request for tender no. 1819

77
Request for Tender No. 1819 2016 Sidewalk and Traffic Circle Project Issue date: September 29, 2016 Closing Location Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 City Contact Mike Strain Construction Project Manager Telephone: (250)756-5328 Email: [email protected] Closing date and time Responses must be received at the Purchasing Department before 3:00 PM Pacific Time on October 13, 2016 Site Visit No formal site visit will be conducted. It is the bidder’s responsibility to view the site to determine the existing conditions, layouts and limitations and ask any questions prior to submitting their bid. Questions Cut Off Question cut off is the end of the business day on October 11, 2016 Tenders will not be opened in Public. Unverified tender results will be sent to all vendors that submit a bid

Upload: others

Post on 08-Feb-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Request for Tender No. 1819

2016 Sidewalk and Traffic Circle Project

Issue date: September 29, 2016

Closing Location Purchasing Department

2020 Labieux Road Nanaimo, BC V9T 6J9

City Contact Mike Strain

Construction Project Manager Telephone: (250)756-5328

Email: [email protected]

Closing date and time Responses must be received at the Purchasing Department before

3:00 PM Pacific Time on October 13, 2016

Site Visit

No formal site visit will be conducted. It is the bidder’s responsibility to view the site to determine the existing conditions, layouts and limitations and ask

any questions prior to submitting their bid.

Questions Cut Off Question cut off is the end of the business day on October 11, 2016

Tenders will not be opened in Public. Unverified tender results will be sent to all vendors that submit a bid

TABLE OF CONTENTS Instructions to Bidders Minimum Rate of Pay Bid Form Schedule of Quantities General Terms & Conditions Section 2, 3, 4, 5, 7, 8, 9, and 12 Measurement and Payment APPENDICES Appendix A - Prime Contractor Form Appendix B - Prime Contractor Preconstruction Meeting Form Appendix C - Receipt Confirmation Form

TENDER DRAWINGS 1819 JINGLE POT, SECOND, AND WENTWORTH – IFT DRAWINGS

SHEET DRAWING TITLE DATE 1 21521 COVER SHEET

KEY PLOAN, LOCATION PLAN 22-Sep-16

2 21522 ROADWORKS PLAN

JINGLEPOT STA. 0+090 TO 0+450 22-Sep-16

4 21524 ROADWORKS PLAN

JINGLEPOT STA. 0+810 TO 1+180 22-Sep-16

5 21525 ROADWORKS PLAN

SECOND STA. 1+180 TO 1+540 22-Sep-16

7 21527 ROADWORKS PLAN

WENTWORTH STA. 0+090 TO 1+470 22-Sep-16

8 21528 ROADWORKS PLAN

WENTWORTH STA. 1+470 TO 1+820 22-Sep-16

1819 VANCOUVER AND TOWNSITE – IFT DRAWINGS

SHEET DRAWING TITLE DATE

1 21566 COVER SHEET KEYPLAN, LOCATION PLAN

26-Sep-16

4 21569 CURB EXTENSION, TRAFFIC SIGNS AND STREET MARKINGS

TOWNSITE ROAD TERMINAL TO STEWART

26-Sep-16

5 21570 DETAILS 26-Sep-16

INSTRUCTIONS TO TENDERERS ARTICLE 1. TENDER Tenders clearly marked "Tender No. 1819 2016 Sidewalk and Traffic Circle Project” will be received by the Purchasing Agent up to 3:00 p.m. local time, October 13, 2016 at the Purchasing office, City of Nanaimo, 2020 Labieux Rd, Nanaimo, BC, V9T 6J9. Tenders will not be opened in public. The wall clock in the Purchasing Department is the official time piece. ARTICLE 2. SCOPE OF WORK The work consists of the installation of approximately 300m² of asphalt sidewalk, 190m² of concrete sidewalk, 200m of concrete curb, 2 catch basins with leads, approximately 350 tons of slope fill, and all other work incidental thereto as shown on the drawings specification and contract documents. Excluded items include:

1) All landscaping will be by others. 2) Other than the relocation of 2 signs on Jingle Pot Road and removal of the 4 signs

included in the roundabout, all other signage removal, supply, and installation will be by others.

3) All line painting and street markings will be by others. 4) Pole relocation will be by others. City is in the process of relocating the pole.

The successful Contractor is responsible to provide own power, water, and portable toilet. Materials and Installation: In accordance with Sections 3, 4, 5, 7, 8, 9, 12 of the 2013 City of Nanaimo Manual of Engineering Standards and Specifications Edition No. 10 at the following link: http://www.nanaimo.ca/EN/main/departments/Engineering-Public-Works/4491/engineering-standards-manual.html ARTICLE 3. SITE VISIT No formal site visit will be conducted. It is the responsibility of the potential contractors to be familiar with the site to determine the existing conditions, layouts and limitations and ask any questions. In submitting a tender, the contractor confirms that he/she has viewed the site and the tender includes any equipment, materials and labour necessary for this project. The contractor will rely entirely upon his/her own judgment in submitting a tender and include a sum sufficient to cover all items required for the contract. ARTICLE 4. RECEIPT CONFIRMATION FORM Tenderers are encouraged to complete and return the ‘Receipt Confirmation Form” in order to have any addenda sent directly to your firm. Regardless, it is the Tenderer’s sole responsibility to

check the City’s Purchasing Department for any addenda prior to submitting their Tender and include any changes in their Tender. ARTICLE 5. EXAMINE The Tenderer must carefully examine the Contract Documents and the site of the proposed works, judging for and satisfying himself as to the probable conditions to be encountered. Should a Tenderer find discrepancies in, or omissions from the drawings or other documents, or should he be in doubt as to their meaning, he should, prior to submitting his tender, notify the City in writing. The Tenderer may not claim, after the submission of a tender, that there was any misunderstanding with respect to the conditions imposed by the documents. The Tenderer's attention is drawn to any addenda which may be issued prior to the time of tender closure. No verbal agreement or conversation made or had at any time with any officer, agency or employee of the Owner shall affect or modify any of the terms or obligations herein stated, nor deemed to be any representation of warranty. ARTICLE 6. SUBMISSION METHODS Submission methods (use one of the methods below to submit your tender):

a) Via email at the only acceptable email address: [email protected] All email submissions must be less than 8MB b) Via hard copy: One (1) hard copy in a sealed envelope delivered to the Purchasing

Department, 2020 Labieux Road, Nanaimo, B.C., V9T 6J9 c) Via facsimile at the only acceptable facsimile number: (250)756-5327

It is the Bidder’s sole responsibility to ensure their Tender is received prior to the posted closing date and time. Bidders are strongly encouraged to call the Purchasing Department to ensure receipt prior to the posted closing date and time. ARTICLE 7. PROPOSED ALTERNATE MATERIALS No alternates will be considered. Please bid as specified. ARTICLE 8. FEDERAL AND PROVINCIAL SALES TAXES Lump sum prices shall include provincial sales tax payable on all applicable materials and equipment incorporated in the work. GST is not to be included in the lump sum price. GST shall be shown separately on the Tender Form based on the total contract value.

ARTICLE 9. TENDER PRICE Unit prices shall be filled in where indicated on the Tender Form. In the event of a price extension discrepancy when calculating the total contract value, the City reserves the right to correct the totals. ARTICLE 10. BONDING No bonding or bid security is required for this project. ARTICLE 11. REVISIONS TO TENDER Any revision to the tender by the Tenderer must be in writing and received by the Purchasing Agent at the closing location before the closing time. Faxcom revisions must be faxed to the only acceptable fax number of 250.756.5327. The Tenderer assumes all responsibility for the timely and effective delivery of any revisions. Where a Tenderer submits multiple revisions to the original tender price, each revision should be numbered sequentially by the Tenderer. Unless the Tenderer clearly stipulates to the contrary on the face of the revision, each successive revision will nullify and replace any previous revision to the identified item or tender price. If in the opinion of the City, any revision is unclear, ambiguous as to meaning or intent, that revision will be disregarded and the original tender price, or the tender price determined by consideration of any other revisions will prevail. The City, its employees and agents will not assume any responsibility for timely receipt of any revisions. ARTICLE 12. TENDER SIGNING The tender must be executed by an authorized signatory in a position to legally bind their Company to the information contained in the Tender Form. ARTICLE 13. TENDER WITHDRAWAL A Tenderer may, without prejudice to himself, withdraw his tender on written request received by the Purchasing Agent any time prior to the time set for the closing of tenders. ARTICLE 14. TENDER REJECTION .1 The City of Nanaimo reserves the right to reject any or all tenders, or accept other than the

lowest tender and to accept the tender which it deems most advantageous to the City of Nanaimo.

.2 To determine whether a Tenderer is qualified to do the work, the following criteria will be

used: a) The Tenderer’s ability and agreement to complete the work within the Construction Schedule; b) The Tenderer’s references;

.3 The City of Nanaimo may reject a tender if:

a) After investigation and consideration, the City concludes that the Tenderer is not qualified to do the work and/or cannot do the work and perform the Contract in a manner satisfactory to the City of Nanaimo. b) A tender contains qualifying conditions or otherwise fails to conform to these Instructions to Tenderers. c) A tender is incomplete, is considered incomplete in the Instructions to Tenderers, is obscure or irregular, which has erasures or corrections in the Tender Form, in which prices are omitted or are unbalanced, or which has an insufficient or irregular surety. d) The City of Nanaimo may, in its absolute discretion, reject a Tender submitted by Tenderer if the Tenderer, or any officer or director of the Tenderer is or has been engaged either directly or indirectly through another corporation in a legal action against the City of Nanaimo, its elected or appointed officers and employees in relation to: e) any other contract for works or services; or f) any matter arising from the City of Nanaimo’s exercise of its powers, duties, or functions under the Local Government Act or another enactment.

.4 In determining whether to reject a tender under this clause, the City of Nanaimo will consider whether the litigation is likely to affect the Tenderer’s ability to work with the City of Nanaimo, its consultants and representatives and whether the City of Nanaimo’s experience with the Tenderer indicates that the City of Nanaimo is likely to incur increased staff and legal costs in the administration of this contract if it is awarded to the Tenderer.

.5 The City of Nanaimo, however, may at its sole discretion elect to retain for consideration a tender which is non-conforming because it does not contain the content or form required by these Instructions to Tenderers or because a Tenderer has not complied with the procedures set out in the Instructions to Tenderers provided that the Tenderer complies substantially with the Instructions to Tenderers. .5 The City may reject all tenders if for any reason the City considers to be in its best interest to

do so, including without limitation for any of the following reasons; a) the lowest tender that the City considers otherwise acceptable is higher than the funds budgeted or otherwise available for the project; b) the City decides not to proceed with the project or to defer the project; c) if only one bid is received, then the tender will be reissued unless a financial analysis indicates that the sole bid represents a good value for the taxpayers ; or d) the City is delayed in obtaining, or is unable to obtain, all approvals or consents it considers necessary, whether required by law or otherwise.

.6 The City of Nanaimo reserves the right to consider and to reject any tender or all tenders

without notice to a Tenderer or Tenderers and without permitting a Tenderer to provide additional information.

.7 In no event will the City of Nanaimo be responsible for a Tenderer’s costs of preparing or

submitting a tender.

ARTICLE 15. AWARD Awards shall be made on tenders that will give the greatest value based on quality, service and price. The Owner will, following receipt of an acceptable tender, issue in writing a Notice of Award to the successful Tenderer. This notice will be given as soon as possible following the closing of tenders and unless otherwise agreed to by the Tenderer, not later than sixty (60) days following the closing of tenders. ARTICLE 16. FORM OF AGREEMENT The form of agreement will be the City’s tender documents, successful Bidder’s Tender Form, Insurance Certificate, Prime Contractor Forms, Worksafe BC Letter of Clearance, Business Licence and other documents the City deems appropriate to be included, all encapsulated with a City of Nanaimo Purchase Order. ARTICLE 17. NO CLAIM FOR COMPENSATION Except as expressly and specifically permitted in these Instructions to Tenderers, no Tenderer shall have any claim for any compensation of any kind whatsoever, as a result of participating in the tender, and by submitting a bid each Tenderer shall be deemed to have agreed that it has no claim. ARTICLE 18. SOLICITATION OF COUNCIL MEMBERS “If a member of Council, or a person who was a member of Council in the previous six months has a direct or indirect interest in the contract, then the Tenderer shall report this to Council in accordance with Section 107 of the Community Charter upon being notified of the award of the contract. The Tenderer warrants and represents that it has not received any information or a record from any Council member or former Council member contrary to Section 108 of the Community Charter.” The successful Tenderer will be required to direct all communications related to their contract through the appropriate staff members. ARTICLE 19. CONSTRUCTION SCHEDULE City of Nanaimo requires that this contract be completed: December 16, 2016. If the asphalt paving is not complete by this time, it will be the Contractor’s responsibility to temporarily restore and maintain surfaces within the roadway with 50mm coldmix asphalt flush with existing surfaces at no additional cost to the City of Nanaimo. ARTICLE 20. WORKSAFE BC PRIME CONTRACTOR 1. The Tenderer is advised the workplace may have the following known operations and/or site

conditions that could present a potential hazard to workers and other persons at the workplace. Other hazards may exist.

- Energized Equipment - Electrical Systems - Overhead and Underground Utilities - Traffic

The successful Tenderer is designated as the Prime Contractor and shall fulfill the Prime Contractor responsibilities as defined in:

a) WorkSafeBC Occupational Health and Safety Regulation, Notice of project, Section 20.2, and Coordination of multiple employer workplaces, Section 20.3; b) Workers Compensation Act (BC), Coordination at multiple-employer workplaces, Section 118, Subsections (1) & (2); and c) General Requirements, Section 3.10 WorkSafe BC.

