You are on page 1of 71

SPECIAL PROVISIONS – GENERAL

INDEX

Page

Contents
1. DRAWINGS AND STANDARDS.................................................................................................. 2
2. ONTARIO PROVINCIAL STANDARDS ....................................................................................... 4
3. REGION OF PEEL STANDARDS ................................................................................................ 5
4. CONTRACTOR’S SCHEDULE OF WORK AND CONSTRAINTS ............................................... 5
5. OTHER CONTRACTOR’S WITHIN OR ADJACENT TO THE LIMITS OF THE CONTRACT ...... 6
6. INTEREST ................................................................................................................................... 7
7. ENVIRONMENTAL CONSIDERATIONS ..................................................................................... 7
8. TOXIC AND HAZADOUS SUBSTANCES ................................................................................... 9
9. RELOCATION OF UTILITIES .................................................................................................... 10
10. PROTECTION OF SERVICE CONNECTIONS .......................................................................... 10
11. REMOVAL OF ABANDONED UTILITIES .................................................................................. 10
12. EXISTING MATERIALS ............................................................................................................. 11
13. BLASTING OPERATIONS......................................................................................................... 11
14. PROVISION FOR TRAFFIC CONTROL .................................................................................... 11
15. RESTRICITION ON OPEN BURNING ....................................................................................... 13
16. DUST AND MUD CONTROLS ................................................................................................... 13
17. WEIGHING OF MATERIALS ..................................................................................................... 14
18. DISPOSAL OF MATERIALS ..................................................................................................... 14
19. EXISTING CONDITIONS ........................................................................................................... 15
20. SUBSURFACE INVESTIGATION .............................................................................................. 15
21. DAMAGE BY VEHICLE AND OTHER EQUIPMENT ................................................................. 15
22. DEPTH OF EXCAVATION ......................................................................................................... 16
23. TRENCH PROTECTION ............................................................................................................ 16
24. MATERIALS .............................................................................................................................. 16
25. TENDER INVESTIGATION ........................................................................................................ 16
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

1. DRAWINGS AND STANDARDS

The contract drawings accompanying this contract and forming a part thereof consists of:

Drawing List Title Date


Cover Sheet
0.2 Temporary Traffic Control 4/12/2019

North Structure (B20028314)

Drawing List Title Date


A 1.1 Environmental Protection/Site Restoration 4/12/2019
A 1.2 Channel Restoration 4/12/2019
A 2.1 New Construction 4/12/2019
A 2.2 Cross Sections 4/12/2019
A3 General Arrangement 4/12/2019
A4 Structural Details 4/12/2019

Middle Structure (B20028314a)

Drawing List Title Date


B1 Environmental Protection/Site Restoration 4/12/2019
B 1.2 Channel Restoration 4/12/2019
B 2.1 New Construction 4/12/2019
B 2.2 Cross Sections 4/12/2019
B3 General Arrangement 4/12/2019
B4 Structural Details 4/12/2019

South Structure (B20028315)

Drawing List Title Date


C1 Environmental Protection/Site Restoration 4/12/2019
C 1.2 Channel Restoration 4/12/2019
C 2.1 New Construction 4/12/2019
C 2.2 Cross Sections 4/12/2019
C3 General Arrangement 4/12/2019
C4 Structural Details 4/12/2019

Drawing List Title Date

4/12/2019
5 Guiderail Details

Page 2 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Additional Attachments:

Please note, the below standard specifications and drawings are not provided; they can be found here:

http://www.raqsb.mto.gov.on.ca/techpubs/ops.nsf/opshomepage

Standard Specifications
OPSS
Missing-1003,1102, 928, 909, 929
No. Date No. Date No. Date No. Date
128 Apr 2006 180 Nov 2016 201 Nov 2011 206 Nov 2013
311 Nov 2009 422 Nov 2015 490 Nov 2016 511 Nov 2013
703 Nov 2014 710 Nov 2010 802 Nov 2010 805 Nov 2015
902 Nov 2010 919 Nov 2011 1001 Nov 2013 1150 Nov 2010
1430 Nov 2012 1712 Feb 1991 1716 Feb 1991 1750 Dec 1983
1821 Nov 2015

OPSS – Provincial
Missing- 905
No. Date No. Date No. Date No. Date
308 Apr 2012 1350 Nov 2016 342 Nov 2015

OPSS – Municipal
Missing-577, 805, 1150,
No. Date No. Date No. Date No. Date
100 Nov 2006 182 Nov 2012 305 Nov 2016 310 Nov 2017
314 Nov 2016 353 Nov 2016 501 Nov 2017 506 Nov 2017
510 Nov 2017 539 Nov 2014 706 Apr 2018 721 Apr 2017
732 Nov 2017 801 Apr 2018 803 Apr 2018 804 Nov 2014
904 Nov 2012 905 Nov 2017 908 Nov 2014 909 Apr 2017
914 Nov 2014 928 Apr 2012 1003 Nov 2013 1010 Nov 2013
1101 Nov 2016 1102 Nov 2016 1440 Nov 2016

Ontario Provincial Standard


Title Date
Drawing
Guide Rail System, Steel Beam Leaving End Treatment
912.235 Nov 2010
Installation
Energy Attenuator, End Treatment Steel Beam Energy
922.181 Attenuating Terminal Sequential Kinking Terminal System Nov 2010
with Steel Posts, Installation
Energy Attenuator, End Treatment Delineation Installation –
984.201 Nov 2017
Approach End
Energy Attenuator, End Treatment Delineation Installation –
984.202 Nov 2017
Leaving End

Page 3 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Guide Rail System, Steel Beam, Steel Post with Offset Block
912.130 Nov 2016
Assembly, Installation – Single Rail
Guide Rail System, Steel Beam Installation – Entrances and
912.531 Nov 2008
Intersecting Roadways
219.130 Heavy-Duty Silt Fence Barrier Nov 2015
210.070 Granular Sealing Nov 2016
219.120 Light-Duty Fibre Roll Barrier Nov 2015
219.180 Straw bail flow check
3101.150 Walls Abutment, Backfill Minimum Granular Requirement Nov 2010
208.010 Benching of Earth Slopes Nov 2013
Precast Reinforced Concrete Box Culvert with Height of Fill
3920.110 Apr 2016
<0.6M
803.010 Flexible Pipe Embedment and Backfill Earth Excavation Nov 2014
Energy Attenuator, End Treatment Steel Beam Energy
922.532 Attenuating Terminal Extruder Terminal System with Steel Nov 2010
Posts, Insulation
Deck Waterproofing Hot Applied Asphalt Membrane with
3370.100 Nov 2008
Protection Board
912.430 Guide Rail System, Steel Beam Structure Connection Nov 2010

2. ONTARIO PROVINCIAL STANDARDS

Where reference is made to Ontario Provincial Standard Specifications (OPSS), Ontario


Provincial Standard Drawings (OPSD), or Ministry of Transportation Structural Standard
Drawings (MTOD), the Contractor shall refer to the latest revision of the OPSS, OPSD or
MTOD. These specifications and drawings may not be bound within this document. They
are available on-line at:

https://www.library.mto.gov.on.ca/SydneyPLUS/TechPubs/Portal/tp/TechnicalPublication
s.aspx

or

Ronen Publishing House Inc.


505 Consumers Road, Suite 910
Toronto, ON M2J 4V8
1-800-856-2196

Town of Caledon Standard Drawings, when referenced, shall refer to the latest revision of
the drawing. Drawings not bound within this document may be found at:

www.caledon.ca/en/townhall/development-standards-policies-guidelines.asp

Page 4 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

3. REGION OF PEEL STANDARDS

Region of Peel Standards can be found and downloaded at the link provided below:

http://www.peelregion.ca/pw/other/standards/linear/

4. CONTRACTOR’S SCHEDULE OF WORK AND CONSTRAINTS

Within seven (7) days after award of the contract, the Contractor shall submit, for the
approval of the Contract Administrator, a more detailed schedule showing the starting and
completion dates, critical path, dependencies, float and milestones (bird nesting window,
instream window, etc) of each section of the following major items for each stage including
crew and equipment resources. They should include, as a minimum:

• Number of crews
• Listing equipment
• Structure Order Date and Delivery
• Mobilization and preparation of the site
• Road Closure date
• Traffic control and signage
• Installation of erosion control measures
• Flow diversion and Dewatering
• Road/Structure Excavation
• Existing structure removal
• Working slab placement
• Precast cut off wall placement
• Precast culvert placement
• Load distribution slab
• Site-cast concrete curb
• Precast/site-cast wingwall Placement
• Gabion wall
• Concrete Sealing
• Bridge deck waterproofing
• Earth grading
• Placement of gravel
• Ditching
• General removal
• Dewatering
• Construction of curbs and gutters
• Placement of base and surface course asphalt
• Topsoil, seeding and sodding
• Placement of bridge barrier and guiderail system and line painting
• Demobilization and site restoration

Page 5 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Constraints

Contractor to demolish and replace one structure at a time. Contractor shall submit a
construction sequencing plan for review by the Town and the Contract Administrator.

Contractor cannot commence re-construction of the second and or third structure, without
providing the safe passage of pedestrians and vehicles over the first and or second
structure.

The Contractor shall consult their sub-contractor to obtain realistic data for the preparation
of their schedule.

The Contractor shall be required to provide the Contract Administrator with updated /
revised schedules at monthly intervals for the duration of the contract. Site meetings shall
be scheduled every two weeks

5. OTHER CONTRACTOR’S WITHIN OR ADJACENT TO THE LIMITS OF THE


CONTRACT

The Contractor is advised that other work may be in progress within or adjacent to the limits
of this contract.

The Contractor is responsible for the co-ordination and scheduling of their work with the
utility companies and shall work around their schedule. The Contractor is advised utility
company work schedules cannot be guaranteed and tenderers shall prepare their tenders
with the foregoing in mind. No additional payment will be made for delays due to utility work
within this contract.

The Contractor is responsible for the following:

1. Provide access to the site for all works and alter methods of operation and sequence
of work in order to avoid interference with the utility companies;
2. Provide for easy and safe access for local and emergency traffic at all times
3. Arrange for all Utility companies to verify the location of all cables, services, ducts
and road crossings, etc., within the construction limits
4. Protection of all existing utilities on site.
5. Protection of existing building structure(s).
6. Protect all storm catch basins, maintenance holes, sanitary maintenance holes and
water valve boxes from construction debris. Any debris which may enter these
structures must to be removed immediately and the Contractor will be held
responsible for all costs associated with the cleaning of such sewers, etc. as a result
of their work.

Page 6 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

The Contractor is responsible to locate all utilities and protect them from damage by their
work. The Town is not responsible for location of utilities and is not liable for extra costs
incurred by the Contractor, in order to work around such utilities. The Town will also not
provide extension of working days because of delays by utilities in providing locates.

6. INTEREST

The Contractor shall not be entitled to any interest upon any progress payment or
completion payment, or upon any bill for extra work on account of delay in its approval by
the Contract Administrator.

7. ENVIRONMENTAL CONSIDERATIONS

7.1 General
It is intended that the works proposed, are executed in such a manner which, to the fullest
possible extent, minimizes any adverse effects on the natural environment of the project
area.

The environmental conditions of the Contract stated herein must be complied with in all
respects. It is a responsibility of the Contractor that all their personnel be sufficiently
instructed so that the work is carried out in a manner consistent with minimizing
environmental insult. Contractors are informed that the Town may assign a part-time on-
site inspector whose sole responsibility will be to ensure compliance with environmental
objectives.

This section outlines the general requirements of the environmental considerations and will
be specified in more detail as required in the special clauses of these documents and
Ontario Guidelines on Erosion and Sediment Control for Urban Construction Sites (latest
edition).

7.2 Refueling and Maintenance Areas


The Contractor shall undertake a detailed review of their proposed routes and fueling
areas. Re-fueling and maintenance of equipment shall not be undertaken in or adjacent to
watercourses. Suitable fueling and maintenance areas shall be established and all
maintenance and fueling conducted in these areas. The locations of such areas are subject
to approval by the Contract Administrator.

Procedures for the interception and rapid clean-up and disposal of spills that do occur shall
be submitted to the Contract administrator for review prior to starting work. All materials
required for clean-up of fuel spills shall be maintained readily accessible on-site.

The exception to this fueling location requirement shall be generators, cranes, backhoes
or shovels which may be fueled at other than the designated fueling areas. However, no
fueling of backhoes shall be carried out within thirty (30) metres of any watercourse unless
authorized by the Contract Administrator.

Page 7 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

7.3 Noise Control


Noise levels shall be controlled in accordance with local By-laws and the Occupational
Health and Safety Act.

All internal combustion engines shall be equipped with original equipment in proper working
order to minimize noise levels in the project area.

For compressors and pumps operated beyond normal working hours, special measures
for noise attenuation will be required.

7.4 Protection of Trees during Construction


The protection of trees not designated for removal shall be completed in compliance with
OPSS 801.

If the contract requires work to be completed within the drip line of a tree or trees which are
designated not to be removed, operation of equipment within the drip line shall be kept to
the minimum necessary to perform the work required.

In order to minimize root loss, the Contractor will be required to use vertical trench walls
and appropriate support systems when excavating within the drip line of trees. All exposed
roots over 25mm in diameter shall be cut back cleanly to the soil surface within five
calendar days.

If root damage or loss is extensive, portions of the tree shall be pruned. All pruning will be
carried out by a qualified and experienced landscape contractor using approved
arboricultural techniques and practices. The pruning of trees and shrubs will be carried out
in such a manner as to retain as much as possible of the plant’s natural form. The
Contractor will be responsible for disposing of cut limbs and roots in an approved manner
off-site. In addition, the remaining root system shall be watered and fertilized by a qualified
and experienced landscape contractor.

No extra payment will be made to the Contractor for vertical trenching and trench supports,
pruning branches and roots, or watering and fertilizing when work is required within the
drip line.

1) Trees located within the Right-of-Way

When the branches of trees designated to remain located within the right-of-way will
interfere with the construction operation, they shall be pruned prior to equipment
entering the drip line of the tree.

The branches will be cut back to the nearest suitable trunk, crotch or lateral where
they will no longer interfere with the construction operation.

2) Trees Located on Private Property

Page 8 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

When the branches of trees located on private property are overhanging the right-
of-way or easement and will interfere with the construction operation, they shall be
pruned prior to equipment entering the drip line of the tree.

Prior to pruning, the Contractor and Contract Administrator shall contact the
homeowner to receive permission to cut the branches back to the nearest suitable
trunk, crotch or lateral where they no longer interfere with the construction operation.

Should a homeowner refuse entry to cut branches on private property, then the branches
shall be cut vertically at the property line.

7.5 Sediment Control


The Contractor shall be solely responsible for the preparation and implementation of an
erosion and sediment control strategy utilizing, in part, the elements indicated on the
Contract Drawings, and/or other suitable techniques and construction practices in order to
control erosion and prevent silt and sediments from entering sewers or water courses, to
meet the requirements of the authorities having jurisdiction.

8. TOXIC AND HAZADOUS SUBSTANCES

If the Contractor encounters Toxic or Hazardous Substances at the site, or has reasonable
grounds to believe that Toxic or Hazardous Substances are present at the site, the
Contractor shall take all reasonable steps, including stopping the Work, to ensure that no
person suffers injury, sickness or death and that no property is injured or destroyed as a
result of exposure to or the presence of the Toxic or Hazardous Substances, and
immediately report the circumstances to the Contract Administrator and the Owner, in
writing.

If the Contractor is delayed in performing the Work or incurs additional costs as a result of
taking the steps required above, the Contract Time shall be extended to such reasonably
foreseeable time as the Contract Administrator may recommend in consultation with the
Contractor, and the Contractor shall be reimbursed for reasonable costs incurred as a
result of the delay and as a result of taking those steps.

The Contract Administrator may select and rely upon the advice of an independent expert
in a dispute under the above paragraph and, in that case, the expert shall be deemed to
have been jointly retained by the Owner and the Contractor and shall be jointly paid by
them.

The Contractor hereby indemnifies and holds the Owner harmless from and against all
Claims (as defined in GC6.02.01 of the General Conditions of Contract) whatsoever which
the Owner may incur as a result of the Contractor bringing or permitting to be brought onto
the site any Toxic or Hazardous Substances.

Page 9 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

9. RELOCATION OF UTILITIES

The Owner (The Town) will be responsible for any necessary permanent relocation of
utilities along the streets, unless otherwise stated in the Contract.

9.1 Pole Lines


The Contractor will be responsible for the protection of all “Bell” and “Hydro” poles during
the time of construction and will be held liable for any damage to same. In the event that
all poles have not been relocated prior to the time when the Contractor commences the
Work, he will be required to co-operate with the utility companies and Work around the
utilities such that the existing services are protected, until such time as they can be
removed from the line of construction. No claims for extra payment or extension of
completion time will be allowed for this requirement.

9.2 Underground Utilities


The Contractor should note that the location of underground utilities, as shown on the
Plans, where applicable, is approximate only, and that all utilities may not be shown. The
Contractor will be responsible for locating and protecting all buried utility services and will
be held liable for any damage to same. Where trenching under existing watermains, gas
mains, and hydro and telephone conduits, the Contractor will be required to support these
mains or conduits in accordance with the requirements of the Owner or the applicable utility
company.

In the event that any underground utility must be relocated, the Contractor will be required
to co-operate with the utility companies and will be expected to alter their construction
schedule as necessary, to permit relocation of utilities. No extra payment or extension of
completion time will be allowed for these requirements.

