6. TACTILE INDICATOR SHALL BE SETBACK 150mm - 200mm FROM BACK OF CURB. CITY OF PETERBOROUGH U.S.D. REV 01 DEC LOCATION OF DROPPED CURBS AT SIGNALIZED INTERSECTIONS. CPD NOT TO SCALE

109 BACK OF SIDEWALK 2-4% 1.2m MIN PEDESTRIAN CLEAR WAY 1.5m PREFFERED 5% TYP 2-4% 5% TYP 2.0% MAX. CROSS SLOPE 5% TYP 5% TYP TACTILE WALKING SURFACE INDICATOR 610mm MIN 1.5m MIN BACK OF CURB FACE OF CURB 150mm - 200mm CURB TRANSITION DROPPED CURB 200mm 1.5m 5% TYP SLOPE 1.5m 5% TYP SLOPE 5mm R EDGE OF PAVEMENT VARIES, SEE NOTE A TACTILE WALKING SURFACE INDICATOR AND CURB RAMP 120 5mm R 150 PEDESTRIAN CROSSING PAVEMENT MARKINGS NOTES: A. 2.5m MINIMUM FOR CONTROLLED INTERSECTIONS WITH PEDESTRIAN CROSSING PAVEMENT MARKINGS ANDCONTROLLED CROSSINGS WITH PAVEMENT MARKINGS. 2.1m MINIMUM FOR NON SIGNALIZED INTERSECTIONS WITHOUT PEDESTRIAN CROSSING PAVEMENT MARKINGS :1 BEVEL (see also note 2) 1. REFER TO CPD FOR INFORMATION ABOUT THE LOCATION OF DROPPED CURBS. 2. SIDEWALKS ADJACENT TO ROADWAYS CAN BE STEEPER THAN 5% WITH CONTRACT ADMINISTRATOR APPROVAL. DROPPED CURB 3. PROVIDE 2:1 BEVEL FOR CHANGES IN LEVEL BETWEEN 6.0mm TO 13.0mm. 4. TWSI's TO COMPLY WITH CSA-B CURB SIDE 3mm MAX 22mm or 25mm 5mm±1 SLOPE 5% TYP 55mm to 63mm (for 12mm top dia.) 57mm to 63mm (for 15mm top dia.) 5. TACTILE INDICATOR SHALL BE SETBACK 150mm - 200mm FROM BACK OF CURB. 12mm or 15mm SIDEWALK SIDE 3mm MAX 12mm or 15mm TACTILE WALKING SURFACE INDICATOR CONCRETE 2:1 BEVEL CROSS SECTION OF TACTILE WALKING All dimensions are in millimetres unless otherwise shown. SURFACE INDICATORS CITY OF PETERBOROUGH U.S.D. REV 1 FEB TACTILE WALKING SURFACE INDICATOR AND CURB RAMP DETAIL. CPD NOT TO SCALE

110 2.0m WHERE THE SIDEWALK IS LOCATED WITHIN 1.0m OF THE TRAVELLED ROADWAY (PER C.2.8 OF THE CITY'S ENGINEERING DESIGN STANDARDS) SHALL INCREASE TO 2.4m WIDE AT SCHOOLS, BUS STOPS AND OTHER HIGH PEDESTRIAN AREAS. (PER OPSD ) 2-4% BACK OF SIDEWALK 5% MAX 5% MAX 5% MAX (SEE ALSO NOTE 2) (SEE ALSO NOTE 2) 610mm MIN 1.5m 5% MAX 1.5m 2-4% CURB TRANSITION DROPPED CURB CURB TRANSITION BACK OF CURB FACE OF CURB EDGE OF PAVEMENT VARIES, SEE NOTE A TACTILE WALKING SURFACE INDICATOR AND DEPRESSED CURB TACTILE WALKING SURFACE INDICATORS TO BE PLACED 150mm - 200mm FROM BACK OF CURB (SEE NOTE 5) PEDESTRIAN CROSSING PAVEMENT MARKINGS NOTES: 5mm R mm R 150 A. 2.5m MINIMUM FOR CONTROLLED INTERSECTIONS WITH PEDESTRIAN CROSSING PAVEMENT MARKINGS ANDCONTROLLED CROSSINGS WITH PAVEMENT MARKINGS. 2.1m MINIMUM FOR NON SIGNALIZED INTERSECTIONS WITHOUT PEDESTRIAN CROSSING PAVEMENT MARKINGS. 1. REFER TO CPD FOR INFORMATION ABOUT THE LOCATION OF DROPPED CURBS :1 BEVEL (see also note 2) 2. SIDEWALKS ADJACENT TO ROADWAYS CAN BE STEEPER THAN 5% WITH CONTRACT ADMINISTRATOR APPROVAL. DROPPED CURB 3. PROVIDE 2:1 BEVEL FOR CHANGES IN LEVEL BETWEEN 6.0mm TO 13.0mm. 4. TWSI's TO COMPLY WITH CSA-B TACTILE INDICATOR SHALL BE SETBACK 150mm - 200mm FROM BACK OF CURB. SLOPE 5% MAX CURB SIDE 3mm MAX 22mm-25mm 5mm±1 55mm to 63mm (for 12mm top dia.) 57mm to 63mm (for 15mm top dia.) 12mm-15mm SIDEWALK SIDE 3mm MAX 12mm-15mm or (top of surface dia.) TACTILE WALKING SURFACE INDICATOR CONCRETE CROSS SECTION OF TACTILE WALKING SURFACE INDICATORS 2:1 BEVEL All dimensions are in millimetres unless otherwise shown. CITY OF PETERBOROUGH U.S.D. REV 1 FEB TACTILE WALKING SURFACE INDICATOR AND DEPRESSED CURB DETAIL. CPD NOT TO SCALE

