SPECIFICATIONS SCOPE OF WORK

Similar documents
TS 803 DUCTS DUCT INSTALLATION, PROTECTION AND MARKING WITHIN A TRENCH OPEN TRENCH DUCT INSTALLATION PROFILE

THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION

CONSTRUCTION SPECIFICATION FOR TRAFFIC ACTUATION EQUIPMENT

SPECIAL SPECIFICATION 6664 Level (3) Communications System

SPECIAL SPECIFICATION 6666 Charter Communications System

SPECIAL SPECIFICATION 6658 Time Warner Communications System

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

Surface Infrastructure Restoration for Utility Cuts DIVISION 14 Shallow Buried Utilities Section _Mar29_2016.pdf Page 1 of 20 INDEX

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

CONSTRUCTION SPECIFICATION FOR INSTALLATION OF DUCTS

CITY OF WINDSOR STANDARD SPECIFICATIONS JULY 2012 S-31 KEYHOLE EXCAVATION TABLE OF CONTENTS

CW 3620 INSTALLATION OF UNDERGROUND TRAFFIC SIGNAL SERVICES TABLE OF CONTENTS

CONSTRUCTION SPECIFICATION FOR FOOTINGS AND PADS FOR ELECTRICAL EQUIPMENT

The Regional Municipality of Peel Basis of Payment

CONSTRUCTION SPECIFICATION FOR FOOTINGS AND PADS FOR ELECTRICAL EQUIPMENT

CONSTRUCTION SPECIFICATION FOR REMOVAL OF ELECTRICAL EQUIPMENT AND MATERIALS

Construction Specification for General Excavation

CONSTRUCTION SPECIFICATION FOR POLE ERECTION

CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE

CONSTRUCTION SPECIFICATION FOR TEMPORARY POTABLE WATER SUPPLY SERVICES

Amendment to OPSS 493 (Nov 2015) Construction Specification for Temporary Potable Water Supply Services

CONSTRUCTION SPECIFICATION FOR TEMPORARY POTABLE WATER SUPPLY SERVICES

CONSTRUCTION SPECIFICATION FOR GROUNDING

1993 SPECIFICATIONS CSJ SPECIAL SPECIFICATION ITEM 4110 CONCRETE ENCASED DUCT BANK

CONSTRUCTION SPECIFICATION FOR ERECTION OF POLES

CONSTRUCTION SPECIFICATION FOR ERECTION OF POLES

CONSTRUCTION SPECIFICATION FOR INSTALLATION OF DUCTS

CONSTRUCTION SPECIFICATION FOR INSTALLATION OF DUCTS

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES

CONSTRUCTION SPECIFICATION FOR INSTALLATION OF DUCTS

CONSTRUCTION SPECIFICATION FOR THE INSTALLATION OF ELECTRICAL CHAMBER

CONSTRUCTION SPECIFICATION FOR STANDARD HIGHWAY FENCE

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

CONSTRUCTION SPECIFICATION FOR STEEL BEAM GUIDE RAIL AND CABLE GUIDE RAIL

CONSTRUCTION SPECIFICATION FOR NOISE BARRIER SYSTEMS

City of Brandon Division 2 Standard Construction Specifications Section January 2007(Revision 1) Page 1 of 8 ROADWAY EXCAVATION AND GRADING

EXCAVATION WORK IN PUBLIC RIGHT-OF-WAY GENERAL NOTES

CHAPTER 3 EXCAVATIONS

TS 801 ELECTRICAL WORK - GENERAL TABLE OF CONTENTS

CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE

INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS SCOPE... 2

San Antonio Water System Standard Specifications for Construction ITEM NO. 813 WATER SERVICE FOR FIRELINES

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

CONSTRUCTION SPECIFICATION FOR TAU II SYSTEM

DOCUMENT ADDENDA AND MODIFICATIONS

CONSTRUCTION SPECIFICATION FOR POLE ERECTION

TS 804 CABLES TABLE OF CONTENTS TRAFFIC SIGNAL EQUIPMENT POLE WIRING DIAGRAM LOCATIONS WITH CENTRE MEDIANS

The work required for this project includes, but is not limited to, the following items, not listed in order of execution.

