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 SSP 1

2 INDEX 1. GENERAL INFORMATION SITE PREPARATION & MOBILIZATION (TENDER ITEM A1.0) SEDIMENT AND EROSION CONTROL (TENDER ITEMS A4.0A, A4.0B, A4.0C AND H62.0) PLACE FILTER CLOTH UNDER LIDS AT ALL CATCHBASINS AND STORM AND SANITARY MANHOLES (TENDER ITEM A5.0) SUPPLY AND INSTALL 1.8M HIGH CHAIN LINK FENCE ALONG GRCA LANDS (TENDER ITEM A6.0) MM DIA. PLUG AND MARKER (TENDER ITEM B8.0) INSULATE STORM SEWER (TENDER ITEM C13.0) REMOVE PLUG TO EXISTING 600 MM DIA. STORM MH.7 AND COMPLETE ALL CONNECTIONS (TENDER ITEM C14.0) MM DIA. PLUG AND MARKER (TENDER ITEM C15.0) MM DIA. REAR YARD CATCH BASIN LEADS WITH CLASS B BEDDING (TENDER ITEMS C20.0) MM X 600 MM REAR LOT CATCH BASINS WITH SD-15 FRAMES AND GRATES (TENDER ITEM C21.0) MM DIA. PVC SDR-28 SINGLE SANITARY SEWER LATERAL SERVICE INCLUDING CONNECTION TO MAIN, MARKER POST AND CLASS B BEDDING (TENDER ITEMS E33.0) MM DIA. PVC SDR-28 DOUBLE SANITARY SEWER LATERAL SERVICE INCLUDING CONNECTION TO MAIN, 100 MM WYE CONNECTION AND 100 MM BRANCH SERVICES, MARKER POSTS AND CLASS B BEDDING (TENDER ITEM E34.0) MM DIA. TYPE K SOFT COPPER WATER SERVICE LATERAL INCLUDING BEDDING COMPLETE WITH CORPORATION STOP, CURB STOP, CURB BOX AND STEM AND CONNECTION TO MAIN (TENDER ITEMS E35.0) GRADING AND COMPACTING ROADS AND BOULEVARDS (TENDER ITEM F36.0) REMOVE AND DISPOSE OF EXISITNG ASPHALT (TENDER ITEM F37.0) REMOVE AND DISPOSE OF EXISTING TRAFFIC BARRIER (TENDER ITEM F38.0) VIDEO CAMERA INSPECTION OF SANITARY AND STORM SEWERS (TENDER ITEM G54.0) EARTH EXCAVATION FOR SIDEWALK CONSTRUCTION (TRUCK BOX MEASURE) (TENDER ITEM G57.0) GRANULAR A FOR DRIVEWAY RAMPING AFTER CURB CONSTRUCTION AND AFTER SIDEWALK CONSTRUCTION (TENDER ITEM G58.0) SSP 2

3 21. SWEEP STREETS (TENDER ITEM 59.0) EXTRA 19 MM CLEAR STONE BEDDING FOR SEWERS (TENDER ITEM H61.0) ADDITIONAL COST FOR HEATED CURB AND GUTTER (TENDER ITEM H66.0) ADDITIONAL COST FOR HEATED CONCRETE AND FULL INSULATED PROTECTION FOR CURB AND GUTTER (TENDER ITEM H67.0) ADDITIONAL COST FOR WINTER HEATING FOR BASE ASPHALT (TENDER ITEM H68.0) CONTINGENCY ALLOWANCE SSP 3

4 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, 2013 as amended Located on the City s website at NOTE: All special provisions are now located in the Part B Standard Contract Specifications. 2. Region of Waterloo and Area Municipal Design Guidelines and Supplemental Specifications for Municipal Services (DGSSMS), January Ontario Provincial Standard Specifications and Ontario Provincial Standard Drawings It will be the Contractor s responsibility to obtain current copies of the Ontario Provincial Standard Specification (OPS) Forms listed below, which form part of this Contract. The Contract shall include the latest (most recent) edition of the Specification unless otherwise noted. ONTARIO PROVINCIAL STANDARDS GENERAL CONDITIONS OF CONTRACT November 2006 Specifications for Construction Weighing of Materials OPSS 102 Schedule of Rental Rates for Construction Equipment OPSS 127 Including Model and Specification Reference Supply of Pre-Qualified Material and Products OPSS 128 Management and Excess Materials OPSS 180 Grading OPSS 206 Borrow OPSS 212 Hot Mixed Asphalt OPSS 310 Asphalt Sidewalk, Driveway, and Boulevard and for OPSS 311 Sidewalk Resurfacing Asphalt Curb and Gutter Systems OPSS 312 Untreated Granular, Subbase, Base, Surface, Shoulder, OPSS 314 and Stockpiling Concrete Sidewalk OPSS 351 Concrete Curb and Gutter Systems OPSS 353 Trenching, Backfilling, and Compacting OPSS 401 Rock Excavation for Pipelines, Utilities, and Associated OPSS 403 SSP 4