111

112

113

114

115

116

117

118

119

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE GENERAL Final restoration of areas within the public right-of-way associated with Street Excavation Permits shall be completed as determined

More information

Appendix 3. POLICY & PROCEDURE No

Appendix 3. POLICY & PROCEDURE No DEPARTMENT OF PUBLIC WORKS DIVISION: ENGINEERING SERVICES SECTION: ADMINISTRATIVE PAGE NO: 1 OF 10 REVISION NO: 3 DATE: 1995 05 01 ESTABLISHED: 1986 03 03 Appendix 3 POLICY & PROCEDURE No. 2.3.1-020 TITLE:

More information

Construction Specification for General Excavation

Construction Specification for General Excavation Engineering & Construction Services Division Standard Specifications for Road Works TS 2.10 September 2018 for General Excavation Table of Contents TS 2.10.01 SCOPE... 2 TS 2.10.02 REFERENCES... 2 TS 2.10.03

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS.MUNI 401 NOVEMBER 2015 (Formerly OPSS 401, November 2013) CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING TABLE OF CONTENTS 401.01

More information

GENERAL REQUIREMENTS

GENERAL REQUIREMENTS CITY OF BRAMPTON LANDSCAPE SPECIFICATIONS SECTION 01001-1 PART 1 GENERAL 1.1 Work Covered By Contract Documents.1 Work covers, in general terms: demolition, removals, site preparation and complete construction

More information

SECTION 50 CONTROL OF WORK

SECTION 50 CONTROL OF WORK SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and

More information

APPLICANT any person who makes application for a permit. BOROUGH Borough of Elizabethtown, Lancaster County, Pennsylvania.

APPLICANT any person who makes application for a permit. BOROUGH Borough of Elizabethtown, Lancaster County, Pennsylvania. CHAPTER 21 PART 2 TUNNELING AND EXCAVATIONS 201. Definitions. The following words and phrases, when used in this Part, shall have the meanings ascribed to them in this 201, except in those instances where

More information

RFQ Drainage Ditching and Culvert Replacement

RFQ Drainage Ditching and Culvert Replacement RFQ 2016-26 Drainage Ditching and Culvert Replacement The City of Dawson Creek requests quotes for drainage ditching and replacement of culverts in the area of 7 th Street and 122 nd Avenue. All contract

More information

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m. WINTER SAND TENDER 003-2018 Tender Number PW 003-2018 Sealed Tenders will be received by: Corporation of the Township of Strong 28 Municipal Lane, PO Box 1120 Sundridge, Ontario P0A 1Z0 Tender Closing

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

More information

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 514 APRIL 2008 CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING TABLE OF CONTENTS 514.01 SCOPE 514.02 REFERENCES 514.03 DEFINITIONS

More information

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 401 NOVEMBER 2010 CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING TABLE OF CONTENTS 401.01 SCOPE 401.02 REFERENCES 401.03 DEFINITIONS