10. PROTECTION OF SERVICE CONNECTIONS

The Contractor will be required to locate and protect all existing water, storm, sanitary and
gas service connections at their own expense, and any damage caused to these
connections by construction operations shall be repaired at the Contractor’s expense.

11. REMOVAL OF ABANDONED UTILITIES

The Contractor shall, as directed by the Contract Administrator, remove abandoned


underground utilities which have not been removed by their owners and which interfere
with the construction operations. It is the Contractor’s responsibility to contact the Municipal
Authorities or Utility Companies to verify that the underground utilities are, in fact,
abandoned.

All abandoned underground utilities removed by the Contractor shall become the property
of the Contractor, unless otherwise specified, and shall be disposed of in locations
arranged for by the Contractor outside the right-of-way. No separate payment for removal

Page 10 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

or disposal of abandoned utilities shall be made, as compensation for such Work shall be
included in the Contract prices for the Work requiring the utility removal.

12. EXISTING MATERIALS

All existing materials along the line of construction deemed salvageable by the, Contract
Administrator shall be delivered to a storage site designed by the Contract Administrator.
Salvaged materials shall remain the property of the Owner. All other materials that, in the
opinion of the Contract Administrator, cannot be salvaged shall be disposed of outside the
limits of the right-of-way, as directed by the Contract Administrator, or at locations arranged
for by the Contractor at their own expense.

13. BLASTING OPERATIONS

Blasting will not be permitted.

14. PROVISION FOR TRAFFIC CONTROL

The Contractor shall be responsible for providing signing in accordance with the Ontario
Traffic Manual (OTM) Book 7 Temporary Conditions.

Access shall be maintained at all times to any entrances within the limits of the contract.

The Contractor shall provide an adequate number of traffic control persons to direct traffic
at any time during construction as required by the Contract Administrator.

14.1 Construction Signs


The Contractor shall supply, place and maintain all barricades, warning signs, delineators
and flashing lights necessary for the protection of the public and the Work, including
warning signs of construction operations maintained at both ends of the Contract, for the
duration of the Contract, in accordance with Ontario Traffic Manual, Book 7, for all
temporary traffic control issues for both short and long term.

The Contractor is advised that the sign face on all signs shall be at a minimum 3M
engineering grade reflective sheeting or equal, so they may be clearly visible to drivers
during the night.

All signs, flashers, barricades and delineators shall be cleaned and maintained for the
duration of the Contract. For delineation, the Contractor shall use flexible drums (TC-54)
only. No other material will be accepted.

The cost of all signs, marking material, barricades, flashers, safety fencing, flag persons
and traffic control shall be at no additional cost to the Contract.

Page 11 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

14.2 Traffic Control


It is the Contractor’s obligation to maintain the flow of traffic for the duration of construction
as may be specified in the Special Provisions.

Traffic control on this Contract shall be in conformance with the procedure outlined in the
pamphlet entitled “Correct Methods for Traffic Control” issued by the Construction Safety
Associations of Ontario.

Each traffic control person shall, while controlling traffic, wear garments in accordance with
the Regulations for Construction Projects 69.1(1), (2), (3) and (4) of the Occupational
Health and Safety Act.

14.3 Pedestrian Traffic


a) The Contractor shall provide for safe and free pedestrian movement to and from
buildings, schools, parks and residences who presently have access along the line of
construction.
b) Sidewalks that are removed shall be immediately replaced or protected.
c) Excavations are to be properly fenced during non-Working hours.
d) Signage, traffic barrels and caution tape at minimum to be provided to direct
pedestrians around construction area.

14.4 Emergency Vehicles


The Contractor shall comply with municipal, fire, ambulance and police regulations relating
to notification for lane closures that may be used by emergency vehicles.

14.5 Restriction on the Use of Construction Equipment and Unlicensed Vehicles


Unlicensed vehicles and construction equipment will not travel, work or stop within 3.5
metres of a lane carrying traffic, except where construction operations necessitates the
Working Area be less than 3.5 metres from the traffic, in which case, the Contractor shall
erect delineators along the edge of the travelled lane, in accordance with Ontario Traffic
Manual, Book 7. In no case shall the distance between traffic and Working area be less
than 1.2 metres.

14.6 Open Excavations


The Contractor shall schedule their Work so that there will be no open excavation adjacent
to a lane carrying traffic overnight and on non-Working days including where new culverts
and sewers are being installed. Excavations within 4 m of travelled lanes shall be backfilled
with the specified material up to profile grade and compacted prior to closing down
operations.

14.7 Delivery, Storage and Trucking


The Contractor shall plan and schedule the routes of vehicles transporting all materials to,
from or within the job, so that vehicular movements are accomplished with minimum
interference and interruptions to traffic. This will necessitate vehicles to “slip-off” or “slip-
on” in the direction of traffic, in order to merge with and thereby avoid crossing traffic lanes.

Page 12 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

The Contractor shall obtain the Contract Administrator’s prior approval for the location of
any “slip-offs” or “slip-ons”. The Contract Administrator reserves the right to alter, reject or
close same as considered necessary.

14.8 Traffic Control Plan


A Traffic Control Plan shall be prepared by the Contractor for review by the Town of
Caledon prior to start of work.

15. RESTRICITION ON OPEN BURNING

Open fires will not be permitted within the limits of this contract. Brush and debris may, as
an alternative to burning, be disposed of outside the contract limits and in compliance with
the requirements specified elsewhere for Management and Disposal of Excess Material.

16. DUST AND MUD CONTROLS

The Contractor will be responsible for dust and mud control as deemed necessary by the
owner during construction by watering as directed by the Contract Administrator.

The Contractor shall take such steps as may be required to prevent dust nuisance resulting
from their operations either within the right-of-way or elsewhere or by public traffic where it
is the Contractor’s responsibility to maintain a roadway through the Work.

Where the Work requires the sawing of asphalt or the sawing or grinding of concrete,
blades and grinders of the wet type shall be used together with sufficient water to prevent
the incidence of dust, wherever dust would affect traffic or wherever dust would be a
nuisance to residents of the area where the Work is being carried out.

The cost of all such preventative measures shall be borne by the Contractor except,
however, where water or calcium chloride are included as tender items and are used to
reduce the dust caused by traffic on a roadway which is the Contractor’s responsibility to
maintain for public traffic, and the cost of such quantities of water and calcium chloride as
are authorized by the Contract Administrator to restrict dust to acceptable levels, shall be
paid for by the Owner at the Contract prices for the appropriate tender items for Water for
Dust Control or Calcium.

The Contractor shall be responsible for all dirt and mud that is tracked onto the roadways
from vehicles entering or leaving the job site. He/she shall, upon request from the Contract
Administrator, immediately proceed with clean-up operation at their expense, or if in the
opinion of the Contract Administrator, the Contractor has not or cannot sufficiently remove
the mud from the road, the Contract Administrator will proceed with the necessary clean
up with all costs being charged to the Contractor.

Page 13 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

17. WEIGHING OF MATERIALS

Weigh tickets shall be supplied by the Contractor showing the date, source of material,
type of material, truck number, gross, tare and net weights, place of dumping, and provide
spaces for the signature of the weighman and the Contract Administrator.

Two (2) copies of the weigh tickets, filled in by the weighman, shall be delivered Owner’s
agents will then fill in the place of dumping and sign both copies, keep one and return the
other to the scales by the driver.

Tickets shall be kept separate for each day and for each type of material weighed. Tickets
not signed by the Owner’s agent, by the days end, will not be accepted for payment.

17.1 Underloads
The Contractor is informed that a penalty will be imposed by the Owner relating to
underloads. The Contract Administrator will spot check vehicles throughout the Contract at
a conveniently located weigh scale. If the check weight is found to be less than that
indicated on the weigh ticket, this difference in tonnage will be applied to all the loads
delivered to the project on that one day. All costs herein involved are to be borne by the
Contractor.

18. DISPOSAL OF MATERIALS

The Contractor shall dispose of all waste and/or surplus materials in a disposal area
selected by the Contractor in accordance with O.P.S.S. 180. The site shall be located off
the Municipal right-of-way. The Contractor shall be responsible for all work involved in
disposing the waste or excess material including trucking, access roads, leveling, and all
haulage and/or dumping fees applicable.

Materials gained from stripping and excavating operations carried out under this Contract,
which are unsuitable for or which are excess to the requirements, shall be disposed of
outside the right-of-way at locations arranged for by the Contractor at their expense. The
Contractor shall identify the disposal area at the start of the Contract. The Owner reserves
the right to withhold payment of monies due the Contractor until the Contractor shall have
provided the Owner with a copy of the release form signed by the property owner of each
disposal area used by the Contractor upon completion of the work.

Where any materials are designated to be salvaged, the Contractor can consult the
Contract Administrator or the special provisions for direction.

The Contractor will locate their own dumping sites and haul the material away to them at
their unit price bid, in accordance with OPSS.MUNI 180 and Supplemental General
Conditions.

Page 14 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

When the Contractor is required to dispose of unsuitable material off-site such as rubble
and debris resulting from demolitions and removals; asphalt and concrete from pavement
and sidewalk removals and milling operations; surplus excavation from sewer and
watermain works, roadway and sidewalk excavation, or any other work under this contract,
this rubble, debris and surplus earth excavations shall be disposed of outside the limits of
the work at an acceptable site to be arrange for by and at the sole expense of the
Contractor in accordance to OPSS.MUNI 180. Granular materials in the existing roadway
shall be salvaged and re-used in the work area as directed by the Contractor Administrator.

19. EXISTING CONDITIONS

The Contractor shall clean up restore all disturbed areas to condition equal to or better than
existing conditions using materials equal to or better than existing materials. This includes
the removal and disposal all layout materials, string lines, batter boards and other such
materials.

The Contractor shall maintain flow in all existing sewers, drains, ditches, watercourses,
and house and inlet connections as applicable.

Sanitary sewers shall not be used for the discharge of water from excavations or
dewatering operations.

20. SUBSURFACE INVESTIGATION

Geotechnical reports or borehole logs, if provided to the Contractor by the Owner does not
relieve the Contractor of sole responsibility for determining all necessary information
relevant to the construction of the Works.

Information shown is interpreted from borings and other soils investigations, but the
accuracy of this information cannot be guaranteed. The geotechnical report is intended for
the guidance of the design engineer only. Where comments are made on construction,
they are provided only in order to highlight aspects of construction which could affect the
design of the project. Contractors bidding on or undertaking the Works should make their
own interpretation of the subsurface information provided as it affects their proposed
construction methods, equipment selection, scheduling and the like.

21. DAMAGE BY VEHICLE AND OTHER EQUIPMENT

If at any time, in the opinion of the Contract Administrator, damage is being or is likely to
be done to any roadway or any improvement thereon, other than such portions as are part
of the Work, the Contractor’s vehicles or other equipment, whether licensed or unlicensed,
the Contractor shall, on direction of the Contract Administrator and at the Contractor’s own
expense, make changes in or substitutions for such vehicles or other equipment shall alter
loading or shall in some other manner remove the cause of such damage to the satisfaction
of the Contract Administrator, except that where such a change, substitution, alteration or

Page 15 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

removal is made in circumstances that could not have been foreseen by the Contractor at
the time of tendering and in respect of a vehicle hauling a load within its legal limit, it shall
be at the expense of the Owner.

22. DEPTH OF EXCAVATION

Trenches shall be excavated to the depth required by the foundations of the pipe and
appurtenances shown on the drawings and, where conditions make it necessary, to such
additional depth as may be required by the Contract Administrator. The bedding shown in
the Contract drawings shall be placed on undisturbed ground. No adjustments in payment
will be made where the depth of excavation varies due to change in pipe elevation not
exceeding 300 mm. For grade changes of more than 300 mm, additional payment shall be
in accordance with the appropriate tendered unit price in the Form of Offer.

23. TRENCH PROTECTION

The Contractor shall provide, at all times, sheeting, shoring, bracing, draining, pumping,
and dewatering equipment as required for maintaining the trench in the dry, straight and
stable condition. Unless specifically included in the Form of Offer, the cost for the above
shall be included in the tendered unit price for pipe laying and no separate payment shall
be made for the equipment, labour and materials necessary to perform this work.

24. MATERIALS

The Contractor shall be responsible for supplying all materials required to complete the
work in accordance with the plans and specifications. The source of supply and quality of
all materials supplied by the Contractor must be approved by the Contract Administrator.

25. TENDER INVESTIGATION

All of the information as contained within the tender package, including but not limited to,
geotechnical information, sub surface material information and site conditions are provided
as a courtesy and for information purposes only. Each Tenderer shall satisfy themselves
by personal examination, or retention of their own independent consultants, of the site and
location of the proposed work and the local conditions to be met during the construction
and contract of the work. The Tenderer shall satisfy themselves as to the nature of the sub
surface materials and conditions including all geotechnical information. The Tenderer
acknowledges that its use of the information provided in this tendering package, including
but not limited to geotechnical information, is used at its own peril and that should such
information ultimately be determined to be inaccurate in any way the Tenderer shall not be
allowed to make any claim for any additional sums or amounts as a result of that error or
inaccuracy in information.

Page 16 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

SPECIAL PROVISIONS - ITEMS


INDEX

1. GENERAL REQUIREMENTS ...................................................................................... 20


2. SCHEDULING OF THE WORK AND TENDER ITEM QUANTITIES ........................... 20
3. TACK COAT (ASPHALT ITEMS) ................................................................................ 21
4. SPILLS REPORTING .................................................................................................. 21
5. FIELD TESTING OF CONCRETE ............................................................................... 22
6. NOTIFICATIONS OF RESIDENTS .............................................................................. 22
7. IDENTIFICATION OF LOCAL MOECC ....................................................................... 22
8. SPECIAL PROVISIONS – CONTRACT ITEMS .......................................................... 22
BONDING AND INSURANCE (ITEM #A1) .................................................................. 22
MOBILIZATION AND DEMOBILIZATION (ITEM #A2) ............................................... 23
CONSTRUCTION LAYOUT (ITEM #A3) ..................................................................... 24
ENVIRONMENTAL PROTECTION (ITEM #A4) .......................................................... 25
TRAFFIC CONTROL (FULL CLOSURE) & SEQUENCING (ITEM #A5) .................... 29
SITE RESTORATION (ITEM #A6) ............................................................................... 32
ASPHALT REMOVAL AND DISPOSAL – FULL DEPTH EXCAVATION (ITEM #B1.1,
B2.1, B3.1) ................................................................................................................................ 32
EARTH EXCAVATION AND FILLING/GRADING (ITEM #B1.2, B2.2, B3.2) ............. 33
GRANULAR B (ROAD SUBBASE) (ITEM #B1.3, B2.3, B3.3) ................................... 35
GRANULAR A (ROAD BASE) (ITEM #B1.4, B2.4, B3.4) ........................................... 36
GRANULAR “A” FINE GRADING (ITEM #B1.5, B2.5, B3.5); GRANULAR “A”
SHOULDERING (ITEM #B1.6, B2.6, B3.6) ............................................................................... 37
HOT MIX HL8 and HL3 (ITEM #B1.7, B2.7, B3.7, #B1.8, B2.8, B3.8) ....................... 38
STEEL THRIE BEAM GUIDERAIL (ITEM #B1.9, B2.9, B3.9) .................................... 42
SINGLE RAIL STEEL BEAM GUIDERAIL (ITEM #B1.10, B2.10, B3.10) .................. 45
ENERGY ATTENUATING END TREATMENTS (APPROACH) (ITEM #B1.11, B2.11,
B3.11) 45
LEAVING END TREATMENTS (ITEM #B1.12, B2.12, B3.12) .................................... 46
MISCELLANEOUS ASPHALT (ITEM #B1.13, B2.13) ................................................ 46
PERMANENT PAVEMENT MARKINGS (ITEM #B1.14, B2.14, B3.14) ...................... 46

Page 17 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

TOPSOIL AND SEED (ITEM #B1.15, B2.15, B3.15); TOPSOIL AND SOD (ITEM #
B1.16, B2.16) ............................................................................................................................ 49
GRANULAR SEALING (ITEM #B1.17, B2.17, B3.17) ................................................ 50
HAZARD SIGNS (ITEM #B1.18, B2.18, B3.18) .......................................................... 51
EXCAVATION AND REMOVALS – SHALLOW DITCHING; (ITEM #B1.19, B2.19)
EXCAVATION AND REMOVALS – NEW DITCHING; (ITEM #B1.20, B2.20, B3.20) .............. 51
SIGNAGE/MAILBOX RELOCATIONS (ITEM #B1.21, B2.21) .................................... 52
CLEARING (CLOSE CUT) (ITEM #B1.22, B2.22, B3.22) ........................................... 52
ASPHALT SPILLWAYS AND OUTLETS WITH RIVER ROCK (ITEM #B1.23, B2.23,
B3.23) 52
RESTORATION BELOW 5 YEAR WATER LEVEL (ITEM #B1.24, B2.24, B3.24) ..... 53
REMOVAL AND DISPOSAL OF EXISTING CULVERT AND ASSOCIATED
STRUCTURES (ITEM #C1.1, C2.1, C3.1) ................................................................................. 53
DEWATERING (ITEM #C1.2, C2.2, C3.2) ................................................................... 54
SUPPLY & INSTALL, PRECAST CONCRETE WINGWALLS (ITEM C2.3, C3.3) ...... 55
SUPPLY & INSTALL, PRECAST CONCRETE CUT-OFF WALLS (ITEM C1.4, C2.4, C3.4) ... 55
SUPPLY & INSTALL, 6000mm X 1500m X 12890mm PRE-CAST CONCRETE BOX
CULVERT – NORTH CULVERT (ITEM C1.5) ........................................................................... 55
SUPPLY & INSTALL, 4000mm X 1600mm X 12974mm PRE-CAST CONCRETE BOX
CULVERT – MIDDLE CULVERT (ITEM C2.5) .......................................................................... 55
SUPPLY & INSTALL, 4000mm X 1800mm X12540mm PRE-CAST CONCRETE BOX
CULVERT – SOUTH CULVERT (ITEM C3.5) ........................................................................... 55
GRANULAR “B” TYPE 2 FOR BACKFILL AND FROST TAPERS (ITEM #C1.6, C2.6,
C3.6) 58
150mm REINFORCED CONCRETE LOAD DISTRIBUTION SLAB (ITEM #C1.7, C2.7,
C3.7) 58
CAST-IN-PLACE CONCRETE CURB (ITEM #C1.8, C2.8, C3.8) ............................... 60
CAST-IN-PLACE CONCRETE WINGWALLS (ITEM #C1.9) ...................................... 61
CONCRETE SEALER (ITEM #C1.10, C2.10, C3.10) .................................................. 61
BRIDGE DECK WATERPROOFING (ITEM #C1.11, C2.11, C3.11)............................ 62
HOT MIX HL-3 AND HL-8 ON DECK (ITEM #C1.12, C2.12, C3.12) (ITEM #C1.13,
C2.13, C3.13) ............................................................................................................................ 63
RIP RAP WITH GEOTEXTILE (ITEM #C1.14, C2.14, C3.14) ..................................... 67
CONCRETE WORKING SLAB (ITEM #C1.15, C2.15, C3.15) .................................... 67
CONCRETE WINGWALL FOOTING (ITEM #C1.16) .................................................. 68
GABION WALL (ITEM #C2.17) ................................................................................... 68

Page 18 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

EXCAVATION OF SOFT SPOTS (PROVISIONAL) (ITEM #D2) ................................. 69


ROCK EXCAVATION/REMOVAL (PROVISIONAL) (ITEM #D3) ................................ 70
ENTRANCE CULVERT (PROVISIONAL) (ITEM #D4) ................................................ 70

Page 19 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

1. GENERAL REQUIREMENTS

The purpose of these Special Provisions is to list out the work which shall be performed or
to infer beyond reasonable doubt that work which is required, under an item in the Price
Schedule, for Contract prices.