TS 805 POLES TTS CONSTRUCTION SPECIFICATION FOR POLE INSTALLATION TTS MATERIAL SPECIFICATION FOR STEEL POLES BASE MOUNTED

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

San Antonio Water System Standard Specifications for Construction ITEM NO. 824 SERVICE SUPPLY LINES (WATER)

Special Provision No. 599F01 May 2004 CONSTRUCTION SPECIFICATION FOR THE INSTALLATION OF NOISE BARRIER TABLE OF CONTENTS

DIVISION 4.3 CITY OF SARNIA CONCRETE SIDEWALKS, CURBS AND DRIVEWAYS STANDARDS 2018

SANBORN COUNTY

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

Special Provision No. 799F01 March 2012 CONSTRUCTION SPECIFICATION FOR THE INSTALLATION OF NOISE BARRIER TABLE OF CONTENTS

CONSTRUCTION SPECIFICATION FOR STANDARD HIGHWAY FENCE

ITEM NO. 824 SERVICE SUPPLY LINES (WATER)

Construction Specification for Utility Adjustments

Special Provision No. 541S01 October OPSS 541, Construction Specifications for Chain Link Fence, is deleted and replaced with the following:

CONSTRUCTION SPECIFICATION FOR STANDARD HIGHWAY FENCE

Special Provision No. 421F01 April 2006

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

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

[Type text] Heber Light & Power. Developers & Excavators. Electrical Service Requirements Manual

CONSTRUCTION SPECIFICATION FOR INSTALLATION OF ELECTRICAL CHAMBERS

CONSTRUCTION SPECIFICATION FOR TUNNELLING

SECTION TRENCHING & BACKFILLING

SECTION MAINTENANCE OF EXISTING CONDITIONS

SECTION UNCLASSIFIED EXCAVATION AND GRADING

CONSTRUCTION SPECIFICATION FOR STANDARD HIGHWAY FENCE

CITY OF LA QUINTA GENERAL NOTES GENERAL NOTES

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3

Tree Protection Policy

CONSTRUCTION SPECIFICATION FOR KEYHOLE EXCAVATION AND PERMANENT REINSTATEMENT OF KEYHOLE CORES TABLE OF CONTENTS

NOTE: 1) PRIOR TO BEGINNING WORK TRANSFER RIM ELEV. FROM MH K1 TO A TEMPORARY BENCH MARK FOR USE AS CONTROL DURING CONSTRUCTION. 2) CONTRACTOR TO INST

SECTION TRENCHING, BACKFILLING AND COMPACTION. B. Provide necessary sheeting, shoring and bracing.

SECTION GENERAL EXCAVATION

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

CONSTRUCTION SPECIFICATION FOR INSTALLATION OF POLES

SECTION PROTECTION AND RESTORATION OF EXISTING FACILITIES

SECTION TRAFFIC REGULATIONS

CONSTRUCTION SPECIFICATION FOR SINGLE AND DOUBLE SURFACE TREATMENT

SPECIFICATION FOR PIPE CULVERT CONSTRUCTION

CONSTRUCTION SPECIFICATION FOR TRENCHING, BACKFILLING, AND COMPACTING

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

CONSTRUCTION SPECIFICATION FOR CONCRETE BARRIERS

CONSTRUCTION SPECIFICATION FOR CHAIN-LINK FENCE

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

EXCAVATION, TRENCHING & BACKFILLING..1 The section refers to excavation, trenching, backfilling and all Work pertaining thereto.

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

(D) Surface Slope Bituminous patch in front of the truncated domes must not exceed 5% measured perpendicular to the flow line or edge of roadway.

IM 0291(108)0 UNION COUNTY INDEX OF SHEETS. Index of Sheets. Estimate of Quantities. Table of Fence Quantities. Details for Right-of-Way Fence

CONSTRUCTION SPECIFICATION FOR ENERGY ATTENUATORS

SECTION MEASUREMENT AND PAYMENT

CONSTRUCTION SPECIFICATION FOR PERMANENT SMALL SIGNS AND SUPPORT SYSTEMS

Transcription:

SPECIFICATIONS SCOPE OF WORK The intent of this contract is for the supply of all necessary labour, materials, and equipment to install underground traffic signal plant, vehicles detection loops, installation of pole bases, handwells, underground conduit, etc. in locations where traffic control equipment is damaged due to accidents and/or repairs that are required on short notice at various locations throughout the City of Guelph as and when required in accordance with the specifications, instructions and regulations included in these documents. The contractor will be required to provide at its own expense all and every kind of labour, vehicles, tools, equipment, articles, and things necessary for the execution of the work set out or referred to in these specifications. SCHEDULING The Contractor will be required to attend an on site layout meeting with City of Guelph staff and utilities within 48 hours of being notified. The Contractor will be required to start construction within two working days of a meeting. The Contractor will be required to arrange all utility locates for work assigned under this contract. The Contractor shall inform itself of the exact location of all such utilities and structures and shall assume all liability for damage to them. The City of Guelph will provide all layouts for the pole bases, handwells, conduit, etc. RESPONSIBILITY OF THE CONTRACTOR 1. All work shall be carried out to the complete satisfaction and under the general direction of the Director or designate. However, it shall be the Contractor s sole responsibility to ensure that it is performed efficiently and in such a manner as to occasion no hazard and minimum inconvenience to the public. It shall be the Contractor s sole responsibility to erect and maintain all signs and barricades necessary to protect both the works and the public during the course of the works. 2. All materials and workmanship shall be in every respect in accordance with the best modern practices. Whenever the drawings, specifications or directions of the Director or designate admit to a reasonable doubt as to what is permissible and when they fail to state the quality of any work the interpretation which requires the best quality or work is to be followed. The Contractor shall be solely responsible for obtaining all necessary permits and/or clearances. 3. Upon the direction of the Director or designate, the Contractor at his own expense, shall replace or correct any defective work resulting from faulty equipment or materials supplied by the Contractor, or resulting from equipment or material supplied by the City, which has been damaged while under the Contractor s care. 4. The Contractor must provide proper traffic control devices while at the work site. The signing shall conform to the Ontario Traffic Manual Book 7, Temporary Conditions. SP1

LABOUR Payment of all labour shall be to the nearest ¼ hour based on the prices on the form of tender section for the particular class of employee actually performing the work. The Contractor shall be required to provide and make available fully trained and experienced personnel. RESTORATION The cost of surface restoration for all work in this contract shall be included in the unit prices bid for each item. The Contractor shall be responsible for all final surface restoration of all gravel shoulders, asphalt boulevards and driveways, and sodded boulevards. All restoration shall be carried out in accordance with the appropriate City of Guelph specification. The Contractor shall only be responsible for restoring all sidewalks with 100 mm of cold mix asphalt to match the existing grade. The Contractor shall only be responsible for the following with regards to surface restoration for asphalt roadways; backfilling the complete trench with a controlled density material to within 100 mm of the level of the existing pavement and then filling the remaining 100 mm of the trench with cold mix asphalt. TRENCHLESS CONDUIT INSTALLATION Payment at the Contract price for trenchless conduit installation shall be full compensation for all labour, equipment and materials to do the work for the specified conduit size per lineal metre for directional drilling method. The trenchless technology method must be able to consistently install the specified conduit(s) to the specified line and grade. However, the Contractor, in order to avoid obstructions, may place the conduit up to 450 mm lower than the specified grades. The Contractor shall obtain the necessary information from all utility companies in order to maintain proper clearances. The measurement for payment for conduit installed by trenchless method shall be made from the centre of the handwell to centre of the handwell for each run of conduit. If the directional boring operation advances one-half way or more across the leg of an intersection and then encounters an obstruction or resistance, the Contractor will be permitted to complete the balance of the crossing by the open cut method. The Contractor shall make the final decision whether to complete the crossing by open cut or to withdraw the directional boring equipment and open cut the full width of the crossing. Where the conduit is installed partially by directional boring and partially by open cut, the measurement for payment for directional boring shall be made from centre of the handwell to the end of the directional boring; the measurement for payment for open cut in the roadway shall be made for the open cut installation in the roadway; and the measurement for payment for open cut in boulevard, sidewalk and shoulder shall be made for the open cut installation in the boulevard, sidewalk and shoulder. Should the Contractor elect to withdraw the directional SP2