5 Structures in Open Cut Pipe Subdrains OPSS 405 Maintenance Hole, Catch Basin, Ditch Inlet, and OPSS 407 Valve Chamber Installation Adjusting or Rebuilding Maintenance Holes, Catch OPSS 408 Basins, Ditch Inlets, and Valve Chambers Closed-Circuit Television Inspection of Pipelines OPSS 409 Pipe Sewer Installation in Open Cut OPSS 410 Watermain Installation in Open Cut OPSS 441 Cathodic Protection of New and Existing Watermains OPSS 442 Site Preparation for Pipelines, Utilities, and Associated OPSS 490 Structures Preservation, Protection, and Reconstruction of Existing OPSS 491 Facilities Site Restoration Following Installation of Pipelines, OPSS 492 Compacting OPSS 501 Dust Suppressants OPSS 506 Utilities, and Associated Structures Removal OPSS 510 Rip-Rap, Rock Protection, and Granular Sheeting OPSS 511 Dewatering of Pipeline, Utility, and Associated Structure OPSS 517 Excavation Control of Water from Dewatering Operations OPSS 518 Traffic Control Signing OPSS 706 Pavement Marking OPSS 710 The Protection of Trees OPSS 801 Topsoil OPSS 802 Sodding OPSS 803 Seed and Cover OPSS 804 Temporary Erosion and Sediment Control Measures OPSS 805 Excavating and Backfilling Structures OPSS 902 Steel Reinforcement for Concrete OPSS 905 Aggregates General OPSS 1001 Aggregates Concrete OPSS 1002 Aggregates Hot Mix Asphalt OPSS 1003 Aggregates Miscellaneous OPSS 1004 Aggregates Base, Subbase, Select Subgrade, and OPSS 1010 Backfill Material Performance Graded Asphalt Cement OPSS.MUNI 1101 Hot Mix Asphalt OPSS 1150 Cementing Materials OPSS 1301 Water OPSS 1302 Admixtures for Concrete OPSS 1303 White Pigmented Curing Compounds for Concrete OPSS 1315 Concrete - Materials and Productions OPSS.MUNI 1350 SSP 5

6 Precast Reinforced Concrete Components for OPSS 1351 Maintenance Holes, Catch Basins, Ditch Inlets and Valve Chambers Steel Reinforcements for Concrete OPSS 1440 Circular Concrete Pipe OPSS 1820 Non-Pressure Polyethylene (PE) Plastic Pipe Products OPSS 1840 Non-Pressure Polyvinyl Chloride (PVC) Pipe Products OPSS 1841 Frames, Grates, Covers, and Gratings OPSS 1850 Geotextiles OPSS 1860 Calcium Chloride Flake and Calcium Chloride Solution OPSS 2501 ONTARIO PROVINCIAL STANDARD DRAWINGS It will be the Contractor s responsibility to obtain current copies of the Ontario Provincial Standard Drawings listed below, which form part of this Contract. Drawings for Roads, Barriers, Drainage Light Duty Straw Bale Barrier OPSD Light Duty Silt Fence Barrier OPSD Heavy Duty Silt Fence Barrier OPSD Excavated Sediment Trap in Ditch OPSD Dewatering Trap OPSD Barrier for Tree Protection OPSD Concrete Sidewalk OPSD Concrete Sidewalk Adjacent to Curb and Gutter OPSD Concrete Sidewalk Ramps at Intersections OPSD Utility Isolation in Concrete Sidewalks OPSD Cast Iron, Square Frame with Circular Closed or Open OPSD Cover for Maintenance Holes Aluminum Safety Platform for Circular Maintenance OPSD Holes Maintenance Hole Steps, Hollow OPSD Maintenance Hole Steps, Solid OPSD Concrete Barrier Curb with Standard Gutter OPSD Concrete Barrier Curb OPSD o Concrete Outlet, for Concrete Curb and Gutter OPSD o Concrete Outlet, for Concrete Curb and Gutter OPSD Method of Termination, for Concrete Curb and Gutter OPSD Precast Concrete Maintenance Hole 1200mm OPSD Diameter Precast Concrete Maintenance Hole 1500mm OPSD Diameter Precast Concrete Maintenance Hole 1800mm OPSD Diameter SSP 6