The prices bid for all work included in the Price Schedule, unless otherwise directed in the
following specifications, shall be compensation in full for the complete supply of all labour,
equipment and materials, necessary to construct the work as specified in, shown on, or is
reasonable inferable from, these Contract Specifications.

The Contractor is responsible for inspecting the extent of repairs and locations of all roads
prior to the Tender closing so that he is satisfied of the extent of the work required.

2. SCHEDULING OF THE WORK AND TENDER ITEM QUANTITIES

The quantities shown for the items in the Price Schedule are approximate only and, subject
to the stipulation of the General Conditions, are for the purpose of indicating to tenderers
the general magnitude of the Work and for comparison of tenders received. Tenderers shall
prepare their tenders with the foregoing in mind and ensure that overhead and other fixed
costs are realistically apportioned amongst the several tender items.

The Town reserves the right to increase or decrease any or all of the estimated quantity
items by a maximum of 25% without any increase to the unit price for these items.

All work shall be completed by no later than the agreed completion date. Liquidated
damages may be applied if not completed by this date. OPSS.MUNI 100 shall govern for
working days and specifies procedure for Contractors to extend time due to weather on an
end date contract.

The Contractor shall diligently complete all work stipulated within this tender document;
including, but not limited to the below summary.

• Number of crews
• Listing equipment
• Structure Order Date and Delivery
• Mobilization and preparation of the site
• Road Closure date
• Traffic control and signage
• Installation of erosion control measures
• Flow diversion and Dewatering
• Road/Structure Excavation
• Existing structure removal
• Working slab placement
• Precast cut off wall placement

Page 20 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

• Precast culvert placement


• Load distribution slab
• Site-cast concrete curb
• Precast/site-cast wingwall Placement
• Gabion wall
• Concrete Sealing
• Bridge deck waterproofing
• Earth grading
• Placement of gravel
• Ditching
• General removal
• Dewatering
• Construction of curbs and gutters
• Placement of base and surface course asphalt
• Topsoil, seeding and sodding
• Placement of bridge barrier and guiderail system and line painting
• Demobilization and site restoration

The Contractor is to provide a construction schedule prior to commencing work.

3. TACK COAT (ASPHALT ITEMS)

Specifications: OPSS.PROV 308, except as modified herein.

All costs related to Tack Coat shall be deemed to be included in the respective asphalt
items. No additional payment will be made for Tack Coat. This shall include all labour,
equipment and materials to supply and install tack coat to all base asphalt surfaces, butt
joints and vertical concrete surfaces prior to the placement of the surface asphalt, as per
the Contract Drawings.

The price bid for this item shall include the cost to power sweep and/or hand sweep the
base asphalt surface to ensure all debris is removed from the surface prior to placement
of the tack coat. It shall also include all preparatory work required to prepare the road base
prior to placement of hot mix asphalt. The tack coat shall be placed sufficiently ahead of
the paving operations to allow for proper curing and proper condition of tackiness. The
base asphalt surface is to be free of standing water and completely dry.

4. SPILLS REPORTING

Spills or discharges of pollutants or contaminants under the control of the Contractor, and
spills or discharges of pollutants or contaminants that are a result of the Contractor’s
operations that cause or are likely to cause adverse effects shall forthwith be reported to
the Consultant. Such spills or discharges and their adverse effects shall be defined in the
Environmental Protection Act R.S.O. 1980.

Page 21 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

All spills or discharges of liquid, other than accumulated rain water, from luminaries,
internally illuminated signs, lamps and liquid type transformers under the control of the
Contractor, and all spill or discharges from this equipment that are a result of the
Contractor’s operations shall, unless otherwise indicated in the Contract, be assumed to
contain PCB’s and shall forthwith be reported to the Consultant.

This reporting will not relieve the Contractor of his legislated responsibilities regarding such
spills or discharges.

5. FIELD TESTING OF CONCRETE

The Field Testing of Concrete on this project will be the financial responsibility of the
Consultant and testing shall be conducted and as directed by the Consultant. The
Contractor is to notify the Consultant at least 48 hours prior to concrete placement.

No concrete shall be placed in the structure unless tested and/or permission to pour is
given by the Consultant.

Any concrete, which does not comply with specified slump, air content, temperature and
aggregate gradation requirement will be immediately rejected. No adjustment to the load
of concrete except air entrainment will be allowed on site. Super plasticizer if used must
be added on site.

6. NOTIFICATIONS OF RESIDENTS

At least (2) two weeks prior to the commencement of the work the Consultant will be
required to provide the local residents within a two (2) kilometer radius of the project a letter
identifying its commencement and completion date as well as a general scope of work.

7. IDENTIFICATION OF LOCAL MOECC

Notification to the Ministry of the Environment and Climate Change (MOECC), that is
required elsewhere in the Contract, shall be provided to the MOECC Office in Burlington:

Halton – Peel MOECC Office: Ministry of Environment and Climate Change


Suite 300, 4145 North Service Road
Burlington, ON L7L 6A3
Tel: (905) 319-3847

8. SPECIAL PROVISIONS – CONTRACT ITEMS

BONDING AND INSURANCE (ITEM #A1)

Page 22 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

The lump sum price bid for this item shall be full compensation for providing all bonds and
insurance as specified in the Information to Bidders and the Supplemental General
Conditions of the Contract.

The liability insurance provided shall name the Town of Caledon, Toronto Region
Conservation Authority, Greer Galloway and the Region of Peel as additionally insured with
the Contractor.

Bonding for this item includes a 50% Performance Bond and 50% Labour and Material
Payment Bond of the contract price.

If the price bid for Bonds is more than the actual cost provided by the Bonding Company,
plus a maximum 20% mark-up, the Tender may be declared an imbalanced bid. The low
bidder shall be required to provide proof of the cost of bonding and insurance.

MOBILIZATION AND DEMOBILIZATION (ITEM #A2)

Specifications: OPSS 490, except as modified herein.

The Contractor shall enter a tendered amount for mobilization and demobilization, as well
as for additional labor, equipment or materials required to complete the Contract but not
specifically covered by or related to the other items in the Price Schedule.

The lump sum price bid may include, but is not limited to, the following: watchpersons, on-
site washroom facilities, utility work, permits and approvals, project signage, coordinating
with utility companies, or acquiring the services of local operating authorities.

The submission by a tenderer of an unbalanced price for this item renders the tender liable
to disqualification.

Utilities

The Contractor shall supply all labour, equipment and materials necessary to locate,
maintain, excavate, protect, support and relocate all utilities as necessary during
construction.

Any damage to existing utilities due to the work of the Contractor shall be reported to the
appropriate Utility Company immediately. All damage, as deemed by the Utility Company,
Contract Administrator or Town to be the result of the work by the Contractor shall be
rectified at the expense of the Contractor. Any repair work to utilities that must be
completed by a third party shall be provided at the expense of the Contractor.

The Contractor shall provide at least four (4) weeks of notification to Bell, Hydro One, Cable
and Enbridge prior to any work. The Contractor shall maintain liaison with all required Utility
Companies throughout the Works for advice and guidance, as required. The Contractor

Page 23 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

shall co-operate fully with all utilities and not hold the Town responsible for any delays that
may be incurred due to construction schedules set forth by the utility companies.

An approved contractor must be used to perform any required manipulation of Utility


infrastructure.

The Contractor shall be responsible for the weekly pickup of garbage bags, garbage
containers, green bins and recycling boxes left at the curbside from abutting residential or
commercial properties within the limits of construction and for delivery of all curbside
garbage to the limits of construction at a location approved by the Contract Administrator.
Empty garbage containers and recycling boxes shall be returned to the respective property
owners on the same day.

The Contractor may have to mark property addresses on containers/receptacles in order


to ensure return to the proper owner. All regularly scheduled garbage and recycling pickups
shall be maintained regardless of whether the Contractor is working on that day.

To restrict access by the public, the right-of-way adjacent to Working Areas shall be fenced
before work commences. The Contractor shall erect, maintain, remove and dispose of the
temporary fencing required to restrict access.

Contractor to supply, install, maintain and remove sign at the end of construction. Sign to
be installed as shown on the plans, prior to construction.

Basis of Payment

Sixty percent (60%) of the tendered price will be paid under the first payment certificate.
The balance will be paid on the final payment certificate.

No payment for this item will be made until the Contract Administrator has received a
written schedule of work and a list of proposed suppliers of material to the Contractor and
Subcontractors.

CONSTRUCTION LAYOUT (ITEM #A3)

All costs related to Construction Layout shall be deemed to be included in the respective
tender item. No additional payment will be made for Construction Layout. This shall include
compensated in full for all labour, equipment and materials required 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 accepted survey procedures. Using qualified
personnel and following accepted engineering practices, the Contractor shall calculate,
layout, establish and maintain all lines and grades necessary for the construction and
verification of the work. They shall provide such information on the calculations, layout,
lines and grades at the request of the Contract Administrator.

Page 24 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

The Contractor shall be responsible for, and bear the cost of, field verification of all existing
details and dimensions as they affect the work. Any discrepancy between the actual
conditions and details on the Contract Drawings shall be reported to the Contract
Administrator before proceeding with the work or fabricating materials so affected. Any
delay or cost incurred by the Contractor’s failure to comply with this provision shall be borne
by the Contractor.

The Contractor shall supply the Contract Administrator with a copy of all necessary
information to enable them to use the Contractor's field layout. All information, both on work
sheets and on stakes, shall be neat and legible.

The Contractor, where applicable, shall record the elevations of the roadway both before
and after removal of asphalt and excavations. The elevations on the roadway will be taken
in a 10m grid along the centerline of road and the edge of pavement on each side of the
road and shall extend from the existing structure to 20m beyond the limits of the asphalt
removal. All survey work will be reference to a temporary benchmark set out on the
Contract Drawings.

It is the Contractor’s responsibility to ensure that there is no ponding of water anywhere on


the road.

Basis of Payment

Payment for this item including full compensation for all labour, equipment and materials
required to achieve the specifications of this item, shall be on a lump sum basis. Payment
shall be made on a prorated basis over the duration of the contract and shall be based on
the work completed as a percentage at time of progress payment. This percentage of
overall work completed, shall form the basis of the prorated payment against this item’s
lump sum.

ENVIRONMENTAL PROTECTION (ITEM #A4)

Specifications: OPSS.MUNI 182, 577, and 805, except as modified herein.

The applicable conservation authority is the Toronto Region Conservation Authority


(TRCA).

If any temporary works enter the waterway, then the provisions outlined by the
Conservation Authority shall be followed. In the past, these provisions have included that
all disturbed areas shall be stabilized to prevent entry of sediment into the stream. The
duration of in-stream work shall be minimized, and temporary silt control measures shall
be implemented. In-water work shall be accomplished by hand, and only as necessary to
level the channel bottom in localized areas. Only materials such as washed stone, precast
concrete units and untreated timber shall be permitted. All areas shall be restored to the
satisfaction of the Conservation Authority upon completion of the work, and any/all

Page 25 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

materials temporarily introduced to the stream are to be removed. No in-water work may
start until the allowable timing window specified on the Contract Drawings and permits.

The Contractor shall meet the requirements of the Conservation Authority work permit as
well as any other applicable permits. Note that all in-water work must be completed within
the allowable timing window as specified on the Contract Drawings.

Additional protection measures may be required depending on the Contractor’s approach


to the works. The Contractor shall take all reasonable precautions to prevent silt release
from entering the waterway. These precautions shall include, but not be limited to, silt
fences around stockpiled earth and topsoil, pump discharges onto grass flats, rock flow
check dams and sediment traps. All measures shall be in accordance with the standard
details provided herein. Upon completion of the work, accumulated silt and debris shall be
removed from the site along with the silt trap and sediment fence. The Contractor shall
note that no equipment may be refueled or parked overnight within 30 m of the waterway.

The Contractor is responsible to install silt fence and check dams beyond that shown on
the plans, to prevent the discharge of particulates to water bodies. The design drawings
are for guidance only. It is the contractor’s responsibility to install sufficient silt protection
along the construction site. The erosion and sediment control strategies outlined on the
plans are not static and may need to be upgraded / amended as site conditions change to
minimize sediment laden runoff from leaving the work areas. If the prescribed measures
on the plans are not effective in preventing the release of a deleterious substance, including
sediment, then alternative measures must be implemented immediately to minimize
potential ecological impacts. TRCA Enforcement Officer should be immediately contacted.
Additional Erosion and Sediment Control measures to be kept on site and used as
necessary.

Any discharges of water into the stream shall be free of any silt or other deleterious
material. Pumping discharges onto grass flats, flow check dams, sediment bags or
sediment traps shall be used as a means to ensure that this objective is met. Such
measures shall be in accordance with the standard details provided herein. Flow check
dams shall be provided as shown on the Contract Drawings and as required by the Contract
Administrator, Town or Conservation Authority during construction.

Prior to the start of construction, the contractor shall submit shop drawings showing the
locations and dimensions of cofferdams, bypass piping, flow check dams and silt control
features it may elect to use.

This shall include all materials and measures required for the protection of water courses,
existing trees and other vegetation within or adjacent to the site, and / or as specified in
the Contract Drawings. The Contract Administrator, Town or Conservation Authority may,
at any point during construction, request that additional trees or vegetation be protected as
per standard details provided herein.

Page 26 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Erosion and Sediment Control (ESC) measures will be implemented prior to, and
maintained during the construction phases, to prevent entry of sediment into the water. All
damaged erosion and sediment control measures should be repaired and / or replaced
within 48 hours of the inspection.

Disturbed areas will be minimized to the extent possible, and temporarily or permanently
stabilized or restored as the work progresses.

All in-water and near water works will be conducted in the dry with appropriate erosion and
sediment controls.

An Environmental Monitor from the TRCA will attend the site to inspect all new controls, as
well as on a regular basis, or following rain/snowmelt event, to monitor all works, and in
particular works related to erosion and sediment controls, dewatering or unwatering,
restoration and in- or near- water works. Should concerns arise on site the Environmental
Monitor will contact the CA Enforcement Officer as well as the proponent.

All activities, including maintenance procedures, will be controlled to prevent the entry of
petroleum products, debris, rubble, concrete or other deleterious substances into the water.
Vehicular refueling and maintenance will be conducted a minimum of 30 metres from the
water.
All grades within the Regulatory Flood Plain will be maintained or matched.

The Contractor shall monitor the weather several days in advance of the onset of the
project to ensure that the works will be conducted during favorable weather conditions.
Should an unexpected storm arise, the contractor will remove all unfixed items from the
Regional Storm Flood Plain that would have the potential to cause a spill or an obstruction
to flow, e.g., fuel tanks, porta-potties, machinery, equipment, construction materials, etc.

All dewatering/unwatering shall be treated and released to the environment at least 30


metres from a watercourse or wetland and allowed to drain through a well-vegetated area.
No dewatering effluent shall be sent directly to any watercourse, wetland or forest, or
allowed to drain onto disturbed soils within the work area. These control measures shall be
monitored for effectiveness and maintained or revised to meet the objective of preventing
the release of sediment laden water.

