CITY OF GUELPH CONTRACT NO SUPPLEMENTAL SPECIAL PROVISIONS

Size: px
Start display at page:

Download "CITY OF GUELPH CONTRACT NO SUPPLEMENTAL SPECIAL PROVISIONS"

Transcription

1 CITY OF GUELPH CONTRACT NO SUPPLEMENTAL SPECIAL PROVISIONS

2 INDEX Contents 1. EXTERNAL CONTRACT DOCUMENTS AND DRAWINGS GENERAL INFORMATION UTILITY COORDINATION, TRAFFIC AND PEDESTRIAN CONTROL SUPPLY AND INSTALLATION OF A PRE-CAST OIL GRIT SEPARATOR RESTRAINING EXISTING HYDRANT VALVE & SUPPLY AND INSTALLATION OF FIRE HYDRANTS AND VALVE BOX SUPPLY AND PLACE SEDIMENTATION EROSION CONTROL FILTER FABRIC (PROVISIONAL) SUPPLY AND PLACEMENT OF 200 MM DIA. R10 ROUNDED RIP RAP ON GEOTEXTILE VACUUM EXCAVATE UNDERGROUND UTILITIES SUPPLY AND INSTALLATION OF FUTURE UTILITY DUCT BANK ASPHALT KILL STRIP (8)

3 1. EXTERNAL CONTRACT DOCUMENTS AND DRAWINGS The following listed documents and or drawings form part of this contract and it is the responsibility of the contractor to obtain all relevant current copies. 1. City of Guelph Part "B" Standard Contract Specifications, February 2013 Located on the City's website at 2. Region of Waterloo and Area Municipal Design Guidelines and Supplemental Specifications for Municipal Services (DGSSMS), latest (most recent) edition. 3. Ontario Provincial Standard Specifications It will be the Contractor's responsibility to obtain current copies of the Ontario Provincial Standard Specification (OPS) Forms listed below, included within the Supplemental Special Conditions or Form of Tender, which form part of this Contract. The Contract shall include the latest (most recent) edition or revision of the Specification unless otherwise noted. TITLE SPEC. NO. OPSS. DATE OPS General Conditions of Contract 100 Weighing of Materials 102 Electrical Work 106 Schedule of Rental Rates for Construction Equipment Including 127 Model and Specification Reference Supply of Pre-Qualified Material and Products 128 Management of Excess Material 180 Clearing, Close Cut Clearing, Grubbing, and Removal of Surface 201 and Piled Boulders Grading 206 Stockpiling of Patching Materials and Patching of Asphalt 307 Pavement Cold Mixed, Cold Laid, Open and Dense Graded Bituminous Mix 309 Hot Mix Asphalt 310 Asphalt Sidewalk, Driveway, and Boulevard and for Sidewalk 311 Resurfacing Asphalt Curb and Gutter Systems 312 1

4 TITLE SPEC. NO. OPSS. DATE Untreated Granular, Subbase, Base, Surface, Shoulder, and Stockpiling Maintenance Hole, Catch Basin, Ditch Inlet, and Valve Chamber Installation Adjusting or Rebuilding Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers Closed Circuit Television Inspection of Pipelines 409 Pipe Sewer Installation in Open Cut 410 Construction Specification for Watermain Installation in Open Cut 441 Compacting 501 Site Preparation for Pipelines, Utilities, and Associated Structures 503 Preservation, Protection, and Reconstruction of Existing Facilities 504 Dust Suppressants 506 Site Restoration Following Installation of Pipelines, Utilities, and Associated Structures Removal 510 Construction Specification from Rip-Rap, Rock Protection and Granular Sheeting Trenching, Backfilling, and Compacting 514 Rock Excavation for Pipelines, Utilities, and Associated Structures in Open Cut Excavating, Backfilling, and Compacting for Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers Dewatering of Pipeline, Utility, and Associated Structure Excavation 517 Control of Water from Dewatering Operations 518 Pavement Marking 532 Traffic Control Signing 543 Electrical Work General 601 Installation of Electrical Chambers 602 Installation of Ducts 603 The Protection of Trees Topsoil Sodding Seed and Mulch Construction Specification for Steel Reinforcing for Concrete 905 2