boring equipment and open cut the full crossing, payment will be made for open cut installation and no payment will be made for any part of the directional boring. CONCRETE SIDEWALK REMOVAL The Contractor shall remove and dispose complete sidewalk bays as required for the removal or installation of various items. The cost of this removal shall be included in the item to be removed or installed. VERTICAL SECTION OF CONDUIT All conduits, except 50 mm diameter conduit for power supply, terminating adjacent to a wooded or concrete pole shall be extended 600 mm vertically above existing ground level. All 50 mm diameter conduit for power supply terminating adjacent to a wooded or concrete pole shall be extended 3.0 metres vertically above existing ground level. SIGNAL POLE FOOTINGS The Contractor shall be responsible to provide all labour, equipment and materials necessary for the installation of cylindrical concrete footings, complete with anchor bolt assemble supplied by the City of Guelph, as per the City of Guelph Standard Drawings #SD-201 and #SD-205. A representative from the City of Guelph Operations Department Traffic must be on-site during the placement of the anchor bolt assembly in the concrete footing. All anchor bolts are to be greased. The top of the concrete footing shall be established at finished grade level. Grading for concrete footings installed on a slope, shall be as per City of Guelph Standard Drawing #SD-216. Concrete used for the signal pole footings shall conform to City of Guelph Specifications for Ready-Mixed Concrete, specified compressive strength of 25 Mpa. The Contractor shall place 2-76mm and 1-50mm rigid P.V.C. 90 bends in each pole footing and these ducts shall be oriented toward the nearest traffic handwell. The 76mm diameter conduit shall be used for traffic signal and associated cables. One (1) 50mm diameter conduit shall be used for street lighting cables where required and one (1) 76mm diameter conduit shall be used as a spare. The spare 76mm diameter conduit shall be capped at both ends. When the 50mm conduit intended for street lighting cables is not used, it shall be capped at both ends. All rigid P.V.C. conduit and fittings must meet or exceed C.S.A. Standard, C22.2 Number 211.2. M1984 (R2003) The bid price shall include the 90 degree elbows and associated fittings for each signal pole footing, the supply of all material and labour necessary to undertake the excavation, forming, placing of concrete, back filling, compaction of backfill and reinstatement of the areas disturbed during construction. SP3

TRAFFIC HANDWELLS The City of Guelph will supply all traffic handwells necessary for any work carried out under this contract. The Contractor shall install traffic handwells as per City of Guelph Standard Drawing #SD-209. Traffic handwells shall be located as detailed on the traffic signal drawing or as located by City of Guelph staff. The bid price shall include the supply of all material and labour necessary to undertake the excavation, placement of the traffic pull chamber, back filling, compaction of backfill and reinstatement of the areas disturbed during construction to final grade. UNDERGROUND CONDUIT FOR WIRING All conduits shall be located to a minimum depth of 1metre below the finished road or boulevard grade. Conduit joints shall be made with the use of couplings that permit a smooth joint between conduits. All joints shall be made waterproof by means of couplers and sealants. Conduits shall be brought into traffic handwell at right angles to each other and to the walls of the traffic pull chamber. Unused conduits shall be plugged with plastic plugs. The Contractor shall supply and place through each conduit sufficient 5/8 detectable mule tape for purposes of pulling in the necessary cable for both traffic signalization and any street lighting. The Contractor shall leave extra 5/8 detectable mule tape in the conduit for future cable pulling. This provision shall be included as part of the unit price for the supply and installation of various sizes of conduit. The Contractor shall be required to supply and install yellow or red plastic caution tape in all trenches created to place traffic signal conduit, approximately 300mm above the conduit. This provision shall be included as part of the unit price for the supply and installation of various sizes of conduit. All rigid P.V.C. conduit and fittings must meet or exceed C.S.A. Standard, C22.2 Number 211.2. M1984 (R2003) Boulevard - The Contractor shall include in the unit price bid for boulevard conduit, all labour, equipment, and material required to restore the boulevard to pre-construction conditions. Seeding will be used for the restoration for grassed area. All restoration shall be completed upon replacement and proper compaction of acceptable native materials and topsoil. The contractor shall be responsible to maintain the restored area to the point that seed germinates and takes root. When utilities are encountered during the placement of conduit in the boulevard area it will be the responsibility of the Contractor to expose and safely cross these utilities as necessary. SP4