7 Maintenance Hole Benching and Pipe Opening OPSD Alternative Precast Concrete Maintenance Hole Components, OPSD mm Diameter, Tapered Top and Flat Cap Precast Concrete Maintenance Hole Components, OPSD mm Diameter, Transition Cone and Slabs Precast Concrete Maintenance Hole Components, OPSD mm Diameter, Transition Slabs Precast Concrete Single Inlet Flat Cap, 1500mm OPSD Diameter Precast Concrete Adjustment Units for Maintenance OPSD Holes, Catch Basins, and Valve Chambers Catch Basin Connection for Rigid Main Pipe Sewer OPSD Support for Pipe at Catch Basin or Maintenance Hole OPSD Catch Basin Connection for Flexible Main Pipe Sewer OPSD Flexible Pipe Embedment and Backfill Earth Excavation OPSD Flexible Pipe Embedment and Backfill Rock Excavation OPSD Rigid Pipe Bedding, Cover, and Backfill, Type 1 or 2 Soil OPSD Earth Excavation Rigid Pipe Bedding, Cover, and Backfill, Type 3 Soil OPSD Earth Excavation Rigid Pipe Bedding, Cover, and Backfill Rock OPSD Excavation Concrete Headwall, for Pipe Less Than 900mm OPSD Diameter Grating for Concrete Endwall OPSD Rip-Rap Treatment for Sewer and Culvert Outlets OPSD Sewer Service Connections for Rigid Main Pipe Sewer OPSD Sewer Service Connections for Flexible Main Pipe OPSD Sewer SSP 7

8 1. GENERAL INFORMATION Scheduling of the Work This project is to be carried out over a one-year period and involves the servicing of a subdivision comprising of 42 townhomes to normal City of Guelph Specifications The Contractor shall start work within ten (10) calendar days after receipt of notice to commence construction. The Contractor will be allowed a maximum of forty (40) working days to complete all works as part of this Contract. The Contractor shall stage the construction as follows; a) complete all underground services to the subdivision, b) curb and gutter, base asphalt and other associated surface works to follow hydro installation. It is expected that internal and external surface works will be completed separately due to the utility installation schedule. 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. Stage 1a Recording of working days will commence with a Start Work Order issued by the Engineer. The Contractor will be allowed a maximum of twenty (20) working days to complete all of the Stage 1a servicing works. Stage 1a works will comprise the following: i) Installation of all underground services, comprising storm sewers, sanitary sewers, watermains and appurtenances including catch basins, lot service laterals and hydrants. ii) Earth trimming, excavation and grading of roadway. iii) Placing of granular road base (Granular B and Granular A to complete a construction road). iv) All testing of sewers and watermains. v) Place filter fabric on sewer grates and maintenance hole covers. SSP 8

9 Stage 1b Recording of working days for Stage 1b works will commence with a Start work Order issued by the Engineer. The Contractor will be allowed ten (10) working days to complete Stage 1b. Upon the completion of hydro servicing and written notification from the Engineer that hydro servicing is complete, the Contractor will be allowed 14 calendar days before he must return to the site and begin Stage 1b work. Working days will begin on the 15th day subsequent to written notification by the Engineer. Stage 1b shall consist of the following work: i) Place curb and gutter. ii) Place base asphalt. iii) Raise all manholes, catch basins, and water valve boxes to base asphalt. iv) Grade boulevards and remove all unused construction materials and debris. v) Replace filter fabric on sewer grates and maintenance hole covers as necessary. The Contractor is hereby advised that the Corporation reserves the right to delete any work included in Stage 1b works prior to or after having entered into a formal agreement with the Contractor and to delay Stage 1b to the year 2014 at its discretion. Under no circumstances will the Corporation compensate a Contractor for fixed costs or other expenses resulting from the deletion or delay of Stage 1b works from the Contract. Stage 2 Ten (10) working days will be allowed for Stage 2 works. The work comprising Stage 2 will include, but not be limited to the following: i) The construction of concrete walks. ii) Placement of topsoil in boulevards and across public frontages. iii) Construction from time to time of concrete walks, gravel driveways, and topsoil across the front of lots that have been built upon. iv) Sodding where required. v) Placing top course asphalt pavement. SSP 9