5 TITLE SPEC. NO. OPSS. DATE Construction Specification for Structural Wood Systems 907 Construction Specification for Metal Traffic Barriers and Metal Railings for Structures Construction Specification for Prestressed Concrete Precast Members Construction Specification for Formwork and False Work 919 Construction Specification for Installation of Bearings 922 Ontario Provincial Standard Drawings It will be the Contractor's responsibility to obtain current copies of the Ontario Provincial Standard Drawings listed below, included within the Supplemental Special Conditions or Form of Tender, which form part of this Contract. TITLE OPSD NO. DATE REV. Minimum Vertical Clearances for Aerial Cable Systems Barrier for Tree Protection Pavement Reinstatement for Utility Cuts Concrete Barrier Curb with Standard Gutter Concrete Barrier Curb Asphalt Curb and Asphalt Gutter Catch Basin Frame with Grate Installation at Curb and Gutter Catch Basin Frame with Grate Shoulder Installation at Concrete Barrier Frame with Grate Installation for Inlet Type Catch Basins Catch Basin Connection for Rigid Main Pipe Sewer Support for Pipe at Catch Basin or Maintenance Hole Catch Basin Connection for Flexible Main Pipe Sewer Flexible Pipe Embedment and Backfill, Rock Excavation Rigid Pipe Bedding, Cover, and Backfill, Rock Excavation Rigid Pipe Bedding and Cover in Embankment, Original Ground: Earth or Rock Sewer Service Connections for Flexible Main Pipe Sewer Cable Installation in Trenches Cable and Duct Protection and Marking Rigid Ducts Encased in Concrete

6 TITLE OPSD NO. DATE REV. Duct Installation in Trenches Underground Rigid Duct Connection at Concrete Structure Duct Installation Profiles Rigid Duct Installation in Existing Paved Area - Granular Backfill Method Duct Installation at Utility Crossings GENERAL INFORMATION Scheduling of the Work The work is to be carried out in one construction season. The estimated start date for the project is June 17, The Contractor will be ordered to commence work within 2 weeks of the Contract award or as stated in the Contract award letter. The Contractor shall be allowed 80 working days to complete all work under the contract. It is the responsibility of the Contractor to augment additional daylight shifts as required to complete the work within the specified time. There will be no additional payment made thereof. Hours of Work The Contractor shall be prohibited from the operation of construction equipment during the following times: 7:00 p.m. to 7:00 a.m. (to 9:00 a.m. Saturdays) and at all times on Sundays and holidays, with the exception of scheduled isolation water valve installations on Sunday(s). The Contractor and City Water Works Department shall determine the schedule for the installation of isolation valves at the preconstruction meeting. Special consideration will be given to the Contractor for working during nights and weekends to minimize disruption of daytime (Monday to Saturday) traffic. Specifications Work under all items within the form of tender shall be completed in accordance with the Specifications listed and as amended herein. The latest revision of specifications at the time of tendering, shall apply to all items in the Form of Tender. The most stringent of the specifications listed shall govern in case of conflict. Provisional Items Provisional Items shall not be initiated without the written consent of the Contract Administrator. 4

