CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp...

41
CITY OF GUELPH CONTRACT NO. 2-1313 SUPPLEMENTAL SPECIAL PROVISIONS

Transcript of CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp...

Page 1: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

CITY OF GUELPH

CONTRACT NO. 2-1313

SUPPLEMENTAL SPECIAL PROVISIONS

Page 2: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

INDEX

DOCUMENTS AND DRAWINGS .............................................................................................................. 1

SSP-1 GENERAL INFORMATION ........................................................................................................... 7 Delivery of Owner Supplied Materials ............................................................................... 8

SSP-2 UTILITY CO-ORDINATION, TRAFFIC AND PEDESTRIAN CONTROL ................................. 8

SSP-3 EXACATION OF MATERIAL IN ROADWAY ....................................................................... 15

SSP-4 HOT MIX ASPHALT ..................................................................................................................... 15

SSP-5 DISPOSE OF CONTAMINATED SOIL TO A NON HAZARDOUS LANDFILL ( ............. 15

SSP-6 PROJECT SCHEDULE .................................................................................................................. 16

SSP- 7 COLOURED CONCRETE ............................................................................................................. 18

SSP- 8 CONNECTION OF EXISTING LATERAL TO NEW SEWER LATERAL: ............................... 20

SSP- 9 SUPPLY AND INSTALLATION OF CATCHBASIN LEADS: .................................................. 20

SSP- 10 VACUUM EXCAVATE UNDERGROUND INFRASTRUCTURE AND UTILITIES ............. 20

SSP 11 PRECAST QUARZITE HAND HOLES ...................................................................................... 20

SSP 12 RIGID PVC CONDUITS BY OPEN CUT ................................................................................... 20

SSP 13 LOW VOLTAGE CABLE IN DUCT ........................................................................................... 23

SSP 14 GROUND WIRE ........................................................................................................................... 24

SSP 15 GROUND ELECTRODES ........................................................................................................... 25

SSP 16 CONCRETE POLES DIRECT BURIED IN EARTH .................................................................. 25

SSP 17 ROADWAY LIGHTING AND PEDESTRIAN LUMINAIRE AND BRACKET ASSEMBLYS ............................................................................................................................................. 25

SSP 18 ELECTRICAL REMOVALS........................................................................................................ 25

SSP 19 GUELPH HYDRO/UTILITY INFRASTRUCTURE.....................................................28

Page 3: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

DOCUMENTS AND DRAWINGS The following listed documents and or drawings form part of this contract and it is the responsibility of the contractor to obtain all relevant current copies.

1. City of Guelph Part “B” Standard Contract Specifications, February 2013

Located on the City’s website at http://guelph.ca/business.cfm?subCatID=981&smocid=1566

2. Region of Waterloo and Area Municipal Design Guidelines and Supplemental Specifications for Municipal Services (DGSSMS) 2013

3. Ontario Provincial Standard Specifications It will be the Contractor’s responsibility to obtain current copies of the Ontario Provincial Standard Specification (OPS) Forms listed below, which form part of this Contract. The Contract shall include the latest (most recent) edition of the Specification unless otherwise noted.

TITLE OPSS DATE

OPS General Conditions of Contract 100 Weighing of Materials 102 Electrical Work 106 Schedule of Rental Rates for Construction Equipment Including Model and Specification Reference

127

Supply of Pre-Qualified Material and Products 128 Management of Excess Material General Specification for Environmental for Construction in Waterbodies and on Waterbody Bank

180 182

Clearing, Close Cut Clearing, Grubbing, and Removal of Surface and Piled Boulders

201

Grading 206 Hot Mix Asphalt 310 Asphalt Curb and Gutter Systems 312 Untreated Granular, Subbase, Base, Surface, Shoulder, and Stockpiling

314

Concrete Sidewalk 351 Concrete Curb and Gutter Systems 353 Trenching, Backfilling and Compacting 401

Page 4: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

TITLE OPSS DATE

Excavating, Backfilling and Compacting for Maintenance Holes, Catchbasins, Ditch Inlets and Valve Chambers

402

Support Systems 404 Pipe Subdrains 405 Maintenance Hole, Catch Basin, Ditch Inlet, and Valve Chamber Installation

407

Adjusting or Rebuilding Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers

408

Closed Circuit Television Inspection of Pipelines 409 Pipe Sewer Installation in Open Cut 410 Watermain Installation in Open Cut 441 Corrosion Protections of New and Existing Watermain 442 Compacting 501 Site Preparation for Pipelines, Utilities, and Associated Structures 503 Dust Suppressants 506 Site Restoration Following Installation of Pipelines, Utilities, and Associated Structures

507

Trenching, Backfilling, and Compacting 514 Rock Excavation for Pipelines, Utilities, and Associated Structures in Open Cut

515

Dewatering of Pipeline, Utility, and Associated Structure Excavation 517

Pavement Marking Traffic Control Signing

532 543

Electrical Work – General 601 Installation of Electrical Chambers 602 Installation of Ducts Construction Specification for Installation of Cable Construction Specification for Grounding Construction Specification for Removal of Electrical Equipment and Materials Construction Specification for Installation of Underpass Luminaires Construction Specification for Installation of Power Supply Equipment Construction Specification for Erection of Poles Construction Specification for Footings and Pads for Electrical Equipment

603 604 609 610 611 614 615 615 616

Page 5: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

TITLE OPSS DATE

Construction Specification for Installation of Roadway Luminaires

Pavement Marking

617 710

The Protection of Trees 801 Topsoil 802 Sodding Seed and Mulch

803 804

Metal Traffic Barriers and Metal Railings for Structures 908 4. Ontario Provincial Standard Drawings It will be the Contractor’s responsibility to obtain current copies of the Ontario Provincial Standard Drawings listed below, which form part of this Contract.

TITLE Minimum Vertical Clearance for Aerial Cable Systems

OPSD NO. 217.030

DATE

REV.

Barrier for Tree Protection 220.010 Cast Iron, Square Frame with Circular Closed or Open Cover for Maintenance Holes

401.010

Pavement Reinstatement for Utility Cuts 509.010

Concrete Barrier Curb with Standard Gutter 600.040 Concrete Barrier Curb 600.110 Asphalt Curb and Asphalt Gutter 601.010 Catch Basin Frame with Grate Installation at Curb and Gutter 610.010 Catch Basin Frame with Grate Shoulder Installation at Concrete Barrier

610.020

Frame with Grate Installation for Inlet Type Catch Basins 610.030 Catch Basin Connection for Rigid Main Pipe Sewer 708.010 Support for Pipe at Catch Basin or Maintenance Hole 708.020 Catch Basin Connection for Flexible Main Pipe Sewer 708.030 Flexible Pipe Embedment and Backfill, Earth Excavation 802.010 Flexible Pipe Embedment and Backfill, Rock Excavation 802.013 Rigid Pipe Bedding, Cover and Backfill, Type 1 or 2 Soil – Earth Excavation

802.030

Page 6: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

TITLE Minimum Vertical Clearance for Aerial Cable Systems

OPSD NO. 217.030

DATE

REV.

Rigid Pipe Bedding, Cover, and Backfill, Rock Excavation 802.033 Rigid Pipe Bedding and Cover in Embankment, Original Ground: Earth or Rock 802.034 Pedestrian Barricade 980.101 Sewer Service Connection for Flexible Main Pipe Sewer 1006.020 Cable Installation in Trenches 2100.010 Cable and Duct Protection and Marking 2100.050 Rigid Ducts Encased in Concrete 2100.060 Duct Installation in Trenches 2101.010 TITLE OPSD NO. DATE REV. Underground Rigid Duct Connection at Concrete Structure 2102.010

Duct Installation Profiles 2103.020

Rigid Duct Installation in Existing Paved Area - Granular Backfill Method 2103.040

Duct Installation at Utility Crossings 2103.050

Page 7: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

SSP-1 GENERAL INFORMATION

Scheduling of the Work The work is to be carried out in one construction seasons except for the placement of the surface course asphalt in 2014 (by others) as directed by the Contract Administrator.. The Contractor will be ordered to commence the work within seven (7) days of award of the contract, which at the time of tendering is assumed to be on, or before, October 14, 2013. The contractor shall complete the work within 50 working days. The Contractor shall undertake with diligence the works contained herein and shall obtain completion of the entire contract as defined in GC 1.06 of the General Conditions of the Contract, no later than December 23, 2013. It is the responsibility of the Contractor to augment additional daylight shifts as required to complete the work within the specified time. There will be no additional payment made thereof.

Contractor is expected to provide multiple construction crews and schedule sub-contractors to complete the work within the specified time. In the event that the contract start date is delayed as a result of delay in award of the contract by the City of Guelph, or due to delay in receiving approvals by the applicable regulatory agencies, the City of Guelph will enter into negotiations with the Contractor regarding the contract start and completion dates. Negotiations will be limited to the start and end dates and no claim for additional costs as a result of delay to the start of the contract will be entertained. The City reserves the right to defer the start date to accommodate agency approvals, execution of documents or frost conditions. Schedules that fail to meet these requirements will not be accepted.