Road Crossing The Contractor shall indicate a price for providing conduit across the traveled portion of the roadway. The price bid shall include all traffic control considerations in compliance with OTM Book 7 Temporary Traffic. The Contractor shall employ a directional boring method of installation for all road crossing. When directional boring methods are used the Contractor shall use Driscopipe, high density polyethylene SDR13.5, 1000 series. Should it be necessary to expose utilities beneath the traveled portion of the road, in advance of directional boring, the unit price for road crossing shall be paid for the length of the exposing trench in addition to the total lengths of the directional bore under the road surface. The open cut method shall only be used when the City of Guelph is satisfied that the boring method is not practical, due to location specific considerations, including ground condition and utility location. REPAIR OF EXISTING UNDERGROUND CONDUIT Boulevard The Contractor may be required to repair existing underground conduit found damaged in the boulevard areas. The Contractor shall be required to identify the locations of these breaks, remove approximately one (1) cubic metre of earth, repair the damaged conduit with one (1) metre PVC conduit and backfill and reinstate. Traveled Portion of Roadway Where repairs are deemed necessary under the traveled portion of the road, they shall be carried out as Underground Conduit for Wiring, Repair of Existing Underground Conduit Boulevard, all traffic control, road excavation and restoration to be included in the price. Clearing and Restoration of Underground Conduit The Contractor may be required to remove debris, silt, sand or other foreign material from existing underground conduit and handwell, leaving these facilities in a condition suitable for the placement of traffic signal cable. Any existing cable or fish line shall be removed and replaced or otherwise protected during this operation. REMOVAL OF EXISTING SIGNAL PLANT The Contractor shall be responsible to supply all labour, equipment, and material to either partially or completely remove existing traffic signal plant. This shall include but not limited to the removal of pole bases, pull chamber and concrete controller footing and all restorations at the unit prices noted in the form of tender. All materials deemed salvageable by the City of Guelph shall be delivered to the Operations Works Yard, 45 Municipal Street, Guelph, Ontario. All other materials shall be disposed of at a suitable dump site at the expense of the Contractor. SP5

Handwell The Contractor shall provide all labour, equipment and material to remove existing handwell of various sizes. This may include the complete removal of the pull chamber or in the case of a concrete pull chamber removal of the ring and cover prior to backfilling the structure. Pole Footings Complete Removal The Contractor shall be required to completely remove and dispose of concrete pole footings as direct by the City of Guelph. Pole Footings Partial Removal The Contractor shall be required to break down existing pole footings below grade to a sufficient depth as directed by the City of Guelph. Concrete Controller Footing The Contractor shall be required to completely remove and dispose of concrete controller footings as directed by the City of Guelph. CONCRETE MOUNTING PAD FOR TRAFFIC CONTROLLER CABINET The Contractor shall provide all necessary labour, equipment and materials to install a concrete mounting pad for a traffic controller cabinet in conformity of City of Guelph Standard Drawing SD-204. The Contractor shall place 3-76mm, 2-50mm, and 1-25mm rigid P.V.C. 90 bends in the concrete mounting pad to be used for traffic signal and associated cables. The conduit shall be placed in the concrete mounting pad in such a manner that the controller cabinet opening fit entirely over the conduit. INSTALLATION OF GROUND RODS OR GROUND PLATES The Contractor shall be responsible to install three (3) metre ground rods or ground plates as directed by the City of Guelph. SUPPLY AND INSTALLATION OF VEHICLE LOOPS AND RUN WIRES All loops and run wires shall be supplied and installed by the Contractor in compliance with City of Guelph Standard Drawing SD-206, SD-207 and OPS 2520.01/2520.02. In all cases the Contractor shall arrange with the City of Guelph an on-site meeting to determine the exact location of the vehicle loops. Saw cutting for loop wire slots in the pavement shall be done in straight lines with saw cut widths and depths for slots set to the dimensions shown on City of Guelph Standard Drawing SD-206 and SD-207. The saw shall be equipped with a depth gauge and SP6