The Prime Contractor will be required to coordinate the safety of all workers on the work site, including their employees, their subcontractors, City work crews and their contractors, and private utilities, (BC Hydro, Telus, Shaw and FortisBC). Prior to commencing work, the successful Tenderer will be required to provide the City with a WorkSafeBC Notice of Project if required, latest WorkSafeBC Clearance Letter and completed City issued Prime Contractor Forms. ARTICLE 21. LOCAL PREFERENCE Preference shall be given to suppliers located within the Regional District of Nanaimo where quality, service, and price are equivalent. ARTICLE 23. FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT All documents submitted to the City will be held in confidence by the City, subject to the provisions of the Province of British Columbia’s Freedom of Information and Protection of Privacy Act. ARTICLE 24. HOURS OF WORK Tenderer is advised that no work will be permitted outside the hours defined by NOISE CONTROL BYLAW 1994 NO. 4750 which reads: “Erecting, demolishing, constructing, reconstructing, altering or repairing of any building or other structure within the Municipality or the excavating of any street, highway, lane or other land before 7:00 a.m. or after 9:00 p.m., Monday to Saturday and before 9:00 a.m or after 9:00 p.m., on Sundays and Statutory Holidays.”

CITY OF NANAIMO and CANADIAN UNION OF PUBLIC EMPLOYEES, LOCAL 41 COLLECTIVE AGREEMENT ARTICLE 31 MINIMUM RATE OF PAY

Minimum Rate of Pay The Collective Agreement between the City of Nanaimo and Canadian Union of Public Employees, Local 401 says that:

Article 31- Contract or Sub-Contracts Every contract made by the Employer for construction, remodeling, repair, or, demolition of any municipal works or for providing any municipal service or function shall be subject to the following condition:

"Minimum rate of pay for work performed under this Contract or under Sub-contract shall be as classified in the current Agreement between the City of Nanaimo and Canadian Union of Public Employees, Local 401."

Please find below the rates that will apply to this contract. 95% rate is applicable for the first 60 calendar days from the commencement of the work. Full rate from day 61 onwards.

Position Title 95% first 60

days Full Rate

Labourer II $24.19 $25.46 Roads Service Person $29.20 $30.74 Equipment Operator, Asphalt $30.19 $31.78 Traffic Control (Flagger) $16.56

LETTER OF UNDERSTANDING #12 BETWEEN:

CITY OF NANAIMO AND

CANADIAN UNION OF PUBLIC EPLOYEES, LOCAL 401

Re: Contracting Out Issues The City of Nanaimo and CUPE Local 401 agree to the following conditions in order to:

a) provide an interpretation of Article 31, Contracts or Sub Contracts.

1. Where the Union can provide documented evidence to prove to the City's satisfaction that a contractor hired by the City of Nanaimo is not paying wage rates pursuant to Article 31, the City will follow the process outlined in Appendix I.

2. The Parties agree that for the purposes of complying with Article 31, the rate for flagging shall be set at $14.20 {2009 rate) per hour.

3. The City agrees to provide available cost information on contracts to the Union upon request

4. This Agreement will be effective on new contracts awarded after date of signing and on current contracts on which the Union provides evidence of breach of Article 31.

5. This Letter of Agreement forms part of the Collective Agreement and remains in effect in the same manner and to the same extent as any other provision in the Collective Agreement.

6. All issues arising under the grievance and/or issues relating to contracts in effect up to the signing of this Letter shall be deemed to be resolved and, no grievance will be filed in respect of any such issues with the exception of current contracts where either Party discovers that a contractor is contravening Article 31.

7. In the event a dispute occurs between the Parties regarding the implementation of this Agreement, either Party may refer the matter to or a-mutually agreed arbitrator on an expedited basis for resolution.

Appendix I DEFINITIONS "Work performed" refers to the current classifications contained in the Parties' Collective Agreement and not directly connected to the job which is contracted. PROCESS 1. Each contract assigned to a contractor by the City of Nanaimo will contain terms:

(a) Requiring that the contractor adhere to the provisions of Article 31 of the

Collective Agreement. Current classified rates will be included. (b) Specifying that failure to adhere to the provisions is a breach of the

contract and may give rise to termination of the contract. (c) Entitling the City to copies of information showing the wage rates paid to its

employees. (The City will provide copies to the Union if requested.) 2. In the event the City has concerns that a contractor is in violation of Article 31,

the following shall apply: (a) The City shall immediately inform the contractor of its concerns and require

the contractor to comply. (b) The City shall follow up contact and if violation still exists within thirty (30)

days provide written request for compliance. (c) If violation continues, the City shall provide second request within a further thirty

(30) days and demand compliance or contract forfeiture may occur. (d) If violation continues, the City shall provide final request within a further

thirty (30) days and may give two weeks notice for failure to comply with provision of contract.

(e) The City may terminate the contract and/or withhold funds and/or require the contractor to submit appropriate monies to rectify the breach of contract.

(f) If the City does not require forfeiture, such decision must be for bona fide operational or legal reasons.

(g) Notwithstanding the above, the City may proceed to (d) or (e) directly.

TENDER FORM No. 1819 2016 Sidewalk and Traffic Circle Project

Page 1 of 2 Date: ________________________________________________________________________ Submitted by: _________________________________________________________________ Address: Telephone:__________________________________ Email: ____________________________ To: City of Nanaimo C/o Purchasing Department 2020 Labieux Road Nanaimo, BC V9RT 6J9 Having examined the Project site, and having carefully examined all of the tender documents including Addenda to issued as supplements thereto, and having examined and complied with Instructions to Bidders, we hereby offer to perform the Work set forth in the aforesaid documents for the Stipulated Contract Price, which includes any applicable taxes in force at this date. Unit Pricing – As per the attached Tender Form Schedule of Quantities.

NOTES: .1 Lump Sum Prices include the Contractor’s Labour, material, equipment, material costs,

overhead and profit, all taxes and duties, and shall represent the cost to the Owner of such charges (does not include GST).

.2 We have reviewed the work schedule requirements and can accomplish all of the work by

December 16, 2016 and understand that time is of the essence. .3 We understand the City reserves the right to adjust the quantity of work to match the

budget available. This may mean increasing, decreasing or deleting items from the scope of the work prior to awarding the contract.

1.0 ACCEPTANCE .1 This Bid is open to acceptance for a period of sixty (60) days from the date of bid

closing.

.2 Submission of this Bid implies acceptance of the existing conditions at the site. .3 We understand that the lowest or any Bid will not necessarily be accepted. The

Owner may also elect not to proceed with the Project. .4 The Owner reserves the right to waive minor defects or irregularities in the bid. .5 We agree to adhere to the Minimum Rate of Pay provisions. .6 We agree to be designated as the Prime Contractor for this project per WorkSafe

BC OH&S Regulations and have the necessary qualifications and are willing to accept the responsibilities as Prime Contractor for the project.

Company: __________________________________________________________________ Signature: __________________________________________________________________ (Authorized Officer) Printed: __________________________________________________________________ (Authorized Officer)

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORM

VANCOUVER AND TOWNSITE

SCHEDULE OF QUANTITIES AND PRICES

Item Description Est.Qty. Units Unit Price Total

Section 2 General Conditions

2.1 Location of Works - Project Layout (2.1) (not to exceed 5% of the total contract price) 1 lump sum

Total Section 2

Section 3 General Requirements

3.1 Locate Existing Structures (Section 3.70)

a) Catch Basin Lead Tie-In Location 2 ea.

3.2 Control of Traffic (Section of 3.73) 1 lump sum

3.3 Removal of Existing Structures (Section 3.75)

a) Existing Catch Basin 2 ea.

b) Existing Catch Basin Lead 5 m

Total Section 3

Section 4 Trench Excavation, Bedding and Backfill

4.1 Import Granular Fill (trench backfill) (Section 4.73) 25 t

4.2 Surface Restoration (Section 4.76)a) 75mm Asphalt 5 m

2

Total Section 4

Section 7 Storm Sewer System

7.1 Piping 200mm PVC SDR-35 (Section 7.70) 10 m

7.2 Connect to Existing Piping (Section 7.72)

a) 200mm PVC x 200mm Conc 1 ea.

b) 200mm PVC & 150mm Conc 1 ea.

7.3 Catch Basins (Section 7.74)

a) ST-1 Type 1 2 ea.

7.4 Service Connection Inspection Assembly (Section 7.81)

a) 150mm Storm 1 ea.

b) 150mm Sanitary 1 ea.

Total Section 7

Page 1 of 7 Tenderer's Initials _________

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORM

VANCOUVER AND TOWNSITE

SCHEDULE OF QUANTITIES AND PRICES

Item Description Est.Qty. Units Unit Price Total

Section 8 Curbs, Sidewalks and Walkways

8.1 Curbs (Section 8.70)

a) CS-2 60 m

8.2 Sidewalk (Section 8.71)

a) 100mm Thick Concrete 65 m2

b) Bus Ramp Sidewalk c/w welded wire mesh as per detailon DWG #21570 35 m

2

8.3 Cutting and Removal of Existing Sidewalk (Section 8.72)

a) Cutting - concrete 5 m

b) Removal - concrete 45 m2

Total Section 8

Section 9 Streets, Traffic Signs and Markings

9.1 Stripping and Common Excavation (assume 0.3m depth) (Section 9.70) 30 m

3

9.2 Subgrade Preparation (Section 9.75) 100 m2

9.3 Base Course (Section 9.77) 70 t

Total Section 9

Section 12 Asphaltic Concrete Paving

12.1 Cutting of Existing Asphalt (Section 12.70) 74 m

12.2 Removal of Existing Asphal(Section 12.71) 110 m2

Total Section 12

Page 2 of 7 Tenderer's Initials _________

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORM

VANCOUVER AND TOWNSITE

SCHEDULE OF QUANTITIES AND PRICES

Item Description Est.Qty. Units Unit Price Total

TOTAL SECTION 2 $

TOTAL SECTION 3 $

TOTAL SECTION 4 $

TOTAL SECTION 7 $

TOTAL SECTION 8 $

TOTAL SECTION 9 $

TOTAL SECTION 12 $

SUB-TOTAL $

GST $

TOTAL - VANCOUVER AND TOWNSITE $

Name of Company

Signature of Signing Officer

Date

SUMMARY - Vancouver Ave. and Townsite Road

Page 3 of 7 Tenderer's Initials _________

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORM

JINGLE POT, SECOND, AND WENTWORTH

SCHEDULE OF QUANTITIES AND PRICES

Item Description Est.Qty. Units Unit Price Total

Section 2 General Conditions

2.1 Location of Works - Project Layout (Section 2.1)

(not to exceed 5% of the total contract price) 1 lump sum

Total Section 2

Section 3 General Requirements

3.1 Location of Existing Structures (Section 3.70)

a) City Fiber Optic 2 ea

3.2 Clearing and Grubbing 0+930 to 0+970 (Section 3.71) 1 lump sum

3.3 Control of Public Traffic

(Section 3.73) 1 lump sum

3.4 Removal of Existing Structures (Section 3.75)

a) Stop Signs 4 ea.

3.5 Relocate Existing Sign per City Standard Dwg. R-S1 2 ea

Total Section 3

Section 5 Water Distribution System

5.1 Relocate Existing Hydrant and Extend Lead (Section 5.75) 1 ea

Total Section 5

Section 8 Curbs, Sidewalks and Walkways

8.1 Curbs (Section 8.70)

a) CS-4A 150 m

8.2 Sidewalk (Section 8.71)

a) 100mm Thick Concrete 70 m2

b) 50mm Asphalt 300 m2

c) 150mm Thick Concrete 20 m2

d) Concrete Apron as per detail

on DWG # 21527 48 m2

Page 4 of 7 Tenderer's Initials _________

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORM

JINGLE POT, SECOND, AND WENTWORTH

SCHEDULE OF QUANTITIES AND PRICES

Item Description Est.Qty. Units Unit Price Total

8.3 Cutting and Removal of Existing Asphalt and Concrete

(Section 8.72)

a) Cutting Asphalt 90 m

b) Cutting Conrete 10 m

c) Remove Asphalt 185 m2

d) Remove Concrete 15 m2

8.4 Cutting and Removal of Existing Curb and Gutter

(Section 8.73)

a) Concrete 110 m

8.5 Handrails (Section 8.75)

a) ST-12 Black Powder Coated

Without Chainlink 37 m

8.6 Catch Basins and Manholes (Section 8.58)

a) Raise Manholes 2 ea.

b) Raise Monument Casting 1 ea.

Total Section 8

Section 9 Streets, Traffic Signs and Markings

9.1 Stripping and Common Excavation (Section 9.70) 175 m3

9.2 Imported Granular Fill (Section 9.74)

a) MOTI Bridge End Fill 400 t

9.3 Subgrade Preparation (Section 9.75) 430 m2

9.4 Base Course (Section 9.77) 375 t

Total Section 9

Section 12 Asphaltic Concrete Paving

12.1 Asphalt (Section 12.74)

a) 50mm 30 m2

b) 75mm 20 m2

Total Section 12

Page 5 of 7 Tenderer's Initials _________

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORM

JINGLE POT, SECOND, AND WENTWORTH

SCHEDULE OF QUANTITIES AND PRICES

Item Description Est.Qty. Units Unit Price Total

TOTAL SECTION 2 $

TOTAL SECTION 3 $

TOTAL SECTION 5 $

TOTAL SECTION 8 $

TOTAL SECTION 9 $

TOTAL SECTION 12 $

SUB-TOTAL $

GST $

TOTAL - JINGLE POT, SECOND, AND WENTWORTH $

Name of Company

Signature of Signing Officer

Date

SUMMARY - Jingle Pot Road, Second Street, and Wentworth Street

Page 6 of 7 Tenderer's Initials _________

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORM

SCHEDULE OF QUANTITIES AND PRICES

TOTAL - VANCOUVER AND TOWNSITE $

TOTAL - JINGLE POT, SECOND, AND WENTWORTH $

TOTAL CONTRACT $

Name of Company

Signature of Signing Officer

Date

SUMMARY - TENDER 1819

Page 7 of 7 Tenderer's Initials _________

GENERAL TERMS AND CONDITIONS Insurance & Indemnity The Contractor will indemnify and save harmless the Owner, its employees and agents, from and against any and all losses, claims, damages, actions, causes of action, costs and expenses that the Owner may sustain, incur, suffer or be put to at any time either before or after the expiration or termination of this Contract, where the same or any of them are based upon, arise out of or occur, directly or indirectly, by reason of any act or omission of the Contractor or of any agent, employee, officer, director or subcontractor of the Contractor pursuant to this Contract, excepting always liability arising out of the independent negligent acts of the owner.