10 The works included under Stage 2 of the Contract, specifically the sidewalk construction, placement of topsoil in boulevards and placement of top course asphalt, are contingent on the rate of home building in the subdivision. The Contractor is hereby advised that the Corporation reserves the right to delete any work included in Stage 2 works prior to or after having entered into a formal agreement with the Contractor and to delay Stage 2 to the year 2014 at its discretion. Tenderers shall prepare their tenders with the foregoing in mind and shall ensure that overhead and other fixed costs are realistically apportioned amongst the several tender items. Under no circumstances will the Corporation compensate a Contractor for fixed costs or other expenses resulting from the deletion or delay of Stage 2 works from the Contract. If the Contractor should complete the Stage 1 works in fewer days than the number described (20), the number of working days remaining under Stage 1 works will be added to the number prescribed (10) for Stage 2 works, so that the total time for completion of the Contract shall be forty (40) working days. 2. SITE PREPARATION & MOBILIZATION (TENDER ITEM A1.0) PROJECT SCHEDULE Submittal and Review Process The Contractor shall prepare and update as required, a construction schedule indicating the timing of the major and critical activities of the Work. The schedule shall confirm and illustrate key dates, milestones and phasing of the Work as outlined in the Contract Documents and ensure conformity with the specified Contract Time. The Contractor s schedule shall be submitted to the Engineer within seven (7) calendar days from the date of Contract Award. This schedule once reviewed by the Engineer and if it meets the Contract requirements, will become the Contract Construction Schedule against which progress will be measured. The proposed Contract Construction Schedule shall be submitted for acceptance in its optimum leveled form. This presentation should be in bar (GANTT) chart form. The schedule shall be created using Microsoft Project or approved equal and submitted in electronic format and six (6) hard copies shall be delivered to the Engineer. The Contractor s schedule shall be subdivided into work areas, as applicable, including mobilization and demobilization activities. SSP 10

11 Construction Layout Layout will be provided by the Engineer in accordance with Section of the City of Guelph Supplemental General Conditions of Contract. The survey field crew will check, each day, with the inspector as to layout requirements and will provide line and grade referred to stakes on an offset as requested by the Contractor. Written information will be given to the Contractor in the form of grade sheets stating elevations of the stakes, proposed grades for the particular service, or road element as the case may be, along with cut and fill reductions. The Contractor shall provide all stakes required by the Engineer for layout purposes. There will be no separate payment for this requirement, cost of same being deemed to the included in the unit prices for the Contract. It shall be the Contractor s responsibility to transfer the proper line and grade to the excavation or other work at hand. The Contractor shall have on site a Dumpy Level or better, leveling rod, and Engineer s transit with personnel capable of using them. The inspector shall have use of this equipment and the assistance of one of the Contractor s employees to verify grades and alignment as deemed necessary. The survey crew will be called upon, by the inspector, to recheck grades only when a problem is suspected. Upon completion of the work the field crew and/or inspector will take the necessary measurements and elevations for final quantity reports and for City records. 3. SEDIMENT AND EROSION CONTROL (TENDER ITEMS A4.0A, A4.0B, A4.0C AND H62.0) 19 mm clear stone for sediment control The contract price for this item is for supply and placement of 19 mm clear stone (includes all labour and equipment necessary) that may be required as directed by the site inspector or Engineer to control erosion. A) 50 mm clear stone for mud tracking pads Payment under this item shall be full compensation for all labour, equipment and materials required to install tracking mud tracking pads at all entrances to and egresses from the site for use throughout the construction period. Mud tracking pads shall be constructed using 50 mm diameter stone and will be a minimum of 10 metres long, 6 m wide, and 0.3 metres deep. SSP 11