horizontal guide to assure proper depth and alignment of the slot. The blade used for the saw cut shall provide a clean well-defined saw cut without damage to the adjacent area. Corner cutting for slots shall be extended only far enough past each corner point to obtain the full depth of the slot. The Contractor shall install loop wires and detector cables and place the required sealant (Chemque, Q-Seal 290 S) on the same day that the saw cuts are cut in the road surface. No traffic is to be allowed over the area until the installation is complete and the sealant has hardened in accordance with the manufacture s instructions. Foam backer rod shall be inserted into the saw cut and positioned such that the loop wire is held in place at the bottom of the saw cut. A blunt tool or roller must be used to press the foam backer rod uniformly into the saw cut. Care shall be utilized not to puncture or stretch the foam backer road during installation. TRAFFIC PROTECTION PLAN The Contractor shall provide to the Director/designate a written Traffic Protection Plan, 7 days in advance of commencing the work, including the identification of all hazards and all measures necessary to adequately protect the workers on site. The Plan shall protect all agents of the City of Guelph, including but not limited to the Inspectors, Supervisors, Surveyors, Traffic Operations Division personnel and the Director/Designate. The work zone design must be consistent, uniform and predictable. Traffic safety must be designed into work zones and provide for safety, mobility, advanced warning and positive guidance. The Traffic Protection Plan must be kept on site at all times for inspection by the Ministry of Labour. PEDESTRIAN ACCESS Pedestrian access shall be maintained throughout the working area at all times and shall be controlled throughout the length of the project. Construction fencing shall be provided along the entire length of the project on one side to prevent pedestrians from crossing into the work zone. The fence shall be installed adjacent to the existing sidewalk on the south side along the property line. The Contractor will be required to provide dedicated traffic control persons, as required by the Director or designate, to assist pedestrians crossing the construction zone at peak hours throughout the duration of the Contract. The Contractor is reminded that it is a violation of the Highway Traffic Act for traffic control persons to interfere with the operation of traffic signal systems. Traffic control persons shall not pre-empt or supersede the traffic signals or interfere with traffic movements in the immediate vicinity of the intersection. TRAFFIC CONTROL PLAN The Contractor shall provide the Director or designate two (2) copies of a written Traffic Control Plan for motorist safety and motorist mobility a minimum of 7 calendar days prior to start of work. The Contractor may provide advisory speed signing as deemed necessary. The advisory speed must not reduce the posted regulatory speed by more than 20 km/hr. The Contractor must cover all regulatory speed signs within the limits of construction. SP7

Included in this item shall be the supply, installation and removal of all barriers, barricades, delineators, lane control devices, warning signs, flashing lights, flares, traffic control devices, sign trucks, crash trucks, blocker trucks, and speed control devices, as required to complete the work. The work may include traffic control persons and Police Constables as required to safely control traffic particularly when construction activities intrude intersections. The Contractor is reminded that Police Constables are the only mechanism for controlling traffic at the intersection. It will be the Contractor s responsibility to determine the Duration of the Work as described in the OTM. The Contractor will provide written and oral instructions to all workers setting up and removing traffic control on the roadway or shoulder. The Contractor will provide a copy of the written instructions to the Contract Administrator prior to commencement of the work. GENERAL INFORMATION (A) (B) Hours of Work The hours of operations are 7:00 p.m. to 5:00pm. Monday to Friday Site Preparation and Utility Preservation DISPOSAL The requirements of OPSS 503 and OPSS 504 shall apply to this Contract and Supplemental. General Conditions. The Contractor shall confirm the location of buried utilities in advance of the work. Should the location of utilities shown on the Contract Drawings be found to be incorrect, incomplete or omitted, the Contractor shall have no claim for any damages or delay caused to him on this account. It is the duty of the Contractor to notify all local utility companies requesting the staking or marking of cable, conduit, etc. before the start of construction. The Contractor shall exercise extreme caution while working in areas where utilities are located. The Contractor will co-ordinate his work with the appropriate Utility Company in order to facilitate the safeguard and protection of the utilities during construction. The Contractor shall also provide protection to property bars and monuments as required. It will be the contractor s responsibility to remove and dispose of all broken pieces of the curb in the most environmentally efficient manner to an acceptable disposal area. Concrete disposal shall be in accordance with OPSS 180. CARE OF TRAFFIC The attention of the contractor is called to the fact that all equipment must be equipped and operated in accordance with the requirements of the Highway Traffic Act. Care and courtesy must be observed by the operators at all times and under all circumstances. SP8

SUPPLY & INSTALLATION OF UNDERGROUND TRAFFIC SIGNAL PLANT AND VEHICLE DETECTION LOOPS AS AND WHEN REQUIRED FOR 2012 TO 2014 Reference Number: 11-231 A D D E N D U M NO. 1 The following shall form part of the tender documents issued by the City of Guelph s Purchasing Department, November, 2011. NOTE: the acknowledgement of this addendum must be indicated on FT2 DELETE from page IB1 INSTRUCTIONS TO BIDDERS Sealed tenders, for the above, will be received ONLY at the ServiceGuelph desk at Guelph City Hall, 1 Carden Street, Guelph, Ontario, Canada, N1H 3A1, and, BEFORE TWO THIRTY (2:30) p.m., local time Friday December 16th, 2011 ADD to page IB1 INSTRUCTIONS TO BIDDERS Sealed tenders, for the above, will be received ONLY at the ServiceGuelph desk at Guelph City Hall, 1 Carden Street, Guelph, Ontario, Canada, N1H 3A1, and, BEFORE TWO THIRTY (2:30) p.m., local time Monday December 19th, 2012 End of addendum 1