1. The Contractor shall, without limiting its obligations or liabilities herein and at its own expense, provide and maintain the following insurances with insurers licensed in British Columbia and in forms and amounts acceptable to the Owner:

a. Comprehensive General Liability in an amount not less than Two Million Dollars ($2,000,000.00) inclusive per occurrence against bodily injury and property damage. The Owner is to be added as an additional insured under this policy. Such insurance shall include, but not be limited to:

.01 Products or Completed Operations Liability;

.02 Owner’s and Contractor’s Protective Liability;

.03 Blanket Written Contractual Liability;

.04 Contingent employer’s Liability;

.05 Personal Injury Liability;

.06 Non-Owned Automobile Liability;

.07 Cross Liability;

.08 Employees as additional Insureds;

.09 Broad Form Property Damage;

.10 Broad Form Completed Operations; and where such further risk exists: .11 Shoring Blasting, Excavating, Underpinning, Demolition, Piledriving and

Caisson Work, Work Below Ground Surface, Tunneling and Grading, as applicable;

.12 Elevator and Hoist Liability; and

.13 Operation of Attached Machinery.

b. Automobile Liability on all owned or leased vehicles in an amount not less than Two Million Dollars ($2,000,000.00)

c. Aircraft and/or Watercraft Liability, where applicable, for all owned or non-owned craft operating or used in the performance of the Work by the Contractor, in an amount not less than Two Million Dollars ($2,000,000.00) per occurrence and including aircraft passenger hazard liability, where applicable.

d. Property insurance which shall cover all property, of every description, to be used in the construction of the Work, against “All Risks” of physical loss or damage, while such property

is being transported to the site, and thereafter throughout erection, installation and testing and such insurance shall be maintained until Substantial Performance of the Work. Such policy of insurance shall extend to protect the interest of the Owner, and shall contain a waiver of subrogation against the Owner.

2. All the foregoing insurance shall be primary and not require the sharing of any loss by any insurer of the Owner.

3. The Contractor shall provide the Owner with evidence of all required insurance prior to the commencement of the Work or services. Such evidence shall be in a form acceptable to the Owner. When requested by the Owner, the Contractor shall provide certified copies of required insurance policies.

4. All required insurance shall be endorsed to provide the Owner with thirty days (30) advance written notice of cancellation or material change.

5. The Contractor hereby waives all rights of recourse against the Owner with regard to damage to the Contractor’s property.

6. The Contractor shall require and ensure that each subcontractor maintain liability insurance comparable to that required above.

7. Unless specified otherwise, the duration of each insurance policy shall be from the date of commencement of the Work until the date of the final certificate for payment.

Business License The successful Contractor must have a current City of Nanaimo Business License or Inter-Community License prior to the commencement of any work. WorkSafe BC The successful Contractor shall provide WorkSafeBC coverage for all workers on their payroll and provide the City with a satisfactory Letter of Clearance prior to the commencement of any work. Competency and Qualifications The successful contractor must have the necessary competence, experience, qualified personnel and equipment to carry out all aspects of the work of the Contract. The successful Contractor will employ properly licensed, trained and unimpaired workers throughout the duration of the contract. Failure to do so could result in termination. Copies of certifications may be requested by the City. Smoking is permitted in designated areas. Alcohol and Drug consumption is not permitted on City property Cancellation The entire process is subject to final award approval by the City of Nanaimo whom retains the ability to cancel the process for any reason whatsoever without any compensation to anyone.

Governing Law This agreement shall be governed by the laws of the Province of British Columbia.

Correspondence Both parties shall designate one person from their respective organizations to be primarily responsible for coordinating contractual and financial matters.

Invoicing The Contractor will be solely responsible for invoicing the City ensuring to include the City’s Purchase Order number on all invoices to assure timely payment. All invoices are subject to prior review and approval by the City and approved invoices will be paid on a net 30 day basis unless otherwise negotiated and agreed to in writing. If the City does not approve of the services or part of them which are the subject of the invoice, the City shall advise the Contractor in writing of the reasons for non-approval and the Contractor shall remedy at no additional cost to the City before the City shall be obliged to pay the invoice or any part of it, as the case may be.

Force Majeure (Act of God) Neither party shall be responsible for any delay or failure to perform its obligations under this Agreement where such delay or failure is due to fire, flood, explosion, war, embargo, governmental action, Act of Public Authority, Act of God or to any other cause beyond its control, except labour disruption. In the event Force Majeure occurs, the party who is delayed or fails to perform shall give prompt notice to the other party and shall take all reasonable steps to eliminate the cause. Should the Force Majeure event last longer than 30 calendar days, the City may terminate this Agreement immediately by written notice to the Contractor without further liability, expense, or cost of any kind. Dispute Resolution Where any dispute arises out of or in connection with this agreement, either party may request the other party to appoint senior representatives to meet and attempt to resolve the dispute either by direct negotiations or mediation. Unresolved disputes may be submitted for final resolution by arbitration administered by the British Columbia International Commervial Arbitration Centre under its “Shorter Rules for Domestic Commercial Arbitration” in Vancouver, British Columbia, Canada. Alternatively, the Parties may agree, within 30 days of request by a party for final resolution, to submit the dispute for final resolution by arbitration in another manner. Conflict of Interest The contractor declares that it has no financial interest, directly or indirectly in the business of any third party that would be or be seen to be a conflict of interest in carrying out the services. It warrants that neither it nor any of its officers or directors, or any employee with authority to bind the Bidder, has any financial or personal relationship or affiliation with any elected official or employee of the City or their immediate families which might in any way be seen by the City to create a conflict.

Independent Contractor The Contractor shall be, and in all respects be deemed to be, an independent contractor and nothing in this Agreement shall be construed to mean that the Contractor is an employee of the City or that any agency, joint venture or partnership exists between the Contractor and the City. The Contractor shall be responsible for providing own employment insurance, WorkSafe BC coverage, business licence, income tax remittance and complying with any other applicable laws and regulations applicable to an independent contractor. Irrevocability

Submissions will be irrevocable and remain open for acceptance by the City for a period of sixty (60) calendar days, after the closing time.

Permits, Regulations and Building Codes If applicable, the successful Contractor shall at his own expense, obtain all applicable permits, certificates and licences required by law for the conduct of the work and shall comply with all Federal, Provincial and City Laws, Regulations, Building Codes and Ordinances affecting the execution of the work unless indicated otherwise. The Contractor will be responsible for the coordination of all inspections required under the permits. Site Maintenance and Clean up The working area shall be maintained in an orderly manner and shall not be encumbered with equipment, materials or debris. Bankruptcy The Owner reserves the right to stop the work, or, terminate the contract if the contractor commits an act of bankruptcy, threatens to commit an act of bankruptcy. Collusion The bidder shall not engage in collusion of any sort and shall ensure that no person or other legal entity, other than the bidder has an interest in the bidder’s submission and prepare the submission without any knowledge of, comparison of figures with, or arrangement with any other person or firm preparing a Submission for the same work.

SECTION 2 - GENERAL CONDITIONS

MEASUREMENT AND PAYMENT

________________________ Section 2 - Measurement & Payment

Page 1 of 2 DATED: 2016

MEASUREMENT AND PAYMENT

Location or Works – Project Layout 2.1

SECTION 2 - GENERAL CONDITIONS

MEASUREMENT AND PAYMENT

________________________ Section 2 - Measurement & Payment

Page 2 of 2 DATED: 2016

2.1 LOCATION OF WORKS – PROJECT LAYOUT

.1 Where location dimensions for the proposed works are not shown on the drawings or digital

file, the locations are intended to be approximate. .2 Unless otherwise specified, the Engineer will provide the contractor with a copy of the digital

drawing file for the Contractor and/or his surveyor to create a point file to be used for layout to perform the construction works.

.3 The Contractor shall perform all layout as required from the digital drawing file and shall be

responsible for all dimensions and elevations determined from the digital information. .4 The Contractor shall satisfy himself, before commencing any work, as to the meaning, intent,

and accuracy of the information in the digital drawing file as it relates to control points, control lines, benchmarks, and the construction drawings.

.5 Should the Contractor discover or suspect any errors in the digital drawing file provided by the

Engineer, he shall at once discontinue the affected work until such errors are investigated by the Engineer and, if necessary, rectified.

.6 The Contractor shall carefully preserve bench marks, reference points and stakes. In case of

willful or careless destruction or disturbance of such markers, he shall be charged with the expense of replacing them and shall be responsible for any mistakes that may be caused by their destruction, loss or disturbance.

.7 In any dispute between the Contractor and the Engineer on the correctness of grades,

locations, elevations of the installations or constructed works, the Contractor shall be responsible for proving by means of cut sheets and undisturbed stakes, that he has made the installation or construction in accordance with the layout provided.

.8 The contractor shall be required to maintain an "as-constructed" drawing set for the project,

with all changes and notes marked in red ink and an “as-constructed” digital survey file. This information shall be available to the Engineer for review on request, and shall be submitted to the Engineer prior to issuing the Notice of Acceptance.

.9 Legal survey markers, disturbed or removed by the construction operation that existed at a horizontal distance of 1.0 m or more from the maximum allowable trench width as shown on the standard drawings, shall be replaced at the Contractor’s expense. If it is necessary to remove or disturb existing legal survey markers that are within the above limits, the Engineer shall be so notified a minimum of three working days before such removal or disturbance and replacement will be at the Owner’s expense.

SECTION 3 - GENERAL REQUIREMENTS

MEASUREMENT AND PAYMENT

________________________ Section 3 - Measurement & Payment

Page 1 of 3 DATED: 2013

MEASUREMENT AND PAYMENT

Existing Structures and Utility Works 3.70

Clearing and Grubbing 3.71

Salvaged Materials 3.72

Control of Public Traffic 3.73

Removal of Existing Culverts 3.74

Removal of Existing Structures 3.75

SECTION 3 - GENERAL REQUIREMENTS

MEASUREMENT AND PAYMENT

________________________ Section 3 - Measurement & Payment

Page 2 of 3 DATED: 2013

3.70 EXISTING STRUCTURES AND UTILITY WORKS

Extra payment will not be made to the Contractor for expense incurred as a result of the presence of

existing structures except as follows:

(a) Location of Existing Structures: Section 3.22.3

Where he is specifically instructed by the Engineer to locate, by excavating, underground

structures for the purpose of establishing line or grade, the Contractor will be paid on the

basis of the payment items shown on the Tender Form.

(b) Relocation of Existing Piping: Section 3.35

Where an existing pipe parallels the centreline of the trench and lies within the allowable

trench width as shown on standard drawing T-1 or T-2, or crosses the trench and intersects

the pipe to be installed and must, in either case, be relocated, the Contractor will, unless

otherwise specified elsewhere herein, be paid on the basis of the payment items shown in

the Tender Form. No payment will be made for delays, standby, or any claims of the

Contractor other than for the actual cost of relocating the existing pipe, and no payment will

be made for tunnelling under or protecting the existing pipe.

(c) Support of Existing Asbestos Cement or Cast Iron Piping Section 3.27

Standard Drawing T-11

Payment for work to support or replace existing asbestos cement or cast iron piping under

which excavation for works crosses shall be made at the price quoted in the Tender Form.

This price shall include supply of materials, excavation, backfilling and all work incidental

thereto.

3.71 CLEARING AND GRUBBING Section 3.52

Payment for clearing and grubbing will be made at the lump sum price shown in the Tender Form.

This price shall include materials, and all work incidental thereto.

3.72 SALVAGED MATERIALS Section 3.23

This item covers the cost of salvage and delivery of salvaged items to the City of Nanaimo Works

Yard on Labieux Road. This work shall be paid for on a per unit basis as shown in the Tender Form.

No payment will be made for items damaged due to the act of removal or delivery.

SECTION 3 - GENERAL REQUIREMENTS

MEASUREMENT AND PAYMENT

________________________ Section 3 - Measurement & Payment

Page 3 of 3 DATED: 2013

3.73 CONTROL OF PUBLIC TRAFFIC Section 3.60, 3.61 and 3.62

Payment will be made as a lump sum as shown in the Tender Form.

3.74 REMOVAL OF EXISTING CULVERTS

Payment for culvert removal will be made at the unit price per linear metre shown in the Tender Form for the various sizes of culverts. Measurement will be made horizontally along the centre line of the existing culverts.

This item covers the removal and disposal of all existing culverts and headwalls designated on the

drawings for removal including backfill of the trench with suitable native material. Where imported

granular fill is required, it shall be paid for at the unit price quoted in the tender form.

3.75 REMOVAL OF EXISTING STRUCTURES Section 3.23

Payment for the removal and disposal of structures, as designated on the drawings, will be made at the unit price shown in the Tender Form.

a) Valve Boxes – This price shall include the removal and disposal of the valve box, filling the valve

stand pipe with pea gravel or non-shrink grout, abandoning valves in place unless otherwise shown on the drawings, and all work incidental thereto.

b) Air Valve – This price shall include the removal and disposal of the air valve, air valve chamber,

casting and lid, all associated piping and fittings, backfill and compaction with suitable native material, and all work incidental thereto..

For these pay items, import granular backfill where required, and surface restoration will be paid separately under the applicable unit rate in the Tender Form.

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL

MEASUREMENT AND PAYMENT

____________________________ Section 4 - Trench Excav, Bedding & Backfill

Page 1 of 4 DATED: 2013

MEASUREMENT AND PAYMENTS

Authorized Hand Excavation 4.70

Trench Rock Excavation 4.71

Over excavation and Placement of Base Gravel Material 4.72

Imported Granular Fill 4.73

Concrete and Controlled Density Fill 4.74

Trench Dams 4.75

Surface Restoration 4.76 Asbestos Cement Pipe Removal 4.77

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL

MEASUREMENT AND PAYMENT

____________________________ Section 4 - Trench Excav, Bedding & Backfill

Page 2 of 4 DATED: 2013

4.70 AUTHORIZED HAND EXCAVATION Section 4.09

Payment for authorized hand excavation will be made at the unit price per linear metre if shown in the

Tender Form and will be based on the trench depth. This price shall include supply of materials,

hand excavation, hand backfilling, and all work incidental thereto.