12 Installation shall be required in the sediment and erosion control plans and installed prior to any construction starting. There may be occasions when small quantities are needed. The unit price shall be for full compensation for supply of materials, installation no matter the quantity required at the time of installation and the repair and/or maintenance of the mud tracking pads during the duration of the contract as directed by the Engineer or the City of Guelph. Upon installation, the Contractor and the Engineer will inspect the mud tracking pad for acceptance. B) Maintenance The contract lump sum price for this item shall be compensation in full for all labour, equipment and materials necessary for: maintaining, reinforcing and repairing all sediment and erosion control measures installed throughout the duration of the contract; removal and disposal of any accumulated sediment from the upstream side of all sediment and erosion control measures as necessary to the satisfaction of the Engineer; inspection of all sediment and erosion control measures on a weekly basis or after any rainfall event of 13 mm or greater; submitting weekly written inspection reports to the Engineer; ensuring maintenance is carried out, within 48 hours, on any part of the sediment and erosion control measures found to need repair; submitting written remediation reports to the Engineer upon the completion of remedial works referencing what was repaired and how; The Contractor is expected to take a proactive approach towards the maintenance and inspection of the sediment and erosion control measures. Should any part of the sediment and erosion control measures fail and damage is done, the Contractor is responsible for the removal of any silt and debris and the repair and remediation of the naturalized/affected areas. No additional payment shall be made. If required, the Contractor will be asked to return to the site and make repairs or install additional sediment fence during the two year maintenance period with no additional compensation. SSP 12

13 C) Repair existing silt fence The contract per meter price for this item is for the repair or replacement of existing silt fence (both Light Duty and Heavy Duty) to the satisfaction of the Engineer. This work will be completed prior to the commencement of municipal servicing and as required throughout the servicing works. Upon the completion of the remedial work, the Contractor and the Engineer will inspect all silt fencing for acceptance. Payment under this item shall be full compensation for all labour, equipment and materials required to repair or replace the sediment fence as shown on the Erosion and Siltation Control Plan or as directed by the Engineer. 4. PLACE FILTER CLOTH UNDER LIDS AT ALL CATCHBASINS AND STORM AND SANITARY MANHOLES (TENDER ITEM A5.0) Filter cloth shall be Terrafix 270R and no other alternative fabric will be permitted. The contract unit price for this item allows for the placement of filter cloth after the installation of road structures and again after base asphalt is placed. The Contractor is responsible for maintaining the filter cloth after each installation until surface asphalt is placed (for structures in the road). Filter cloth shall have sufficient overlap or be clipped to grates and covers to prevent failure under full silt load. The unit price includes removal and disposal of filter cloth and debris at a later date. 5. SUPPLY AND INSTALL 1.8M HIGH CHAIN LINK FENCE ALONG GRCA LANDS (TENDER ITEM A6.0) The contract unit price for this item shall be for all labour, equipment and materials required to supply and place a 1.8 m high black vinyl chain link fence, including end posts and anchor posts along the GRCA lands MM DIA. PLUG AND MARKER (TENDER ITEM B8.0) The contract price for this item includes all labour and equipment necessary to install 200 mm dia. plug and marker, as indicated on the Contract Drawings. SSP 13

14 7. INSULATE STORM SEWER (TENDER ITEM C13.0) The contract unit price for this item includes all material, labour and equipment costs associated with insulating storm sewers which are buried under less than 1.5 m of cover. Insulation shall consist of 50 mm thickness Styrofoam H.I. 40 as manufactured by Dow Chemical Co. or approved equal and Granular A bedding and cover material, as per the Contract Drawings. Storm sewer that does not have 1.5 m of cover must be insulated. Payment shall be on as per linear meter of sewer being insulated. 8. REMOVE PLUG TO EXISTING 600 MM DIA. STORM MH.7 AND COMPLETE ALL CONNECTIONS (TENDER ITEM C14.0) The contract unit price for this item includes removing the plug to the existing 1500 mm dia. storm manhole and connecting to the existing manhole. Once connected benching is to be completed as necessary to match the existing sanitary sewer inverts and parge the storm sewer connection MM DIA. PLUG AND MARKER (TENDER ITEM C15.0) The contract price for this item includes all labour and equipment necessary to install 375 mm dia. plug and marker, as indicated on the Contract Drawings MM DIA. REAR YARD CATCH BASIN LEADS WITH CLASS B BEDDING (TENDER ITEMS C20.0) As indicated on the Contract plans, CSA A257.2 concrete pipe shall be used for the rear yard catch basin leads. No other pipe type may be substituted. The Contractor shall install insulation to all catch basin leads where cover is less than 1.5 m to the obvert of the pipe. This work shall be included in the Contract unit price for the installation of the catch basin leads MM X 600 MM REAR LOT CATCH BASINS WITH SD-15 FRAMES AND GRATES (TENDER ITEM C21.0) Immediately upon installation, each off-street catch basin shall be surrounded by a sediment moat 600 mm deep by 2.0 metre wide, and filter fabric shall be immediately placed over the grate with enough fabric tucked SSP 14