Hours of Work The Contractor shall be prohibited from the operation of construction equipment during the following times: 7:00 p.m. to 7:00 a.m. (to 9:00 a.m. Saturdays) and at all times on Sundays and holidays, for the exception of the scheduled isolation water valve installation on Sunday(s). The Contractor and City Water Works Department shall determine the schedule for the installation of isolation valves at the preconstruction meeting. Special consideration will be given to the Contractor for working during nights and weekends to minimize disruption of daytime (Monday to Saturday) traffic.

Payment All payments will be made in accordance with provisions of the Construction Lien Act, 1990. The Contractor shall note that release of holdback funds will only be made when all work is completed to the

Page 8: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

satisfaction of the Engineer and 45 days have elapsed from the date of publication of substantial completion certificate.

The following is a schedule of when the Owner Supplied Material will be available to the Contractor.

Delivery of Owner Supplied Materials

Owner Supplied Material Availability

Guelph Hydro Concrete Structures November, 2013

SSP-2 UTILITY CO-ORDINATION, TRAFFIC AND PEDESTRIAN CONTROL

Scope of Work The Contractor shall maintain traffic and pedestrian control through all stages of the work and shall coordinate / assist utility companies in the relocation of existing utilities found to be in conflict with the work including but not be limited to Rogers, Bell, Telus, Atria, Union Gas and Guelph Hydro. The Contractor shall supply and maintain all construction signing in accordance with OPSS 706, the Ontario Traffic Manual (OTM) Book 7 (Temporary Conditions), and the Occupational Health and Safety Act (OHSA).

Lane Restrictions and Road Closures The Contractor shall maintain local traffic one lane each direction on Gordon Street and two lanes on Wellington Street. The cost of temporary works where required, to stage the construction including excavation, granular base, concrete and hot mix asphalt shall be paid at the unit price bid for the appropriate tender item.

Staging of Construction

This project is for the reconstruction of Gordon Street from the Gordon Street Bridge to Wellington Street and Wellington St -East Side of Gordon St to Tim Horton’s and Angels Diner limits shown on the dwgs. The reconstruction includes the removal of some existing pavement structure, concrete base (where applicable), the replacement of the existing storm sewers, waterservice, widening of road parking pavement, median, hydro and telecommunications installations, decorative street lighting and streetscaping.

The following represents the Contract work to be Substantial Complete within the allotted Contract construction working day period:

The work to be carried out consists of 2 stages. These stages delineate the extent of the work and the contractor shall complete the stages in the following order and within the time restraints.

Page 9: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Utility conduit work on Wellington Street and Gordon Street shall be staged to minimize the duration and impacts of lane closure and restrictions. It is intended that work on this contract proceed as per the staging details to ensure minimum disruption to traffic for the duration of construction. The Contractor shall undertake the following general sequence of work unless approved otherwise by the City of Guelph:

The Contract Administrator will consider any suggestions by the Contractor to improve or alter the staging plans, provided that in the opinion of the Contract Administrator the interests of all affected parties and traffic movement/safety will not be compromised.

The Contractor’s work program/schedule shall clearly indicate the work area to be affected; including traffic lane and street name. In addition, the Contractor shall provide a minimum of five (5) days notice to the Engineer and the City of Guelph Traffic and Parking Division prior to any lane and/or road closures and/or switches in traffic staging

The Contractor must complete all the work on the west side of Gordon Street before commencing removal / underground work on the east side. West Side surface work on Stage I including installation of curb & gutter, sidewalk, road paving, landscaping, street lighting shall be completed prior to commencing with underground work on the east side. The contractor shall allow for additional mobilization and demobilization of asphalt paving, concrete crews, landscaping, street lighting in the unit bid prices to complete the work according to the staging.

Stage I (Gordon St - South Side from Wellington St to Gordon St Bridge (Speed River): Starting on or about October 14, 2013 for a maximum of 25 working days anticipated work shall include but not be limited to the following:

• Co-ordinate works with utility companies and City of Guelph Traffic Services; • Set up necessary traffic control to maintain 1 lane of through traffic in each direction on

Gordon Street for work to be completed under Stage I • Temporary pavement markings & Signs • Traffic Barrels setup west side of Gordon Street and lane merging; • Complete installation of erosion and sediment control measure and tree protection fencing • Removal of asphalt pavement and median on Gordon Street • Remove and relocate of the storm sewer laterals, catchbasins and leads on the west side • Installation of new water service up to the property line (street line) and relocate fire

hydrant; • Remove existing curb & gutter, sidewalks • Hydro underground and other utilities, communications underground and street lighting

underground installations

Page 10: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

• Installation of conduits for Hydro & utilities on the south side including road crossing across Gordon St to east side of Wellington St to in front of Angel’s Diner (100m approx).

• Installation of conduits for Hydro and utilities on the north side including road crossing across Gordon St east side of Wellington St to approx. Tim Horton’s.

• Excavate west side for the widening and place subdrain, granular base • Install new conduits for street lights and connect. • Construct new curb and gutter on the west side • Construct new sidewalk and grade boulevards, landscape restoration including sodding,

fencing • Remove existing decorative street lights and relocate to new locations. • Grade the road and place base asphalt and driveway restorations including paving: • Install signs and pavement markings; • Remove temporary traffic control devices as necessary. • Set up of necessary traffic control, barriers and signage for Stage II works and reopen

Gordon Street South bound to two lanes of through traffic; the east side work to completed under Stage II.

For Utility crossings on Gordon Street at the boathouse contractor will be allowed to close Gordon Street West Side Southbound only for 2 days to through traffic vehicles except buses will be allowed to go through. The crossings will be carried out with flagging operations at the crossings and paid police officers to control no vehicle traffic except buses from Wellington St and Gordon St. intersection.

When the forgoing work has been completed, the charging of working days and liquidated damages where the working days have exceeded the number prescribed (25) will be suspended until November 8, 2013.

Stage II (Gordon St (East Side) from the Gordon St Bridge to Wellington St- (East Side):

• Starting on or about November 15, 2013 for a maximum of 25 working days anticipated work shall include but not be limited to the following:

• Co-ordinate works with utility companies and City of Guelph Traffic Services & Waterworks; • Install all required temporary traffic control devices. Separate and protect traffic from the work

area. The Stage II work area is the east side of Gordon St roadway;

• Complete installation of erosion and sediment control measure and tree protection fencing • Installation of conduits for Hydro and utilities from the Bridge to Wellington St • Construct new median and fully complete restorations • construct new sidewalk, curb and gutter and grade the boulevards landscape restoration

including sodding, fencing, paving and driveway restorations; • Repave driveways and reinstate

Page 11: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

• Remove temporary traffic control devices.

• Reopen Gordon St lanes and Wellington Street North/South side to through traffic each direction; east bound and west bound of Wellington St.

When the forgoing work has been completed, the charging of working days and liquidated damages where the working days have exceeded the number prescribed ( 50 ) will be suspended.

If the contractor should complete Stage I of the contract in fewer working days than the number prescribed, the number of working days remaining under Stage I will be added to the number prescribed for Stage II (25) so that the total time for completion of Stage I and Stage II works shall be 50 working days. The Contract Administrator will consider any suggestions by the Contractor to improve or alter the staging plans, provided that in the opinion of the Contract Administrator, the interests of all affected parties and traffic movement/safety will not be accomplished. The Contractor’s work program/schedule shall clearly indicate the work area to be affected; including traffic lane and street name. In addition, the Contractor shall provide a minimum of five (5) days notice to the Engineer and the City of Guelph Traffic and Parking Division prior to any closures and/or switches in traffic staging.

The Contractor shall not be permitted to close the intersection of Gordon Street south bound or the north bound for Utility conduits installations. One lane closure at a time will be allowed to install Utility conduits and full restorations has been completed prior to closing another lane. Lane by lane closures will be staged for utility conduit installations at Gordon St and Wellington St intersection. The Contractor shall give the Engineer 2 weeks’ written notice of the lane closures. Road crossing for Utility conduit on Gordon St near the Bridge (Boathouse) and the Parking Lot will be carried out on to minimise disruption to traffic. Conduits will be installed and backfilled with unshrinkable fill concrete encased and a temporary steel plate will be placed on the road to allow vehicular traffic. Asphalt will be placed at a later date. All excavations must be backfilled to match the adjacent grade or properly protected at the end of each working day. When temporary trench plates are used to maintain vehicular, bicycle and pedestrian traffic flow, the plates shall have a skid resistant surface treatment and shall be fastened down to prevent moving. The plates shall be set flush with the surface of the pavement. The recessed plates should overlap the cut by no less than 300 mm on all sides. Asphalt mix shall be used to jam the plates tight into the pavement along all edges to eliminate any vertical edges. Apply anchors to the edge of the steel plate into the

Page 12: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

nearby asphalt so that it doesn't move as vehicle traffic moves over the plate when cars are allowed to pass. Plates shall be used only as a temporary measure during construction and shall not be used for extended periods of time The Contractor is responsible for all closures and the installation and maintenance of all signs including all necessary signs, barricades and/or channelization, flashers, flagpersons, or paid duty officers etc. for pedestrian and vehicular traffic safety. All lane closures shall conform to the ‘Ontario Traffic Manual Book 7’. The Contractor shall provide the Engineer with a drawing for approval detailing all traffic control devices proposed to be used for the road and lane closures. The Contractor shall submit the drawing at least two working days in advance of setting up any lane closure. The cost of temporary works, including excavation and granular base, asphalt shall be paid at the unit price for the appropriate tender item. The Contractor shall be responsible for the prompt notification of the Police, Fire, Ambulance, Transit and Public Works of all road and lane closure installations and removals. The Contractor shall ensure the road is in a safe and passable condition prior to removal of any road closure. The Contractor shall ensure: a) Access to abutting lands shall be maintained to the satisfaction of the Engineer. The Contractor

will be required to maintain access at all times to all abutting properties and businesses throughout the duration of construction.

b) Prior to the end of each working day the road shall be bladed smooth and made free of hazard for local traffic use to the satisfaction of the Engineer.