4.71 TRENCH ROCK EXCAVATION Section 4.03.3

Payment for trench rock excavation will be made as shown in the Tender Form:

(a) By Volume Measurement:

Payment will be made for excavation of single boulders, pieces of concrete, or masonry

having individual volumes exceeding one cubic metre in volume.

Measurement for trench rock excavation will be calculated based on:

1. The depth from the top of the rock surface to 150 mm below the bottom of the pipe

barrel.

2. The maximum allowable trench dimensions as per T-1, or for common trenches, as

per T-2.

3. The length measured horizontally along the centre line of the trench.

4. Cross sectional measurements will be made at 3 m intervals or as required.

5. In the event that the average rock width is less than 600 mm in any 3 m interval,

payment will be based on a 600 mm minimum rock width.

This price shall include excavation, disposal of rock, and all work incidental thereto.

(b) By Linear Metre:

The City will provide a rock profile along the trench centreline showing rock elevations at 10

m intervals.

Payment will be made per linear metre of trench where rock is excavated irrespective of

depth. This price shall include excavation, disposal of rock, and all work incidental thereto.

(c) By hourly rates:

Rates for personnel and equipment shall be in accordance to Section 2 – Article 40 Force

Account Work. The contractor shall schedule his workforce in such a manner that the Trench

Rock Excavation will not interfere substantially with progress of other work. Only personnel

and equipment required for the excavation and disposal of the rock will be paid under force

account rates. No payment will be made for delays or standby time.

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL

MEASUREMENT AND PAYMENT

____________________________ Section 4 - Trench Excav, Bedding & Backfill

Page 3 of 4 DATED: 2013

4.72 OVEREXCAVATION AND PLACEMENT OF BASE GRAVEL MATERIAL Section 4.03.3 (d) (e) and 4.14

Payment for authorized overexcavation and placement of base gravel material or other material

specified will be made at the unit price per tonne of material placed as shown in the Tender Form.

This price shall include supply of materials, overexcavation and disposal of the unsuitable material,

placement and compaction of the specified base gravel material, special bracing and sheeting as may

be required, and all work incidental thereto. Payment for this work will only be made when, in the

opinion of the Engineer, it is necessitated by the natural existence of unsatisfactory soil conditions.

No payment will be made for unauthorized over excavation which has resulted from acts, neglects, or

delays of the Contractor.

4.73 IMPORTED GRANULAR FILL Section 4.20

Payment for imported granular fill will be made at the price per cubic metre or tonne as shown in the

tender form (conversion of tonnes to cubic metres compacted will be 2.43 tonnes/cubic meter). This

price shall include supplying, loading, hauling, placing, compacting imported granular material,

disposal of excavated material and all work incidental thereto. Payment by weight will be based on

weigh certificates for material actually incorporated into the work unless otherwise approved by the

Engineer.

Tender quantities are based on the allowable trench width limits as shown on Standard Drawings T-1

or T-2, with allowances for site soil conditions. Placement of import granular fill beyond these limits

will be at the Contractor’s expense where the Contractor employs methods that excavate beyond

these limits without prior authorization from the Engineer.

4.74 CONCRETE AND CONTROLLED DENSITY FILL

(a) Concrete Fill Section 4.21 - Standard Drawing T-5 and T-6

(b) Controlled Density Fill - Section 4.24 - Standard Drawing T-3

Payment for concrete or controlled density fill for pipe base, encasement, or backfill in the trench will

be made at the unit price per cubic metre shown in the Tender Form. Measurement will be based on

the design dimensions of the concrete placed. This price shall include supply of materials, concrete

work, form work, curing and protection and all work incidental thereto.

4.75 TRENCH DAMS Section 4.18 Standard Drawing T-8

Payment for trench dams will be made at the unit price per trench dam shown in the Tender Form.

This price shall include supply of materials, installation and all work incidental thereto.

SECTION 4 - TRENCH EXCAVATION, BEDDING AND BACKFILL

MEASUREMENT AND PAYMENT

____________________________ Section 4 - Trench Excav, Bedding & Backfill

Page 4 of 4 DATED: 2013

4.76 SURFACE RESTORATION Section 4.27, 4.28 & 4.29

Payment for surface restoration will be made at the price per square metre as shown on the

Tender Form for the various types of surface restoration.

a) For surface restoration of untraveled areas, (boulevards, rights-of-way and private

property), price shall include all labour, equipment and materials necessary to restore

untraveled areas, to a condition equal to or better than existed prior to construction and in

accordance with the specifications and drawings.

b) For surface restoration of traveled areas, (roads, shoulders, driveways, sidewalks, curbs

and walkways), price shall include all labour, equipment and materials necessary to

restore the traveled areas, to a condition equal to or better than existed prior to

construction and in accordance with the specifications and drawings. This price shall

include surface cutting and removal, supply and installation of gravel materials,

and restoration of the travelled surface.

c) For temporary surface restoration of traveled areas, (roads, driveways, sidewalks, curbs

and walkways), price shall include all labour, equipment and materials necessary to

restore and maintain the traveled surface, as directed by the Engineer, using the

materials as shown on the Tender Form.

Tender quantities are based on the allowable trench width limits as shown on Standard Drawings

T-1 or T-2. Surface restoration beyond these limits will be at the Contractor’s expense where the

Contractor employs methods that damage areas beyond these limits without prior authorization

from the Engineer.

4.77 ASBESTOS CEMENT PIPE REMOVAL

Payment for the handling, cutting and removal of asbestos cement pipe will be made at the unit price per linear metre of pipe removed as shown in the Tender Form. This price shall include all labour, equipment and materials required for the proper removal and disposal of asbestos cement pipe as required by the WorkSafeBC Regulations.

SECTION 5 - WATER DISTRIBUTION SYSTEM

MEASUREMENT AND PAYMENT

___________________________ Section 5 - Water Distribution System

Page 1 of 5 DATED: 2013

MEASUREMENT AND PAYMENT

Water Main Pipe 5.70

Water Main Fittings 5.71

Flange Adaptors and Joint Restraints 5.72

Water Main Gate Valves 5.73

Water Main Valve Markers 5.74

Hydrants Assemblies 5.75

Hydrant Access Crossing 5.76

Flushouts 5.77

Air Valves and Fittings 5.78

Floor Drain Assemblies 5.79

Connection to Existing Main Piping 5.80

Connections to Existing Services 5.80A

Service Connection Pipe 5.81

Corporation Stops and Saddles 5.82

Curb Stops 5.83

Meter Service Boxes, Box Extensions, and Lids 5.84

Touch Read Meters 5.85

Meter Chambers (Section 5.58) Booster Pump Stations (Section 5.59)

and Pressure Reducing Stations (Section 5.60) 5.86

SECTION 5 - WATER DISTRIBUTION SYSTEM

MEASUREMENT AND PAYMENT

___________________________ Section 5 - Water Distribution System

Page 2 of 5 DATED: 2013

The contractor will note that the tendered price for all items specified in this section will include but not be

limited to the following: Please refer to Section 4 – Trench Excavation, Bedding and Backfill for further

clarification of these items.

(a) materials

(b) excavation

(c) dewatering

(d) bracing & sheeting

(e) bedding

(f) pipe installation

(g) backfill with native material

(h) maintenance

The Contractor will note that payment for surface restoration and asphalt removal is paid in accordance

with Section 4.76.

5.70 PIPE Section 5.43

Payment for water main pipe will be made at the unit price per linear metre shown in the Tender

Form for the various sizes and class of pipe. Measurement will be made horizontally along the

centreline of the installed pipe including fittings. This price shall include materials, excavation,

dewatering, bracing & sheeting, bedding, pipe installation, backfill with native material, and

maintenance, test points and testing as specified, and all work incidental thereto except those

items for which payment is specified additional to that for piping.

5.71 FITTINGS Section 5.48

Payment for fittings will be made at the unit price per fitting shown in the Tender Form. This price

shall include supply of materials, installation of the fitting, thrust blocking, and all work incidental

thereto. Payment will be in addition to that of 5.70.

5.72 FLANGE ADAPTORS AND JOINT RESTRAINTS Section 5.47

Where noted on the drawings or specifically requested by the Engineer, payment for flange

adaptors and joint restraints shall be made at the unit prices shown in the Tender Form. This

price shall include supply of materials, bolts, installation, and all work incidental thereto. Payment

will be in addition to that of 5.70.

5.73 GATE VALVES Section 5.50 Standard Drawing W-16

Payment for valves will be made at the unit prices shown in the Tender Form for gate valves.

This price shall include supply of materials, installation of the valve and valve box, valve hood,

riser pipe, asphalt apron and thrust blocking if required, and all work incidental thereto. Payment

will be in addition to that of 5.70.

SECTION 5 - WATER DISTRIBUTION SYSTEM

MEASUREMENT AND PAYMENT

___________________________ Section 5 - Water Distribution System

Page 3 of 5 DATED: 2013

5.74 VALVE MARKERS Section 5.51 Standard Drawing W-9

Payment for water main valve markers will be made at the unit price shown in the Tender Form.

This price shall include supply of materials, excavation, fabrication, painting, installation,

backfilling, and all work incidental thereto. Payment will be in addition to that of 5.70.

5.75 HYDRANT ASSEMBLIES Section 5.52.1, 5.52.2 Standard Drawings W-5

Payment for hydrant assemblies will be made at the unit price shown in the Tender Form as

follows:

a) Hydrant Assemblies

This price shall include supply of materials, installation of the hydrant, hydrant lead,

valve, valve box riser pipe, tie rods, drain rock, and all work incidental thereto. Payment

will be in addition to that of 5.70.

b) Relocating Existing Hydrants

Payment for relocating existing hydrants will be made as per 5.75 a) except work

includes relocating an existing hydrant to the new location as specified on the drawings.

c) Connect to Existing Hydrants

Payment for connecting to existing hydrants will be made as per 5.75 a) except work

includes connecting to an existing hydrant as specified on the drawings.

5.76 HYDRANT ACCESS CROSSING Section 5.52.3 Standard Drawing W-7

Payment for hydrant access crossings will be made at the unit price shown in the Tender Form.

This price shall include all supply of materials, excavation, dewatering, backfill and compaction

and all work incidental thereto. Payment will be in addition to that of 5.70.

5.77 FLUSHOUTS Section 5.53 Standard Drawing W2A - W2B

Flushouts will be paid at the unit price shown in the Tender Form for the specified type of

flushout.

a) For above ground flushouts, this price shall include supply and installation of flushouts in

accordance with the specifications and drawings including all pipes, fittings, valves, valve

boxes, thrust blocking, drain rock, bedding, backfill, cedar post, painting and all work

incidental thereto. Payment for the iron cap or plug will be paid separately under Section

5.71. Payment will be in addition to Section 5.70.

b) For below grade flushouts, this price shall include supply and installation of flushouts in

accordance with the specifications and drawings including all pipes, fittings, valves, valve

boxes, thrust blocking, drain rock, bedding, backfill, concrete barrel, brickwork, frame and

cover, grouting, adjustment to grade, asphalt apron and all work incidental thereto.

Payment for the iron cap or plug will be paid separately under Section 5.71. Payment will

be in addition to Section 5.70.

SECTION 5 - WATER DISTRIBUTION SYSTEM

MEASUREMENT AND PAYMENT

___________________________ Section 5 - Water Distribution System

Page 4 of 5 DATED: 2013

5.78 AIR VALVES AND FITTINGS Section 5.54 Standard Drawing W4

Air valves and fittings will be paid for at the unit price shown in the Tender Form. This price shall

include excavation, supply of materials, piping, pipe saddle, vent piping, gate valve, air valve,

manhole, manhole frame and cover, adjustment to final grade, asphalt apron and all work

incidental thereto. Payment will be in addition to that of 5.70.

5.79 FLOOR DRAIN ASSEMBLIES Section 5.55

Floor drains will be paid at the unit price shown in the Tender Form for the various types of floor

drain assemblies. Payment for the storm service connection will be paid separately under

Section 7 - Storm Sewers.

a) For perimeter drains, price shall include supply and installation of materials including

pipe, fittings, drain rock, filter cloth and all work incidental thereto.

b) For sump pumps, price shall include supply and installation of materials including sump

drainer assembly, piping, fittings, piping to surface discharge, and all work incidental

thereto.

5.80 CONNECTION TO EXISTING MAIN PIPING Section 5.49

Payment for connections to existing piping will be made at the unit price per connection shown in

the Tender Form. This price shall include supply of couplings, materials, and all work incidental

thereto. Payment will be made in addition to that of 5.70.

5.80A CONNECTIONS TO EXISTING SERVICES Section 5.49

Payment for connections to existing services will be made at the unit price per connection shown

in the Tender Form regardless of existing service depth. This price shall include supply of

materials, and all work incidental thereto.

5.81 SERVICE CONNECTION PIPE Section 5.56

Payment for water service connection pipe will be made at the unit price per linear metre shown

in the Tender Form. Measurement will be made horizontally along the centreline of the installed

pipe from the centre of the main pipe to the curb stop. This price shall include supply of

materials, pipe installation, testing, flushing, chlorination, and all work incidental thereto, except

those items for which payment is specified additional to that for water connection pipe.

5.82 CORPORATION STOPS AND SADDLES Section 5.30.7 and 5.56.2 (e)

Payment for corporation stops and saddles will be made at the unit price shown the Tender Form.

This price shall include supply of materials, drilling and tapping the main pipe, installation, and all

work incidental thereto. Payment will be in addition to that of 5.81.

SECTION 5 - WATER DISTRIBUTION SYSTEM

MEASUREMENT AND PAYMENT

___________________________ Section 5 - Water Distribution System

Page 5 of 5 DATED: 2013

5.83 CURB STOPS Section 5.56.3

Payment for curb stops will be made at the unit price shown in the Tender Form. This price shall

include supply of materials, installation of curb stop, and all work incidental thereto. No additional

payments will be made for supply and installation of test points. Payment will be in addition to

that of 5.81.

5.84 METER SERVICE BOXES, BOX EXTENSIONS, AND LIDS Section 5.56.4 (b)

Standard Drawings W-10A and W-10B

Payment for meter service boxes, box extension, and touch read lids will be made at the unit

price shown in the Tender Form. This price shall include supply of materials, installation of

service boxes and all work incidental thereto. Payment will be in addition to that of 5.81.