15 under the grate to seal and secure it against bypass (i.e. wrap the grate and/or frame), as per the contract detail drawings. This work is part of the cost of installation of the off-street catch basin. Until completion of servicing, maintenance and periodic cleanout of the moat and replacement of the filter fabric shall be the responsibility of the Contractor to maintain the function of this feature MM DIA. PVC SDR-28 SINGLE SANITARY SEWER LATERAL SERVICE INCLUDING CONNECTION TO MAIN, MARKER POST AND CLASS B BEDDING (TENDER ITEMS E33.0) All sanitary laterals shall be placed at 2.7 m depth to the invert of the pipe below the finished elevation at the right-of-way. Marker posts shall extend a minimum of 1.0 m above grade and shall be painted green in colour MM DIA. PVC SDR-28 DOUBLE SANITARY SEWER LATERAL SERVICE INCLUDING CONNECTION TO MAIN, 100 MM WYE CONNECTION AND 100 MM BRANCH SERVICES, MARKER POSTS AND CLASS B BEDDING (TENDER ITEM E34.0) All sanitary laterals shall be placed at 2.7 m depth to the invert of the pipe below the finished elevation at the right-of-way. Marker posts shall extend a minimum of 1.0 m above grade and shall be painted green in colour. SSP 15

16 MM DIA. TYPE K SOFT COPPER WATER SERVICE LATERAL INCLUDING BEDDING COMPLETE WITH CORPORATION STOP, CURB STOP, CURB BOX AND STEM AND CONNECTION TO MAIN (TENDER ITEMS E35.0) City of Guelph Standard Specifications SS-200 SI shall apply to this work. Watermains shall be under standard City pressure (typical operating pressure for the area serviced) for connection of all services (tap and main stop connection). Standard Drawing SD-26 shall apply. Marker posts shall extend a minimum of 1.0 m above finished grade, be one piece and shall be painted blue in colour. 15. GRADING AND COMPACTING ROADS AND BOULEVARDS (TENDER ITEM F36.0) The subdivision site has been area graded prior to this contract. The centreline of roads and rights-of-way are now approximately 0.6 m below finished centreline grade to allow for the displacement of sewer bulking. This item provides for the shaping of boulevards and road sub-base plus the compaction of same, prior to the placing of gravel or topsoil and is generally such work as would normally be included in an earth moving item. Measurement for payment shall be based on the length of street graded times the width of the right-of-way. Payment shall include compensation for all equipment and labour necessary to bring the road allowance to the required profile in order to permit the completion of construction of the roadway, curbs and sidewalks, and utilities. Excess fill (if any) shall be placed on low lots within the subdivision as directed by the Engineer. All costs to move excess fill to low lots shall be included in the contract price for this item. SSP 16