All access to the work site shall be from either side of the watercourse. No equipment or
vehicles are permitted to cross through the watercourse.

In order to comply with the Migratory Birds Convection Act, recommends that tree removals
be completed between August 1 and April 1.

To protect local fish populations during their spawning, nursery and migratory periods, in-
water/near-water activities, may only occur during the following time period (July 1 to March
31). Fish and wildlife stranded within the work area shall be captured and released live in

Page 27 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

suitable habitat upstream of the work area under the supervision of a qualified aquatic
biologist.

A permit from the TRCA has been obtained for this project (See Attachment E-4). Upon
award of the project, the Contractor will be responsible for obtaining approval for their
environmental protection and dewatering plan from the TRCA prior to commencing work.
The Contractor shall be responsible for preparing a fish rescue plan and obtaining a
License to Collect Fish for Scientific Purposes from the Ministry of Natural Resources for
the purpose of fish salvage in the event any fish become trapped in the dewatering area.
All trapped fish shall be live released outside of the dewatering area by a qualified person
employed by the Contractor. The Contractor shall be responsible for all conditions of the
license, including any necessary reporting.

All costs incurred by the Contractor associated with the compliance with the above shall
be borne by the Contractor. The Contractor shall not make any claim for additional
compensation due to delays in commencing the work due to compliance with the above.

805.07.01.06 Construction and Removal of Measures

Subsection 805.07.01.06 of OPSS 805 is amended by addition of the following:

Further to requirements specified in the Contract Documents, the following items shall be
installed and removed according to the timing constraints set out in Table A below:

Table A
Timing Constraints
Tender Item
Installation Removal
Heavy Duty Silt Fence Prior to Removals Upon completion of construction
Straw Bale Flow Check Prior to Removals Upon completion of construction
Temporary Rock Flow Checks Prior to Removals Upon completion of construction

Basis of Payment

Payment for this item including full compensation for all labour, equipment and materials
required to achieve the specifications of this item, shall be on a lump sum basis. Payment
shall be made on a prorated basis over the duration of the contract and shall be based on
the work completed as a percentage at time of progress payment. This percentage of
overall work completed, shall form the basis of the prorated payment against this item’s
lump sum.

Siltsoxx, 200mm diameter

General: This work shall consist of furnishing, installing, maintaining and dispersing a water
permeable compost filter Siltsoxx (Silt Soxx™) to contain soil erosion and sediment by

Page 28 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

removing soil particles from water moving off-site into adjacent waterways or storm water
drainage systems. Locations as per the drawings.

Compost: Compost used for Silt Soxx™ shall be weed free and derived from a well-
decomposed source of organic matter. The compost shall be produced using an aerobic
composting process meeting or exceeding CFR 503, M.O.E. 101, C.C.M.E. Type “A” and
Type “AA” regulations, Standard Test of Assurance Program or BNQ. Program, including
time and temperature data indicating effective weed seed, pathogen and insect larvae kill.
The compost shall be free of any refuse, contaminants or other materials toxic to plant
growth. Non-composted products will not be accepted.

Construction: Silt Soxx™ will be placed at locations indicated on plans or as directed by


the engineer. Soxx should be installed parallel to the base of the slope or other affected
area. Installation shall be as per contract drawing.

Maintenance:

1. The Contractor shall maintain the Silt Soxx™ in a functional condition at all times and it
shall be routinely inspected.
2. If the Soxx requires repair, it will be routinely repaired.

TRAFFIC CONTROL (FULL CLOSURE) & SEQUENCING (ITEM #A5)

Specifications: OPSS.MUNI 706, except as modified herein.

Under this item, the Contractor shall be responsible for the supply, layout, maintenance,
relocation and removal of all flashing lights, high intensity signs, barriers, barricades,
temporary pavement markings, traffic control devices, temporary illumination, traffic control
person(s), traffic control markers and remote control (RC) devices, road closure signs,
detours, etc. at the work site and all other signs (including TC-64 signs) to be erected by
the Contractor. All traffic control measures are to conform with the Ontario Traffic Manual
(OTM) Book 7, “Temporary Conditions”, as detailed on the Contract drawings and as
described herein.

Five (5) weeks prior to mobilization, the Contractor shall submit a traffic control plan
showing the layout and distances of all signs specific to this site for review by the Town
and the Contract Administrator.

Five (5) weeks prior to mobilization, the Contractor shall submit a Construction Sequencing
plan for review by the Town and the Contract Administrator.

The contractor will be responsible for obtaining a “Road Occupancy Permit” prior to the
start of Construction from the Town of Caledon as well as from the Region of Peel for
Mayfield Road.

https://www.caledon.ca/en/townhall/roads.asp

Page 29 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

http://www.peelregion.ca/pw/transportation/business/road-occupancy-permit.asp

Chinguacousy Road will be closed at the project sites during construction and a detour
route provided by the Contractor. The Contractor must have temporary road closure
signage in place a minimum of three (3) weeks prior to the start of construction and at the
satisfaction of the Contract Administrator. The Contractor shall close lanes, divert traffic
and construct traffic control measures and plan their work so that it interferes as little as
possible with traffic, subject to the following guidelines:

a) Contractor to demolish and replace one structure at a time. Contractor shall submit
a construction sequencing plan for review by the Town and the Contract
Administrator.
b) Contractor cannot commence re-construction of second and or third structure,
without providing the safe passage of pedestrians and vehicles over the first and or
second structure. Under no circumstances should any of the landowners be
landlocked as a result of construction activities.
c) The supply, installation, relocation as required and maintenance of all Jersey
barriers, construction markers, barricades, warning signs, delineators, flashers,
snow fencing, etc. within the construction limits. The Contractor is advised that the
message on all signs shall be of a reflective material so they may be clearly visible
to drivers during the night. All signs, flashers, barricades, and delineators shall be
cleaned and maintained throughout the duration of the Contract.
d) Provisions for the passage of pedestrians in the construction area.
e) Access to properties and driveways abutting the construction limits, by pedestrians
and vehicular traffic, shall be maintained at all times.
f) Temporary granular driveways for the maintenance of vehicular traffic.
g) All signing and barriers shall be supplied, installed and maintained in accordance
with the current edition of Book 7 “Temporary Conditions”.
h) Final removal of all temporary walks, driveways, etc., as well as reinstatement of full
curb sections, top soiling and sodding of all areas outside the limits of the road
reconstruction.
i) During construction, the Contractor shall make changes to the traffic control
measures and methods if requested by the Town or the Contract Administrator.
j) Waterproofing, asphalt pavement, line painting, guiderail, and restoration may be
completed in one operation after the replacement of the structures. The contractor
will be responsible for grading all granular prior to the placement of asphalt. The
above must be completed within the in/near stream timelines as required.

The Contractor shall provide and maintain signs, fencing barricades and barriers to
completely exclude the public, including pedestrians and bicycles, from the construction
site. All damages arising from insufficient protection of the site will be wholly the
responsibility of the Contractor.

All traffic control/protection measures shall be inspected at least twice per day (at the
beginning and end of the working day) and at least once on the weekend days to verify

Page 30 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

their conformance with the approved plan. Corrective measures for deficiencies observed
shall be taken as soon as practicable after becoming aware of the situation at the expense
of the Contractor.

If, in the opinion of the Contract Administrator or Town, proper traffic control is not
maintained the Contractor shall immediately modify the operation to the satisfaction of the
Contract Administrator. If the Contractor fails to take immediate action the Contract
Administrator may take such action, as they consider necessary and/or required, and
deduct the cost from monies owing to the Contractor. The performance of such work under
the direction of the Contract Administrator shall in no way relieve the Contractor from any
responsibility or damages which may occur during the performance of any traffic control
measures after such precautions have been carried out by the Contract Administrator.

This item shall also include the completion of traffic control plans for all stages of
construction and the notification of local residents. Proposed traffic control plans must also
be submitted to the Consultant for review and approval at least ten (10) working days prior
to the start of construction.

Maintenance of the traffic diversion for the duration of construction shall be included under
this item including the repair of any potholes, etc.

Access is to be provided to the properties near the limits of the Work at all times with all
signage provided by the Contractor.

The Contractor shall supply and install a Contractor Identification sign located as directed
by the Contract Administrator. The sign shall include the Contractors name and phone
number as a minimum.

The Contractor shall inform in writing all emergency services with respect to the roadway
restrictions.

Included under this item shall be the supply, installation, relocation, and maintenance of
TC-54 markers, temporary concrete barriers, temporary energy attenuators, temporary
pavement markings, and any other items required in accordance with the requirements of
the Ontario Traffic Manual Book 7.

The Consultant shall notify each affected owner, household and/or business establishment
located within a 2 km radius of the culverts. The letter, complete in every detail and written
on letterhead paper, shall be delivered by the Consultant to each house and/or business
establishment at least four (4) weeks prior to commencement of the work and the Contract
Administrator shall be notified in writing when such notification has been served. This
notice shall be reviewed by the Owner prior to issuing.

The Contractor’s signage scheme must be submitted to the Contract Administrator for the
Town to review a minimum of fourteen (14) days prior to commencement of the project.
The Contractor shall maintain a daily sign diary confirming signage as per OTM Book 7.

Page 31 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

The Town will supply one Infrastructure Project Sign - 1,220mm x 1,951mm (10mm
Coroplast or PVC integral foam). The contractor will be responsible for picking up the sign
at the Yard 1 located at 8820 Castlederg Sideroad and supplying backing and posts for the
erection of this project sign.

The sign shall be installed and maintained securely in a prominent area 30-days prior to
construction beginning and stay in place until 30-days after construction is completed.

Partial Payments will be made on the following basis:

a. 60% of the tender amount will be paid upon installation of traffic control
b. The remaining 40% will be paid upon removal of all traffic control equipment
and materials

SITE RESTORATION (ITEM #A6)

The lump sum price bid for this item shall be compensation in full for all labour, equipment
and materials required to perform all site restoration work for the areas disturbed beyond
the limits shown on the drawings, including the contractor staging and storage areas. This
item shall also include restoration of the roadway embankments if disturbed during
construction.

Upon completion of the work, any debris, mud or other material deposited on
Chinguacousy Road will be swept clean and power washed. All debris and construction
materials will be removed from the area. Roadway embankments will be restored with live
stakes, top soil, CVC seed mix No.3, and Terrafix S100B as per the Contract Drawings.
The construction area will be restored to its original or better condition.

The Town reserves the right to order Town staff to clean up the construction area at the
expense of the Contractor, at any time the Contract Administrator determines the
accumulation of debris, mud or other materials warrants cleaning and the Contractor has
failed to complete the required cleaning in a timely fashion after being requested to do so
by the Contract Administrator.

ASPHALT REMOVAL AND DISPOSAL – FULL DEPTH EXCAVATION (ITEM


#B1.1, B2.1, B3.1)

Specifications: OPSS.MUNI 510, except as modified herein;

This item is to include the full depth removal of existing asphalt. No milling is required.

Asphalt removal and disposal will be at the contractor’s expense.

The work shall include removal of existing asphalt, the saw cutting / step jointing of existing
asphalt at transition locations, disposal and hauling of the material.

Page 32 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

During removal operations, adjacent pavement and structures shall remain undisturbed.

The Contractor shall, as required, cut the existing asphalt in accordance with the
requirements of OPSS.MUNI 510: Construction Specification for removal, to create a
smooth butt or step joint (as is appropriate based on adjacent asphalt depth – single lift:
butt joint; multiple lift: step joint) with adjacent asphalt. Payment for the work of cutting
existing pavement shall be included in the unit bid price for this item.

Payment at the contract price for the above tender items shall be full compensation for all
labour, equipment and material required to complete the work. Payment shall be by the
“square metre”.

EARTH EXCAVATION AND FILLING/GRADING (ITEM #B1.2, B2.2, B3.2)

The requirements of OPSS 180, OPSS 206 and OPSS 902 shall apply to the above item,
except as otherwise specified below.

206.1 Scope

Section 206.1 of OPSS 206 is amended by addition of the following:

The work under this item shall include all excavation, grading, compaction, and backfill
(except granular) required for the installation of the new box culvert, associated frost
tapers, preparation of the road subbase, and approach improvements/widening as
specified in the contract drawings.

This item also includes work required for the reinstatement of shoulders and side slopes
required for guide rail installation and the modifications of approaches, and any other
grading required as part of the site restoration. Environmental protection shall meet the
requirements set in Item 4 of the general special provisions

206.07 Construction
206.07.01 General

Section 206.07.01 of OPSS 206 is amended by addition of the following:

The excavation and filling activities are largely related to the provision of frost tapers and
construction of approaches and include the removal of timber cribbing, boulders, rubble
and debris, if present in the excavation zone. It will also include the removal of trees and
vegetation required to install the new structure, modify approaches, and channel
improvements at the inlet and outlet of the new structure as directed by the Contract
Administrator. Removal of boulders over 1m3 will be paid under the rock excavation item
of this Contract.

206.07.03.05 Management of Excavated Materials

Page 33 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Section 206.07.03.05 of OPSS 206 is amended by addition of the following:

206.07.10 Management of Excess Material

Section 206.07.10 of OPSS 206 is deleted and replaced with the following:

Management of unsuitable material, and excess material that is surplus to the requirements
for backfill resulting from this activity shall be according to OPSS.MUNI 180.

Section 206.10.01 of OPSS 206 is deleted and replaced with the following:

Payment for this item shall be full compensation for all labor, equipment and materials
necessary to complete the excavation and grading for the shoulder widening, ditches to
the extents shown on the Contract Drawings. The unit price shall include, removal and
disposal of all material off- site at an approved site obtained by the Contractor. The
Contractor shall carry out all work necessary to prevent slumping of embankment material
and damage to adjacent property.

Work under this item shall include:


a) Stripping and removal of topsoil.
b) Benching of the slope embankments as per OPSD 208.010 as required.
c) Remove and dispose of off-site all unsuitable materials.
d) Perform all excavation and grading work as shown on the Contract Drawings for
shoulder widening
for the installation of steel beam guiderail.
e) Surplus excavated material shall be disposed of off-site at the Contractor’s expense
f) Electrical Conductivity (EC), and Sodium Adsorption Ratio (SAR) exceedance are
to be expected to MOE Table 1 standards. This is not to be considered
contaminated and the Contractor is responsible to manage excessive earth with salt
impacts accordingly.

The Contractor shall be responsible for all work involved in disposing the waste or excess
material including trucking, access roads, leveling, and all haulage and/or dumping fees
applicable. Materials gained from stripping and excavating operations carried out under
this Contract, which are unsuitable for or which are excess to the requirements, shall be
disposed of outside the right-of-way at locations arranged for by the Contractor at their
expense.

The Contractor will locate their own dumping sites and haul the material away in
accordance with OPSS.MUNI 180 and Supplemental General Conditions. The Contractor
shall identify the disposal area at the start of the Contract. The Owner reserves the right to
withhold payment of monies due the Contractor until the Contractor shall have provided
the Owner with a copy of the release.

Page 34 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

A copy of the completed form OPSF 180-1, Site Selection Notification for Stockpiling
Materials Managed Through Re-Use, or OPSF 180-2, Site Selection Notification for
Material Managed as Disposable Fill or both shall be submitted to the Contract
Administrator and the property owner at least two weeks prior to the use of the property.
At the completion of such work, a completed copy of the form OPSF 180-3, Property
Owner's Release, shall be provided to the Contract Administrator. Where any materials are
designated to be salvaged, the Contractor can consult the Contract Administrator or the
special provisions for direction.

Where the Contractor manages excess earth as disposable fill, the Contractor shall take
into account the possibility of salt impacts and ensure that the materials is managed
responsibly and in an environmentally appropriate manner. Where the Contractor intends
to manage the excess earth that may be salt impacted on private property, the Contractor
shall make the Property Owner aware that it may be salt impacted by using the attached
Property Owner’s Release in place of OPSF 180-3. The Contractor is responsible for
conducting such sampling and testing as may be necessary to comply with any
requirements imposed by the Property Owner as a condition of accepting the excess earth.

The Contractor shall note that excess earth may contain elevated concentrations of
polyaromatic hydrocarbons, chloride and sodium etc., and may have elevated values for
Electrical Conductivity and Sodium Adsorption Ratio. For the purpose of this Contract,
Excess earth with salt impacts is not considered to be “contaminated” within the meaning
to Table 1 in OPSS 180.

Contractor to refer to the Geotechnical and Chemical Testing reports for information on
expected PAH, ECE, SAR, Zinc, etc. exceedances with MOE table Standards.

Basis of Payment

Payment at the contract price for the above tender items shall be full compensation for all
labour, equipment and material required to complete the work. Payment for this item shall
be “cubic metre”.

GRANULAR B (ROAD SUBBASE) (ITEM #B1.3, B2.3, B3.3)

The unit bid price for the above tender items shall be full compensation for the purchase,
supply, and placement of Granular “B” material for the purposes of road widening and road
base reconstruction where existing material must be replaced. Granular "B" Type I
materials shall be used for granular road sub-base in accordance with OPSS.MUNI 314.
Water for compaction, as directed by the Contract Administrator, shall be included in the
unit price bid. Granular “B” shall conform to OPSS.MUNI 1010. Compaction shall be to
OPSS.MUNI 501.

A typical depth of 450 mm is to be applied for road base reconstruction.