5.85 TOUCH READ METERS Section 5.57.2

Payment for touch read meters will be made at the unit price shown in the Tender Form. This

price shall include completion of meter cards, supply of materials, installation of meter, touch read

sensor and all work incidental thereto. This pay item includes installing new meters in both

existing and new meter boxes. Payment will be made in addition to that of 5.81.

5.86 METER CHAMBERS (Section 5.58) BOOSTER PUMP STATIONS (Section 5.59) and

PRESSURE REDUCING STATIONS (Section 5.60)

Payment for meter chambers, booster pump stations and pressure reducing stations will be made

at the lump sum price in the Tender Form and shall include supply and installation of valves,

chamber, piping and asphalt apron all as detailed on the drawings and all work and materials

incidental to construction of the station.

SECTION 7 - STORM SEWER SYSTEM

MEASUREMENT AND PAYMENT

___________________________ Section 7 - Storm Sewer System

Eng. Specifications and Standards Page 1 of 5

DATED 2013

MEASUREMENT AND PAYMENT

Pipings and Fittings 7.70

Service Junctions 7.71

Connections to Existing Piping and Appurtenances 7.72

Precast Manholes Sections 7.73

Catchbasins 7.74

Concrete Bases, Frames and Covers 7.75

Drop Structures 7.76

Stubs 7.77

Cleanouts 7.78

Additional Excavation and Backfill 7.79

Storm Sewer Service Connection Piping 7.80

Service Connection Inspection Assembly 7.81

Special Fittings 7.82

Perforated Drains 7.83

Inlet and Outlet Structures 7.84

Rip-Rap 7.85

Drainage Ditch Construction 7.86

Culvert Installation 7.87

Culvert Headwalls 7.88

Manhole and Cleanout Lid Markers 7.89

SECTION 7 - STORM SEWER SYSTEM

MEASUREMENT AND PAYMENT

___________________________ Section 7 - Storm Sewer System

Eng. Specifications and Standards Page 2 of 5

DATED 2013

The Contractor will note that the Tendered Price for all items specified in this section will include but not be

limited to the following: Please refer to Section 4 - Trench Excavation, Bedding and Backfill for further

clarification of these items.

(a) materials

(b) excavation

(c) dewatering

(d) bracing & sheeting

(e) bedding

(f) pipe installation

(g) backfill with native material

(h) video inspection

(i) maintenance

The Contractor will note that payment for surface restoration and asphalt removal is paid in accordance with

Section 4.76.

7.70 PIPING AND FITTINGS Section 7.42 - 7.46

Payment for piping and fittings will be made at the unit price per linear metre shown in the Tender

Form for the various sizes and class of pipe. Measurement will be made horizontally along the

centreline of the installed pipe, including fittings, from centre-to-centre of manholes or to the end of

the pipe, whichever is applicable. This price shall include materials, excavation, dewatering,

bracing and sheeting, bedding, pipe installation, backfill with native material, video inspection and

maintenance, testing as specified, and all work incidental thereto except those items for which

payment is specified additional to that for gravity sewer pipe.

7.71 SERVICE JUNCTIONS Section 7.48

Payment for service junctions installed in the gravity sewers will be made at the unit price shown in

the Tender Form. This price shall include materials, and placement of the wye and plug or cap as

required.

7.72 CONNECTIONS TO EXISTING PIPING AND APPURTENANCES Section 7.47

(a) Payment for connections to existing main piping will be made at the unit price per proposed

pipe size per connection shown in the Tender Form. This price shall include materials and

all work incidental thereto.

(b) Payment for connections to existing service connections will be made at the unit price per

pipe size per connection shown in the Tender Form. This price shall include materials and

all work incidental thereto.

SECTION 7 - STORM SEWER SYSTEM

MEASUREMENT AND PAYMENT

___________________________ Section 7 - Storm Sewer System

Eng. Specifications and Standards Page 3 of 5

DATED 2013

7.73 PRECAST MANHOLE SECTIONS Section 7.51 and 7.55

Payment for manholes will be made at the unit price per vertical metre per diameter of manhole

barrel shown in the Tender Form.

Measurement will be made from the lowest channel invert in the manhole to the bottom of the

manhole cover slab. This price shall include materials, installation, grouting, and all work incidental

thereto except those items for which payment is specified additional to that for manholes.

7.74 CATCHBASINS Section 7.60

Payment for catchbasins will be made at the unit price as shown in the Tender Form for the specified

type of catchbasin. This price shall include materials, installation, brickwork, concrete, grouting,

adjustment to grade, asphalt apron and all work incidental thereto.

7.75 CONCRETE BASES, FRAMES AND COVERS Sections 7.49, 7.50, 7.52, 7.53 and 7.54

Payment for concrete bases or tee manholes, cover slabs, and frames and covers will be made at

the unit price shown in the Tender Form. This price shall include materials, installation, brickwork,

concrete channeling and grouting, adjustment to grade, asphalt apron and all work incidental thereto.

Payment will be in addition to that of 7.73 above.

7.76 DROP STRUCTURES Section 7.56

Payment for drop structures on manholes will be made at the unit price per vertical metre of drop

shown in the Tender Form. Measurement will be made between pipe inverts at the top and bottom

of the drop section. This price shall include materials, installation, concrete and all work incidental

thereto. Payment will be in addition to that of 7.73 above.

7.77 STUBS Section 7.57

Payment for stubs in manholes will be made at the unit price per linear metre for the various sizes of

pipe shown in the Tender Form. This price shall include materials, grouting, installation, cap and all

work incidental thereto. Payment will be in addition to that of 7.73 above.

7.78 CLEANOUTS Section 7.58 Standard Drawing S12 - S13

Payment for cleanouts will be made at the unit price shown in the Tender Form for the specified type

of cleanout. This price shall include excavation, materials, installation, concrete base, concrete

barrel, grouting, brickwork, frame and cover, pipe, fittings, adjustment to grade and all work

incidental thereto.

SECTION 7 - STORM SEWER SYSTEM

MEASUREMENT AND PAYMENT

___________________________ Section 7 - Storm Sewer System

Eng. Specifications and Standards Page 4 of 5

DATED 2013

7.79 ADDITIONAL EXCAVATION AND BACKFILL

Payment will not be made as a separate item for excavation, backfill and work applicable thereto

required at any structure specified in this section. The cost of such work shall be included in the

applicable prices for the various structures shown in the Tender Form.

7.80 STORM SEWER SERVICE CONNECTION PIPING Section 7.61.3

Payment for sewer service connection pipe will be made at the unit price per linear metre shown in

the Tender Form for the various sizes of pipe. Measurement will be made horizontally along the

centreline of the installed pipe from the centre of the gravity sewer main to the terminus of the

service pipe or from the bend fitting in the case of riser service connections.

This price shall include materials, excavation, dewatering, bracing & sheeting, bedding, pipe

installation, backfill with native material, and maintenance, testing as specified, bends, caps and

other fittings, and all work incidental thereto except those items for which payment is specified

additional to that for sewer service connection pipe.

7.81 SERVICE CONNECTION INSPECTION ASSEMBLY Section 7.61.3 (j) Standard Drawing S5

Payment for service connection inspection assemblies will be made at the unit price shown in the

Tender Form. This price shall include installation of pipe, fittings, marker posts, concrete service

box, other materials and all work incidental thereto.

7.82 SPECIAL FITTINGS

Payment for special fittings will be made at the unit price per fitting shown in the Tender Form. This

price shall include materials and placing of the fitting as required. No deduction will be made under

Item 7.70 for the length of fitting.

7.83 PERFORATED DRAINS Section 7.67

Payment for perforated drains will be made at the unit price per linear metre shown in the Tender

Form for various sizes and classes of pipe. Measurement will be made horizontally along the

centreline of the installed pipe. This price shall include materials, excavation, dewatering, bracing &

sheeting, bedding, pipe installation, backfill with drain rock, surround with specified filter fabric, video

inspection and maintenance, and all work incidental thereto.

7.84 INLET AND OUTLET STRUCTURES Section 7.68

Payment for inlet and outlet structures and energy dissipator structures will be made at the unit price

shown in the Tender Form for the various individual structures. This price shall include all concrete,

guard rails, trash racks, grating, other materials, installation and all work incidental thereto.

SECTION 7 - STORM SEWER SYSTEM

MEASUREMENT AND PAYMENT

___________________________ Section 7 - Storm Sewer System

Eng. Specifications and Standards Page 5 of 5

DATED 2013

7.85 RIP-RAP Section 7.69

Payment for rip-rap will be made at the unit price per class per cubic metre as shown in the Tender

Form. This price shall include materials, installation and all work incidental thereto.

7.86 DRAINAGE DITCH CONSTRUCTION Section 7.64

Except in rock, payment for excavation of drainage ditches will be made at the unit price per linear

metre shown in the Tender Form. This price shall include excavating material, placing and

compacting as earth fill or rock fill, disposal of surplus material and all work incidental thereto.

Payment for rock excavation will be made by the method shown in the Tender Form - Sec. 4.71.

7.87 CULVERT INSTALLATION Section 7.65

Payment for culverts will be made at the unit price per linear metre shown in the Tender Form for the

various sizes of culverts. Measurement will be made horizontally along the centreline of the installed

pipe. This price shall include materials, excavation, bedding, pipe installation, backfilling and all work

incidental thereto.

7.88 CULVERT HEADWALLS Section 7.66

Payment for culvert headwalls will be made at the unit price per headwall as shown in the Tender

Form. This price shall include materials, preparation and placing of the headwall and all work

incidental thereto.

7.89 MANHOLE AND CLEANOUT LID MARKERS Section 7.37 Standard Drawing S14

Payment for manhole and cleanout lid markers will be made at the unit price shown in the Tender

Form. This price shall include supply of materials, excavation, fabrication, painting, installation,

backfilling and all work incidental thereto. Payment will be in addition to that of 7.73 and 7.78 above.

SECTION 8 - CURBS AND SIDEWALKS

MEASUREMENT AND PAYMENT

_________________________ Section 8 - Curbs & Sidewalks

Eng. Specifications and Standards Page 1 of 3

DATED: 2013

MEASUREMENT AND PAYMENT

Curbs 8.70

Sidewalks, Miscellaneous Sidewalks and Crossings 8.71

Cutting and Removal of Existing Asphaltic and Concrete Sidewalk Pavement 8.72

Cutting and Removal of Existing Concrete Curb or Curb and Gutter 8.73

Catch Basins and Manholes 8.74

Handrails, Bollards and Barriers 8.75

Stairways 8.76

SECTION 8 - CURBS AND SIDEWALKS

MEASUREMENT AND PAYMENT

_________________________ Section 8 - Curbs & Sidewalks

Eng. Specifications and Standards Page 2 of 3

DATED: 2013

8.70 CURBS Section 8.20 (a)

Payment for curbs will be made at the unit price per linear metre per curb type shown in the

Tender Form. Linear measurement will be made along the centreline of the curbs. This price

shall include materials, base preparation, forming, jointing, reinforcing, finishing, curing, curb

and all work incidental to the completed installation. Payment for granular base materials will

be made at the unit price per material type shown in the Tender Form.

8.71 SIDEWALKS, MISCELLANEOUS SIDEWALKS AND CROSSINGS Section 8.20 (b), 8.56

Payment for sidewalks and crossings will be made at the unit price per square metre shown in

the Tender Form. The price shall include materials, base preparation and all work incidental to

the completed installation. Payment for import fill, excavation, subgrade preparation, granular

sub-base and granular base materials will be made at the unit price for material type shown in

Section 9 of the Tender Form.

8.72 CUTTING AND REMOVAL OF EXISTING ASPHALTIC AND CONCRETE SIDEWALK

PAVEMENT Section 8.42

(a) Payment for cutting of existing asphaltic and concrete sidewalk pavement will be made

at the unit price per linear metre of sidewalk cut, regardless of thickness, shown in the

Tender Form.

(b) Payment for removal of existing asphaltic and concrete sidewalk pavement will be

made at the unit price per square metre of pavement and sidewalk removed, regardless

of thickness, shown in the Tender Form. This price shall include loading, hauling, and

disposal of all unwanted material.

8.73 CUTTING AND REMOVAL OF EXISTING CONCRETE CURB OR CURB AND GUTTER

Section 8.42

Payment for cutting and removal of existing concrete curb or curb and gutter will be made at the

unit price per lineal metre of curb or curb and gutter removed, regardless of thickness,

measured along the curb face as shown in the Tender Form.

This price shall include cutting, loading, hauling and disposal of all unwanted material.

8.74 CATCH BASINS AND MANHOLES Section 8.58

Payment for adjusting frames on existing catch basins, manholes, and other structures will be

made at the unit price per item shown in the Tender Form. No additional payment will be made

for adjusting catchbasins, manholes, and other structures installed in this contract.

SECTION 8 - CURBS AND SIDEWALKS

MEASUREMENT AND PAYMENT

_________________________ Section 8 - Curbs & Sidewalks

Eng. Specifications and Standards Page 3 of 3

DATED: 2013

8.75 HANDRAILS, BOLLARDS AND BARRIERS Section 8.62 Drawing Nos. CS-11, CS-12, CS-14, CS-15, CS-17, CS-18, CS-19

Payment for handrails, bollards and barriers will be made at the unit price shown in the Tender Form. This price shall include all labour, equipment, materials, for the supply, installation and all work incidental thereto.

8.76 STAIRWAYS Section 8.12 Drawing CS-16

Payment for stairways will be made at the unit price shown in the Tender Form. The price shall include materials, base preparation and all work incidental to the completed installation. Payment for import fill, excavation, subgrade preparation, and granular base materials will be made at the unit price for material type shown in Section 9 of the Tender Form.