7 Payment All payments will be made in accordance with provisions of the Construction Lien Act, The Contractor shall note that release of holdback funds will only be made when all work is completed to the satisfaction of the Engineer and 45 days have elapsed from the date of publication of substantial completion certificate. 3. UTILITY COORDINATION, TRAFFIC AND PEDESTRIAN CONTROL Scope of Work The Contractor shall maintain traffic and pedestrian control through all stages of the work and shall coordinate / assist utility companies in the relocation of existing utilities found to be in conflict with the work including but not be limited to Rogers, Bell, Telus and Guelph Hydro. The Contractor shall supply and maintain all construction signing in accordance with OPSS 543, the Ontario Traffic Manual (OTM) Book 7 (Temporary Conditions) and the Occupational Health and Safety Act (OHSA). Lane Restriction and Closures The Contractor shall maintain local traffic on Victoria Road South. The cost of temporary works where required to stage the construction as detailed below including hot mix asphalt shall be paid at the unit bid prices for the appropriate tender item Staging of Construction The Contractor shall stage the construction in accordance with the proposed staging detailed below: Stage 1 - Starting on or about June 17, 2013 for a maximum of 10 working days anticipated work shall include but not be limited to the following: Close of Victoria Road South between Stone Road and MacAlister Boulevard to through traffic Complete installation of erosion and sediment control measures and tree protection fencing Complete installation of 450mm culvert using storm sewer material on the east side of Victoria Road South between Sta and Sta and backfill the existing ditch with suitable on site excavated material Installation of oil grit separators and outlets 5

8 Extension / replacement of the existing 900mm culvert at Sta as directed by the Engineer with concrete pipe Installation of 200mm sanitary sewer services, 150mm water services and 400mm gate valve to service abutting properties (Provisional subject to receipt of security from developers) Installation of CB 32.2, lead and necessary storm sewer including trench restoration to surface asphalt at Stone Rd East to allow diversion of southbound traffic to the east side of Victoria Road South away from the west side works to be completed under Stage 2 Placement of salvaged granular and 50mm of temporary HL-8 asphalt as necessary to accommodate and maintain one fully paved lane of southbound through traffic away from the west side works to be completed under Stage 2. Set up of necessary traffic control, barriers and signage for Stage 2 works and reopen Victoria Road South to one lane of southbound through traffic on the east side of Victoria Road South. Stage 2 Starting in the beginning of July 2013 for approximately 30 working days anticipated work shall include but shall not be limited to the following: Maintain one lane of southbound through traffic on the east side of Victoria Road South Removal of the existing asphalt pavement on the west side of Victoria Road South Installation of the storm sewer, catchbasins and catchbasin lead on the west side including catchbasin lead stubbed to the east limit of the Stage 2 work area Installation of utility duct on the west side including road crossings to the east limit the Stage 2 work area Excavate and widen the west side of the roadway including filling and rough grading the west side boulevard, installation of roadway granulars, C&G and base asphalt Installation of retaining wall and guiderail at the 900mm culvert crossing Installation of regulatory signage and pavement markings Set up necessary traffic control to maintain 1 lane of through traffic in each direction on the west side of Victoria Road South away from the east side work to be completed under Stage 3 6

9 Stage 3 - Starting in mid August 2013 for approximately 25 working days anticipated work shall include but shall not be limited to the following: Maintain one lane of through traffic in each direction on the west side of Victoria Road South Removal of the existing asphalt pavement on the east side of Victoria Road South Installation of catchbasins and catchbasin leads on the east side including connection to the stubs installed under Stage 2 Installation of non-potable watermain including swabbing and pressure testing (disinfection and bacteriological testing are not required) Excavate and widen the east side of the roadway including rough grading the east side boulevard, installation of roadway granulars, C&G, base asphalt and driveway restoration Installation of guiderail, regulatory signage and pavement markings Remove temporary traffic control and turn the site over to utility companies to complete distribution pole relocation along the east side and streetlight installation from the end of September 2013 to the end of November 2013 Stage 4 Starting in late April 2014 for approximately 15 working days anticipated work shall include but shall not be limited to the following: Set up and maintain necessary traffic control to maintain one lane of through traffic in each direction on Victoria Road South Installation of concrete sidewalk on the west side of Victoria Road South Fine grade and complete landscaping work including installation topsoil, sod, hydro seed, mulch and street trees Install remaining non-regulatory signage on distribution and streetlight poles Local Access and Pedestrian Control The Contractor shall be responsible to provide local traffic and pedestrian control on Victoria Road South. The Contractor shall maintain both pedestrian and vehicular access to all properties / businesses including Elliott Bus Lines and the residential property at 832 Victoria Road South at all times. 7