More information

Construction Specification for Trenching, Backfilling and Compacting

Construction Specification for Trenching, Backfilling and Compacting Engineering & Construction Services Division Standard Specifications for Sewers and Watermains TS 401 November 2016 Amendment to OPSS.MUNI 401 (Nov 2015) Construction Specification for Trenching, Backfilling

More information

1.01 GENERAL. l.02 PIPELINE TRENCH EXCAVATION PIPELINES AND STRUCTURES REVISION: SECTION 1 PAGE : 1-1

1.01 GENERAL. l.02 PIPELINE TRENCH EXCAVATION PIPELINES AND STRUCTURES REVISION: SECTION 1 PAGE : 1-1 1.01 GENERAL A. The Contractor shall perform all excavation, backfilling, grubbing and grading required for construction and installation of pipelines, structures and appurtenances. Excavation shall include

More information

Corporate Policy and Procedure

Corporate Policy and Procedure Corporate Policy and Procedure POLICY CATEGORY AUTHORITY RELATED POLICIES APPROVED BY Safety Management When Outside Contractors are Retained (Contractor Safety Management Program) (the Policy ) Health

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

CONSTRUCTION SPECIFICATION FOR UNTREATED SUBBASE, BASE, SURFACE, SHOULDER, SELECTED SUBGRADE, AND STOCKPILING

CONSTRUCTION SPECIFICATION FOR UNTREATED SUBBASE, BASE, SURFACE, SHOULDER, SELECTED SUBGRADE, AND STOCKPILING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS.PROV 314 NOVEMBER 2015 CONSTRUCTION SPECIFICATION FOR UNTREATED SUBBASE, BASE, SURFACE, SHOULDER, SELECTED SUBGRADE, AND STOCKPILING TABLE OF CONTENTS

More information

CONSTRUCTION SPECIFICATION FOR UNTREATED GRANULAR SUBBASE, BASE, SURFACE, SHOULDER, AND STOCKPILING

CONSTRUCTION SPECIFICATION FOR UNTREATED GRANULAR SUBBASE, BASE, SURFACE, SHOULDER, AND STOCKPILING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 314 NOVEMBER 2013 CONSTRUCTION SPECIFICATION FOR UNTREATED GRANULAR SUBBASE, BASE, SURFACE, SHOULDER, AND STOCKPILING TABLE OF CONTENTS 314.01 SCOPE

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

2018 AASHE Bulletin Advertising Agreement

2018 AASHE Bulletin Advertising Agreement 2018 AASHE Bulletin Advertising Agreement This AASHE Bulletin Advertising Agreement (the Agreement ) is made by and between the Association for the Advancement of Sustainability in Higher Education ( AASHE

More information

Rte. 66/29 Interchange Reconstruction Project: ,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track

Rte. 66/29 Interchange Reconstruction Project: ,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track Rte. 66/29 Interchange Reconstruction Project: 0066-076-113,C505 Grade Separation of Two Crossings Norfolk Southern Railway Right of Way and Track Mileposts B-8.1 thru B-8.8 DOT 714-363S, 714-364Y Gainesville,

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

REVISIONS FOR 2012 I. SUPPLEMENTAL GENERAL CONDITIONS (UNIT PRICE CONTRACTS) a) Supplemental General Condition #9 Insurance

REVISIONS FOR 2012 I. SUPPLEMENTAL GENERAL CONDITIONS (UNIT PRICE CONTRACTS) a) Supplemental General Condition #9 Insurance January 2012 TO THE RECIPIENTS OF THE REGIONAL MUNICIPALITY OF WATERLOO UNIT PRICE CONTRACT, GENERAL CONDITIONS, SUPPLEMENTAL GENERAL CONDITIONS, STANDARD SPECIFICATIONS AND STANDARD DRAWINGS. Please replace

More information

SECTION A1 EXCAVATION AND BACKFILL GENERAL

SECTION A1 EXCAVATION AND BACKFILL GENERAL SECTION A1 EXCAVATION AND BACKFILL GENERAL The work under this section shall include all excavation to such width and depth as shown on the drawings, specified herein, or ordered by the Engineer. Such

More information

TRADESHOW SERVICES AGREEMENT

TRADESHOW SERVICES AGREEMENT Appendix 5 TRADESHOW SERVICES AGREEMENT This TRADESHOW SERVICES AGREEMENT ( Agreement ), dated August ----, 2014. is by and between the Paris office of Japan External Trade Organization at 27, Rue de Berri

More information

REQUEST FOR TENDER - SERVICES RFT HOUSE DEMOLITION 7958 BEAVERDAMS RD., NIAGARA FALLS, ON.