SECTION 9 - STREETS

MEASUREMENT AND PAYMENT

__________________________ Section 9 - Street

Eng. Specification and Standards Page 1 of 4

DATED: 2013

MEASUREMENT AND PAYMENT

Stripping and Common Excavation 9.70

Rock Excavation 9.71

Authorized Overexcavation 9.72

Imported Earth Fill 9.73

Imported Granular Fill 9.74

Sub-Grade Preparation 9.75

Sub-Base 9.76

Base Course 9.77

Borrow Pits, Crushing and Stockpiling 9.78

Ditches (N/A) 9.79

Street Name and Traffic Signs 9.80 Street Markings 9.81

SECTION 9 - STREETS

MEASUREMENT AND PAYMENT

__________________________ Section 9 - Street

Eng. Specification and Standards Page 2 of 4

DATED: 2013

9.70 STRIPPING AND COMMON EXCAVATION Section 9.44 and 9.45

Payment for stripping and common excavation will be made at the unit price per cubic metre shown

in the Tender Form. Excavated volume will be computed as the difference between the original

cross sections and the subgrade cross section using the average end area method. Cross sections

will be taken every 20 m along the centreline, or at such lesser interval as the Engineer may deem

necessary. This price shall include excavating material, placing and compacting as earth fill or rock

fill, disposal of surplus material and all work incidental thereto.

9.71 ROCK EXCAVATION Section 9.46

Payment for rock excavation will be made as shown in the Tender Form.

a) By Volume Measurement: Payment will be made for excavation of single boulders exceeding one metre in volume. Where solid rock is excavated, the volume of rock for payment will be calculated on the basis of the average end area method measured at 5 metre intervals along the grade to the design subgrade. This price shall include excavation, disposal of unsuitable material and grading of subgrade. No additional payment will be made for backfill material required to achieve subgrade elevations due to overbreak.

b) By Hourly Rates: Rates for personnel and equipment will be as listed in the Tender Form

for force account work. The Contractor shall schedule the work in such a manner that it will not interfere substantially with progress of other work. No allowance will be made for standby time.

9.72 AUTHORIZED OVEREXCAVATION Section 9.47

Payment for authorized over-excavation and placement of import material will be made:

(a) At the applicable unit rates for common excavation and import materials, as shown on the

Tender Form, when the authorized over-excavation occurs in conjunction with the

Contractor’s common excavation operation.

(b) At the unit price per tonne of import material placed, as shown in the Tender Form for

authorized over-excavation, when the authorized over-excavation occurs independent of the

Contractor’s common excavation operation. This price shall include over-excavation,

disposal of unsuitable material, supply and placement and compaction of specified imported

material, and all work incidental thereto.

Payment for this work will only be made when, in the opinion of the Engineer, it is necessitated by

the natural existence of unsatisfactory soil conditions. No payment will be made for unauthorized

over-excavation which has resulted from acts, neglects or delays of the Contractor.

SECTION 9 - STREETS

MEASUREMENT AND PAYMENT

__________________________ Section 9 - Street

Eng. Specification and Standards Page 3 of 4

DATED: 2013

9.73 IMPORTED EARTH FILL Section 9.27A

Payment for imported earth fill will be made at the unit price per cubic metre or tonne shown in the

Tender Form. This price shall include borrow pit development and restoration, materials,

excavation, hauling, placing and compacting as earth fill, disposal of surplus or unsuitable material

from the borrow pit and all work incidental thereto. Payment by cubic metre will be based on the

volume used on the construction between the existing ground after stripping of topsoil and

unsuitable material and the final cross sections of the fill area. Cross sections of the fill area will be

taken every 15 metres or at such lesser interval as the Engineer may deem necessary.

9.74 IMPORTED GRANULAR FILL See Section 9.28A

Payment for import granular fill will be made at the unit price per tonne as shown in the Tender

Form. This price shall include supply, placement and compaction, and all work incidental thereto.

Payment by weight will be based on weigh certificates for material actually incorporated into the

work unless otherwise approved by Engineer.

9.75 SUBGRADE PREPARATION Section 9.50

Payment for the subgrade preparation will be made at the unit price per square metre shown in the

Tender Form. The area will be computed using the nominal design width of the finished subgrade

and the length measured horizontally along the centreline of the finished roadway, with due

allowance made for increased areas at intersections. This price shall include scarifying, windrowing,

watering and dewatering, shaping, compacting, proof rolling and all work incidental thereto.

Payment will not be made in areas where an earth or rock fill in excess of 150 mm has been placed.

No additional payment will be made for reworking the subgrade because of damage from weather

conditions.

9.76 SUBBASE Section 9.54

Payment for subbase will be made at the unit price per tonne shown in the Tender Form. This price

shall include materials, materials handling, placing, watering, shaping, compacting, and all work

incidental thereto. Payment by weight will be based on weigh certificates for material actually

incorporated into the work unless otherwise approved by Engineer

9.77 BASE COURSE Section 9.54

Payment for base course will be made at the unit price per tonne shown in the Tender Form. This

price shall include materials, materials handling, placing, watering, shaping, compacting, and all

work incidental thereto. Payment by weight will be based on weigh certificates for material actually

incorporated into the work unless otherwise approved by Engineer.

SECTION 9 - STREETS

MEASUREMENT AND PAYMENT

__________________________ Section 9 - Street

Eng. Specification and Standards Page 4 of 4

DATED: 2013

9.78 BORROW PITS, CRUSHING AND STOCKPILING Section 9.40 and 9.41

No payment will be made for acquisition, royalties, clearing and grubbing, stripping, access, crushing

or any other costs incurred in developing or operating borrow pits. Related costs for acquisition,

handling and stockpiling of borrow material shall be included in the applicable tendered prices.

9.79 DITCHES N/A

No separate payment will be made for excavation of drainage ditches unless otherwise shown in the

Tender Form. Material excavated will be classified as common excavation, except in rock, and

payment made in accordance with 9.70 except rock payment shall be made in accordance with 9.71.

9.80 STREET NAME AND TRAFFIC SIGNS Section 9.61

Payment for street name and traffic signs will be made at the unit price per sign shown in the Tender

Form for the various signs. This price shall include all materials, erection of the sign post and sign

and all work incidental thereto.

9.81 STREET MARKINGS Section 9.62

Payment for street markings will be made as a lump sum as shown in the Tender Form. These

prices will include all materials, premarking, preparation, application and all work incidental thereto.

SECTION 12 - ASPHALTIC CONCRETE PAVING

MEASUREMENT AND PAYMENT

__________________________ Section 12 - Asphaltic Concrete Paving

Eng. Specification and Standards Page 1 of 2

DATED: 2013

MEASUREMENT AND PAYMENT

Cutting of Existing Asphaltic Concrete Pavement 12.70

Removal of Existing Pavement 12.71

Adjustment of Services 12.72

Tack Coat 12.73

Asphaltic Concrete 12.74

SECTION 12 - ASPHALTIC CONCRETE PAVING

MEASUREMENT AND PAYMENT

__________________________ Section 12 - Asphaltic Concrete Paving

Eng. Specification and Standards Page 2 of 2

DATED: 2013

12.70 CUTTING OF EXISTING ASPHALTIC CONCRETE PAVEMENT Section 12.42

Payment for cutting of existing asphaltic concrete pavement will be made at the unit price per

linear metre of cut shown in the Tender Form, regardless of pavement thickness. This price

shall include cutting and all work incidental thereto.

No payment will be made for cutting of existing pavement except where a neat vertical edge is

required for paving operations. No payment will be made where cutting has been necessitated

by the Contractor's operations.

12.71 REMOVAL OF EXISTING PAVEMENT Section 12.42

Payment for removal of existing pavement as specified in the Tender Form will be made at the

unit price per square metre shown in the Tender Form for pavement removed, regardless of

thickness. Payment will be based on the measured area of the pavement designated for

removal. (This price shall include ripping, grinding, loading, hauling, disposal and all work

incidental to the removal of asphaltic concrete pavement.)

No payment will be made where removal of existing asphaltic concrete pavement is included in

common excavation or has been necessitated by the Contractor's operations.

12.72 ADJUSTMENT OF SERVICES Section 12.43

Payment for the adjustment of existing manholes, catchbasins, valve boxes and other structures

within the area to be paved will be made at the unit prices shown in the Tender Form. These

prices shall include materials and all work incidental thereto.

12.73 TACK COAT Section 12.45

Payment for tack coat will be made at the unit price per square metre shown in the Tender Form.

Payment will be based on the measured area of the tack coated surface. This price shall include

material, spraying, and all work incidental thereto.

12.74 ASPHALTIC CONCRETE Section 12.46 - 12.50

Payment for asphaltic concrete pavement will be at the unit price per tonne or square metre

shown in the Tender Form. Payment by weight will be based on weighing certificates for mix

actually incorporated into the work. Payment by square metre will be based on the actual area

of asphaltic concrete pavement laid. The price by weight or square metre shall include final

base preparation, supply of aggregate and asphaltic cement, mixing, weighing, transporting,

placing, compacting and all other work incidental thereto.

Prime Contractor

Preconstruction Meeting Form APPENDIX “B”

Date: Meeting Location: Firm Name: Contract #: Prime Contractor: Prime Contractor’s Superintendent: City’s Contract Representative: AGREEMENT The Prime Contractor:

Acknowledges appointment as Prime Contractor defined by WorkSafe BC OH&S Regulations Sections 20.2 and 20.3, and in the Workers’ Compensation Act, Sections 118 Clauses 1 and 2.

Understands the Owners duties as defined in the Workers’ Compensation Act, Section 119. Understands for any discrepancy establishing health and safety protocol, WorkSafe BC OH&S

Regulation and/or the Workers’ Compensation Act (Part 3) shall prevail. Acknowledges being informed of any known workplace hazards by the owner or owner’s

delegate, by signing attached “Existing Known Hazard Assessment” form. Shall communicate known hazards to any persons who may be affected and ensure

appropriate measures are taken to effectively control or eliminate the hazards. Shall ensure all workers are suitably trained and qualified to perform the duties for which they

have been assigned. Shall ensure or coordinate first aid equipment and services as required by WorkSafe BC OH&S

Regulation. Shall coordinate the occupational health and safety activities for the project. Assumes responsibility for the health and safety of all workers and for ensuring compliance by

all workers with the Workers Compensation Act (Part 3) and WorkSafe BC OH&S Regulation. Understands any WorkSafe BC violation by the Prime Contractor may be considered a breach

of contract resulting in possible termination or suspension of the contract and/or any other actions deemed appropriate at the discretion of the City.

Understands any penalties, sanctions or additional costs levied against the Prime Contractor will be the responsibility of the Prime Contractor.

Confirms the Prime contractor’s safework procedures and risk assessments were prepared by, or approved by a Qualified Person as defined by WorkSafe BC OH&S Regulations.

Accepts the following required documents shall be maintained and made available upon request from the City and/or WorkSafe BC Prevention officer at the workplace.

The documents required to be maintained and available by the Prime Contractor will include, but not be limited to:

All notices which the Prime Contractor is required to provide to WorkSafe BC as per

WorkSafe BC OH&S Regulation. Any written summaries of remedial action taken to reduce occupational health and safety

hazards within the area of responsibility. All directives and inspection reports issued by WorkSafe BC. Records of any incidents and accidents occurring within the Prime Contractor’s area of

responsibility. Completed accident investigations for any incidents and accidents occurring within the

Prime Contractor’s area of responsibility.

On a construction workplace, these additional documents are required to be maintained and available by the Prime Contractor: • Records of all orientation and regular safety meetings held between contractors and their

workers, including topics discussed, worker names and companies in attendance. • Written evidence of regular inspections within the workplace. • Occupational first aid records. • Worker training records. • Current list of the name of a qualified person designated to be responsible for each

subcontractor (employer’s) site health and safety activities. • Diagram of the emergency route to the hospital.

The following information must be provided to the City Contract Representative:

WorkSafe BC Notice of Project WorkSafe BC Clearance Letter Prime Contractor’s OH&S Safety Program Prime Contractor’s OH&S Safety Program Document

First Aid Attendants:

Safety Supervisor:

Location of First Aid Station:

Signature of Prime Contractor: Signature of City Contract

Representative:

EXISTING KNOWN HAZARD ASSESSMENT Discussion between the Prime Contractor and the City Contract Representative Date: Meeting Location: Prime Contractor: Prime Contractor Representative: • City Contract Representative to make the Prime Contractor aware of any known extraordinary

pre-existing hazards peculiar to the contract. • It is recognized the known pre-existing hazards identified may not be a comprehensive list and

due caution is always required. • Use additional pages if necessary.

Identified Extraordinary Hazards Action required to eliminate or control hazards and ensure worker safety

Comment:

Comment:

Comment:

Prime Contractor Representative (signature) City Contract Representative (signature) Prime Contractor Representative (printed) City Contract Representative (printed)

-1-

Prime Contractor General Information Form

APPENDIX “A”

This document does not replace the Workers Compensation Act or OH&S Regulations

Sections 118 of the Workers Compensation Act: “multiple employer workplace” means a workplace where workers of 2 or more employers are working at the same time. Note:

• Workers of one employer do not necessarily have to come in contact with workers of the other • They do not have to be in the same place at the same time • Workers’ activities could affect the health and safety of another employer’s workers. This is true

even if the workers at the workplace are workers of the owner or contractor. “prime contractor” means, in relation to a multiple-employer workplace,

(a) the directing contractor, employer or other person who enters into a written agreement with the owner of that workplace to be the prime contractor for the purposes of this Part, or

(b) if there is no agreement referred to in paragraph (a), the owner of the workplace. The prime contractor of a multiple employer workplace must

• Ensure that the activities of all employers, workers (including the owners), and other persons at the workplace relating to occupational health and safety are coordinated and

• Do everything that is reasonably practicable to establish and maintain a system or process that will ensure compliance with the WC Act and the Regulation in respect of the workplace

Each employer of workers at a multiple employer workplace must give to the prime contractor the name of the person the employer has designated to supervise the employer’s workers at that workplace. For the sake of clarity, the following apply in determining whether there is a “multiple-employer” workplace:

• Two or more adjacent workplaces do not constitute a “multiple-employer workplace”, even though the activities at one place might affect the health and safety of workers at an adjacent workplace.

• In contrast, the workplace will generally be a “multiple-employer” workplace in the following situations:

-Workers of different employers are present at the same time working on the different projects; or -Workers of different employers are present at the same time working on the same project.

In either case the workplace would be considered a “multiple-employer” worksite.