All costs for contract staging and traffic maintenance including road diversion and lane closure set up, steel trench plates for vehicles on trenches, maintenance and removal shall be included in the unit bid price bid in the Form of Tender. Any additional costs incurred in the installation of watermain, storm and sanitary sewers and appurtenances, which are a result of the construction staging, shall also be included in the price bid for this item. The Contractor shall be responsible for maintaining the granular roadway during the various stages of construction. The roadway shall be graded as required and as requested by the Engineer.

Page 13: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Maintenance of Access The Contractor shall maintain full and free access to all places of business and other premises at all times throughout the works. Special attention should be paid to the following properties to facilitate vehicular and pedestrian access to the properties and must be maintained at all times through the works: The Contractor shall be aware that there is a significant amount of traffic to and from Quiznos, Tim Horton’s, Wellington Street Plaza, Angel’s Diner, A&W, Lube Shop and other businesses on Wellington Street and Gordon Street.

• 87 Gordon St (Lube Shop) • 100 Gordon St • 110 Gordon St • Gordon St –Parking Lot • 73 Wellington St -Used Car Lot • 110 Wellington St • 100 Wellington St • Wellington St –Plaza south side • 124 Gordon St • Gordon St (The Boat House)

If at any time during the Contract, the Contract Administrator considers, that the temporary granular roadway is not properly maintained or that insufficient access is being permitted or maintained to any property the Contractor shall cease construction operations in that location until means of access satisfactory to the Contract Administrator have been provided.

For the protection of pedestrian traffic, the Contractor shall supply, erect and maintain suitable and approved barricades and snow fence around the work area(s) at all times.

As mentioned in General Condition 7.07, the Contractor shall provide at all times adequate pedestrian access throughout the work, to private homes. Such access shall include temporary ramps, walkways and driveways constructed with Granular “A”.

Payment of the unit price bid for this item under Item No. 1 under section “I” Miscellaneous shall include the cost of the labour, materials, equipment and other costs to complete the work.

The work under these items shall include excavation, grading and the full daily maintenance of a Temporary Granular Roadway and Driveway Access Ramps throughout the duration of the road closures on a continuous basis.

The Temporary Granular Roadway shall be constructed to a minimum depth of 150mm or to where the Contract Administrator deems necessary. The supply, placement and compaction of the Granular ‘A’

Page 14: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

shall be paid for under Item No. 1 Section “I” and no further payment shall be made therefore.

In order to maintain safe pedestrian access around the perimeter of the working area, all existing sidewalk to be removed shall be left in place until such time as the Contract Administrator deems it necessary to be removed. No sidewalk shall be removed without the permission of the Contract Administrator in Stage I or Stage II.

Notwithstanding, the Contractor having complied with the requirements of this Section, the Contractor shall remain fully responsible for the protection and safety of the public within the terms of the Contract conditions. Partial Entrance Closures In the event that a road closure and/or partial entrance closure is required, the Contractor shall obtain approval from the Engineer prior to closures and shall co-ordinate the road closure and/or partial entrance closure with the affected property owners and occupants and with the City of Guelph Traffic Services Division. The Contract shall provide a minimum of two (2) weeks’ notice to the City of Guelph Traffic Services Division prior to any closures. The Contractor shall provide two weeks advance notice to the Engineer and City of Guelph. Entrance Signage and Traffic Control The Contractor shall be responsible for the supply, installation, maintenance and removal of all signs required for entrance detours and restrictions, including signs on private property, exit only signs, entrance only signs, barricades and construction fencing. The Contractor shall be required to provide the Engineer with updated / revised schedules at intervals of every two weeks for the duration of the contract. Schedule and updates shall be provided three working days in advance of the regularly scheduled project meetings, commencing with the project start-up meeting. Site meetings shall be scheduled every two weeks.

If the schedule and/or bi-weekly updates are not provided, a penalty deduction of $500.00 will be made for each two week period the schedule is not updated or provided. This will apply for the entire duration of the contract until substantial performance is certified. Payment Payment on a lump sum basis for the above work shall be full compensation for all labour, equipment and material required to provide for traffic and pedestrian controls.

Payment on the lump sum basis for coordination with existing utilities shall be full compensation for all labour, equipment and material required for the coordination with existing utility providers, the installation of temporary utility support system for the relocation of existing utilities, the installation of temporary supports (i.e., soil anchoring/pinning/shoring, etc.) to stabilize the existing watermain, sanitary sewer and storm sewer that are to remain

Page 15: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

protected during the Contract works, and for the provision of layout for the relocation of new utility poles. Payment shall be made on a prorated basis per month for the term of the contract.

SSP-3 EXACATION OF MATERIAL IN ROADWAY

The Contractor shall conduct grading operations to keep all surplus excavated material identified as contaminated on site and used as fill material under this item as part of grading operations. Additional testing may be undertaken by the Engineer to further characterize surplus excavated material. The Contractor shall keep surplus excavated material on site until testing is complete and shall not be entitled to any claim for additional handling, loading or delay while waiting for test results. The Engineer reserves the right to reduce and/or raise the road structure to reduce the amount of cut required as part of grading operations without claim from the Contractor. All tree roots within the excavation limits are to be exposed by hand digging or hydro-vac excavation. Ripping and tearing of the roots will not be permitted. The roots shall be cut at the limit of the excavation with a sharp tool leaving a smooth cut.

SSP-4 HOT MIX ASPHALT

All asphalt cement used on this contract shall be PGAC 64-28.

SSP-5 DISPOSE OF CONTAMINATED SOIL TO A NON HAZARDOUS LANDFILL

Scope of Work

The work involves disposal of surplus excavated contaminated soil that exceeds the MOE Table 2 requirements and cannot be used as fill material as part of grading operations. The unit price tendered for this item shall include all costs for labour, equipment and materials to load, haul and dispose of surplus excavated contaminated material at a non-hazardous landfill site. All unsuitable excavated material (as determined by the Contract Administrator) shall become the property of the Contractor and shall be disposed of offsite and not at the City's stockpile area.

The material shall be transported by MOE Licensed carriers for the level of contamination of the material tested. All contaminated soils are to be collected and transported in accordance with applicable Ministry of Environment (MOE) regulations and disposed of at facilities licensed to accept such wastes by the MOE. Weigh tickets created at the time of delivery to the disposal facility must be submitted by the Contractor to the Engineer for the purposes of determining payment quantities. The description of the work stated above is not, nor is it intended to be a complete and all inclusive

Page 16: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

"description of the work" necessary to undertake the removal of contaminated materials by the methods employed by the Contractor. Any additional facilities or activities deemed necessary by the Contractor shall be included and implemented as part of the unit bid price.

The engineer may undertake additional analytical testing to characterize soil for disposal options. The Contractor shall keep surplus material on site until testing is complete and shall not be entitled to any claim for additional handling or delay while waiting for test results. The Engineer reserves the right to reduce and/or raise the road structure to minimize / eliminate the amount of surplus material requiring landfill disposal without claim from the Contractor.

Basis of Payment Payment is at the unit rate bid per tonne to load, haul and dispose of non hazardous surplus excavated soil under this item and shall be full compensation for all labour, materials, equipment and any incidentals required to complete the work to the satisfaction of the Engineer.

SSP-6 PROJECT SCHEDULE Submittal and Review Process

The Contractor shall prepare and update as required, a construction schedule indicating the timing of the major and critical activities of the Work. The schedule shall confirm and illustrate key dates, milestones and phasing of the Work as outlined in the Contract Documents and ensure conformity with the specified Contract Time. The Contractor’s schedule shall be submitted to the Engineer within seven (7) calendar days from the date of Contract Award. This schedule once reviewed by the Engineer and if it meets the Contract requirements, will become the Contract Construction Schedule against which progress will be measured.

The proposed Contract Construction Schedule shall be submitted for acceptance in its optimum leveled form. This presentation should be in bar (Gantt) chart form. The schedule shall be created using Microsoft Project or approved equal and submitted in electronic format and six (6) hardcopies shall be delivered to the Engineer. The Contractor’s schedule shall be subdivided into work areas, as applicable, including mobilization and demobilization activities. (Failure to comply with this requirement shall result in a payment deduction of $500.00. Payment deduction shall be assessed on the next following progress payment certificate).

Schedule Maintenance and Updates

The updated Contract Construction Schedule shall be updated bi-weekly and submitted in electronic format and six (6) hardcopies shall be delivered to the Engineer a minimum of three (3) business days

Page 17: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

prior to the scheduled Construction Progress Meeting to permit a detailed review by the Engineer and the Owner in advance of the meeting. The updated Contract Construction Schedules shall reflect any changes to the Contract Construction Schedule and shall also include both the baseline and actual work. (Failure to comply with these requirements shall result in a payment deduction of $500.00 for each occurrence, to reconcile additional costs to the Owner as a result of additional follow-up activities undertaken by the Engineer. Payment deduction shall be assessed on the next following progress payment certificate).