REQUEST FOR TENDER - SERVICES RFT HOUSE DEMOLITION 7958 BEAVERDAMS RD., NIAGARA FALLS, ON. REQUEST FOR TENDER - SERVICES 1. PURPOSE AND SCOPE This specification is intended to govern the supply of all labour, materials and equipment for the dismantling, demolition of a single dwelling on the

More information

INVITATION TO BID ON TOWN PAVING PROJECTS

INVITATION TO BID ON TOWN PAVING PROJECTS INVITATION TO BID ON TOWN PAVING PROJECTS Offers shall be clearly labeled Paving Bid and submitted to: Town of Madison Paving Bid Attn: Tim Curtis, Town Manager 26 Weston Ave Madison, ME 04950 Bid opening:

More information

Rules of Accreditation. for Advertising Agencies. August 2010

Rules of Accreditation. for Advertising Agencies. August 2010 for Advertising Agencies August 2010 LIST OF CONTENTS Clauses Page no. Interpretation 3 The Print Media Accreditation Authority 4 1 Conditions for Accredited Agency 5 2 Application for Accreditation 6

More information

Appendix C Having used FIDIC 99 as the basis for identifying the modifications made within the analyzed contracts, it was necessary to understand the

Appendix C Having used FIDIC 99 as the basis for identifying the modifications made within the analyzed contracts, it was necessary to understand the Appendix C Having used FIDIC 99 as the basis for identifying the modifications made within the analyzed contracts, it was necessary to understand the differences between FIDIC 87 and FIDIC 99. The below

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

GENERAL SPECIFICATION FOR THE USE OF EXPLOSIVES

GENERAL SPECIFICATION FOR THE USE OF EXPLOSIVES ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS.PROV 120 NOVEMBER 2014 GENERAL SPECIFICATION FOR THE USE OF EXPLOSIVES TABLE OF CONTENTS 120.01 SCOPE 120.02 REFERENCES 120.03 DEFINITIONS 120.04 DESIGN

More information

Application for Right of Way Permit

Application for Right of Way Permit Application for Right of Way Permit The following are the requirements to perform construction in the City right of way. 1. There is an annual Applicant License Fee of $75.00. The license must be obtained

More information

Special Provision No. 599S22 March 2018 REQUIREMENTS FOR RETAINED SOIL SYSTEMS (RSS)

Special Provision No. 599S22 March 2018 REQUIREMENTS FOR RETAINED SOIL SYSTEMS (RSS) RETAINED SOIL SYSTEM, TRUE ABUTMENT - Item No. RETAINED SOIL SYSTEM, FALSE ABUTMENT - Item No. RETAINED SOIL SYSTEM, WALL/SLOPE, HIGH PERFORMANCE - Item No. RETAINED SOIL SYSTEM, WALL/SLOPE, MEDIUM PERFORMANCE

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 492 NOVEMBER 2010 CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES TABLE OF

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

CITY OF MADRAS RIGHT-OF-WAY CONSTRUCTION & USE PERMIT 125 SW E Street, Madras, OR Telephone (541) Fax (541)

CITY OF MADRAS RIGHT-OF-WAY CONSTRUCTION & USE PERMIT 125 SW E Street, Madras, OR Telephone (541) Fax (541) CITY OF MADRAS RIGHT-OF-WAY CONSTRUCTION & USE PERMIT 125 SW E Street, Madras, OR 97741 Telephone (541)475-2344 Fax (541)475-1038 Permit type (may include multiple types, please provide detail in the the

More information

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 FOR ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions... SP-1 SECTION 2 BIDDING... SP-1 2-1.01 General...