-2-

Prime Contractor General Information Form

Page 2 of 3

• In determining whether “workers of 2 or more employers are working at the same time”, the phrase “at the same time” will be given such fair, large and liberal construction as may best attain the objectives of section 118. “At the same time” does not mean that, at any precise point in time, there are workers of 2 or more employers present in the workplace. Rather, it means that, over an appropriate interval, there are workers of 2 or more employers present in the workplace, whether or not the 2 or more groups of workers are actually present together in the workplace at any precise point in time at all. The duration of the interval of time to be considered will depend upon the circumstances of the individual workplace.

• Whether the workers of the one employer come into actual contact with the workers of the other employer does not generally affect the determination of whether the workplace is a “multiple-employer workplace”. An employer, the employer’s workers and their activities could well affect the health and safety of another employer’s workers who come into the workplace later in the day or on another day, even though there may be no actual contact between the two groups of workers. However, the degree to which the activities of the first employer and its workers affect the health and safety of the second employer’s workers will generally affect the determination of the responsibilities of the prime contractor and of the two employers under Part 3 and the regulations

• Virtually all workplaces will be visited by workers of other employers. For

example, workers may deliver or pick up mail, goods or materials or enter to inspect the premises. Short term visits of this type, even if regular, do not make the workplace a “multiple-employer workplace” for purposes of section 118(1).

The written agreement referred to in section 118(1) of the Act must be made available within a reasonable time if requested by a Board officer. There can be only one "prime contractor" at a workplace at any point in time. If an owner enters into more than one agreement purporting to create a "prime contractor" for the same period of time, the owner is considered to be the prime contractor.

-3-

Prime Contractor General Information Form

Page 3 of 3 Section 119 of the Workers Compensation Act: Every owner of a workplace must

(a) provide and maintain the owner's land and premises that are being used

as a workplace in a manner that ensures the health and safety of persons at

or near the workplace,

(b) give to the employer or prime contractor at the workplace the information

known to the owner that is necessary to identify and eliminate or control

hazards to the health or safety of persons at the workplace, and

(c) comply with this Part, the regulations and any applicable orders. Prime Contractor Qualified Coordinator OH&S Regulations 20.3: If a work location has overlapping or adjoining work activities of 2 or more employers that create a hazard to workers, and the combined workforce at the workplace is more than 5,

(a) the owner, or if the owner engages another person to be the prime contractor, then that person must

(i) appoint a qualified coordinator for the purpose of ensuring the coordination of health and safety activities for the location, and

(ii) provide up-to-date information as specified in subsection (4), readily available on site, and

(b) each employer must give the coordinator appointed under paragraph (a)(i) the name of a qualified person designated to be responsible for that employer's site health and safety activities.

(3) The duties of the qualified coordinator appointed under paragraph (2)(a)(i) include

(a) informing employers and workers of the hazards created, and

(b) ensuring that the hazards are addressed throughout the duration of the work activities.

(4) The information required by subsection (2)(a)(ii) includes

(a) the name of the qualified coordinator appointed under subsection (2)(a)(i),

(b) a site drawing, which must be posted, showing project layout, first aid location, emergency transportation provisions, and the evacuation marshalling station, and

(c) a set of construction procedures designed to protect the health and safety of workers at the workplace, developed in accordance with the requirements of this Regulation.

APPENDIX C

RECEIPT CONFIRMATION FORM

Request for Tender No. 1819

2016 Sidewalk and Traffic Circle Project

Closing date and time: 3:00 PM, Pacific Time, October 13, 2016

As receipt of this document, and to receive any addendums regarding this Request for Tender

please return this form to:

PURCHASING DEPARTMENT City of Nanaimo

2020 Labieux Road, Nanaimo, BC, V2T 4M7 Fax: 250.756.5327

Email: [email protected]

COMPANY NAME: ________________________________________________

STREET ADDRESS: _______________________________________________

CITY/PROVINCE: _________________________________________________

POSTAL CODE: __________________________________________________

PHONE NUMBER: ________________________________________________

FAX NUMBER: ___________________________________________________

CONTACT PERSON: ______________________________________________

EMAIL ADDRESS: ________________________________________________

SIGNATURE: ___________________________________________________________

APPENDIX C

RECEIPT CONFIRMATION FORM

Request for Tender No. 1819

2016 Sidewalk and Traffic Circle Project

Closing date and time: 3:00 PM, Pacific Time, October 13, 2016

As receipt of this document, and to receive any addendums regarding this Request for Tender

please return this form to:

PURCHASING DEPARTMENT City of Nanaimo

2020 Labieux Road, Nanaimo, BC, V2T 4M7 Fax: 250.756.5327

Email: [email protected]

COMPANY NAME: ________________________________________________

STREET ADDRESS: _______________________________________________

CITY/PROVINCE: _________________________________________________

POSTAL CODE: __________________________________________________

PHONE NUMBER: ________________________________________________

FAX NUMBER: ___________________________________________________

CONTACT PERSON: ______________________________________________

EMAIL ADDRESS: ________________________________________________

SIGNATURE: ___________________________________________________________

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORMVANCOUVER AND TOWNSITE

SCHEDULE OF QUANTITIES AND PRICES

Page 1 of 7 Tenderer's Initials _________

Item Description Est.Qty. Units Unit Price Total

Section 2 General Conditions

2.1 Location of Works - Project Layout (2.1) (not to exceed 5% of the total contract price) 1 lump sum

Total Section 2

Section 3 General Requirements

3.1 Locate Existing Structures (Section 3.70)a) Catch Basin Lead Tie-In Location 2 ea.

3.2 Control of Traffic (Section of 3.73) 1 lump sum

3.3 Removal of Existing Structures (Section 3.75)a) Existing Catch Basin 2 ea.b) Existing Catch Basin Lead 5 m

Total Section 3

Section 4 Trench Excavation, Bedding and Backfill

4.1 Import Granular Fill (trench backfill) (Section 4.73) 25 t

4.2 Surface Restoration (Section 4.76)a) 75mm Asphalt 5 m2

Total Section 4

Section 7 Storm Sewer System

7.1 Piping 200mm PVC SDR-35 (Section 7.70) 10 m

7.2 Connect to Existing Piping (Section 7.72)a) 200mm PVC x 200mm Conc 1 ea.b) 200mm PVC & 150mm Conc 1 ea.

7.3 Catch Basins (Section 7.74)a) ST-1 Type 1 2 ea.

7.4 Service Connection Inspection Assembly (Section 7.81)a) 150mm Storm 1 ea.b) 150mm Sanitary 1 ea.

Total Section 7

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORMVANCOUVER AND TOWNSITE

SCHEDULE OF QUANTITIES AND PRICES

Page 2 of 7 Tenderer's Initials _________

Item Description Est.Qty. Units Unit Price Total

Section 8 Curbs, Sidewalks and Walkways

8.1 Curbs (Section 8.70)a) CS-2 60 m

8.2 Sidewalk (Section 8.71)a) 100mm Thick Concrete 65 m2

b) Bus Ramp Sidewalk c/w welded wire mesh as per detailon DWG #21570 35 m2

8.3 Cutting and Removal of Existing Sidewalk (Section 8.72)a) Cutting - concrete 5 mb) Removal - concrete 45 m2

Total Section 8

Section 9 Streets, Traffic Signs and Markings

9.1 Stripping and Common Excavation (assume 0.3m depth) (Section 9.70) 30 m3

9.2 Subgrade Preparation (Section 9.75) 100 m2

9.3 Base Course (Section 9.77) 70 t

Total Section 9

Section 12 Asphaltic Concrete Paving

12.1 Cutting of Existing Asphalt (Section 12.70) 74 m

12.2 Removal of Existing Asphal(Section 12.71) 110 m2

Total Section 12

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORMVANCOUVER AND TOWNSITE

SCHEDULE OF QUANTITIES AND PRICES

Page 3 of 7 Tenderer's Initials _________

Item Description Est.Qty. Units Unit Price Total

TOTAL SECTION 2 $

TOTAL SECTION 3 $

TOTAL SECTION 4 $

TOTAL SECTION 7 $

TOTAL SECTION 8 $

TOTAL SECTION 9 $

TOTAL SECTION 12 $

SUB-TOTAL $

GST $

TOTAL - VANCOUVER AND TOWNSITE $

Name of Company

Signature of Signing Officer

Date

SUMMARY - Vancouver Ave. and Townsite Road

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORMJINGLE POT, SECOND, AND WENTWORTH SCHEDULE OF QUANTITIES AND PRICES

Page 4 of 7 Tenderer's Initials _________

Item Description Est.Qty. Units Unit Price Total

Section 2 General Conditions

2.1 Location of Works - Project Layout (Section 2.1)(not to exceed 5% of the total contract price) 1 lump sum

Total Section 2

Section 3 General Requirements

3.1 Location of Existing Structures (Section 3.70)a) City Fiber Optic 2 ea

3.2 Clearing and Grubbing 0+930 to 0+970 (Section 3.71) 1 lump sum

3.3 Control of Public Traffic(Section 3.73) 1 lump sum

3.4 Removal of Existing Structures (Section 3.75)a) Stop Signs 4 ea.

3.5 Relocate Existing Sign per City Standard Dwg. R-S1 2 ea

Total Section 3

Section 5 Water Distribution System

5.1 Relocate Existing Hydrant and Extend Lead (Section 5.75) 1 ea

Total Section 5

Section 8 Curbs, Sidewalks and Walkways

8.1 Curbs (Section 8.70)a) CS-4A 150 m

8.2 Sidewalk (Section 8.71)a) 100mm Thick Concrete 70 m2

b) 50mm Asphalt 300 m2

c) 150mm Thick Concrete 20 m2

d) Concrete Apron as per detailon DWG # 21527 48 m2

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORMJINGLE POT, SECOND, AND WENTWORTH SCHEDULE OF QUANTITIES AND PRICES

Page 5 of 7 Tenderer's Initials _________

Item Description Est.Qty. Units Unit Price Total

8.3 Cutting and Removal of Existing Asphalt and Concrete(Section 8.72)

a) Cutting Asphalt 90 mb) Cutting Conrete 10 mc) Remove Asphalt 185 m2

d) Remove Concrete 15 m2

8.4 Cutting and Removal of Existing Curb and Gutter(Section 8.73)

a) Concrete 110 m

8.5 Handrails (Section 8.75)a) ST-12 Black Powder Coated

Without Chainlink 37 m

8.6 Catch Basins and Manholes (Section 8.58)a) Raise Manholes 2 ea.b) Raise Monument Casting 1 ea.

Total Section 8

Section 9 Streets, Traffic Signs and Markings

9.1 Stripping and Common Excavation (Section 9.70) 175 m3

9.2 Imported Granular Fill (Section 9.74)a) MOTI Bridge End Fill 400 t

9.3 Subgrade Preparation (Section 9.75) 430 m2

9.4 Base Course (Section 9.77) 375 t

Total Section 9

Section 12 Asphaltic Concrete Paving

12.1 Asphalt (Section 12.74)a) 50mm 30 m2

b) 75mm 20 m2

Total Section 12

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORMJINGLE POT, SECOND, AND WENTWORTH SCHEDULE OF QUANTITIES AND PRICES

Page 6 of 7 Tenderer's Initials _________

Item Description Est.Qty. Units Unit Price Total

TOTAL SECTION 2 $

TOTAL SECTION 3 $

TOTAL SECTION 5 $

TOTAL SECTION 8 $

TOTAL SECTION 9 $

TOTAL SECTION 12 $

SUB-TOTAL $

GST $

TOTAL - JINGLE POT, SECOND, AND WENTWORTH $

Name of Company

Signature of Signing Officer

Date

SUMMARY - Jingle Pot Road, Second Street, and Wentworth Street

TENDER 1819 - 2016 SIDEWALK AND TRAFFIC CIRCLE TENDER FORM

SCHEDULE OF QUANTITIES AND PRICES

Page 7 of 7 Tenderer's Initials _________

TOTAL - VANCOUVER AND TOWNSITE $

TOTAL - JINGLE POT, SECOND, AND WENTWORTH $

TOTAL CONTRACT $

Name of Company

Signature of Signing Officer

Date

SUMMARY - TENDER 1819

NTS

LOCATION PLAN

KEY PLAN

1:1250

GENERAL NOTES:

1. ALL CONSTRUCTION TO BE IN ACCORDANCE WITH CITY OF NANAIMO ENGINEERING

STANDARDS AND SPECIFICATIONS.

2. ALL LOCATIONS AND ELEVATIONS OF EXISTING UTILITIES SHOWN ARE APPROXIMATE ONLY

AND SHOULD BE CONFIRMED BY USE OF A PIPE LOCATOR AND MANUAL DIGGING. ALL OR ANY

STRUCTURES NOT NECESSARILY SHOWN.

3. COORDINATES ARE GROUND LEVEL (UTM NAD 83 WITH COMBINED SCALE FACTOR OF

1/0.99965) AND ALL ELEVATIONS ARE TO GEODETIC DATUM.

4. LOCATION OF SERVICE CONNECTIONS TO BE DETERMINED ON SITE UNLESS SHOWN

OTHERWISE.

5. ANY ALTERNATIVES TO SPECIFIED MATERIALS OR APPURTENANCES TO BE APPROVED BY

THE CITY ENGINEER PRIOR TO CONSTRUCTION.

6. THE LOCATIONS OF EXISTING SERVICES ARE APPROXIMATE AND SHALL BE CONFIRMED IN

THE FIELD BY THE CONTRACTOR PRIOR TO CONSTRUCTION. EXISTING AND PROPOSED

SERVICES MAY REQUIRE ADJUSTMENT WHERE A CONFLICT OCCURS. THE ENGINEER SHALL

BE NOTIFIED OF ANY CONFLICT.

7. TRENCHING DETAIL TO CON STANDARD DWG T-1. TRAVELED AREA BACKFILL TO BE IMPORTED

GRANULAR MATERIAL COMPACTED TO MINIMUM 95% MODIFIED PROCTOR.