Progress will be reviewed at the Construction Progress Meetings. The following will be reviewed at these meetings:

• Progress during report period • Review of number of elapsed Working Days • Work scheduled for the next period – forecast vs. baseline • Anticipated problems and proposed solutions • Review of logic for decisions impacting schedule • Analysis of alternative methods to mitigate any accumulated delays • Revisions to Contract Construction Schedule and time impact analysis • Updated Contract Completion Date, if applicable

From time to time, the Engineer or the Owner may require the Contractor to provide elaboration on any part of the Contract Construction Schedule to explain and demonstrate the construction sequence forecast therein. The expanded schedule shall comply with the submissions requirement of this specification.

From time to time, the Engineer or the Owner may require the Contractor to provide additional details, marked up drawings, plans or profiles or additional information which complements the Contract Construction Schedule submission. The Contractor shall comply with these requests.

Schedule Revisions

Maintenance and update of the Contract Construction Schedule to reflect actual progress up to the cut-off date shall not be considered a revision to the Contract Construction Schedule. All other changes, including, but not limited to, the following shall be considered Contract Construction Schedule revisions.

• Adding and/or deleting activity relationships • Adding and/or deleting activities • Changes to original durations • Changes to Contract milestone dates or constraint dates • Performance of work out of sequence • Scope of changes through Change Orders

If, as a result of the construction schedule update, it appears the updated schedule no longer represents

Page 18: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

the actual execution and progress of the Work, the Engineer will request a revision to the Contract Construction Schedule.

Before any revisions are incorporated into the Contract Construction Schedule, the Engineer and the Owner must accept the basis of the revisions.

Contract Schedule Recovery

When the schedule update indicates that the key dates, milestones and phasing of the Work established in the Contract Construction Schedule will not be met, the Contractor shall promptly undertake appropriate Contract Construction Schedule recovery action.

Within seven (7) calendar days of receiving a request from the Engineer, the Contractor shall submit a written recovery statement to the Engineer describing the cause for any slippage and the actions planned to recover the original Contract Construction Schedule in the shortest reasonable time. (Failure to comply with the request of the Engineer shall result in a payment deduction of $500.00. Payment deduction shall be assessed on the next following progress payment certificate).

Appropriate recovery actions may include, but not limited to, assignment of additional labour or equipment, shift or overtime work, expediting submittals or deliveries, overlapping of activities or sequencing changes to increase activity.

Refusal, failure or neglect to undertake appropriate recovery action shall constitute reasonable evidence that the Contractor is not executing the Work with the diligence that will ensure its completion within the approved Contract Construction Schedule, and will constitute sufficient basis for the Owner to withhold any payment otherwise due, and identify and order alternative recovery actions.

All costs for providing Contract Construction Schedules in accordance with the foregoing requirements shall be considered incidental to the Work.

Payment

Costs associated with seasonal weather conditions and any requirements that work be performed on weekends, after normal working hours, on statutory/civic holidays, or in multi-shifts, and other incidental costs shall be borne by the Contractor, including any directions by the Engineer for the Contractor to work extra hours if the Work falls behind.

Submission of Contract Construction Schedules and subsequent updates will be considered as a condition for validation of applications for payment

SSP- 7 COLOURED CONCRETE

Coloured concrete shall be placed in areas of the median and driveway entrance median as detailed within the contract drawings. The Contractor shall have a minimum of five years experience with coloured concrete and impressed coloured concrete and in applying colour hardeners and finishing on

Scope of Work

Page 19: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

exterior finishes.

Prior to initiating the work, the Contractor shall place and finish a sample of four square metres in a location to be confirmed by the Contract Administrator within the project limits. The Contract Administrator and the Owner will review the sample. Upon acceptance of the colour and the pattern, the Contract Administrator shall provide the Contractor with written authorization to proceed with the work. For the purposes of bidding, the Contractor shall consider the production of three samples for acceptance.

Concrete shall be 32 MPa and provided in accordance with OPSS 904. The concrete shall be coloured using QC Construction Products, Colorcrete Integral Color, Java Brown No. CC67 at 9.08 kg/m³ loading. The Owner is currently reviewing the color for their impressed concrete. The Contractor shall confirm the color requirements prior to creating the sample for approval. The hardener/release powder to be used as the release agent shall be QC Construction Products, Color, Coca Brown No. CH-1. The expansion joints shall be Flexcell –12 mm thick. The sealer shall be a Matt finish approved by QC Construction Products.

The pattern shall be 200 mm by 200 mm stacked bond pattern by Granite Set model FM-275 by Brick Form/Rafco. Colour and Pattern mats are available through Build Form 1-800-563-2285.

The installation shall conform to SD-2, OPSD 310.020 and SD-4. The powder release agent shall be applied over the freshly trowelled concrete surface. At no time shall the release agent be floated or trowelled into the wet concrete surface. The release agent shall be applied to the fresh concrete in such a way as to not mare or effect the smooth trowelled concrete finish. Dummy or contraction joints shall not be trowelled. Joints are to be saw cut along pattern lines and continue the saw cut through the concrete curbing. Saw cuts shall be 1/3 the depth of concrete.

All of the impressed concrete surfaces shall be treated with a deep penetrating and approved sealer. The concrete shall be pressure washed and buffed to insure a clean surface prior to applying the sealer. In addition, the concrete must be dry and cured for a minimum of 20 days prior to the sealer application.

Basis of Payment

Measurement for payment shall be per square metre of coloured impressed concrete or coloured concrete installed. Payment at the contract unit price shall be full compensation for all labour, equipment and materials to complete the work.

Page 20: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

SSP- 8 CONNECTION OF EXISTING LATERAL TO NEW SEWER LATERAL:

Measurement will be made on a per item basis for each coupling connection made between the existing and proposed lateral. The work will also include for the provision of swing tie measurements, the provision of invert elevations at the connecting points and the recording of connecting points on redline construction records. The works shall include for all labour, equipment and materials to complete the work and restoration to the satisfaction of the Engineer.

SSP- 9 SUPPLY AND INSTALLATION OF CATCHBASIN LEADS:

Measurement will be made on a per linear metre basis and shall include all labour, equipment and materials, including adapters, fittings, reducers, connection to storm pipe, manhole, catchbasin structures, reconnection to existing storm leads, parging, etc. to complete the work and restoration to the satisfaction of the Engineer.

SSP- 10 VACUUM EXCAVATE UNDERGROUND INFRASTRUCTURE AND UTILITIES

The work for this item includes for the vacuum excavation or daylighting of underground utilities, sewers and watermain to confirm location of infrastructure, to uncover or lower existing utilities.

Payment for the vacuum excavation or daylighting of underground utilities shall be paid based on the unit rate for each bundle of utilities unearthed in the same hole to locate the utilities and for vacuum excavation and lowering of utilities, the linear per meter rate along the length of the excavation shall be measured for payment. The costs shall include for the supply of all materials, labour and equipment to complete these works.

Basis of Payment

OPERATIONAL CONSTRAINTS

The contractor shall ensure that lighting is maintained on Gordon Street (roadway and pedestrian walkway) at all times during construction.

SSP 11 PRECAST QUARZITE HAND HOLES

Subsection 602.01 of OPSS 602 is amended by adding the following: Electrical hand holes shall be installed as shown on the Contract Drawings and in Standard Specification Drawings PP0013.

SSP 12 RIGID PVC CONDUITS BY OPEN CUT

Subsection 603.01 OPSS 603 is amended by adding the following:

Page 21: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Conduit shall be installed in sizes specified on the Contract Drawings and as shown in the Standard Specification Drawing OPSD 2101.01, 2103.03 CAN/CSA-A23.1-00/A23.2-00 – Concrete Materials & Methods of Concrete Construction/Methods of Test for Concrete.

Subsection 603.05.07 of OPSS 603 is deleted and replaced with the following:

603.05.07 Unshrinkfill Backfill

Cement Type-Normal Portland shall meet the following requirements:

• Minimum 25 hour strength - 0.07 Mpa (10 Psi) • Maximum 28-day strength - 0.4 Mpa (60 Psi) • Class of exposure - N/A • Size of course aggregate - 20 mm to 40 mm • Slump at point of discharge - 150 mm to 200 mm

Admixtures shall conform to OPSS 1303. Calcium chloride or pozzolanic mineral admixtures shall not be used. Air entraining admixtures may be added if desired by the Contractor. Mix proportions shall be selected in accordance with the latest revision of Section 14 of CSA Standards CAN/CSA-A23.1-00/A23.2-00 where applicable. Prior to the production of unshrinkable fill for use, the Contractor shall provide to the Contract Administrator a certificate from an independent testing company stating that the unshrinkable fill to be supplied conforms to the above requirements.

Subsection 603.05.08 of OPSS 603 is amended by deleting the first paragraph and replaced with the following:

603.05.08 Ducts and Fittings

The following minimum size of conduit shall be installed in the following areas, unless otherwise specified on the Contract Drawings:

a) Road Crossings – Hand hole to Hand hole – 2 x 75 mm,

Page 22: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

b) Boulevard - Hand hole to Light Standard - 50 mm, The type and number of conduit shall be laid out and constructed as shown in the Contract Drawings. Open Cut Installation Rigid ducts installed by open cut, direct buried and subsurface installation shall be rigid polyvinyl chloride (PVC) unplasticized conduit conforming to CSA Standards C22.2 No. 211.0-05, and C22.2 No. 211.2-M1984 (R2003), except where otherwise indicated.