More information

EXCAVATION & BACKFILLING GUELPH TRANSIT OPERATIONS & MAINTENANCE SECTION WATSON ROAD FACILITY PAGE 1 OF 6 WATER RECLAMATION PROJECT JUNE 2013

EXCAVATION & BACKFILLING GUELPH TRANSIT OPERATIONS & MAINTENANCE SECTION WATSON ROAD FACILITY PAGE 1 OF 6 WATER RECLAMATION PROJECT JUNE 2013 GUELPH TRANSIT OPERATIONS & MAINTENANCE SECTION WATSON ROAD FACILITY PAGE 1 OF 6 PART 1 GENERAL 1.1 Description The Work of this Section shall be all labour, materials, equipment and supervision necessary

More information

THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION

THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION Standard Specifications for Restoration INDEX PAGE R.1 GENERAL...1 R.2 SCOPE...1 R.3 MATERIALS...1 R.4 CONSTRUCTION...2 R.4.1 General...2

More information

Standard Trading Conditions

Standard Trading Conditions Standard Trading Conditions 1. Definitions Company means Radius Global Solutions Inc. dba Radius Logistics. Conditions means the individual terms and conditions within these Standard Trading Conditions.

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices. SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section

More information

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8

Manistee County Road Commission 2018 Processed Road Gravel Specifications and Bid Form Page 1 of 8 Page 1 of 8 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 3:00 PM, EDT, FRIDAY, FEBRUARY 23, 2018 Board of County Road Commissioners of the County of Manistee, 8946 Chippewa Highway, Bear Lake, Michigan

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information

CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA PHONE: 727/ FAX: 727/

CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA PHONE: 727/ FAX: 727/ CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA 34695 PHONE: 727/724-1555 FAX: 727/724-1566 RIGHT-OF-WAY / EASEMENT USE PERMIT DATE SUBMITTED: EXPIRATION DATE: Submit the following to the

More information

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 514 APRIL 1999 CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING AND COMPACTING TABLE OF CONTENTS 514.01 SCOPE 514.02 REFERENCES 514.03 DEFINITIONS

More information

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application Good for 90 days from the Date Issued This permit is only required if the work location is owned or controlled by the City of Homestead and

More information

Solution Terms for Customised Apps ( Customised No Apps )

Solution Terms for Customised Apps ( Customised No Apps ) 1. Interpretation 1.1 This Solution is provided in accordance with the Customer s Agreement with EE. 1.2 Solution Description The Customised Apps Solution Description forms part of these Solution Terms.

More information

Gecko Logistics Group Terms & Conditions

Gecko Logistics Group Terms & Conditions Gecko Logistics Group Terms & Conditions 1. Definitions In these conditions - "Carrier" shall mean Gecko Logistics Group; "Carriage" shall mean and include the whole of the services undertaken by the Carrier

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING Section Number Title 301 GENERAL 302 MATERIALS SPECIFICATIONS 303 CLEARING

More information

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. ) PAGE 1 OF 6 FOR USE WHEN UNIT S FORM THE BASIS OF PAYMENT - TO BE USED ONLY WITH THE GENERAL CONDITIONS AND OTHER STANDARD DOCUMENTS OF THE UNIT MASTER MUNICIPAL CONSTRUCTION DOCUMENTS. Owner: Contract:

More information

00010ACT CARRIER BROKER CONTRACT

00010ACT CARRIER BROKER CONTRACT 00010ACT CARRIER BROKER CONTRACT I. IDENTIFICATION OF PARTIES AGREEMENT Made this day of 2011 by and between. hereinafter referred to as a CARRIER, and USA LOGISTICS, INC. with address at: P.O. Box 666,

More information

CONSTRUCTION SPECIFICATION FOR PIPE SUBDRAINS

CONSTRUCTION SPECIFICATION FOR PIPE SUBDRAINS ONTARIO PROVINCIAL STANDARD SPECIFICATION OPSS.MUNI 405 NOVEMBER 2017 (Formerly OPSS 405, November 2008) Note: The MUNI implemented in November 2017 replaces OPSS 405 COMMON, November 2008 with no technical

More information

CONSTRUCTION SPECIFICATION FOR PIPE SUBDRAINS

CONSTRUCTION SPECIFICATION FOR PIPE SUBDRAINS ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 405 NOVEMBER 2008 CONSTRUCTION SPECIFICATION FOR PIPE SUBDRAINS TABLE OF CONTENTS 405.01 SCOPE 405.02 REFERENCES 405.03 DEFINITIONS 405.04 DESIGN AND

More information

SPECIFICATION MAIN STREET PAVING THE TOWN OF TRENTON

SPECIFICATION MAIN STREET PAVING THE TOWN OF TRENTON SPECIFICATION MAIN STREET PAVING THE TOWN OF TRENTON JUNE 2017 SECTION 00 11 00 PROJECT DOCUMENTS INVITATION TO TENDERERS PAGE 1 Sealed tenders, marked Main Street Paving will be received by the Town of