17 16. REMOVE AND DISPOSE OF EXISITNG ASPHALT (TENDER ITEM F37.0) All works to be completed as per the drawings and detail provided. All disturbed asphalt is to be removed and disposed off site at a location arranged by and at the sole expense of the contractor. Grading, compaction, and materials for reconstructing subbase and associated granular base shall be included in the unit price for this item. 17. REMOVE AND DISPOSE OF EXISTING TRAFFIC BARRIER (TENDER ITEM F38.0) The unit price of this item includes the excavation and disposal off-site (at a location arranged by the contractor) as specified on the contract drawings. 18. VIDEO CAMERA INSPECTION OF SANITARY AND STORM SEWERS (TENDER ITEM G54.0) City of Guelph Standard Specification SS-100 SI shall apply to this work, except that upon completing the underground sewer and watermain installations and testing and completing the construction road, the Contractor shall arrange to have a video camera inspection performed on all sewers within the limits of the contract. This work must be done as soon as possible so that utility installation will not be delayed. A 360 degree pan of all service laterals shall be completed. Should the Contractor fail to instruct the sub-contractor completing the work of this specification, the video will be completed again at the sole cost of the Contractor to the Engineer s specifications. The price for this item shall include labour, equipment and materials and all sewer flushing as required to complete the video inspection upon the completion of sewer installation. Prior to final acceptance, the sewer shall be flushed and videotaped a second time. Flushing will be paid for by the hour as an extra to the Contract and the video inspection will be completed at the Contract unit price as bid. SSP 17

18 19. EARTH EXCAVATION FOR SIDEWALK CONSTRUCTION (TRUCK BOX MEASURE) (TENDER ITEM G57.0) Measurement for payment will be made in cubic metres by truck box measure as the material is loaded for disposal off-site. The size of the truck box will be measured and agreed upon by the Contractor and Engineer prior to payment being made. Earth excavation shall include all surplus earth to be loaded, hauled and disposed of off-site as directed by the Engineer. Boulevards shall be excavated to a depth of 100 mm below finished grade, that is, the line draw from the top of the curb to the curbside of the sidewalk. The boulevards will have been graded properly during the area grading and subsequent road grading during Stage I. This unit price item will only be used, with the Engineer's authorization, to pay for the excavation and removal of any earth material that have been created by new home constructions and left by the builder within the road right-of-way. The material removed shall include all visible rock and builders debris within the boulevard (i.e. no burying wood or brick in the boulevard left by the builder). The excess material shall be hauled off the site to locations arranged for by the Contractor at his expense. 20. GRANULAR A FOR DRIVEWAY RAMPING AFTER CURB CONSTRUCTION AND AFTER SIDEWALK CONSTRUCTION (TENDER ITEM G58.0) The unit price of this item includes the excavation and disposal off-site (at a location arranged by the Contractor) of any waste soil if necessary. 21. SWEEP STREETS (TENDER ITEM 59.0) The Contract unit price for this item is for sweeper time on-site only. The Contractor will, from the commencement of construction until final acceptance, scrape debris, dust, sand, and other deleterious materials from all streets laid out on the plan and power wash said streets with a mobile sweeper/washer, every Friday at a minimum or more frequently as determined by the Engineer or the City of Guelph. Streets will only be swept during drought conditions at the discretion of the Engineer. SSP 18

19 22. EXTRA 19 MM CLEAR STONE BEDDING FOR SEWERS (TENDER ITEM H61.0) Payment for this item shall include all work necessary to supply and place material, if necessary, only if directed by the Engineer. The unit price for this item shall also include filter fabric. Payment shall be made by the tonne as verified by weigh tickets. 23. ADDITIONAL COST FOR HEATED CURB AND GUTTER (TENDER ITEM H66.0) The contract unit price for this item shall include labour, materials and equipment necessary to heat concrete for curb and gutter. 24. ADDITIONAL COST FOR HEATED CONCRETE AND FULL INSULATED PROTECTION FOR CURB AND GUTTER (TENDER ITEM H67.0) The contract unit price for this item shall include labour, materials and equipment necessary to heat concrete and to provide full insulated protection for curb and gutter. 25. ADDITIONAL COST FOR WINTER HEATING FOR BASE ASPHALT (TENDER ITEM H68.0) The decision to proceed with winter heating and protection is at the discretion of the Contract Administrator prior to starting such work. Approval must be received in writing from the Contract Administrator prior to any payment for these items. 26. CONTINGENCY ALLOWANCE The Contractor shall note that the City of Guelph s supplemental General Conditions of Contract shall apply to all extra work performed in this contract. The Contractor is advised that all extra work required to complete this project must be authorized by the Contract Administrator prior to starting such extra work and all field force accounts shall be verified and signed by the Resident Inspector prior to the Contractor submitting his invoices for payment. Failure to follow this procedure may result in the rejection of invoices. SSP 19