Subsection 603.07.02.03 of OPSS 603 is amended by adding the following: 603.07.02.03 Backfill All grassed areas in boulevards will be reinstated with a minimum of 150 mm of good topsoil and sod or seed as required under the contract. Subsection 603.07.04.02 of OPSS 603 is amended with the addition of the following: 603.07.04.02 Transitions Lengths of High Density Polypipe should be a continuous run between the two end points nearest to where the duct enters the maintenance hole, hand hole, service or junction box. Where it is required to install transition sections between the High Density Polypipe and a Rigid PVC elbow, sweep or conduit section, the Contractor shall use deflection couplings or the bell end coupling on the section of elbow, sweep or conduit section. The ends of the High Density Polypipe shall not be split to fit within the coupling.

Subsection 603.07 of OPSS 603 is amended with the addition of the following: 603.07.08 Excavation in Existing Pavement When existing pavement is encountered, the Contractor shall saw cut trench limits and remove asphalt pavement. The existing pavement shall be cold planed to a depth of 50 mm and a 300 mm width on both sides of the trench. The trench shall be backfilled with an unshrinkable fill to bottom of existing asphalt. The unshrinkable

Page 23: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

fill material shall be placed at a slump of between 150 mm and 200 mm. The material shall flow into the excavation so that it fills the entire space. Care shall be taken to ensure that no air is entrapped beneath horizontal projections or in other locations within the excavation. Where bracing, shoring and/or sheeting is used to support the sides of the excavation or to prevent movements that could damage other services or adjacent pavements, this support system shall be removed as backfilling proceeds. Where road traffic is not to be accommodated, the backfilled excavation shall be covered with steel plates or other protection for users of the road allowance until the unshrinkable backfill will support the weight of an adult person. Where direct buried ducts are backfilled with unshrinkable backfill, they shall be considered to be concrete encased.

Subsection 603.09.01.01 of OPSS 603 is amended with the addition of the following: 603.09.01 Actual Measurement

Rigid Duct Direct Buried

Rigid Ducts by Subsurface Installation

No additional payment will made for bends, risers, etc., unless specifically indicated. Payment for conduit shall be per metre of conduit placed and shall include the supply and installation of the conduit, fish line, all bends, risers, caps, spacers, concrete, excavation of trenches, removal and disposal of materials, bedding, backfill and compaction.

SSP 13 LOW VOLTAGE CABLE IN DUCT

a) Street Lighting distribution cable Street light cable shall be #6 copper RWU-90 XLPE PVC jacketed cable, C/W 1-#6 stranded copper green-jacketed ground wire. Approved suppliers for low voltage cables: Alcan, Alcatel, Philips, Pirelli. b) Low voltage cables from supply control cabinet to streetlight and from streetlight to streetlight.

Page 24: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

The low voltage cable shall be single conductor, stranded copper, rated 600V, size as indicated on contract drawings. Low voltage cable shall be type RWU-90, cross-linked polyethylene insulated, polyvinyl chloride jacketed and shall meet the requirements of CSA Standard C22.2, No.38.

The riser wires inside the lighting poles and luminaire brackets shall be 2-#12 AWG solid copper, rated 300V, Black PVC jacket. All cable joints shall be made inside the handholes of poles and shall be electrical vinyl taped or otherwise insulated. Approved suppliers for low voltage cables: Alan, Lacteal, Philips, and Pirelli. c) Fuse holders and fuses The riser wires inside the poles shall be connected to the external wiring circuit by means of one single pole waterproof fuse holders. The fuse holders shall be 30A, 600V non-breakaway (2-#14 Cu terminals), complete with two L type insulating boots. The fuse shall be 10A. Approved supplier for fuses holders: Busman (Cat. No. HEBAA). Approved supplier for fuse: Busman (Cat. No. KTK10), Gould (Cat. No. ATM10). The general conditions of OPSS 604 apply to this work.

SSP 14 GROUND WIRE

The general conditions of OPSS 609 (Rev. November 2000) apply to this work.

The ground wire shall be stranded copper, cross-link insulation (colour green), type RWU-90 and shall be according to CSA C22.2 No.38. Size shall be as indicated on contract drawings. A separate continuous #6 AWG green, stranded copper ground wire shall be installed from the ground lug in the handhole of pole to the adjacent ground rod. Ground wire shall be connected to the internal ground lug by means of a #6 AWG compression connector lug. Approved suppliers for compression connectors: Blackburn (Cat. No. WR9, Burndy (Cat. No. YPC2A8U), Homac (UB214), Kearney ( 421-82), Penn Union (KD-R21). All ground wire splices and connections to the ground rods shall be made with Thermit Weld

Page 25: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

connectors, Cadweld, Cat. No. S-2917-A or approved equal. The Contractor shall ensure that all equipment is adequately grounded.

SSP 15 GROUND ELECTRODES

The general conditions of OPSS 609 (Rev. November 2000) apply to this work. The ground rods shall be 20 mm x 3.0 m copper clad and shall be installed at the locations indicated on contract drawings. The ground rods shall be driven into the bottom of the concrete handwells and into the ground adjacent to the power supply cabinet. The ground rods driven into the ground shall be buried so that the top of the ground rods are 600 mm below the finished grade. They shall be left uncovered until they are inspected and grounding grid tested. Connections to the ground rods will be made with Thermit Wed connectors. SSP 16 CONCRETE POLES DIRECT BURIED IN EARTH

The Contractor shall remove and relocate the existing the direct buried, 25’-0” long ornamental street lighting concrete poles, at locations as shown in the drawings The details of concrete poles and locations of poles are shown on contract drawings elsewhere.

SSP 17 ROADWAY LIGHTING AND PEDESTRIAN LUMINAIRE AND BRACKET ASSEMBLYS

The Contractor shall remove and install the decorative street and pedestrian scale lighting luminaries and bracket assemblies including necessary internal wiring for proper functioning on the relocated concrete poles as shown in the contract drawings The installation shall be in conformance with the general conditions of OPSS 617 and manufacturer’s instructions.

Payment: Payment shall be each and be based on the contract drawings and shall be full compensation for all labour, materials and equipment required to complete the removals as specified.

SSP 18 ELECTRICAL REMOVALS

This item covers the removal of existing poles, brackets, luminaires and cable. The existing cable shall be pulled out of the existing ducts. The existing duct may be abandoned and left in place. The contractor shall the procedure outlined in OPSS610 for electrical removals.

Payment: Payment shall be lump sum and be based on the contract drawings and shall be full compensation for all labour, materials and equipment required to complete the removals as specified.

Page 26: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

SPECIFICATION UG1-17

GENERAL UNDERGROUND CONTRACT WORK FOR CITY OF GUELPH CONTRACT 2-1313

Dated: 1991 11 29

Revised: 2011 03 08 2 DETAILS OF WORK ............................................................................................................. 4

2.1 General.................................................................................................................................4 2.1.1 Survey Monumentation .............................................................................................. 4 2.1.2 Street Occupation Permit ........................................................................................... 4 2.1.3 Condition of Site ........................................................................................................ 4

2.2 Materials ..............................................................................................................................4 2.2.1 Material Supply .......................................................................................................... 4 2.2.2 Cables ......................................................................................................................... 5 2.2.3 Grounding Materials .................................................................................................. 6 2.2.4 Duct Seal .................................................................................................................... 6 2.2.5 Duct System Components .......................................................................................... 6

Page 27: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Specification UG1-8 2

2.2.6 Rebar .......................................................................................................................... 6 2.2.7 Warning Tape ........................................................................................................... 6 2.2.8 Sod .............................................................................................................................. 6 2.2.9 Seed Mix & Mulch ..................................................................................................... 7

2.3 Installation ...........................................................................................................................7 2.3.1 Trenching & Backfilling ............................................................................................ 7 2.3.2 Sandpadding ............................................................................................................... 9 2.3.3 Duct System ............................................................................................................... 9 2.3.4 Concrete Encasement ............................................................................................... 10 2.3.5 Mandrilling ............................................................................................................... 10 2.3.6 Precast Concrete Products ........................................................................................ 10 2.3.7 Grounding ................................................................................................................. 11 2.3.8 Cables ....................................................................................................................... 11

2.4 Restoration .........................................................................................................................13 2.4.2 Sidewalk - Brick/Concrete ....................................................................................... 13 2.4.3 Curb & Gutter - Brick/Concrete ............................................................................... 13 2.4.4 Driveways ................................................................................................................. 13 2.4.5 Sodding ..................................................................................................................... 13 2.4.6 Seeding & Mulching ................................................................................................ 14

2.5 Guard Posts ........................................................................................................................15

3 STREET LIGHTING ............................................................................................................ 16

Approved Hydro Contractors Drexler Construction Limited Mr. A. Drexler R R. #1 Rockwood, ON N0B 2K0 Tel: 519-856-9526 Fax: 519-856-9182 E-mail: [email protected] Aecon Utilities Mr. Tony Sinopoli 20 Carlson Court Suite 800 Toronto, ON M9W 7K6 Tel: 416-297-2600 Fax: 416-940-2285 E-mail: [email protected] Folmur Construction (2004) Limited Mr. C. Drexler 7000 Wellington Street County Road 124 Guelph, ON N1H 6J4 Tel: 519-821-5277 Fax: 519-836-8331 E-mail: [email protected]