10 Partial Entrance Closures In the event that a partial entrance closure is required, the Contractor shall obtain approval from the Engineer prior to closures and shall co-ordinate the partial entrance closure with the affected property owners, occupants and the Engineer. The Contractor shall provide a minimum of one (1) week' notice to the City of Guelph Engineer and Traffic Services Division prior to any partial entrance closures. Entrance Closures In the event that a closure is required, the Contractor shall obtain approval from the Engineer prior to closures and shall co-ordinate the road closure with the affected property owners, occupants, and with the City of Guelph Traffic Services Division. The Contractor shall provide a minimum of two (2) weeks' notice to the City of Guelph Engineer and Traffic Services Division prior to any closures. Entrance Signage and Traffic Control The Contractor shall be responsible for the supply, installation, maintenance and removal of all signs required for entrance detours and restrictions, including signs on private property, exit only signs, entrance only signs, one way signs, barricades and construction fencing. Payment Payment on the lump sum basis for traffic and Pedestrian Control for the above work shall be full compensation for all labour, equipment and material required to provide for traffic and pedestrian controls. Payment on the lump sum basis for coordination with existing utilities shall be full compensation for all labour, equipment and material required for the coordination with existing utility providers, the installation of temporary utility support system for the relocation of existing utilities, the installation of temporary supports (i.e., soil anchoring/pinning/shoring, etc.) to stabilize the existing watermain, sanitary sewer and forcemain that are to remain protected during the Contract works, and for the provision of layout for the relocation of new utility poles. Payment shall be prorated based on percentage of Contract completed. 4. SUPPLY AND INSTALLATION OF A PRE-CAST OIL GRIT SEPARATOR The work for this item shall include all labour, equipment, and materials required to supply, and install, Hydroguard precast oil grit separators that must meet the technical water quality 8

11 objectives of over 80 percent TSS removal for a fine (organics, silts and sand) particle size distribution and at minimum 85 percent annual runoff capture. As part of these works, the Contractor shall submit to the Engineer design calculations and drawings of each proposed oil grit separator for review and approval prior to the ordering of any oil grit separators. The anticipated drainage flow rates to be treated by the oil grit separators are as follows: 1. OGS 4 - Q = m 3 /s 2. OGS 5 - Q = m 3 /s The oil grit separators must be capable of removing TSS for a wide range of particle sizes, including fine sediments (clays and silts) in order to meet the required water quality objectives. The accepted oil grit separator supplier is Stormceptor. The oil grit separator frames and covers located on the road surface shall be set to base asphalt elevation as noted on the Contract Drawings. The oil grit separator frame and cover located outside of the road surface shall be set at the elevation noted on the Contract Drawings unless directed otherwise by the Engineer. All costs for dewatering to install the oil grit separators shall be included in the unit bid price. 5. RESTRAINING EXISTING HYDRANT VALVE & SUPPLY AND INSTALLATION OF FIRE HYDRANTS AND VALVE BOX Scope of Work The work required for the restraining of existing hydrant valves shall include for the supply of materials (i.e., mechanical joint restraints), labour and equipment to excavate and restrain all joints on the line side of the existing hydrant valve to the hydrant side of the existing hydrant tee, c/w backfilling and compaction. The work required for the excavation, supply and installation of fire hydrant, hydrant boot, elbows, riser, valve box and valve stem extensions, where required shall include for the supply of materials (hydrant, additional pipe/riser, poured thrust block, etc., in accordance with SD-27), labour and equipment for the horizontal or vertical relocation of both the hydrant set and valve box to be installed in accordance with SD-25. Basis of Payment Payment at the unit price bids shall be compensation in full for materials, labour, and equipment necessary to restrain the existing hydrant valve and to supply and install the hydrant and valve box to the location and elevation as indicated on the drawings. The item for the supply and installation of fire hydrant and valve box shall also include the cost for additional length of hydrant lead pipe, hydrant boot, complete with mechanical coupling required to extend the 9