More information

SECTION TRENCHING & BACKFILLING

SECTION TRENCHING & BACKFILLING SECTION 02225 - TRENCHING & BACKFILLING 1.0 GENERAL 1.1 Work included in this Section includes trenching and backfilling for underground pipelines and related structures only. 1.2 Reference Specifications

More information

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES CITY OF SANTA MONICA Department of Public Works Civil Engineering Division 1685 Main, Room 116 Santa Monica, CA 90401 Tel: (310) 458-2240 or (310) 458-8737 EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL

More information

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 514 NOVEMBER 2005 CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING TABLE OF CONTENTS 514.01 SCOPE 514.02 REFERENCES 514.03 DEFINITIONS

More information

Special Provision No. 314S03 November 2004

Special Provision No. 314S03 November 2004 GRANULAR A Item No. GRANULAR A, STOCKPILED Item No. GRANULAR A, FROM STOCKPILE Item No. GRANULAR B TYPE I Item No. GRANULAR B TYPE I, STOCKPILED Item No. GRANULAR B TYPE I, FROM STOCKPILE Item No. GRANULAR

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

Table of Contents. Project Agreement Schedule 14

Table of Contents. Project Agreement Schedule 14 Table of Contents PART 1 DEFINITIONS... 3 PART 2 INTEGRATED MANAGEMENT SYSTEM REQUIREMENTS... 6 2.1. Introduction... 6 2.2. Overview... 6 2.2.1 Management System Requirements... 7 2.2.2 Certification...

More information

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO. 2017-1 43 SOUTH GRANVILLE WATER AND SEWER AUTHORITY H STREET BY-PASS

More information

TOWN OF HOLLIS, NEW HAMPSHIRE

TOWN OF HOLLIS, NEW HAMPSHIRE TOWN OF HOLLIS, NEW HAMPSHIRE ROAD and DRIVEWAY SPECIFICATIONS APPENDIX (Adopted 10/7/08) APPENDIX A A. Road Design Standards 1. Pavement and drainage facilities, curbs and sidewalks, when required, shall

More information

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes

More information

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL This section covers the restoration of roadways and sidewalks, in whole or in part, with bituminous concrete paving. WITHIN 4 DAYS OF BACKFILLING IN AREAS

More information

MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE

MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE MR GLOBAL LOGISTICS TERMS & CONDITIONS OF SERVICE These terms and conditions of service constitute a legally binding contract between the "Company" and the "Customer". In the event MR Global Logistics

More information

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 FOR TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions...

More information

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131 CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer January 2011 1 CONSTRUCTION DOCUMENTS I. Bid Announcement

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

SPECIFICATIONS - DETAILED PROVISIONS Section Site Grading C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Site Grading C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 02210 - Site Grading C O N T E N T S PART 1 - GENERAL... 1 1.01 REQUIREMENT... 1 1.02 STRUCTURE PROTECTION... 2 1.03 JOB CONDITIONS... 3 PART 2 - PRODUCTS...

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE Proposals Solicited by: City of Nanticoke 15 East Ridge Street Nanticoke, PA 18634 C:\Users\jim\Desktop\Nanticoke City\07222013professionalengservices\Engineer

More information

CONSTRUCTION SPECIFICATION FOR COMPACTING

CONSTRUCTION SPECIFICATION FOR COMPACTING ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS.PROV 501 NOVEMBER 2014 CONSTRUCTION SPECIFICATION FOR COMPACTING TABLE OF CONTENTS 501.01 SCOPE 501.02 REFERENCES 501.03 DEFINITIONS 501.04 DESIGN

More information

Bill of Quantity (BOQ)

Bill of Quantity (BOQ) United Nation Development Programme Rehabilitation of Tunis & Omer Bin Abdel Aziz Sidewalks PAL 10-71488 : UXOs and Rubble Removal From Gaza Strip Bill of Quantity (BOQ) PREAMBLE TO BILL OF QUANTITY (BOQ)

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

REQUEST FOR QUOTATIONS Crushed Gravel

REQUEST FOR QUOTATIONS Crushed Gravel REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

DEMOLITION TRADE SPECIFICATION

DEMOLITION TRADE SPECIFICATION DEMOLITION TRADE SPECIFICATION GENERAL a) BDW Trading Limited Barratt Homes and David Wilson Homes are all trading names of BDW Trading Limited the Company. b) Site Condition The Contractor is to examine