Page 28: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Electric Systems Specification UG1-17 3

Pachecos Contractors Limited Mr. George Teves 4192 Perkins Road London, ON N6L 1C2 Tel: 519-652-5041 Fax: 519-652-0891 E-mail: [email protected] (Less than 100 lots) Con-Elco Ltd Mr. Frank Rotino 200 Bradwick Drive Concord, ON L4K 1K8 Tel: 416-798-7150 Fax: 416-798-7125 E-mail: [email protected] Cell: 416-209-4599 Avertex Utility Solutions Limited Mr. Bob McKee 205235 County Road 109 Orangeville, ON L9W 2Z3 Tel: 519-942-3030 Fax: 519-942-2383 E-mail: [email protected] HyCon Servicing Inc. (Formerly XYB) Mr. Sean Yirka 335 Thompson Drive Cambridge, ON N1T 2B6 Tel: 519-240-3616 Fax: 888-404-1306 Cell: 1-519-239-8413 Email: [email protected] Email: [email protected] Powerline Plus Ltd Ms. Betty Disero 160 Silver Star Blvd Toronto, ON M1V 5P2 Tel: 416-609-8272 Fax: 416-609-9165 Email: [email protected]

Page 29: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Specification UG1-8 4

2 DETAILS OF WORK

2.1 General All work is governed by the specifications, drawings and Part “B” unless specified otherwise

2.1.1 Survey Monumentation Before starting the work, the Contractor and the Inspector shall review and record the positions of all survey bars and/or monuments provided by a registered Ontario Land Surveyor and/or Developer. During the course of work, the Contractor shall take whatever precautions he deems necessary to safeguard these bars in their original positions. Any bars and/or monuments removed, bent or otherwise disturbed by the Contractor's operations shall be replaced by a registered Ontario Land Surveyor at the expense of the Contractor unless directed to be removed by the Inspector.

2.1.2 Street Occupation Permit Guelph Hydro will obtain the necessary Street Occupation permit from the City of Guelph regarding excavation work on existing or new road allowances. The Contractor shall notify the Inspector prior to commencing work on road allowances. The Contractor shall adhere to the conditions outlined on the Street Occupation permit, and ensure that all work performed is according to City of Guelph specifications.

2.1.3 Condition of Site When installations cannot be completed the same day, regardless of the cause of delay the Contractor, at his expense, shall erect proper fencing material, provide suitable safety barricades and flashers around the excavated area so that the open pit will not be a public hazard. The Contractor shall include in the tendered prices, the cost of all fencing (including metal locking portable type), barricades, flashers and other associated equipment. No additional costs will be permitted. The Contractor is responsible to maintain the work site acceptable to the Inspector. No extra costs will be allowed for labour or equipment utilized in maintaining the work site including washing roads for dust control. The Contractor is responsible for the restoration of the work site and shall restore the site to its original condition.

2.2 Materials

2.2.1 Material Supply The Contractor shall supply all materials except as otherwise noted in this Specification.

Page 30: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Electric Systems Specification UG1-17 5

Precast concrete products (vaults, cable chambers, enclosures, transformer pads, connection boxes, concrete street light poles, etc.) will be delivered to the job site by Guelph Hydro's suppliers or work forces, unless otherwise specified. If the excavation is available for the precast concrete product, the supplier may place the product. All packing slips for material delivered to the job site by Guelph Hydro's suppliers shall be forwarded to the Inspector within 24 hours of delivery. Other materials supplied by Guelph Hydro shall be obtained at Guelph Hydro's Service Centre located at 395 Southgate Drive or other storage yards located in the City of Guelph. These materials must be delivered to the work site by the Contractor at his expense. The Contractor shall be responsible for these materials from the time they leave Guelph Hydro's warehouse or storage yards until the contract work is completed and accepted by Guelph Hydro's Director of Engineering or his designate.

2.2.2 Cables All cables will be supplied by Guelph Hydro. Cables installed under this Specification include: 1) Primary Cable -

- - -

Single Conductor, #2 Cu 15 kV Concentric Neutral Approximate Overall Dia. - 26 mm (1.0”) Single Conductor, #1/0 Cu 15 kV Concentric Neutral Approximate Overall Dia. - 28 mm (1.1”) Single Conductor, 250 kcmil Al 15 kV Approximate Overall Dia. - 39 mm (1.5”) Single Conductor, 1000 kcmil Al 15 kV Approximate Overall Dia. - 52 mm (2.0”)

2) Neutral Cable - Single Conductor, #4/0 Cu Approximate Overall Dia. - 13mm (.53”)

3) Secondary Cable - - -

Triplex, U/G #1/0 Al Str. Approximate Overall Dia. - 28 mm (1.1”) Triplex, U/G #3/0 Al Str. Approximate Overall Dia. - 33 mm (1.3”) Single Conductor, U/G 500 kcmil Cu. Str. RWU90 Approximate Overall Dia. - 25 mm (1.0”)

4) Ground Cable - -

Single Conductor, #2/0 Cu. Bare Str. Soft Drawn Approximate Overall Dia. - 10 mm (.40”) Single Conductor, #6 Cu. Bare Soft Drawn Approximate Overall Dia. - 5 mm (.20”)

Page 31: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Specification UG1-8 6

5) Street Lighting - -

Single Conductor, #10 or #8 TWU Str. Approximate Overall Dia. - 8 mm (.30”) Quad #6 or #4 Cu RWU90 Approximate Overall Dia. - 20 mm (.80”)

2.2.3 Grounding Materials All required grounding materials will be supplied by Guelph Hydro and installed by the Contractor subject to inspection approval by the Inspector prior to backfilling.

2.2.4 Duct Seal All required duct seal material will be supplied by Guelph Hydro.

2.2.5 Duct System Components The Contractor shall supply all required electrical rigid PVC Type II duct, rigid PVC (unplasticized) conduit, rigid FRE type I conduit or HDPE dual wall conduit including couplings, bends, spacers, glue and other associated hardware, the cost of which shall be included in the tendered per unit prices. The ducts or conduits shall be either 50 mm (2"), 75 mm (3") HDPE only or 100 mm (4") inside diameter size according to the detail drawings provided.

2.2.6 Rebar The Contractor shall supply all required reinforcing rods (rebar) and other associated hardware, the cost of which shall be included in the tendered price per unit. Reinforcing steel shall be 10 M, unless otherwise specified.

2.2.7 Warning Tape The Contractor shall supply and install 150 mm (6”) wide red polyethylene warning tape, continuous with black letters identifying the underground installation to Guelph Hydro standards, the cost of which shall be included in the trench tendered per unit price.

2.2.8 Sod The Contractor shall supply and install all sod as required in accordance with section 2.4.6. Sod shall be obtained from good quality loam soil. It shall be well permeated with roots, of uniformly close texture, free from weeds, in healthy condition and sufficiently moist to ensure vitality until placed. Sod shall be nursery sod consisting of well-rooted Kentucky Blue Grass or Canada Blue Grass sod containing growth of not more than 30% of other grasses.

Page 32: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Electric Systems Specification UG1-17 7

All sod shall be supplied in rolled form on pallets, and no one piece shall encompass more than one square metre area. If left overnight, sod shall be stacked to prevent drying. Fertilizer specially formulated for new lawns shall be used.

2.2.9 Seed Mix & Mulch The Contractor shall supply and install seed mix and mulch as required in accordance with section 2.4.7. All materials used in this work shall conform to the City of Guelph specifications. Only seeds harvested in the preceding season will be accepted. Grass seed mixture shall consist of the following: 52% creeping red fescue 5% red top grass 28% Kentucky bluegrass 3% white Dutch clover 12% perennial rye grass Fertilizer used shall be 5:20:20 N-P-K (Nitrate-Phosphate-Potash). Asphalt emulsion is to be used as an adhesive with the mulching material and shall be specially refined petroleum asphalt emulsified in water containing no petroleum solvents or other components known to be toxic to plant life. Mulching material shall be oat or wheat straw. Straw shall be supplied in rectangular bales and must be free of weeds and all foreign material.

2.3 Installation

2.3.1 Trenching & Backfilling “Rehab Trench” is defined as an area that is currently serviced by an underground electrical distribution system which is being replaced. This includes existing townhouse and condo developments. It is the responsibility of the Contractor to contact all utilities and the City for locations of mains, services and cables before trenching begins. These shall be exposed by handdigging where necessary, and this labour shall be included as part of the normal trenching costs. No extra costs will be allowed. The Contractor shall trench and backfill according to the detail drawings provided. The unit price for trenching is to include backfilling and hauling away of excess soil. The trench route shall be staked out by the Contractor. The trench route must not deviate more than 150 mm (6"). Should the trench route deviate beyond this allowance, the Contractor will be responsible for correction of the trench route deviation at his expense.