12 hydrant elevation, and also include for additional tracer wire, poured thrust block, restrained joints, bedding, backfill, etc, as required under SD-25. Compensation for supplying and installing extension kits, if required, to set the hydrant and valve to the specified grade shall be included in the unit price for the works and no additional payment will be made therefore. 6. SUPPLY AND PLACE SEDIMENTATION EROSION CONTROL FILTER FABRIC (Provisional) The work for this item includes for the supply of materials, labour and equipment for the placement of sedimentation erosion control filter fabric. The sedimentation erosion control fabric shall be Terrafix S32 or equivalent for application on 2:1 slopes and Terrafix C32 or equivalent for application on 1:1 slopes. Payment Payment for these items will be at the unit price indicated in the Form of Tender. The costs include for the supply of all applicable materials, labour and equipment for the application of the sedimentation erosion control blankets. 7. SUPPLY AND PLACEMENT OF 200 MM DIA. R10 ROUNDED RIP RAP ON GEOTEXTILE The work for these items includes for the supply of materials, labour and equipment for the placement of maximum 200 mm dia. rounded rip rap, R10 graded based on Table 5 of OPSS Rip rap shall be placed in 300 mm thickness as shown on the contract drawings. Geotextile shall be nonwoven Class II according to OPSS 1860 with an FOS of μm. Installation shall be in accordance with OPSS 511. Payment Payment for this item will be at the unit price indicated in the Form of Tender. The costs include for the supply of all applicable materials, labour and equipment for the placement of the R10 rounded rip rap and geotextile. 8. VACUUM EXCAVATE UNDERGROUND UTILITIES The work for this item includes for the vacuum excavation or daylighting of underground utilities to confirm location of utilities, to uncover utilities or lower existing utilities. 10

13 Payment Payment for the vacuum excavation or daylighting of underground utilities shall be paid based on the unit rate for each bundle of utilities unearthed in the same hole to locate the utilities and for vacuum excavation and lowering of utilities, the linear per meter rate along the length of the excavation shall be measured for payment. The costs shall include for the supply of all materials, labour and equipment to complete these works. 9. SUPPLY AND INSTALLATION OF FUTURE UTILITY DUCT BANK (PROVISIONAL) Scope of Work The work for these items includes for the provision of materials, labour and equipment for the supply and installation of Type II PVC conduit pipe, connected by PVC Conduit, Solvent Cemented including fish line (mule tape), marker tape and installation of utility supplied pull boxes. Conduit pipe and pull boxes to be backfilled and compacted with sand bedding and cover material. The contractor shall make necessary arrangements with the utility companies for the supply of utility pull boxes. The proposed running line for the majority joint duct (2 Rogers, 2 Bell, 1 Steetlight) is 2m from the back of curb on east side of Victoria Road South. Installation and location is provisional and subject to submission of drawings by utility companies, issuance of municipal consent by the City of Guelph and receipt of upfront funding from utility companies. Payment Payment for trenching shall be per linear metre of utility trench excavated, backfilled and compacted. Payment for the supply and installation of the duct bank shall be per linear metre of duct bank installed. Payment for the installation of pull boxes shall be per each utility pull box installed. Payment shall cover all associated costs for labour, equipment and materials for the incidental works associated with the installation of the duct bank and pull boxes. 10. ASPHALT KILL STRIP Scope of Work The unit price bid per square metre shall include supply and installation of 150mm Granular A and 50mm HL3F hot mix asphalt to provide a 0.75m wide asphalt kill strip between the back of curb and back of guiderail posts. AC indexing shall be permitted on this item. The area of asphalt 11

14 shall be converted to tonnes by multiplying the area of asphalt X the asphalt thickness X a theoretical density of 2.4 tonnes/m 3. Once the number of tonnes is calculated, SP 23 will be used to calculate the AC Indexing amount. Payment Payment at the unit price bid per square metre under this item shall also include all costs associated with the sub-excavation, loading, haulage and disposal of material which is to be displaced. Payment at the Contract price for the above work shall be full compensation for all Labour, Equipment, and Material to do the work including all requirements of SS-2, OPSS 120 and