Page 35 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Quality Assurance
OPSS.MUNI 314.08 shall be amended to include the following:
In no case shall any materials be placed in the roadbed until it has been tested. The
Contractor shall be responsible for arranging for and carrying out quality control testing of
granular material and for obtaining, delivering and testing material samples prior to their
placement.

The Contractor testing work shall include:


• Granular gradation samples and tests (unless the pit can provide adequate
documented evidence of current or recent material-tests).
• Standard or modified Proctor tests to establish compaction targets.
• Nuclear density compaction testing during placement.
• Non-conforming material that has been incorporated into the work shall be removed
and replaced with conforming material, or subjected to a payment reduction, as
determined by the Contract Administrator.

Measurement for Payment

OPSS.MUNI 314.09.01.01.01 shall be amended to


include the following:

Measurement of Granular ‘B’ will be made in tonnes based on weigh scale tickets provided
by the Contractor for material delivered and incorporated into the Work as specified.

Payment at the Contract Price for this item shall be full compensation for all labour,
materials and equipment required to do the work.

GRANULAR A (ROAD BASE) (ITEM #B1.4, B2.4, B3.4)

The unit bid price for the above tender items shall be full compensation for the purchase,
supply, and placement of Granular “A” material for the purposes of road widening and road
base reconstruction where existing material must be replaced. Granular "A" materials shall
be used for granular road base in accordance with OPSS.MUNI 314. Water for compaction,
as directed by the Contract Administrator, shall be included in the unit price bid. Granular
A shall conform to OPSS.MUNI 1010. Compaction shall be to OPSS.MUNI 501.

A typical depth of 150 mm is to be applied for road widening and road base reconstruction.

Quality Assurance
OPSS.MUNI 314.08 shall be amended to include the following:
In no case shall any materials be placed in the roadbed until it has been tested. The
Contractor shall be responsible for arranging for and carrying out quality control testing of
granular material and for obtaining, delivering and testing material samples prior to their
placement.

Page 36 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

The Contractor testing work shall include:


• Granular gradation samples and tests (unless the pit can provide adequate
documented evidence of current or recent material-tests).
• Standard or modified Proctor tests to establish compaction targets.
• Nuclear density compaction testing during placement.
• Non-conforming material that has been incorporated into the work shall be removed
and replaced with conforming material, or subjected to a payment reduction, as
determined by the Contract Administrator.

Measurement for Payment

OPSS.MUNI 314.09.01.01.01 shall be amended to include the following:

Measurement of Granular ‘B’ will be made in tonnes based on weigh scale tickets provided
by the Contractor for material delivered and incorporated into the Work as specified.

Payment at the Contract Price for this item shall be full compensation for all labour,
materials and equipment required to do the work.

GRANULAR “A” FINE GRADING (ITEM #B1.5, B2.5, B3.5); GRANULAR “A”
SHOULDERING (ITEM #B1.6, B2.6, B3.6)

Specifications: OPSS.MUNI 501, 314, 1010, & OPSS 902, except as modified herein.

This work consists of all material, equipment and labour required to supply, haul, place and
compact Granular “A” material, including the application of water for compaction and dust
control.

Work under this tender item shall include the following:


All Granular “A” fine grading work as shown on Contract Drawings
All Granular “A” for road shouldering work as shown on the Contract Drawings

The Contractor shall supply, place and compact Granular “A” material to the depths,
dimensions and grades as shown on the contract drawings and in the geotechnical report.

The depth of Granular “A” for fine grading shall be 50mm


The depth of Granular “A” for shouldering shall be 100mm or to match existing roadway.

In areas where gravel entranceways are affected by the construction operation, the
Contractor will be required to place Granular “A” material to bring the entranceways to a
grade acceptable to the Contract Administrator and as per the Town of Caledon’s entrance
bylaw and specification.

Page 37 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

The existing road and shoulder are to be proof rolled prior to placement of Granular “A” to
identify areas in need of repair or additional treatment.

All Granular material shall be compacted in maximum 150mm lifts and compacted to obtain
a minimum of 100 percent Standard Proctor Maximum Dry Density. Water shall be supplied
and applied as required to aid in compaction and shall be included in the unit bid price.

Payment

Payment at the unit contract price for the above items shall be full compensation for all
labour, equipment and material required to do the work.

Payment for these items shall be under full compensation at the tendered unit price per
tonne as measured by legal weigh scale at the quarry and include all material within the
frost taper zone.

HOT MIX HL8 and HL3 (ITEM #B1.7, B2.7, B3.7, #B1.8, B2.8, B3.8)

Specifications: OPSS.MUNI 310, except as modified herein.

These special provisions cover the requirements for supply and placement of HL3, surface
course to a depth of 40 mm, and supply and placement of two HL8, binder courses with a
depth of 50mm and 40mm, as indicated on the Contract Drawings.

Placement of asphalt between October 15 and May 15 requires a written authorization of


the Contract Administrator.

General Asphalt

Unless otherwise amended herein, materials, production, and the placement of hot mix
asphalt shall conform to OPSS.MUNI 310, 1101, and OPSS 1150.

Asphalt Cement

Asphalt cement specified in the specification shall be PGAC and shall conform to the
requirements of AASHTO Provincial Standard Specification MPI for the performance grade
specified in the contract when using the testing methods designated in AASHTO Provincial
Standard PP6.

The virgin asphalt cement shall be PG 58-28 unless otherwise specified or is as required
for blending in mixes containing Reclaimed Asphalt Pavement (RAP).

A change in grade of asphalt binder may be considered if the request is submitted in writing
to the Owner prior to paving with the new PGAC, and only if the grade of asphalt is at least
one grade higher than the original grade submitted with the approved mix design.

Page 38 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Aggregates

Asphalt aggregates shall generally conform to OPSS 1001 and OPSS.MUNI 1003. The
Town will allow up to 10% Bottom Ash content incorporated into HL-8 base course asphalt
only.

Asphalt Cement Grade

Asphalt cement shall be PG 58-28 for HL-3 asphalt.


Asphalt cement shall be PG 58-28 for HL-8 asphalt with RAP content below 20%.
Asphalt cement shall be PG 52-34 for HL-8 asphalt with RAP content above 20%.

Reclaimed Asphalt Pavement (RAP)

The Town will allow up to 40% RAP content in HL-8 binder course mix and up to 20% RAP
content in HL-3 surface course. The Town requires a minimum of 10% RAP in HL-3 & HL-
8 asphalt.

Performance Graded Asphalt Cement (PGAC)

Performance graded asphalt cement shall conform to the requirements of AASHTO


Provisional Standard MPI for the performance grade specified in the Contract when tested
using the methods designated in AASHTO Standard PP6.

PGAC shall be homogeneous, free of water and any contamination and shall not foam
when heated to the temperatures specified by the manufacturer for the safe handling and
use of the product. It shall be shipped, used and handled at all times in accordance with
the manufacturer’s specifications.

PGAC shall be obtained from a supplier listed in MTO's Designated Sources for Materials
Manual for asphalt cement.

For PGAC specified in the contract, the Contractor shall supply to the Contract
Administrator test results and two (2) – one (1) liter samples for the products proposed for
use to demonstrate compliance to the requirements of AASHTO Provisional Standard
MP1, at least 14 calendar days prior to the first use of the product. The product shall have
been graded by conducting the required tests for the "Test Procedure for Verifying the
Nominal Grade of an Asphalt Binder” of the AASHTO Provisional Standard PP6, Section
7. At the same time, the Contractor shall also provide the applicable mixing and compaction
temperatures for each product, and documentation of construction, storage and handling
requirements, including the material safety data sheet, re-compaction temperature, mix
discharge temperature and recommended extraction procedure.

The laboratory conducting the quality control testing shall have participated in the most
recent AASHTO Materials Reference Laboratory proficiency sample correlation program
for PGAC and shall have obtained proficiency ratings in the program satisfactory to the

Page 39 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Town. Alternatively, the laboratory shall have satisfactorily participated in the most recent
MTO correlation program for PGAC.

The payment adjustment per tonne will apply to the quantity of new asphalt cement in the
hot mix accepted into the work during the month for which it is established. However, a
payment adjustment will not apply to the paving work done after the approved time for
completion of the contract has expired, including the expiration of any extensions of time
that have been granted.

The payment adjustment for the month will be calculated from the following formulae:
1. When Ip is greater than 1.10𝐼𝑇𝑂 , the payment adjustment per tonne of asphalt cement
is (Ip - 1.10𝐼𝑇𝑂 ) and the Contractor receives additional compensation of: PA = (Ip -
10𝐼𝑇𝑂 ) x quantity of new asphalt cement in tonnes.
2. when Ip is less than 0.90 𝐼𝑇𝑂 , the payment adjustment per tonne of asphalt cement
is (0.90 𝐼𝑇𝑂 - Ip ) and the Owner receives a rebate of: PA = (0.90𝐼𝑇𝑂 - Ip ) x quantity of
new asphalt cement in tonnes

Where:
PA = payment adjustment for new asphalt cement, in dollars
𝐼𝑇𝑂 = performance graded asphalt price index for the month prior to tender opening
Ip = performance graded asphalt price index for the month in which paving occurs.

The quantity of new asphalt cement includes all grades of asphalt cement supplied by the
Contractor with and without polymer modifiers. For each month in which a payment
adjustment has been established, the quantity will be calculated using the hot mix quantity
accepted into the work and its corresponding asphalt cement content as required by the
job mix formula except for mixes which contain reclaimed asphalt pavement.

For mixes which contain reclaimed asphalt pavement, the quantity of new asphalt cement
will be determined from the difference between the asphalt cement required by the job mix
formula and the asphalt cement content of the reclaimed asphalt pavement incorporated
into the hot mix, as calculated by the Contract Administrator.

For mixes containing a liquid anti-stripping additive, the quantity of anti-stripping additive
will be deducted from the quantity of new asphalt cement. No other deductions will be made
for any other additives.

For progress payment purposes, payment adjustments will be made on a monthly progress
payment certificate for the months in which hot mix paving occurs.

Payment for the items will be at the tendered unit price bid. No adjustments will be made
in the unit price bid.

Ramping at Pedestrian Curb Ramps or Driveways

Page 40 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

The contract unit price for binder course shall include the necessary ramping at the
concrete gutters adjacent to pedestrian curb ramps to eliminate the concrete "lip" as
directed by the Contract Administrator. The contract unit price bid for binder course asphalt
shall include step joints in existing asphalt as noted on the contract drawings.

Lap Joint

The Contractor will be required to perform all saw cutting and joint preparation of the
asphalt as shown on detail drawings. All costs, including removal and disposal of the
asphaltic concrete, re-grading and compaction of granular base materials and related work,
shall be included under the tender unit price for this item.

Where vertical faces are encountered (i.e. concrete curb, utility covers), they shall be tack
coated prior to Hot Mix Paving. Tack coat will be supplied and placed in accordance with
OPSS.PROV 308. A 600mm lap joint is to be provided where asphalt meets existing.

Placing

The unit price bid for Hot Mix HL-3 and HL-8 shall include the use of an asphalt material
transfer vehicle to place Hot Mix asphalt. As per OPSS.MUNI 310 during placement of
asphalt on roads greater than 200m in length, a 12m ski shall be used on the first lane
placement unless otherwise approved by the Contract Administrator.

Prior to placing the asphalt surface course on existing asphalt surfaces. The road must be
swept clean of all sand or stone debris. The existing surface must be tack coated prior to
placement of asphalt. This work shall be included in the unit price bid for HL-3, & HL-8
asphalt and no additional payment will be made for this.
Gravel Roads to be Paved

The Contractor shall fine grade the road to 3% cross fall and shall complete the work and
receive approval from the Town, 24 hrs prior to paving of the road. The road surface is to
be scraped and rolled just ahead of the paving operations at a distance of no more than 1
km. The gravel surface must be compacted and as smooth as possible prior to placing
asphalt surface.

Temporary Markings and Traffic Safety

Sections of roads with curves, steep hills, unprotected drop-offs, high traffic volume or as
directed by the Contract Administrator will require the placement of temporary center line
markings, (100mm in length) placed at 40m intervals. Traffic Barrels (TC-54) shall be
placed at 50m intervals along the asphalt edge prior to the end of the days paving
operation. Traffic Barrels to be left in place until gravel shoulders have been completed.
The cost of supply, placing and maintaining the above-mentioned items shall be included
in the unit price bid for this item.

Page 41 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Payment

Payment for this item shall be for all labour, materials and equipment necessary to supply,
place and compact hot mix asphalt as noted in the Contract Drawings. Necessary
precautions are to be taken to minimize the rise of tire marks in fresh asphalt caused by
vehicles or construction equipment.

Measurement for payment of this item shall be by the “tonne” of hot mix asphalt applied.

STEEL THRIE BEAM GUIDERAIL (ITEM #B1.9, B2.9, B3.9)

SCOPE

OPSS 908, March 1998, Construction Specification for Metal Traffic Barriers and
Metal Railings for Structures is amended as follows:

908.02 REFERENCES

Section 908.02 of OPSS 908 is amended as follows:

Canadian Standards Association Standards is amended by the addition of:

CAN/CSA S6-00 Canadian Highway Bridge Design Code


CSA G189-1966 (R1998) Sprayed Metal Coatings for Atmospheric Corrosion Protection

American Society for Testing and Materials Standards is amended by the addition
of:

ASTM A 780 – 01 Standard Practice for repair of Damaged and Uncoated Areas
of Hot-Dip Galvanized Coatings
ASTM D 4541- 02 Test Methods for Pull-Off Strength of Coatings Using Portable
Adhesion Testers

Other is amended by the deletion of:

OHBDC – Ontario Highway Bridge Design Code: 3rd Ed. and the addition of:

Federal Standard 595B Colors – 1989 Published by U.S. General Services Administration
Section 908.02 of OPSS 908 is further amended by the addition of the following:

Society for Protective Coatings (SSPC)

SSPC - SP 1, November 2004 Solvent Cleaning


SSPC - SP11, November 2004 Power Tool Cleaning to Bare Metal

Page 42 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

908.04 SUBMISSION AND DESIGN REQUIREMENTS

Subsection 908.04.01 of OPSS 908 is deleted and replaced with the following:

908.04.01 Submissions - General

Prior to commencement of fabrication of the railings, the Contractor shall submit to the
Contract Administrator, for information purposes only, three (3) sets of sealed and signed
working drawings.

All submissions shall bear the seal and signature of an Engineer.

The railing manufacturer shall not commence fabrication of the railing until he has received
one set of the sealed and signed working drawings.

The Contractor shall have a copy of the sealed and signed working drawings at the site
prior to and during installation of the railing.

908.04.02 Design

Subsection 908.04.02 of OPSS 908 is deleted.

908.04.03 Return of Submissions

Subsection 908.04.03 of OPSS 908 is deleted.

908.05.01 MATERIALS

The heading for clause 908.05.02.01 is deleted and replaced with Steel Railing and Steel
Posts Clause 908.05.02.02 of OPSS 908 is deleted and replaced with the following:

908.05.02.04 Hardware – Galvanized

L bolt assemblies shall be according to ASTM A 307 and include hex nuts, flat washers
and lock washers. The assemblies shall be galvanized according to G 164.

908.07 CONSTRUCTION

908.07.04.02 Steel Components

Clause 908.07.04.02 of OPSS 908 is amended by deleting the third paragraph and
replacing it with the following:

When the galvanized surface of a component is damaged, or uncoated, the exposed steel
shall be repaired if the cumulative total of the damaged and uncoated areas does not
exceed 2% of the total area of each component or 0.02m2, whichever is the smaller. Where

Page 43 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

the cumulative area exceeds these amounts the damaged coating shall be stripped, and
the component re-dipped in a galvanizing bath according to CAN/CSA G164M.

Damaged and uncoated areas shall be cleaned of all rust and other contaminants and
repaired using one of the following methods:

a) Soldering method using zinc-tin-copper-solder.

The surface preparation of damaged and uncoated areas and the application of the flux
and zinc-tin-copper solder shall be according to ASTM A 780 and the manufacturer’s
recommendations. The finished thickness of the metal coating in the repaired area shall be
a minimum of 90 μm. The repaired surface shall be ground flush with the surrounding
galvanized coating.

b) Metallizing

The surface preparation and application of thermal spray metal coating (metallizing) shall
be done according to CSA-G -189 to provide a minimum thickness of 100 μm, applied in
two separate coats. The metal coating on the repaired areas shall have a minimum
adhesion of 2.8 MPa when tested according to ASTM D 4541.

c) Repair by epoxy zinc/epoxy/polyurethane paint system

This method of repair of galvanized coating is permitted when:


i) The individual damaged and uncoated area with exposed steel is less than 625
mm2,
ii) The dry film thickness of the galvanized (zinc) coating of a structural member in
localized areas does not meet the specification requirements but exceeds 60μm,
and
iii) The number of repair spots does not exceed 6 per each12 metre section of
galvanized rail bar. The number of repair spots in each galvanized rail post shall be
limited to a maximum of 2.

All three coats in the DSM list # 9.20.39 shall be used for repair of galvanized coating
defects on railings and posts. The colour of the finish coat shall be equivalent to17178
aluminum according to US Federal Standard 595B colors.

Surface preparation for repair by this procedure requires hand or power tool cleaning of
the damaged or uncoated area using clean equipment, scraping of the edges of metal
coating to remove loose edges, feathering of the edges of intact coatings and abrading of
surface, followed by solvent cleaning according to SSPC-SP 1.Where damage has
exposed base metal and the width is larger than 6mm, the damaged area shall be cleaned
according to SSPC-SP 11 ‘Power Tool Cleaning to Bare Metal’, prior to the application of
the epoxy zinc primer.