Page 33: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Specification UG1-8 8

Obstructions which can be removed without rental of special equipment shall be removed without additional charge. The Contractor may be reimbursed for extra time taken to remove other obstructions subject to the Inspector's approval. The Contractor shall keep the general area of the trench and trench bottoms clear of all foreign material, including stones and sharp objects which shall be removed. Trench bottoms shall be compacted in areas where fill has to be placed. The backfill material for the trench above the sandpadding or concrete envelope shall consist of "clean" material. The "clean" material shall not contain any large stones, scrap metal or materials considered unsuitable by the Inspector. The trench surface shall be restored to its original condition and tamped accordingly. If the excavated material is determined to be unsuitable for backfill by the Inspector, the Contractor shall haul the unsuitable material to a dumpsite and shall provide "clean" backfill material at a unit price. All excess material shall be hauled away and disposed of, the cost of which is to be included in the unit price. Additional dumping fees shall not be applicable. The quantity will be determined from the detail drawings provided. The backfill material shall be tamped in maximum 150 mm (6") layers. Approved "clean" backfill material shall be compacted to a minimum of 95% Standard Proctor Maximum Dry Density (S.P.M.D.D.). Granular "A" backfill shall be compacted to a minimum of 98% S.P.M.D.D. Guelph Hydro may hire an independent firm to verify compaction. All backfill material for roadways, driveways, sidewalks, curbs and gutters shall be granular “A” or granular “B” installed within a minimum of 300 mm (12") of finished grade. The remaining backfill material shall be granular "A" as shown on the detail drawings provided, the cost of which is to be included in the unit price for restoration. All excess material shall be hauled away and disposed of, the cost of which is to be included in the unit price. Additional dumping fees shall not be applicable. For specific projects, the backfill for roadways, driveways, sidewalks, curbs and gutters and other underground facilities shall be "non-shrinkable fill" installed within a minimum of 300 mm (12") of finished grade as specified by the City of Guelph. The remaining backfill material shall be granular "A" as shown on the detail drawings provided, the cost of which is to be included in the unit price for restoration. All excess material shall be hauled away and disposed of, the cost of which is to be included in the unit price. Additional dumping fees shall not be applicable. All trenches opened shall be backfilled the same day unless otherwise approved by the Inspector. The Contractor will take all required safety precautions so that any open trench will not be a public hazard. Splice or connection pits shall consist of a minimum area approximately 1.5 m (5') x 1.5 m (5') x 1.5 m (5'), and shall be maintained and protected by the Contractor at his expense until all connections are completed by Guelph Hydro. Guelph Hydro shall not unduly delay connection of the cables. Splice or connection pits will be covered by the unit price. Backfilling will be included in the unit price of a splice/connection pit.

Page 34: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Electric Systems Specification UG1-17 9

Delays in connections by Guelph Hydro may require the backfilling of a splice or connection pit by the Contractor as directed by the Inspector. The Contractor will provide the required splice or connection pit at a later date as directed by the Inspector, the cost of which shall be covered by an additional unit price for a splice/connection pit. The Contractor shall attempt to tunnel under existing sidewalks where sidewalks are in good condition in order to minimize restoration. The trench shall be guaranteed against settlement for a period of one (1) year.

2.3.2 Sandpadding Sandpadding shall be with clean brick sand provided by the Contractor and approved by Guelph Hydro Inspector prior to use. The sandpadding around cables and ducts shall be a minimum of 75 mm (3") below the cables and ducts as well as a minimum of 225 mm (9") above the cables and ducts unless otherwise shown on the detail drawings provided. During cold weather, sandpadding shall not contain any pieces of frozen material larger than 38 mm (1.5") in diameter.

2.3.3 Duct System The Contractor shall place all electrical rigid PVC Type II duct, rigid PVC (unplasticized), HDPE dual wall conduit or rigid FRE conduits and shall terminate duct structures at riser poles, cable chambers, vaults, equipment bases or connection boxes according to the detail drawings provided. Ducts or conduits shall be laid with proper plastic spacers used at 1.5 m (5') intervals. All duct joints are to be glued using the appropriate manufacturer’s recommended glue. The ducts or conduits, when direct buried, shall be installed and sandpadded with brick sand according to the detail drawings provided. Ducts or conduits shall be laid so that any water entering a duct can drain away to cable chambers, vaults, equipment bases or connection boxes. The minimum slope of a duct should be 25 mm (1") per 30 m (100'). All ducts or conduits shall be cleaned and free of obstructions by the Contractor. All ducts or conduits shall be terminated with proper bell ends. Any knockouts required at concrete products shall be included in the unit rates for ducts. When requested, a continuous, knot-free, 5/8” woven polyester MULETAPE, NEPTCO part number WP1800P or approved equivalent with sequential metre markings and a breaking strength of 1800 Ibs shall be provided and installed in all ducts by the Contractor, and shall be securely tied at each end, according to the detail drawings provided. Should it be necessary to leave ducts exposed overnight, the ducts shall be properly capped to prevent blockage. All spare ducts at cable chambers, vaults, equipment bases, connection boxes and riser poles are to be properly capped for future use. Ducts terminating at riser poles shall have caps securely glued to the ducts according to the detail drawings provided.

Page 35: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Specification UG1-8 10

Where work is to take place involving transite duct, refer to Guelph Hydro Policy HSL-14, “Working with Transite Duct”, dated September 26, 2000. When requested, all cable installations entering or exiting ducts or conduits shall be sealed with duct seal by the Contractor. Sealing is not required where cables enter precast concrete products.

2.3.4 Concrete Encasement Rebar shall be installed according to the detail drawings provided. Unless otherwise specified, rebar is only required for road crossing work. Concrete encasement shall consist of a minimum of 100 mm (4") concrete envelope around the ducts. Concrete strength shall be a minimum of 20.0 MPa (3000 psi). Maximum stone size in concrete mix shall normally be 10 mm. To prevent any displacement of the duct or conduit structure during pouring of concrete, the duct or conduit structure shall be secured every 3 m (10') on either side of the structure using reinforcing bars. The concrete should be deflected down alongside the structure to the bottom and up through the assembly and worked with a spatula and/or vibrator to eliminate voids. Concrete shall be poured in a dry trench. Backfilling shall not take place until a minimum of four (4) hours after pouring concrete unless otherwise directed by the Inspector. Concrete delivery tickets shall be made readily available to the Inspector whenever requested. No additional costs will be allowed for concrete conveyor trucks.

2.3.5 Mandrilling Where directed by the Inspector, ducts will be tested by the Contractor for clearance with a 3.25" for 4" (100 mm) duct or 1.75" for 2" (50 mm) duct mandrel, in the presence of the Inspector. Mandrels will be supplied by Guelph Hydro.

2.3.6 Precast Concrete Products The Contractor shall prepare the site and install precast concrete products with associated hardware including grounding system according to the detail drawings provided. The Contractor shall co-ordinate delivery and installation of precast concrete products (excluding street light poles) with the supplier. Grade levels and exact locations will be provided and/or reviewed by the Inspector. No backfilling of material is to take place until grade levels and/or locations are confirmed by the Inspector. The bottom of the excavation for each precast concrete product shall be compacted and levelled with a 300 mm (12") depth of 20 mm (3/4") clear stone, the cost of which shall be included in the tendered price per unit. The excavation for precast concrete products shall be backfilled with "A" gravel or with an approved granular material and compacted. An area of 1 sq. meter around the concrete product

Page 36: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Electric Systems Specification UG1-17 11

shall be left level and flat to provide a safe work area. The cost of which shall be included in the tendered price per unit. The finished grade shall be sodded or asphalted with applicable substance, top soil or crushed gravel. The Contractor shall supply and install in a secure manner using mechanical fasteners, a temporary 19 mm plywood cover over any openings in precast concrete products except where the permanent cover is available, the cost of which shall be included in the tendered price per unit. Alternatively, a road plate may be used, at the Inspector’s direction. The installation of pad switch cable chambers and cable chambers shall include the construction of personnel access chimneys up to 1.0 m in height by the Contractor, the cost of which shall be included in the tendered price per unit.

2.3.7 Grounding All grounding is to be installed by the Contractor according to the detail drawings provided. The cost of installing grounding shall be included in the tendered price per unit for the installation of the concrete product. Inspection of grounding work is required by the Inspector prior to backfilling. Guelph Hydro is not responsible or liable for installation of ground plate by Contractor at Customer’s service entrance.