More information

Appendix A General Conditions to Utility Cut Permanent Restoration

Appendix A General Conditions to Utility Cut Permanent Restoration Appendix A General Conditions to Utility Cut Permanent Restoration Abilities and Experience Appendix A General Conditions to Utility Cut Permanent Restoration All Contractors retained by the utility must

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

STANDARD SPECIFICATIONS JULY 2012 S-11 CULVERTS, HEADWALLS AND ROADSIDE DRAINAGE TABLE OF CONTENTS

STANDARD SPECIFICATIONS JULY 2012 S-11 CULVERTS, HEADWALLS AND ROADSIDE DRAINAGE TABLE OF CONTENTS TABLE OF CONTENTS 11.01 SCOPE OF WORK... 1 11.02 REFERENCES... 1 11.03 MATERIALS... 2 11.04 GRANULAR & NATIVE BACKFILL... 2 11.05 CONSTRUCTION... 2 11.06 MEASUREMENT FOR PAYMENT... 5 11.07 BASIS OF PAYMENT...

More information

Special Provision No. 405F03 March 2005

Special Provision No. 405F03 March 2005 PIPE SUBDRAINS - Item No. VIDEO CAMERA INSPECTION Item No. Special Provision No. 405F03 March 2005 OPSS 405, February 1990, Construction Specification for Pipe Subdrains is deleted in its entirety and

More information

Request for Proposal Design-Build Reconstruction of Bridge No. 15 and Bridge No. 17

Request for Proposal Design-Build Reconstruction of Bridge No. 15 and Bridge No. 17 374028 6 th Line, Amaranth ON L9W 0M6 Phone: 519-941-1007 Fax: 519-941-1802 Email: info@amaranth.ca Request for Proposal 1-2017 Design-Build Reconstruction of Bridge No. 15 and Bridge No. 17 Description

More information

CITY OF ELIZABETHTON Building Department Excavations and Cuts Permit Application

CITY OF ELIZABETHTON Building Department Excavations and Cuts Permit Application CITY OF ELIZABETHTON Building Department Excavations and Cuts Permit Application WORK SITE INFORMATION: Address: City: State: Zip Code: Foreman: Phone: ( ) Email Address: Purpose: CONTRACTOR INFORMATION:

More information

Chapter 2 Parties to the Contract

Chapter 2 Parties to the Contract Chapter 2 Parties to the Contract 2.1 Introduction Construction work may include building of a new structure, additions, alterations, expansion, replacement, dismantling, erection, commissioning, rehabilitation,

More information

1. INTRODUCTION 1.1 Contents of Engineering Specifications The Engineering Specifications contains the following sections:

1. INTRODUCTION 1.1 Contents of Engineering Specifications The Engineering Specifications contains the following sections: Schedule H to Bylaw 7452, Subdivision Bylaw Page 1 1. INTRODUCTION 1.1 Contents of Engineering Specifications 1.1.1 The Engineering Specifications contains the following sections: 1. Introduction 2. General

More information

REGIONAL CONSTRUCTION STANDARDS

REGIONAL CONSTRUCTION STANDARDS REGIONAL CONSTRUCTION STANDARDS SIXTH EDITION Publication Update 6.5 (Full Committee Approved Proposed Revision 6.5 Storm Sewer Joint Wrap - Section 302 As Publication Update 6.5) March 27, 2018 Copyright

More information

SHORT FORM CONTRACT CONTENTS SECTION I INSTRUCTIONS TO BIDDERS. 4. Bidders must be certified to work in the Shoreland Zone.

SHORT FORM CONTRACT CONTENTS SECTION I INSTRUCTIONS TO BIDDERS. 4. Bidders must be certified to work in the Shoreland Zone. SHORT FORM CONTRACT CONTENTS SECTION 1 SECTION 2 SECTION 3 SECTION 4 SECTION 5 Instructions to Bidders Bid Proposal Contract Agreement General Conditions of the Contract Construction Specifications Construction

More information

Select Subgrade Material, Compacted

Select Subgrade Material, Compacted 314.1 GENERAL B314 SHOULDER, SELECTED SUBGRADE, AND STOCKPILING OPSS.PROV 314 Granular materials meeting the requirements of OPSS.PROV 1010 are obtained from pits and quarries, and recycled materials.

More information