Page 44 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

All paint coating materials for repair shall be brush applied according to manufacturer’s
product data sheets.

908.10 BASIS OF PAYMENT

Section 908.10.01 of OPSS 908 has been deleted in its entirety and replaced with the
following:

908.10.01 Thrie Beam Guide Rail – Top Mount

Payment at the contract price for the above tender item shall be full compensation for all
labour, equipment, and materials required to supply and install the Thrie Beam Guide Rail
as detailed in the contract drawings, including the supply and installation of the transition
rail and the anchorages, and the on-site drilling installation of plate anchorages on precast
wingwalls.

Payment at the unit price shall be by the linear meter.

SINGLE RAIL STEEL BEAM GUIDERAIL (ITEM #B1.10, B2.10, B3.10)

721.01 SCOPE

Subsection 721.01 of OPSS.MUNI 721 is amended by addition of the following:

Under this item the Contractor will be required to supply and install steel beam guide rail
as per the Contract Drawings and OPSD 912.130. Also included under this item shall be
all costs associated with the supply and installation of two-sided reflectors on the steel
beam guide rail posts in accordance with OPSS 721.

Payment for these items shall be by the “metre”.

ENERGY ATTENUATING END TREATMENTS (APPROACH) (ITEM #B1.11,


B2.11, B3.11)

732.01 SCOPE

Subsection 732.01 of OPSS.MUNI 732 is amended by addition of the following:

As part of the work under this item, the Contractor shall supply of all labour, material and
equipment to install the new Energy Attenuating End terminal systems as per OPSD
922.181. Included under this item shall be the supply and installation of the Wa-33 and Wz-
2 oversize markers as per OPSD 984.201 on the approach end.

Payment for end treatments shall be by each end treatment installed

Page 45 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

LEAVING END TREATMENTS (ITEM #B1.12, B2.12, B3.12)

732.01 SCOPE

Subsection 732.01 of OPSS.MUNI 732 is amended by addition of the following:

As part of the work under this item, the Contractor shall supply of all labour, material and
equipment to install the new Leaving End Treatment as per OPSD 912.235. Included under
this item shall be the supply and installation of the Wz-2 oversize on the leaving end as per
OPSD 984.202.

Payment for end treatments shall be by each end treatment installed

MISCELLANEOUS ASPHALT (ITEM #B1.13, B2.13)

OPSS 310, 311 & 501 shall apply to this work except as modified herein.

The Contractor shall supply all labour, equipment and materials required to complete the
work where directed by the Contract Administrator as follows:

• Areas marked for removal shall be saw cut using mechanical saw cutting equipment.
• Removal and disposal off-site of existing pavement.
• Entrance shall contain a minimum of 150mm of Granular ‘A’ compacted to 98% SPD.
• Driveway shall be a maximum of 6% slope or if the existing grade exceeds 6% then
maintain maximum change in profile grade.
• Extent of driveway replacement to be confirmed in the field at time of construction in order
to meet the slope requirements noted above.
• Supply and place a minimum of 65mm Hot Mix HL-3A or match existing depth of Hot Mix
whichever is greater. Basis of Payment

The contract unit price bid per square meter shall be full compensation for all labour,
equipment, hand work and materials required to complete the work as specified.

PERMANENT PAVEMENT MARKINGS (ITEM #B1.14, B2.14, B3.14)

This item refers to all permanent yellow direction dividing lines, white edge lines, dashed
lines, parking stall lines, crosswalk ladder and/or edge lines, stop bars (60cm width) and
pavement marking symbols after all the final surface course asphalt.

Protection of Public and Traffic

The provisions of OPSS.MUNI 706 shall apply except as amended or extended herein. All
traffic control, procedures and devices shall be provided by the Contractor and conform to
the requirements of the following references:
• The Ministry of Transportation “Ontario Traffic Manual (OTM) Book 7 and 11, latest
revisions.

Page 46 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

• Canadian General Standards Board, Standard 62-GP-11M, most current revisions –


Reflective Materials and Surfaces. The Contractor shall submit a traffic control plan to
the Town prior to commencement.

Any site sampling and testing performed by The Town of Caledon and/or Designate shall
be included in the Contractor’s traffic control plan.

Equipment

Centerline (zone stripper)

The Centerline marking equipment shall have the capability to legally haul in accordance
with the Highway Traffic Act a minimum loaded tank capacity of 1.640 liter of paint with a
minimum loaded glass bead capacity of 900 kg. The vehicle shall be plated and have
current year validation sticker.

A working communication system between the front cab and painting booth is required.

Bead guns must have the capability of being shut off independently while painting.

Transverse Markings (walk behind machines)

The Transverse marking equipment shall be capable of applying traffic paint at a minimum
of 9 mil dry film rate across the full width of the pavement marking. The application on wider
markings such as stop bars may be achieved by making several passes with the
application unit. Each pass shall be made within the required marking limits so that the
entire road surface has material applied at the specified application rate.

Stop bars shall be capped at the center line edge.

The application of beads shall be immediate and completely saturate the newly applied
paint. Beads shall be applied in a manner that will achieve complete coverage and
excellent embedment. Small beads will be completely buried while the larger beads shall
be embedded in the paint to 60% of their diameter.

Pre-marking

The unit price bid shall include all pre-marking prior to painting.

Application General

OPSS 710.07.09.01 is amended by the addition of the following after the first paragraph:

Page 47 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Lane lines, continuity lines and edge lines on tangent sections of constant width shall be
placed parallel to one another, maintaining their correct offset from the edge of pavement
and from one another and shall be straight and true.

Markings placed to delineate changes in the number of lanes; variations in roadway width
or adjustments in lane width shall be straight and true.

Markings placed on curves shall accurately follow the change in direction prescribed by
the roadway. Transition from adjacent tangent sections shall occur smoothly and at a
constant rate over the specified distance.

Markings shall always maintain the specified lane width.

Line Quality

OPSS 710.08.02 is revised to include: the Contractor shall be responsible for the correction
and cost of all errors of paint thickness, width or length or inadequate bead coverage, which
should be saturated and full line width. The Contractor may be requested to remove
tracking. Costs for tracking removal will be the responsibility of the Contractor. All errors
must be permanently corrected (removal of error and repainted line) within fourteen (14)
business days. All corrections must be by means of soda blasting or sandblasting. A rotary
grinder will NOT be used. The Town will NOT accept the use of blackout paint or stripalene
as a method of correction. All debris from any form of removal must be properly removed
and disposed of in accordance with OPSS 180.

Measurement for Payment

OPSS 1712.09.04 is deleted and replaced with payment for organic solvent-based paint is
included in the contract price for pavement marking.

OPSS 1716.09.04 is deleted and replaced with: payment for water borne traffic paint is
included in the contract price for pavement marking.

OPSS 1750.09.05 is deleted and replaced with: payment for beads is included in the
contract price for pavement marking.

Pavement markings for paint are based on the horizontal length in metres for solid white
or yellow lines and dashed white lines, excluding spaces. Stop bars (60cm width) will be
measured for the length in metres for placing 60cm wide lines. All pavement marking
symbols will be measured per each symbol placed.

Payment at the lump sum price bid shall be full compensation for all labour, material,
equipment, mobilization and traffic control, etc. to complete the work as specified. No
additional payment will be considered, by the Contract Administrator for additional
mobilization costs should this operation require additional working days due to the
Contractors scheduling circumstances or inclement weather conditions.

Page 48 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

TOPSOIL AND SEED (ITEM #B1.15, B2.15, B3.15); TOPSOIL AND SOD (ITEM #
B1.16, B2.16)

Specifications: OPSS 802 & OPSS.MUNI 803 shall apply and include the following:
1) Topsoil shall be a minimum of 100 mm in depth or as specified on drawings.
2) After placement of seed, the contractor shall place live stakes and seed per
restoration detail 02/1.1.
3) Removal of stone and debris greater than 25 mm in size before sodding or seeding.
4) Sod shall be applied in front of ‘kept’ properties whereas seed and mulch shall be
applied in front of ‘un-kept’ areas.
5) Sod to be supplied and placed by a qualified sod company.
6) Watering of sod to be at a rate of not less than 22.5 liters per square metre (unless
otherwise directed by the Contract Administrator) and as often as required to assure
growth until maintenance period elapses.
7) Hardwood stakes driven flush with the top of sod where directed by the Contract
Administrator if required.
8) Where new sod abuts existing sod, the Contractor shall countersink the new sod to
match the existing sod.
9) Seed and mulch applied as an alternative to sod only along properties not
maintained by owners.

The price for this item is to include the cost of importing and placing additional topsoil where
the quantity of topsoil from the site is not sufficient to provide a minimum thickness of
100mm. Placement at each quadrant in accordance with the contract drawings; as well as
in locations where ditching is completed.

Areas that are covered with ground cover prior to construction shall be replanted and
injected with a native seed mix (CVC seed mix #3) and nurse crop according to the CVC
Seed Mix at construction site; a similar mix is also appropriate so long as it only contains
native, common species found within the watershed near construction site. The Contractor
is responsible for the growth of the ground cover including watering the planted areas for
a minimum of 30 days after placement.

Upland Native Meadow Mix


Common Name Scientific Name % of Mix
Black Eyed Susan, Rudbeckia Hirta 10%
Blue Wood (Heart Leaved Aster), Aster Cordifolius 1%
Canada Anemone, Anemone Canadensis 1%
Canada Goldenrod, Solidago Canaensis 2%
Common Milkweed, Asclepias Syriaca 2%
Evenng Primrose, Oenethera Biennis 25%

Page 49 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Grass Leaved Goldenrod, Euthamia Graminifolia 1%

Meadow/ Open Field Sedge, Carex Granularis 15%

New England Aster, Aster Novae-Angliae 1%

Riverbank Wild Rye,Elymus Riparius 40%

Virgins Bower, Clematis Virginiana 1%

Wild Bergamot, Monarda Fistulosa 1%

Any additional areas requiring repair due to, but not limited to, construction activities will
be at the Contractor’s expense.

Payment

Payment at the Contract Price for this item shall be full compensation for all labour,
equipment, supply of materials, grading, watering, etc., required to complete the work as
specified. Measurement for payment shall be by the “square metre”.

GRANULAR SEALING (ITEM #B1.17, B2.17, B3.17)

Specifications: OPSS.MUNI 305, 1102, except as modified herein;

The unit bid price for this item shall be for all labour, equipment and materials required to
install granular sealing. This specification relates to both granular sealing with primer as
per OPSS.MUNI 305 and pine resin treatments.

Granular shoulders shall be sealed where they are adjacent to the guide rail. The area to
be sealed shall commence 1.0 m before the beginning of the guide rail installation to a
point 1.0 m after the guide rail installation, and extend laterally as indicated on OPSD
210.070
Case 1.

A minimum of 24 hours of dry weather is required in advance of placement of the sealing


material. Wind speeds must be low enough to ensure that drifting of the sealing material
from the designated area for sealing does not occur.

The primer shall consist of RC-30 and MTO primer conforming to OPSS 1102. Pine resin
shall be “Entac Tall Oil Pitch Emulsion” or approved equivalent.

Payment for this item shall be by the “square metre” of applied sealing.

Page 50 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

HAZARD SIGNS (ITEM #B1.18, B2.18, B3.18)

Under this item the Contractor will be required to supply and install hazard signs (WA-33L
& WA-33R) at each quadrant of the bridge as indicated on the contract drawings.

Payment for this item shall be by made by each sign installed.

EXCAVATION AND REMOVALS – SHALLOW DITCHING; (ITEM #B1.19, B2.19)


EXCAVATION AND REMOVALS – NEW DITCHING; (ITEM #B1.20, B2.20, B3.20)

The unit price for the above Tender items shall be full compensation for ditching
improvement and ditch cleanout at the locations specified on the Contract Drawings, as
well as other miscellaneous locations, as directed by the Contract Administrator.

Where an existing ditch exists and requires cleanout or conditions exist where a shallow
ditch is to be constructed, “Shallow Ditching” shall be used and includes all excavation and
removal of material to a depth of 0.5m.

Where no ditching exists and a new ‘full depth’ ditch is to be constructed, “New Ditching”
shall be used and includes all excavation and removal of material between 0.5m and 1.5m.

Depth of cleanout / ditch work is to be measured from original grade at the ditch line.

Definitions:
For the purpose of this specification, the following definitions apply:

Deleterious substance means any substance that, if added to a waterbody, could


degrade water quality or impact fish, fish habitat and aquatic wildlife.

Earth ditch means an existing ditch in earth including but not limited to a roadside ditch or
a ditch lying beyond the end of a drainage structure.

Roadside ditch means a ditch with one of its side slopes coincident with the road front
slope.

Rock ditch means an existing ditch in rock including, but not limited to a roadside ditch or
a ditch lying beyond the end of a drainage structure.

Riparian vegetation means vegetation within 30 metres of a waterbody.

Waterbody includes areas inundated by water, either permanently or intermittently, for a


consecutive period of time exceeding 2 weeks of the year.

Waterbody Bank means the area of slopes and flatlands bordering on or adjacent to a
waterbody, extending a minimum of fifteen metres from the edge of the waterbody.

Page 51 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Wetland means lands such as swamps, marshes, bogs and fens that are seasonally or
permanently covered by shallow water, as well as land where the water table is close to or
at the surface.

Payment at the Contract price for the above tender item shall include all labour, materials,
and equipment to do the work. Measurement for payment shall be by “metre”.

SIGNAGE/MAILBOX RELOCATIONS (ITEM #B1.21, B2.21)

As part of the work under this item, the Contractor shall supply all labour, equipment, and
material required to relocate signs including 911 signs, and mailboxes, as required to
complete the work or as instructed by the Contract Administrator. Relocations shall be in
accordance with OPSS 703.

Payment at the Contract Price for this item shall be full compensation for all labour,
materials and equipment required to do the work. Payment shall be by the “lump sum”.

CLEARING (CLOSE CUT) (ITEM #B1.22, B2.22, B3.22)

Under this Tender item, the Contractor shall include the cutting of any standing trees (less
than 100mm), stumps, brush, brushes, and other vegetation down to ground level and the
removal of felled material and windfalls as directed by the Contract Administrator.

Generally, it is to include areas within 5 metres of the proposed road edge or to the extent
required to construct the proposed works.

Prior to the start of construction, the Contractor and Contract Administrator shall inspect
the site and confirm the required clearing requirements. Once confirmed, the Contractor
shall stake the areas for clearing to show the beginning, end and distance back from the
road to be cleared. This is particularly critical in areas where adjacent residents may be
impacted.

All materials generated by the clearing operations shall be disposed of off-site, unless
approved of by the Contract Administrator. This Tender item shall conform to OPSS 201.
Disposal of materials shall conform to OPSS 180. Open burning is not permitted.

Payment at the Contract price for the above Tender shall be full compensation for all labour,
equipment, and materials required to do the work. Measurement for payment shall be by
“metre”.

ASPHALT SPILLWAYS AND OUTLETS WITH RIVER ROCK (ITEM #B1.23,


B2.23, B3.23)

SCOPE

Page 52 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

The requirements of OPSS 308, OPSS 310, OPSS 1150, and OPSD 605.040 shall apply
to the above item. Special Provisions Asphalt does not apply to this item.

Under this item, the Contractor is required to supply and install all labour, equipment, and
materials to place asphalt spillways with river rock at the bridge extents as shown on the
Contract Drawings. HL-3 asphalt material is to be used. All saw cutting and painting of
joints is to be included.

Measurement for payment is by each unit installed.

RESTORATION BELOW 5 YEAR WATER LEVEL (ITEM #B1.24, B2.24, B3.24)

The requirement of OPSS Muni 832 shall apply to the above item.

Under this item, the Contractor is required to supply and install all labour, equipment and
materials to place wood stakes with biodegradable erosion control blanket and wet
meadow seed mix per the contract drawings (Typical) in all disturbed areas below the 5-
year water level.

Measurement for payment is by the square metre.

REMOVAL AND DISPOSAL OF EXISTING CULVERT AND ASSOCIATED


STRUCTURES (ITEM #C1.1, C2.1, C3.1)

The requirements of OPSS.MUNI 928 shall apply to the above item, except as otherwise
specified below.

928.01 Scope

Section 928.01 of OPSS.MUNI 928 is amended by the addition of the following:

The work under this tender item shall include the equipment, labour and material required
for the removal and disposal of all existing components of the structure (including deck,
abutments, wing walls, and footings) as directed by the Contract Administrator. This item
includes the disposal of materials in accordance with the OPSS General Conditions of
Contract and environmental protection provisions.

This work shall be in accordance with all requirements as set by Regulatory Agencies
(Toronto Region Conservation, MNR, DFO, Transport Canada, etc). Approvals are in
process from these agencies. However, the Contractor will be required to submit a
demolition, dewatering, and erosion and sediment control plan for the review and approval
of the Conservation Authority and Contract Administrator prior to the start of construction.

928.07.07 Concrete Removal


928.07.07.01 General

Page 53 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Section 928.07.07.01 of OPSS.MUNI 928 is amended by the addition of the following:

Work shall be completed in a manner that will minimize the amount of small particle debris
and include all environmental protection (silt fences, turbidity curtains, form work, check
dams, barriers, berms etc.) necessary to prevent sedimentation of the creek. The
Contractor is to erect this environmental protection in accordance with permits received
from regulatory agencies and have it approved by the Contract Administrator prior to
beginning any work. The Contractor shall also provide maintenance as required to ensure
its intended performance during the course of the work.