2.3.8 Cables Cables shall be installed in accordance with the detail drawings provided. The Contractor shall inspect all cable reels before leaving the stock area and shall report any defects found to Guelph Hydro's Stockroom personnel before accepting the reels. Should any additional defects be noted when on the job site, these are to be shown to the Inspector immediately. All cable reels shall be returned to the stockroom. Any defects or damages to the reels or cable will be chargeable to the Contractor. A holdback ranging from $25.00 for non-returnable reels to $300.00 for returnable reels shall be retained until reels are returned. Cable reels shall be lifted with suitable devices such as radial boom derricks, forklifts and loaders of sufficient capacity using appropriate bars and nylon slings. During transport, cable reels shall be blocked and secured to the trailer/truck by slings, chains or rope of sufficient working strength through the centre of the reel to prevent movement or dislodgement. Cable wraps shall not be pinched or crushed by the lifting slings or resting position during transport or storage. Suitable type reel jacks, reel stands or reel trailer shall be used for support when cable is being placed or removed from the reel. All cables must be pulled using a tension limiting device (ie. tension stringers, Greenlee pullers or equivalent, capstan winches and/or tension pullers) or be pulled in by hand in the case of short runs. Trucks, trailers or crane booms shall not be used to pull cable into duct. The Contractor shall supply reel stands, cable pulling equipment, feed-in tubes, pulleys, pull rope, Kellem grips and other associated equipment to facilitate cable

Page 37: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Specification UG1-8 12

installations in duct. Radio communication must also be provided on long cable pulls or where no visibility between crews is possible. Cable lubrication provided by Guelph Hydro shall be utilized by the Contractor when installing cables in duct unless otherwise directed by the Inspector. All cables shall be carefully placed and under no conditions dragged except through duct installations. The handling of the cable shall be limited to placement only and is not to be walked on or otherwise subjected to mechanical contact. All cables are to be kept clear of any sharp objects such as entries to cable chambers, vaults, transformer bases or other precast concrete products that will damage the cable due to abrasion or cutting. All cables shall be placed so that crossovers of different cables do not occur unless absolutely necessary. At crossover points, a minimum of 150 mm (6") of brick sand fill is required to separate the cables. At termination points, sufficient lengths of cable shall be left exposed by the Contractor to permit connection by Guelph Hydro's Construction Department. The length of cable to be left exposed shall be as per detail drawings provided unless otherwise specified by the Inspector. Ends of cables must be sealed and capped to prevent any moisture from seeping into the cable. Materials for capping will be supplied by Guelph Hydro. It is the responsibility of the Contractor to ensure that all cables are properly sealed immediately after each cut. End caps shall be installed on all cables prior to installation. The Contractor must supply his own heat source for the application of heat shrink cable terminators. The cost of capping cables shall be included in the unit price of cable placement. Secondary conductors shall terminate at the property line and/or building according to the detail drawings provided. Termination locations shall be identified with 380 mm (15") diameter, red Electronic Marking System (EMS) markers supplied by Guelph Hydro. EMS markers shall be installed by the Contractor and shall be protected by 600 mm x 760 mm x 50 mm (24" x 30" x 2") precast concrete patio slabs provided and installed by the Contractor. Cables shall be installed only when the ambient temperature is -10oC (14oF) or above. If the expected minimum temperature prior to installing is lower than –10oC (14oF), the Contractor shall make arrangements to ensure that the cables are stored indoors. The Contractor shall use caution when handling and bending the cables to minimize the physical stress and pressure to the cables. Under no circumstances are cables to be left uncovered. Wood markers with dimensions 50 mm x 100 mm x 2400 mm (2" x 4" x 8') or 100 mm x 100 mm x 2400 mm (4" x 4" x 8') are to be provided by the Contractor and installed in specific locations such as vaults or other precast products as designated by the Inspector. These markers are included in the unit prices, on the form of tender. All cables shall be identified and marked by the Contractor according to the detail drawings or standards provided by the Inspector. Tape will be provided by Guelph Hydro. The cost of cable identification shall be included in unit price of cable placement.

Page 38: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Electric Systems Specification UG1-17 13

Provision of MULETAPE for pulling cable shall be included in the unit price for cable pulling.

2.4 Restoration 2.4.1 Travelled Portions of Roadway Restoration of asphalt surfaces by the Contractor shall consist of either a temporary cold mix or temporary hot mix or permanent asphalt to City of Guelph specification equivalent in thickness to the existing asphalt removed up to 10” (250mm).

2.4.2 Sidewalk - Brick/Concrete Restoration of concrete and/or brick sidewalks by the Contractor shall consist of either a temporary cold mix, temporary hot mix or permanent concrete mix to City of Guelph specification equivalent in thickness, size, shape and/or form to the existing concrete and/or brick removed.

2.4.3 Curb & Gutter - Brick/Concrete Restoration of concrete and/or brick curbs and gutters inside the Central Business District by the Contractor shall consist of either a temporary cold mix, temporary hot mix or permanent concrete mix to City of Guelph specification equivalent in thickness, size, shape and/or form to the existing concrete and/or brick removed.

2.4.4 Driveways Restoration of paved driveways shall consist of asphalt material (hot mix), equivalent in thickness, size, shape and/or form to the existing asphalt removed. Restoration of granular driveways shall consist of new granular material, equivalent in thickness, size, shape and/or form to the existing granular removed. Restoration of concrete driveways shall consist of concrete material, equivalent in thickness, size, shape and/or form to the existing concrete removed. Where brick driveways have been crossed, removal and replacement of the bricks, including storage as well as supplying brick sand for levelling purposes is the Contractor's responsibility.

2.4.5 Sodding Sodded areas shall be restored to their original condition, within 48 hours after completion of the work unless otherwise directed by the Inspector. All areas to be sodded shall be fine graded to a uniform surface with stone-free topsoil material loosened to a depth of not less than 50 mm (2"). These areas shall be maintained until the starter fertilizer and sod are placed. Fertilizer shall be applied to the prepared surface by

Page 39: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Specification UG1-8 14

raking, discing or harrowing at a rate of 50 g per m2 (10 lb/1000 sq.ft.) of surface area. Fertilizer shall be applied not more than 48 hours before sod is placed. All sod shall be thoroughly rolled immediately after placing to ensure root contact with earth surface. The Contractor shall water the newly sodded areas. Water shall be applied in a manner that the newly sodded surfaces shall not be eroded, washed, or damaged in any way. The supply and application of water and fertilizer shall be deemed to be incidental to sodding and no additional payment will be made. No sod shall be laid when in a frozen condition, nor upon frozen ground or under any conditions not favourable to transplanting, or growth of sod. Sodding shall not be placed from November 1st through April 30th. The Contractor shall be responsible for the maintenance of sod for a period of 12 months.

2.4.6 Seeding & Mulching The areas to be seeded shall be fine-graded and top soiled to uniform surface, with the surface material loosened to a depth of 50 mm (2") at the time of seeding. No stones or other foreign material shall project above the general surface. These areas shall be maintained until the fertilizer (5:20:20) and seed are applied. Fertilizer shall be kept dry, free-flowing, and not be allowed to form lumps. Grass seed, fertilizer and nurse crop seed shall be thoroughly mixed and uniformly distributed by means of an approved hydraulic seeder over the area designated by the Inspector. The seeding shall be done only in calm weather and on ground free of frost, snow, ice or standing water. The area seeded shall be mulched on the same day except in the case of seeding after straw mulching. The mulching straw shall be at the proper moisture level so that it can be processed without stoppage through the blower. An approved mulch blower shall be used to apply the straw in an evenly distributed mat to an average depth of 50 mm (2"). The Contractor shall water the newly seeded areas. Water shall be applied in a manner that the newly seeded surfaces shall not be eroded, washed, or damaged in any way. Seeding shall not be applied from October 1st to April 30th. The supply and application of water and fertilizer shall be deemed to be incidental to seeding and no additional payment will be made. The Contractor shall be responsible for the maintenance of seeded areas for a period of 12 months.

Page 40: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Electric Systems Specification UG1-17 15

2.5 Guard Posts The Contractor shall provide and install guard posts complete with grounding to protect pad-mounted equipment according to the detail drawings and standards provided.

Page 41: CITY OF GUELPH CONTRACT NO. 2-1313 …guelph.ca/wp-content/uploads/13-013_ssp_hydro_spec.pdf · ssp 19 guelph hydro/utility infrastructure.....28 DOCUMENTS AND DRAWINGS The following

Guelph Hydro Specification UG1-8 16

3 STREET LIGHTING Unless otherwise specified by Guelph Hydro's Inspector, street light poles will be supplied and delivered to the job site by Guelph Hydro's supplier or work forces. The Contractor shall furnish a storage area on site. Concrete street light poles shall be installed according to the detail drawings provided. When specified by Guelph Hydro's Inspector, the Contractor shall pick up street light poles at Guelph Hydro's Service Centre and deliver them to the site. Poles shall be transported on an approved pole trailer or flatbed truck in a secure manner. Poles shall be backfilled with fine limestone screenings and tamped in 150 mm (6") layers except at the frost loop of conductor entering the pole. The Contractor shall set all poles using a mobile crane or R.B.D. and nylon slings or ropes. The equipment must be operated by qualified personnel. The poles shall be handled according to the detail drawing provided. The Contractor will be accountable for any damages to the poles while in his care. The Contractor shall straighten all poles at his expense that are leaning due to improper backfilling and/or installation, for a period of one (1) year after initial installation. Street light cables must enter the pole through the below grade aperture and terminate at least 600 mm (2') above the handhole. The handhole cover must be replaced and properly secured by the Contractor once the cables are installed. Street light handhole breakers will be supplied and installed by Guelph Hydro. The Contractor will install the required grounding according to the standard drawings provided, at the handhole breaker pole (material supplied by Guelph Hydro) during the installation of the pole. Street lighting service pedestals will be supplied by Guelph Hydro and installed by the Contractor according to the detail drawings provided. The Contractor shall remove existing lighting poles and/or bases as indicated on the detail drawings provided. The unit price shall also include all labour, material and equipment to remove the lighting units, including dumping or tipping fees, and restoring the excavation in accordance with these specifications and drawings up to and including sodding and/or asphalting. The Contractor shall co-ordinate through the Guelph Hydro Inspector, opportunities to inspect the installation of the street lighting system including grounding. The Guelph Hydro Inspector shall co-ordinate the inspection of the street lighting system with the Electrical Safety Authority (ESA). The Contractor shall maintain a valid ECRA/ESA Electrical Contractor License or Provisional Electrical Contractor License.