All materials removed under this item must be disposed from site immediately following
excavation. Materials cannot be stock piled on site unless written approval has been
received from the Contract Administrator.

It is the Contractors responsibilities to obtain locates and protect and/or relocate utilities as
may be necessary to facilitate the removals and construction activities contemplated in the
project.

Basis of Payment

Payment at the contract price for the above tender items shall be full compensation for all
labour, equipment and material required to complete the work. Payment shall be by “lump
sum”.

DEWATERING (ITEM #C1.2, C2.2, C3.2)

The requirements of OPSS 902 shall apply to the above item, except as otherwise
specified below.

902.01 Scope

Section 902.01 of OPSS 902 is amended by addition of the following:

Payment at the contract price for the above tender item shall be full compensation for all
labour, equipment and material required to complete dewatering for the removal and
construction activities required under this contract, including any relocation of equipment
as may be required during the course of the work. Activities under this item include, but are
not limited to, the construction of coffer dams, dewatering/sediment traps, diversion to
adjacent pipes, and pumping.

This work shall be in accordance with all regulations as set by Regulatory Agencies
(Toronto Region Conservation and MNR). Work permits from these agencies have been
applied for and will be provided to the Contractor when they are approved. However, the
Contractor will be required to provide a detailed dewatering and erosion and sediment
control plan for the review and approval of the Conservation Authority and the Contract

Page 54 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Administrator prior to construction. This plan shall be submitted at least 2 weeks prior to
the start of dewatering activities.

902.07.04 Dewatering Structure Excavation

Section 902.07.04 of OPSS 902 is amended by addition of the following:


The Contractor shall be wholly responsible for the adequacy of his method of dewatering.
All work shall be completed in the dry. Dewatering shall be completed such that ground
water does not pump into the engineered fill or bedding during compaction. Alternate base
preparations (clear stone, filter cloth, mud slabs, etc.), may be considered but would be
subject to the approval of the Contract Administrator and would be paid under the granular
items for the bedding and backfill of the structure.

The Contractor shall carry out all work necessary to prevent disturbance to the founding
material. Water from dewatering operations shall be discharged in a manner that will
minimize siltation of the watercourse utilizing sediment traps.

Basis of Payment

Payment at the contract price for the above tender items shall be full compensation for all
labour, equipment and material required to complete the work. Payment shall be by “lump
sum”.

SUPPLY & INSTALL, PRECAST CONCRETE WINGWALLS (ITEM C2.3, C3.3)


SUPPLY & INSTALL, PRECAST CONCRETE CUT-OFF WALLS (ITEM C1.4, C2.4,
C3.4)
SUPPLY & INSTALL, 6000mm X 1500m X 12890mm PRE-CAST CONCRETE BOX
CULVERT – NORTH CULVERT (ITEM C1.5)
SUPPLY & INSTALL, 4000mm X 1600mm X 12974mm PRE-CAST CONCRETE BOX
CULVERT – MIDDLE CULVERT (ITEM C2.5)
SUPPLY & INSTALL, 4000mm X 1800mm X12540mm PRE-CAST CONCRETE BOX
CULVERT – SOUTH CULVERT (ITEM C3.5)

Reference: OPSS 909, Contract Drawings

Include the work under the following items:


Item – Precast Concrete Bridge Elements, Fabrication
Item – Precast Concrete Bridge Elements, Delivery
Item – Precast Concrete Bridge Elements, Installation

Work under this item shall include all costs for labour, materials, hardware, accessories
and equipment necessary to carry out the work of these items and including fabrication,
supply, delivery, and erection of the precast concrete bridge elements including, but not
limited to, precast concrete structures, precast concrete wingwalls, precast concrete cut-

Page 55 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

off walls, headwalls, associated reinforcing steel, connective hardware, elastomeric


bearing pads as outlined in the Contract Drawings, geotextile fabric, and appurtenances.

The bridge units shall be fabricated and installed in accordance with Special Provision
(S.P.) 999F31 contained in Appendix A, except otherwise specified herein.

The design of the precast bridge elements is the responsibility of the Contractor and shall
be in accordance with CHBDC 2015. Live Load shall be CL-625-ONT. Precast concrete
units are to have a minimum compressive strength of 35 MPa Class C1. The erection of
the precast items shall include all shimming, waterproofing, reinforcing steel and the filling
of any gaps/spaces with 30 MPa non-shrink grout.

The Contractor shall submit to the Contract Administrator, at least five (5) business days
prior to fabrication, three (3) sets of shop drawings/working drawings for review and
approval. Drawings shall, at a minimum, contain the following; member details, reinforcing
steel lists and schedules, insert connector details, connector bars, concrete material
sheets, method and sequence of casting, lifting point locations, location of all temporary
supports, and all appurtenances associated with assembly of the bridge system such as
steel plates, bearing pads and connectors etc.

Included under this item shall be restoration of the stream where it has been disturbed.
Natural substrate similar to existing conditions shall be used to reinstate the stream bottom
as well as the culvert bottom to provide natural fish passage through the culvert. Excavated
material from the stream bed shall be reused where possible for reinstatement.

The Contractor shall submit to the Contract Administrator, at least five (5) business days
prior to erection, three (3) sets of an erection/installation plan for review and approval.
Drawings shall, at a minimum, contain the following; shipping routes, erection procedures,
layout controls, all temporary supports, proposed on site equipment such as cranes
including spare and standby equipment, and list of on-site crews identifying primary
responsibilities. Additionally, the contractor shall provide a letter from the supplier on their
company letterhead stating the date of manufacturing and delivery.

Transportation and Fabricator Handling of Structural Components


Prefabricated, indivisible structural components that exceed (including the vehicle) any of
the following limitations of;

Length 9.0 m
Width 3.5 m
Height 2.6 m
Weight 30,000 kg

Shall require Special Oversize/Overweight hauling permit(s) in order to be transported by


highway carrier over King’s Highway.

Page 56 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

For the following two categories: (A) Routine Oversize/Overweight loads, and (B) Non-
Routine Oversize/Overweight Loads, pre-approval for King’s Highway transportation is not
required.
Components exceeding the limitations of categories (A) or (B) require that the designer of
the Load obtain transportation approvals from the Weight and Load Engineer, Carrier
safety and Enforcement Branch, MTO and other authorities.

Elastomeric Bearing Pad


Under the item “Precast Concrete Bridge Elements”, the Contractor shall supply, utilize
and install Elastomeric Bearing Pads between the precast units’ abutment legs, and the
cast in place concrete footing interfaces as required, and as described on the contract
drawings. The maximum built-up thickness of the bearing pads cannot exceed 30mm.

Geotextile Fabric
Under the item “Precast Concrete Bridge Elements”, the Contractor shall supply and install
geotextile fabric across the precast element interfaces a minimum of 500 mm each side of
the interface and along the full height of the interface as described on the contract
drawings. Geotextile shall be Class II Non-Woven F.O.S. 75-150μm.

Precast Concrete Cut-Off Walls


Under the item “Precast Concrete Cut-off Walls”, the Contractor shall supply and install
350mm thick by 500mm high by the full width of each new structure. Cut-off walls shall be
centered over working slabs per detail 09/4 on each drawing set. 25mm diameter dowels
shall be placed and grouted into 50mm diameter holes with 400mm spacing. Depth of
embedment into working slab shall be a minimum of 200mm.

Precast Concrete Wingwalls


Under the item “Precast Concrete Wingwalls”, the Contractor shall supply and install new
precast concrete wingwalls at each structure as identified on the contract drawings. Unless
otherwise noted, all wingwalls shall be precast per the “Structural Details” drawings. Any
cast-in-place elements shall have their own specification and measurement for payment.

The contractor shall also place existing native substrate in the base of the culvert to
promote fish passage per TRCA requirements.

Measurement and Basis for Payment

Measurement for payment for the precast bridge elements shall be per the bid form. All
precast elements shall be by “each” or “linear metre” and shall include all dowels,
geotextile, concrete, reinforcement, EVA foam, restoration, labour, equipment and material
to complete the work.

Page 57 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

GRANULAR “B” TYPE 2 FOR BACKFILL AND FROST TAPERS (ITEM #C1.6,
C2.6, C3.6)

The requirements of OPSS.MUNI 314 shall apply to the above item, except as otherwise
specified below.

314.01 Scope

Section 314.01 of the OPSS.MUNI 314 is amended by addition of the following:

This will include backfilling and compaction of the culvert and frost taper with Granular “B”
Type I to the underside of the Granular “B” road sub-base. Granular “B” required to
construct the road subbase will be paid separately under the Granular “B” Road Subbase
Item. The payment for excavation required to construct frost tapers behind the culvert is
included under the Earth Excavation and Filling/Grading Item . Quantity records (tickets)
should therefore be kept separate for material used for road sub-base and structure/frost
taper back fill.

Backfill material must be compacted to 100% of its maximum dry density. Water for the
compaction of granular material, as directed by the Contract Administrator, shall be
included in the tender unit price. Environmental protection is also to be included in this
item. Where moisture conditions dictate, 19 mm clear stone may be used in place of
Granular “B” where approved or as directed by the Contract Administrator. However the
replacement of Granular “B” with Granular “O” will be paid at the Granular “B” rate.

Basis of Payment

Payment at the contract price for the above tender item shall be full compensation for all
labour, equipment and materials required to complete the work as specified Measurement
for payment is per “tonne”.

150mm REINFORCED CONCRETE LOAD DISTRIBUTION SLAB (ITEM #C1.7,


C2.7, C3.7)

This item includes the supply and placement of a 150mm thick, cast-in-place, reinforced
concrete distribution slab for all three culverts. The requirements of OPSS.MUNI 904,
OPSS 919 and OPSS.PROV 905 shall apply to this item, except as otherwise specified
below.

As part of the work under this tender item, the Contractor shall include the supply and
placement of all materials required including concrete, reinforcing steel, and mechanical
connectors for staged construction. Formwork and falsework in accordance with OPSS
919, required to complete the works, is to be included under this item. This item also
includes the cleaning and preparation of the existing surfaces, including bonding agents
and grouting, before the placement of new concrete.

Page 58 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

For the purposes of this contract concrete curing shall be by means of burlap and water
combined with moisture vapor barrier. The moisture vapor barrier shall be placed
immediately on the wet burlap as soon as the surface will support it without deformation.

Concrete shall have a minimum compressive strength of 30 MPa at 28 days and shall
contain a minimum of 355 kg of cement per cubic metre. The Contractor shall provide the
mix design to the Engineer at least 14 days prior to the delivery of the concrete. Mix design
shall conform to OPSS.PROV 1350.

Air entrainment shall be between 5.5% and 8% at the job site. The maximum water-cement
ratio is 0.40. Slump shall be 80 mm ± 20 mm.

The concrete load distribution slab shall have a broom non-skid finish.

All other exposed concrete surfaces shall have a hand rubbed finish to the satisfaction of
the Engineer. All exposed corners shall have a 20 mm chamfer.

Concrete shall not be placed when air or deck temperature is below 10°C or likely to rise
above 30°C during the placing operations. Placement of concrete shall not commence if
precipitation is expected during the placing operation.

The load distribution slab shall be placed using a screed machine. Screed elevations and
staging details and sequences shall be provided and stamped by the Contractors Engineer
for the review and approval of the Contract Administrator at least 2 weeks prior to slab
construction. Calculations and sequences must accommodate dead load deflection and
the profile of the road per the contract drawings.

The Contract Administrator shall be notified of the intent to complete the slab pour at least
2 business days prior to the commencement of the placing operation. The work shall not
proceed until the concrete surface preparation has been completed to the satisfaction of
the Contract Administrator.

Portions of the concrete with incomplete consolidation or finishing or unsatisfactory


protection shall be removed.

The Contractor shall be responsible for all aspects of sampling and testing of concrete for
slump, air content and temperature according to OPSS.PROV 1350 and the results of
these tests recorded and provided to the Contract Administrator. The minimum frequency
of testing shall be one test from each load of concrete. Preparation, storage and
transportation of cylinders to determine compressive strength shall be according to
OPSS.PROV 1350. Excess materials resulting from the performance of the work under this
specification shall be removed and managed at the Contractor’s expense.

The contractor shall form and pour the slab to create a 2% slope with a crown at centerline.

Page 59 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

The unit price bid for this item shall be compensation in full for all labour, equipment and
materials required to complete the work under this item to the satisfaction of the Contract
Administrator. Payment for this item shall include all labour, material and equipment
required to construct the 150mm distribution slab over the new precast concrete box
culverts including reinforcement, dowels, grout, bonding agent, formwork and falsework.
Measurement for payment will be cubic metres based on the theoretical quantities
calculated between the wingwalls using the dimensions shown on the contract drawings.
The total volume shall be calculated to the nearest 0.1 m 3.

CAST-IN-PLACE CONCRETE CURB (ITEM #C1.8, C2.8, C3.8)

Specifications: OPSS.MUNI 353, 904, and OPSS.PROV 1350 shall apply except as
modified herein.

The contract unit price bid shall include all labour, equipment and materials required to
construct (all types) of concrete curb and gutter as follows:
1. Excavation and the disposal of excavated material.
2. Contractor must backfill curbs with gravel as required and open driveways to
residents or businesses after 3 days of closures. Businesses with only one entrance
will have to be constructed half at a time in order to maintain access to business.
3. OPSS 353 and 1350 shall apply to this work. Payment under this item shall include
constructing concrete curbs to match existing curb type. The concrete shall have a
minimum 28 day strength of 30 Mpa with 6½% +/- 1½% air entrainment and a slump
of 80mm at the point of discharge. Curing shall be by covering the fresh concrete
with wet burlap or other acceptable methods approved by the Town Representative.
When wet burlap cover is used it must be kept moist for a minimum period of 4 days
or longer until the concrete has cured. New curb and gutter shall match the adjacent
unit to ensure a uniform grade and drainage.
4. Concrete curb construction which will temporarily restrict access to intersecting
roadways, or driveways must be done with a minimum 48 hours prior notification for
scheduling consultations with the Contract Administrator and the affected residents,
businesses and Caledon Fire & Emergency Services to ensure alternative
arrangements when required can be worked out for the period of the restricted
access
5. Curbs placements to meet OPSD 600.020.
- 30MPa (MTO mix)

Payment

Payment at the contract price for the above tender item shall be full compensation for all
labour, equipment and materials required to complete the work as specified, including
restoration of road to base asphalt. Measurement for payment is per “metre”.

Page 60 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

CAST-IN-PLACE CONCRETE WINGWALLS (ITEM #C1.9)

This item includes the supply and placement of cast-in-place, concrete wingwalls for the
north culvert as shown on the Contract Drawings. The requirements of OPSS.MUNI 904,
OPSS 919 and OPSS.PROV 905 shall apply to this item.

The unit price bid for this item shall be compensation in full for all labour, equipment and
materials required to complete the work under this item to the satisfaction of the Contract
Administrator.; including all reinforcing steel, dowels, adhesive. Payment for this item shall
include all labour, material and equipment required to construct the cast-in-place concrete
wingwalls. Payment for this item shall be “cubic metre”.

CONCRETE SEALER (ITEM #C1.10, C2.10, C3.10)

SCOPE

As part of the work under the above tender item, the Contractor shall include surface
preparation and application of a concrete sealer to exposed concrete in the following areas:

All exposed faces of concrete curbs;


Wingwalls to the extents detailed by the Contract Administrator

MATERIALS

The concrete sealer used shall be BASF MasterProtect H 1000, a 100% silane single coat
protection system which prevents the intrusion of chlorides and water. This product is
available from BASF Construction Systems. A comparable alternative sealer will also be
acceptable at the discretion of the Contract Administrator.

The material shall be stored in a dry, frost free environment protected from direct heat. The
containers shall remain sealed until their contents are required for use. The contents of
any opened container shall be used within 48 hours or discarded.

Application

Sealer shall be applied using spray equipment recommended by the sealer’s manufacturer.

Newly Placed Concrete

Any repairs to concrete surfaces shall be carried out prior to surface sealing.

Application of a sealer shall be carried out at no less than 28 days after new concrete has
been placed.

Page 61 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Surface Preparation

Prior to the application of the sealer, the entire surface to be sealed shall be abrasive blast
cleaned as per OPSS 929 to remove laitance, contamination, loose materials, and any
traces of curing compounds and release agents.

Sealer Application

Concrete areas to be treated shall be surface dry for a minimum of 24 hours prior to sealer
application. Artificial drying shall not be permitted. Sealer shall not be applied under any
of the following conditions:

Ambient temperature is less than -7ºC, or


Temperature of the concrete surface is greater than 25ºC, or
Rain is forecast within the next 48 hours.

Exposed asphalt pavement and joint sealants shall be masked off before the sealer
application.

Concrete shall receive one application of the sealer. The rate of application shall be as
recommended by the product’s manufacturer. The sealer shall be applied by spraying,
working from the bottom of the wall upwards.

The Contractor shall take all necessary precautions to prevent spills, overspray, splatter
and rundown spills. Overspray and splatter shall be removed at the Contractor’s expense.
Rundown shall be brushed or rolled down.

Basis of Payment

Payment at the Contract Price for the above tender item shall be full compensation for all
labour, equipment, and material required to do the work. Payment shall be made by the
“square metre”.

BRIDGE DECK WATERPROOFING (ITEM #C1.11, C2.11, C3.11)

Specifications: OPSS.MUNI 914, except where modified herein

Work under this tender item shall include the following:

All Bridge Deck Waterproofing work as shown on Contract Drawings

Work under this item shall also include the installation of a protective cover over the
protection boards and waterproofing membrane following its installation. The waterproofing
membrane and protection board shall at no time be exposed except to permit paving
operations.

Page 62 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Measurements for the item shall be made in square metres of distribution slab area in
accordance with the Contract Drawings and Specifications. No additional measurement
shall be made for material which is turned up on vertical surfaces, and for lapping.

Payment at the unit contract price for the above items shall be full compensation for all
labour, testing, equipment and material required to do the work. Payment shall be made
by the “square metre”.

HOT MIX HL-3 AND HL-8 ON DECK (ITEM #C1.12, C2.12, C3.12) (ITEM #C1.13,
C2.13, C3.13)

Specifications: OPSS.MUNI 310, except as modified herein.

These special provisions cover the requirements for supply and placement on the concrete
deck surface of HL3, surface course to a depth of 40 mm, and supply and placement of
HL8, binder course to a depth of 40 mm, as indicated on the Contract Drawings.

Placement of asphalt between October 15 and May 15 requires a written authorization of


the Contract Administrator

Payment

Payment for this item shall be for all labour, materials, and equipment necessary to supply,
place, and compact hot mix asphalt as noted in the Contract Drawings. Necessary
precautions are to be taken to minimize the rise of tire marks in fresh asphalt caused by
vehicles or construction equipment.

Measurement for payment of this item shall be by the “tonne” of hot mix asphalt applied.

General Asphalt

Unless otherwise amended herein, materials, production, and the placement of hot mix
asphalt shall conform to OPSS.MUNI 310, 1101, and OPSS 1150.

Asphalt Cement

Asphalt cement specified in the specification shall be PGAC and shall conform to the
requirements of AASHTO Provincial Standard Specification MPI for the performance grade
specified in the contract when using the testing methods designated in AASHTO Provincial
Standard PP6.

The virgin asphalt cement shall be PG 58-28 unless otherwise specified or is as required
for blending in mixes containing Reclaimed Asphalt Pavement (RAP).

Page 63 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

A change in grade of asphalt binder may be considered if the request is submitted in writing
to the Owner prior to paving with the new PGAC, and only if the grade of asphalt is at least
one grade higher than the original grade submitted with the approved mix design.

Aggregates

Asphalt aggregates shall generally conform to OPSS 1001 and OPSS.MUNI 1003. The
Town will allow up to 10% Bottom Ash content incorporated into HL-8 base course asphalt
only.

Asphalt Cement Grade

Asphalt cement shall be PG 58-28 for HL-1 asphalt.


Asphalt cement shall be PG 58-28 for HL-3 asphalt.
Asphalt cement shall be PG 58-28 for HL-8 asphalt with RAP content below 20%.
Asphalt cement shall be PG 52-34 for HL-8 asphalt with RAP content above 20%.

Reclaimed Asphalt Pavement (RAP)

The Town will allow up to 40% RAP content in HL-8 binder course mix and up to 20% RAP
content in HL-3 surface course. The Town requires a minimum of 10% RAP in HL-3 & HL-
8 asphalt.

Performance Graded Asphalt Cement (PGAC)

Performance graded asphalt cement shall conform to the requirements of AASHTO


Provisional Standard MPI for the performance grade specified in the Contract when tested
using the methods designated in AASHTO Standard PP6.

PGAC shall be homogeneous, free of water and any contamination and shall not foam
when heated to the temperatures specified by the manufacturer for the safe handling and
use of the product. It shall be shipped, used and handled at all times in accordance with
the manufacturer’s specifications.

PGAC shall be obtained from a supplier listed in MTO's Designated Sources for Materials
Manual for asphalt cement.

For PGAC specified in the contract, the Contractor shall supply to the Contract
Administrator test results and two (2) – one (1) liter samples for the products proposed for
use to demonstrate compliance to the requirements of AASHTO Provisional Standard
MP1, at least 14 calendar days prior to the first use of the product. The product shall have
been graded by conducting the required tests for the "Test Procedure for Verifying the
Nominal Grade of an Asphalt Binder” of the AASHTO Provisional Standard PP6, Section
7. At the same time, the Contractor shall also provide the applicable mixing and compaction
temperatures for each product, and documentation of construction, storage and handling

Page 64 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

requirements, including the material safety data sheet, re-compaction temperature, mix
discharge temperature and recommended extraction procedure.

The laboratory conducting the quality control testing shall have participated in the most
recent AASHTO Materials Reference Laboratory proficiency sample correlation program
for PGAC and shall have obtained proficiency ratings in the program satisfactory to the
Town. Alternatively, the laboratory shall have satisfactorily participated in the most recent
MTO correlation program for PGAC.

The payment adjustment per tonne will apply to the quantity of new asphalt cement in the
hot mix accepted into the work during the month for which it is established. However, a
payment adjustment will not apply to the paving work done after the approved time for
completion of the contract has expired, including the expiration of any extensions of time
that have been granted.

The payment adjustment for the month will be calculated from the following formulae:
1. When Ip is greater than 1.10𝐼𝑇𝑂 , the payment adjustment per tonne of asphalt cement
is (Ip - 1.10𝐼𝑇𝑂 ) and the Contractor receives additional compensation of: PA = (Ip -
10𝐼𝑇𝑂 ) x quantity of new asphalt cement in tonnes.
2. when Ip is less than 0.90 𝐼𝑇𝑂 , the payment adjustment per tonne of asphalt cement
is (0.90 𝐼𝑇𝑂 - Ip ) and the Owner receives a rebate of: PA = (0.90𝐼𝑇𝑂 - Ip ) x quantity of
new asphalt cement in tonnes

Where:
PA = payment adjustment for new asphalt cement, in dollars
𝐼𝑇𝑂 = performance graded asphalt price index for the month prior to tender opening
Ip = performance graded asphalt price index for the month in which paving occurs.

The quantity of new asphalt cement includes all grades of asphalt cement supplied by the
Contractor with and without polymer modifiers. For each month in which a payment
adjustment has been established, the quantity will be calculated using the hot mix quantity
accepted into the work and its corresponding asphalt cement content as required by the
job mix formula except for mixes which contain reclaimed asphalt pavement.

For mixes which contain reclaimed asphalt pavement, the quantity of new asphalt cement
will be determined from the difference between the asphalt cement required by the job mix
formula and the asphalt cement content of the reclaimed asphalt pavement incorporated
into the hot mix, as calculated by the Contract Administrator.

For mixes containing a liquid anti-stripping additive, the quantity of anti-stripping additive
will be deducted from the quantity of new asphalt cement. No other deductions will be made
for any other additives.

For progress payment purposes, payment adjustments will be made on a monthly progress
payment certificate for the months in which hot mix paving occurs.

Page 65 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Payment for the items will be at the tendered unit price bid. No adjustments will be made
in the unit price bid.

Ramping at Pedestrian Curb Ramps or Driveways


The contract unit price for binder course shall include the necessary ramping at the
concrete gutters adjacent to pedestrian curb ramps to eliminate the concrete "lip" as
directed by the Contract Administrator. The contract unit price bid for binder course asphalt
shall include step joints in existing asphalt as noted on the contract drawings.

The contract unit price for binder course asphalt shall include the necessary ramping for
temporary asphalt curb and gutter at catch basins where concrete curb and gutter is to be
completed later by others.

Lap Joint

The Contractor will be required to perform all saw cutting and joint preparation of the
asphalt as shown on detail drawings. All costs, including removal and disposal of the
asphaltic concrete, re-grading and compaction of granular base materials and related work,
shall be included under the tender unit price for this item.

Where vertical faces are encountered (i.e. concrete curb, utility covers), they shall be tack
coated prior to Hot Mix Paving. Tack coat will be supplied and placed in accordance with
OPSS.PROV 308.

Placing

The unit price bid for Hot Mix HL-1, HL-3 and HL-8 shall include the use of an asphalt
material transfer vehicle to place Hot Mix asphalt. As per OPSS.MUNI 310 during
placement of asphalt on roads greater than 200m in length, a 12m ski shall be used on the
first lane placement unless otherwise approved by the Contract Administrator.

Prior to placing the asphalt surface course on existing asphalt surfaces. The road must be
swept clean of all sand or stone debris. The existing surface must be tack coated prior to
placement of asphalt. This work shall be included in the unit price bid for HL-1, HL-3, & HL-
8 asphalt and no additional payment will be made for this.

Temporary Markings and Traffic Safety

Sections of roads with curves, steep hills, unprotected drop-offs, high traffic volume or as
directed by the Contract Administrator will require the placement of temporary center line
markings, (100mm in length) placed at 40m intervals. Traffic Barrels (TC-54) shall be
placed at 50m intervals along the asphalt edge prior to the end of the days paving
operation. Traffic Barrels to be left in place until gravel shoulders have been completed.
The cost of supply, placing and maintaining the items mentioned above shall be included
in the unit price bid for this item.

Page 66 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

RIP RAP WITH GEOTEXTILE (ITEM #C1.14, C2.14, C3.14)

The requirements of OPSS 511 shall apply to the above item, except as otherwise
specified below.

511.01 Scope
Section 511.01 of the OPSS 511 is amended by addition of the following:

Under this item the Contractor shall supply and install rip rap rock protection on Class II
non-woven geotextile. The rip rap limits shown on the Contract Drawings are
approximate only and actual limits will be as directed by the Contract Administrator based
on field established limits.

Basis of Payment
Payment at the unit price bid per square metre shall constitute full compensation for the
provision of all labour, materials and equipment required to complete the work.

CONCRETE WORKING SLAB (ITEM #C1.15, C2.15, C3.15)

Reference: OPSS 902, Contract Drawings

This special provision covers the requirements for the installation of a concrete working
slab for the purposes of constructing the concrete footings, filling in over broken rock and
creating a level surface for the purpose of installing the wing wall elements in accordance
with the Contract Drawings.

The complete pouring sequence of the Concrete Working Slabs shall be the Contractor’s
responsibility and shall be subject to the approval of the Contract Administrator. The
pouring sequence plan of the Contract Working Slabs shall be called Pouring Sequence of
Concrete Working Slabs. This plan shall be submitted by the Contractor to the Contract
Administrator for approval two (2) weeks prior to the Concrete Working Slabs’ construction.

The Concrete Working Slab shall be no less than 100mm and have a minimum
compressive strength of 15 MPa. The construction of this Concrete Working Slab is the
sole responsibility of the Contractor.

Measurement and Basis for Payment

No measurement for payment will be made for the item “Concrete Working Slab”. Payment
at the tendered cubic meter price shall be full compensation for all work under this item.
The estimated quantity of earth excavation shown on the drawings is for information
purposes only and is not guaranteed.

Page 67 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

CONCRETE WINGWALL FOOTING (ITEM #C1.16)

Reference: OPSS 902, Contract Drawings

This special provision covers the requirements for the installation of cast-in-place concrete
footings for the concrete wingwalls in accordance with the Contract Drawings.

As part of the work under this item, the contractor shall provide all labour, equipment, and
materials required to construct the concrete foundations in accordance with the Contract
Drawings. Formwork and falsework in accordance with OPSS 919 required to complete
the works is to be included under this item. This item is to include all materials associated
with construction of the substructure including but not limited to dowels, dowel adhesive,
reinforcing steel, and proprietary products (wabo inverseal, etc.).

If bedrock elevations differ from those shown on the Contract Drawings, the Contractor
shall provide concrete fill to reach the actual rock depth in accordance with the Contract
Drawings. Where possible, the Contractor shall key new footing into sound bedrock in
accordance with the Contract Drawings.

904.04 DESIGN AND SUBMISSION REQUIREMENTS

Subsection 904.04 of OPSS.MUNI 904 is amended by addition of the following:

904.01.06 Formwork and Falsework Drawings

Working drawings for formwork and falsework in accordance with OPSS 919 shall be
submitted to the Contract Administrator for review and approval at least one (1) week prior
to erection.

Measurement for payment will be made for this item shall be by the “cubic metre”.

GABION WALL (ITEM #C2.17)

Reference: OPSS 1430, Contract Drawings

This special provision covers the requirements for the installation welded wire Gabion
Walls in accordance with the Contract Drawings. Work under this tender item shall include,
but is not necessarily limited to, the following:

Supply and delivery of all gabion basket components, including the dividers, diaphragms,
connecting wire, and lacing wire or fasteners, wire mesh, earth reinforcement, geotextile,
cobble stone, Fasteners, SONO tubes or PVC pipes, concrete etc. required to construct
the welded wire Gabion Walls and facilitate the installation of guide rail posts as indicated
on the Contract Drawings.

Page 68 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

Erection of the welded wire Gabion Walls to the overall dimensions as indicated on the
Contract Drawings.

Granular backfill materials required for the construction of the welded wire retaining walls
is not included in this item as it will be paid by unit price under the applicable tender item.

The Gabion Wall shall be ‘Maccaferri PVC Coated Gabions’ manufactured by ‘Maccaferri
Canada’. Alternative wall construction requires the written approval of the Contract
Administrator.

The Contractor may use alternate Suppliers (eg. Armtec, Atlantic Industries Canada,
Terrafix, etc.) provided that the product satisfies the contract requirements and written
approval is provided by the Contract Administrator.

Design and Submission Requirements

The contractor shall submit detailed shop drawings for the construction of the welded wire
Gabion Walls.

The shop drawings shall show (but not necessarily be limited to) the method of erection for
the wall, location, spacing of all fasteners, all material information, all design loads, etc.

Walls shall be designed, and all shop drawings shall be signed and sealed by a
Professional Engineer licensed in the Province of Ontario holding a professional liability
insurance policy in the amount of $1,000,00.00.

Measurement and Basis for Payment

Payment at tender price for the item “Gabion Wall” shall include full compensation for all
labour, material and equipment required to complete the work.

Payment at the unit price bid per cubic metre shall constitute full compensation for the
provision of all labour, materials and equipment required to complete the work. The cubic
metre cost shall be for the supply and installation of the gabion baskets, including the
dividers, diaphragms, connecting wire, and lacing wire or fasteners, wire mesh, earth
reinforcement, geotextile, cobble stone, Fasteners, SONO tubes or PVC pipes, concrete
etc. as required to supply and install the Gabion Baskets as shown on the Contract
Drawings.

EXCAVATION OF SOFT SPOTS (PROVISIONAL) (ITEM #D1)

The work under this item includes the supply of all labour, material and equipment to
excavate and remove any soft spots encountered in the roadway reconstruction. The
contractor shall remove any unsuitable material and replace with Granular “B” Type I as
directed by the Contract Administrator. All granular materials shall have an in-situ moisture

Page 69 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

content within 2% of their optimum moisture content, and shall be placed and compacted
to 100% of their SPMDD’s in uniform lifts not exceeding 200 mm

Payment for this item shall be by the cubic metre of unsuitable material excavated and
disposed of. No extra payment will be made for the disposal of unsuitable material.
Payment for placement and compaction of the Granular B will be under, and paid for at the
unit price specified, the tender item for “Granular B (Road Subbase)”. The specifications
for the Granular “B” under the appropriate tender item shall also apply.

ROCK EXCAVATION/REMOVAL (PROVISIONAL) (ITEM #D2)

Scope
The unit bid price for the above tender item shall be full compensation for all labour and
equipment required for excavation of rock encountered during this project. Only solid rock
in its original position and which cannot be removed by excavator or backhoe without use
of air hammer will be classed as rock. Boulders larger than (1) cubic metre will be classed
as rock for payment. Hardpan is not rock. Excavation and removals shall be in accordance
with OPSS 206 and OPSS.MUNI 510 and as directed by the Contract Administrator.

Rock removal in excess of that which is necessary to complete the stated work will not be
compensated.
No blasting will be permitted.

Basis of Payment
Payment at the unit price bid per cubic metre shall constitute full compensation for the
provision of all labour, materials and equipment required to complete the work.

ENTRANCE CULVERT (PROVISIONAL) (ITEM #D3)

Under this Tender item, the Contract shall supply and install new HDPE, 2.0 mm thick,
culverts in the diameters and lengths specified on the Contract Drawings.

This item includes


• Installation of erosion and sedimentation control measures, as required;
• Excavation, Installation of new culverts, culvert extensions, and manufacturer’s
couplings;
• Water required for the proper compaction of bedding and back fill;
• Removal and disposal of existing culvert for installation of new entrance culverts;
• Removal and disposal of asphalt and rehabilitation of driveway entrance over culverts
(note: driveway asphalt reinstatement will be paid under separate line item).
• Granular materials up to the proposed road grade

Entrance culverts shall be installed in accordance with OPSD 803.030 and 803.031.
Bedding material shall be Granular ‘A’ as per OPSD 802.010 and OPSD 802.013 except
where saturated bedding conditions require the use of 19mm Clear Stone as per OPSS
1004 as directed by the Contract Administrator.

Page 70 of 71
The Corporation of the Town of Caledon
Request for Tender 2020-03 / Chinguacousy Road Culvert Replacements

This item is to include all work up to and including the disposal of excess material.
The costs associated with hauling and disposal of surplus materials off site are be
included under this item.

Payment at the contract price for the above tender item shall be by each entrance culvert
installed.

Page 71 of 71

You might also like