8. ASPHALT RESTORATION TO CON STD DWG T-4 PERMANENT RESTORATION.

9. ALL SURFACES TO BE RESTORED TO EXISTING CONDITION OR BETTER.

CON. DWG. No. 21566

Eng File No. 5220.01.C1431

SHEET No. DRAWING No. PROJECT TITLE

01 21566 PEDESTRIAN AND BICYCLE IMPROVEMENTS COVER SHEET

HOLLY AVENUE AND TOWNSITE ROAD - E&N TO STEWART KEYPLAN, LOCATION PLAN

02 21567 PEDESTRIAN AND BICYCLE IMPROVEMENTS CURB EXTENSION, TRAFFIC SIGNS AND STREET MARKINGS

HOLLY AVENUE AND TOWNSITE ROAD - E&N TO STEWART HOLLY AVENUE

ROSEHILL TO TOWNSITE

03 21568 PEDESTRIAN AND BICYCLE IMPROVEMENTS CURB EXTENSION, TRAFFIC SIGNS AND STREET MARKINGS

HOLLY AVENUE AND TOWNSITE ROAD - E&N TO STEWART TOWNSITE ROAD

E&N TO TERMINAL

04 21569 PEDESTRIAN AND BICYCLE IMPROVEMENTS CURB EXTENSION, TRAFFIC SIGNS AND STREET MARKINGS

HOLLY AVENUE AND TOWNSITE ROAD - E&N TO STEWART TOWNSITE ROAD

TERMINAL TO STEWART

05 21570 PEDESTRIAN AND BICYCLE IMPROVEMENTS DETAILS

HOLLY AVENUE AND TOWNSITE ROAD - E&N TO STEWART

Millstone A

ve

Rosehill St

Holly A

ve

E&

N R

ailw

ay

Caledonia A

ve

R

o

s

e

h

ill S

t

V

a

n

c

o

u

v

e

r

A

v

e

S

te

w

a

r

t A

v

e

N

e

w

c

a

s

tle

A

v

e

Bradley St

Pythian St

Pythian Ln

Wall S

t

Park St

M

t B

e

n

s

o

n

S

t

B

r

y

d

e

n

S

t

Thistle St

B

a

r

s

b

y

A

v

e

M

i

l

l

S

t

T

e

r

m

i

n

a

l

A

v

e

N

o

r

t

h

D

a

w

e

s

S

t

T

r

a

n

s

C

a

n

a

d

a

H

ig

h

w

a

y

Millstone A

ve

Harding A

ve

Cypress St

T

e

r

m

in

a

l A

v

e

N

o

r

th

S

te

w

a

r

t A

v

e

B

lu

e

G

ir

l W

a

y

Northum

berland A

ve

Churchill A

ve

Arbutus A

ve

Eberts St

Aldorann A

ve

Townsite Rd

T

o

w

n

s

ite

R

d

PEDESTRIAN AND BICYCLE IMPROVEMENTSHOLLY AVENUE AND TOWNSITE ROAD - E&N TO STEWART

PROJECT

LOCATION

HO

LLY

A

VE

TOWNSITE RD

E&

N R

AILW

AY

ROSEHILL ST

LANE

AR

BU

TU

S A

VE

ALD

OR

AN

N A

VE

LA

NE

T

E

R

M

IN

A

L

A

V

E

T

O

W

N

S

IT

E

R

D

V

A

N

C

O

U

V

E

R

A

V

E

S

T

E

W

A

R

T

A

V

E

SH

T 02

S

H

T

0

4

I S S U E D F O R

T E N D E R

S

H

T

0

3

SHEET 02 AND 03

NOT IN CONTRACT

Date

Reference data

No. By Revisions Eng.

Drawn by

Approved by

Checked by

Design by

Consult.Dwg

Dwg No.

Eng File No.

Scale

Horiz.

Sheet of

Vert.

Title

Project

T H E H A R B O U R C I T Y

Z:\P

RO

JE

CT

_01431\2 D

ES

IG

N\D

RA

WIN

GS

\~

CU

RR

EN

T\1431 H

OLLY

-T

OW

NS

IT

E9.27.2016

Date

Seal

PEDESTRIAN AND BICYCLE IMPROVEMENTS

HOLLY AVENUE TOWNSITE ROAD - E&N TO STEWART

CURB EXTENSION, TRAFFIC SIGNS AND STREET MARKINGS

TOWNSITE ROAD

TERMINAL TO STEWART

1:250 N/A

0405

5220.01.C1431

21569

MJY

MJY

PS

PS

2014-11-04

2014-11-04

2016-03-30

2016-03-30

I S S U E D F O R

T E N D E R

0

1:250

15m5

VA

NC

OU

VE

R A

VE

ST

EW

AR

T A

VE

TOWNSITE RD

TE

RM

IN

AL A

VE

FO

R C

ON

TIN

UA

TIO

N, S

EE

S

HT

0

3

EXTEND EXISTING

STOP BAR

REMOVE EXISTING DETECTOR LOOPS

TO EXISTING JUNCTION BOX, AND

SEAL SLOTS WITH ELSRO HOT POUR

CRACK FILLER No. 1190 OR EQUAL

INSTALL NEW DETECTOR LOOPS AS

PER SECTION 10 OF THE MANUAL OF

ENGINEERING STANDARDS AS

SPECIFICATIONS, LATEST EDITION.

SEE NORTHWEST CURB

EXTENSION DETAIL, THIS DWG

SEE SOUTHWEST CURB

EXTENSION DETAIL, THIS DWG

NORTHWEST CURB

EXTENSION DETAIL

1:100

SOUTHWEST CURB

EXTENSION DETAIL

1:100

VA

NC

OU

VE

R A

VE

TOWNSITE RD

TOWNSITE RD

VA

NC

OU

VE

R A

VE

R

3

.

0

m

R

3

.

0

m

R

5

.

0

m

R

5

.0

m

R

3

.

0

m

R

5

.

0

m

R

7

.

5

m

R

5

.

0

m

R

3

.

0

m

R

7

.

5

m

2.0

2.0

2.0

TIE-INTO

EXIST CURB

CS-2 CURB

GRADE TO MATCH

EXIST ASPHALT

INSTALL SIDEWALK LETDOWN

(2 PLACES), SEE DETAIL, THIS DWG

INSTALL TYPE 1 CB AS

PER CoN STD ST-1

200Ø PVC CB LEAD.

CONNECT TO EXIST CB LEAD

LOCATE PRIOR TO CONSTRUCTION

REMOVE EXIST CB

TIE-INTO

EXIST CURB

0.5

0.5

0.5

0.5

INSTALL TYPE 1 CB AS

PER CoN STD ST-1

REMOVE EXIST CB

200Ø PVC CB LEAD.

CONNECT TO EXIST CB LEAD

LOCATE PRIOR TO CONSTRUCTION

CS-2 CURB

GRADE TO MATCH

EXIST ASPHALT

INSTALL SIDEWALK LETDOWN

(2 PLACES), SEE DETAIL, THIS DWG

SAW-CUT EXIST CONC SIDEWALK

AT PANEL JOINT,

(±5.8m FROM NEW CURB)

REMOVE AND DISPOSE OFF SITE

INSTALL NEW CONCRETE

SIDEWALK. 100mm THICK ON

100mm COMPACTED CRUSH

GRAVEL (20mm MINUS)

INSTALL NEW CONCRETE

SIDEWALK. 100mm THICK ON

100mm COMPACTED CRUSH

GRAVEL (20mm MINUS)

SAW-CUT EXIST CONC SIDEWALK

AT PANEL JOINT,

(±13.2 FROM NEW CURB) .

REMOVE AND DISPOSE OFF SITE

SAW-CUT EXIST CONC SIDEWALK

AT PANEL JOINT,

(±15.0m FROM NEW CURB)

REMOVE AND DISPOSE OFF SITE

250Ø CONC

2

0

0

Ø

C

O

N

C

-R

200Ø VC 200Ø VC-R

TIE-INTO

EXIST CURB

TIE-INTO

EXIST CURB

2.0 MIN

0

.

5

0

.

5

1.5

100mm THICK CONC

SIDEWALK ON 100mm

COMPACTED CRUSH

GRAVEL (20mm MINUS)

SCORE LINES AT 200mm SPACING,

10mm WIDE x 15mm DEEP,

PARALLEL WITH CROSSWALK IN THE

DIRECTION OF THE RECEIVING LETDOWN

CENTRE OF SIDEWALK

TRANSITION FROM

RAMP TO CURB

TO BE FLUSH

RAMP SLOPE MAX 8.3%

EXTEND IF REQ'D

CURB DROP

CURB DROP

SIDEWALK LETDOWN DETAIL

1:50

NOTES:

1. FOR GENERAL NOTES, SEE SHT 01

2. SIDEWALKS TO BE CONSTRUCTED TO SECTION 8 OF THE MANUAL OF

ENGINEERING STANDARDS AND SPECIFICATIONS, LATEST EDITION.

3. TRAFFIC SIGNS AND STREET MARKINGS TO BE CONSTRUCTED TO

SECTION 9 OF THE MANUAL OF ENGINEERING STANDARDS AND

SPECIFICATIONS, LATEST EDITION.

CS-2 CURBSEE LANDSCAPING NOTES

SEE LANDSCAPING NOTES

LANDSCAPING NOTES:

LANDSCAPE RESTORATION TO BE COMPLETED BY OTHERS.CONTRACTOR TO LEAVE ALL PROPOSED OR DISTURBEDLANDSCAPING AREAS100mm BELOW FINISHED GRADE

1 2015-02-20 MJY 50% DESIGN SUBMISSION PS

PARKING

TRAVEL

& BIKE

TRAVEL

BIKE

TRAVEL

BIKE

PARKING

PARKING

TRAVEL

& BIKE

TRAVEL

BIKE

PARKING

TRAVEL

TRAVEL

77H5303 HOLLY & BRADLEY

EL: 37.281

77H5308 HOLLY & TOWNSITE

EL: 42.908

77H5346 TOWNSITE &

VANCOUVER

EL: 25.482

INSTALL CURBSIDE PEDESTRIAN

PUSHBUTTON POST,

SEE SHT 03 FOR DETAILS

INSTALL WC-19

SHARE THE ROAD SIGN

c/w WC-19S TAB

R=260.4m

R=146.7m

R=150m

R=150m

R=

150m

R=150m

BUS RAMP,

SEE DETAIL ON SHT 05

INSTALL WA-36R

OBJECT MARKER

SIGN

INSTALL RB-91

RESERVED BICYCLE

LANE SIGN

R

7

.

5

R

3

.

0

R

5

.

0

100mm WHITE PAINTED MEDIAN,

c/w 600mm WHITE

THERMOPLASTIC GORING

WHITE THERMOPLASTIC

SHARED BICYCLE LANE, TYP

100mm YELLOW

PAINTED SOLID LINE

100mm WHITE

PAINTED SOLID LINE

WHITE THERMOPLASTIC

BICYCLE RESERVED LANE,

TYP

15.0

100mm WHITE DASHED

THERMOPLASTIC LINE

1.0m x 1.0m

100mm YELLOW

PAINTED SOLID LINE

100mm WHITE

PAINTED SOLID LINE100mm WHITE DASHED

THERMOPLASTIC LINE

1.0m x 1.0m

100mm WHITE DASHED

THERMOPLASTIC LINE

1.0m x 1.0m

RELOCATE EXIST RA-1

STOP SIGN

INSTALL WA-36R

OBJECT MARKER

SIGN

SAW CUT EXISTING ASPHALT

AT FACE OF NEW CURB.

REMOVE ASPHALT UNDER THE

SIDEWALK EXTENSION AND

DISPOSE OFF SITE

SAW CUT EXISTING ASPHALT

AT FACE OF NEW CURB.

REMOVE ASPHALT UNDER THE

SIDEWALK EXTENSION AND

DISPOSE OFF SITE

INSTALL RB-51L

NO PARKING SIGN

INSTALL WA-36R

OBJECT MARKER

SIGN

INSTALL WA-36R

OBJECT MARKER

SIGN

PAINT CURB

YELLOW

INSTALL POST FOR BUS

STOP SIGN, CoN STD R-S1

SIGN SCHEDULE

SIGN QTY LOCATION

RB-91

1 NW CORNER TOWNSITE/STEWART

RB-51L

1 AT 220 TOWNSITE

2 2015-06-26 MJY 95% DESIGN SUBMISSION PS

WA-36R

WC-19 & WC-19S

1 - NW CORNER

VANCOUVER/TOWNSITE

2 - SW CORNER

TOWNSITE/VANCOUVER

1 - SOUTHEND OF BUST RAMP

1 - NW CORNER

TOWNSITE/VANCOUVER

1

SE CORNER OF

TOWNSITE/TERMINAL

5

INSTALL WA-36R

OBJECT MARKER

SIGN

INSTALL NEW SERVICES

BOXES FLUSH WITH

NEW SIDEWALK

1.5

1.5

1.5

1.5

SECTION C

1:25

150

R12mm

SAWCUT

R25mm

15

0

40

0

EXIST

ASPHALT

EXIST ROAD

STRUCTURE

100mm OF TOPSOIL

(BY OTHERS)

PROVIDE COMPACTED BASE

UNDER NEW CURB

MIN 100mm OF COMPACTED

20mm MINUS CRUSH

CONC

CURB

APPROVED NATIVE

BACKFILL TO 125mm

BELOW TOP OF CURB

200

MIN

IMPORTED GRANULAR

BACKFILL, COMPACTED TO

95% SPD.

25

C

-

C

-

MIN

3 2016-01-11 MJY 100% DESIGN SUBMISSION PS

4 2016-03-30 MJY RE-ISSUED FOR 100% DESIGN PS

1.0

3.4

TYP

TY

P, U

NO

12.0

NOTE:

PAINT LINES AND SIGNS

NOT IN CONTRACT

5 2016-09-26 MJY ISSUED FOR TENDER - CURBS AND SIDEWALKS ONLY PS

Date

Reference data

No. By Revisions Eng.

Drawn by

Approved by

Checked by

Design by

Consult.Dwg

Dwg No.

Eng File No.

Scale

Horiz.

Sheet of

Vert.

Title

Project

T H E H A R B O U R C I T Y

Z:\P

RO

JE

CT

_01431\2 D

ES

IG

N\D

RA

WIN

GS

\~

CU

RR

EN

T\1431 H

OLLY

-T

OW

NS

IT

E9.27.2016

Date

Seal

PEDESTRIAN AND BICYCLE IMPROVEMENTS

HOLLY AVENUE TOWNSITE ROAD - E&N TO STEWART

DETAILS

1:250 N/A

0505

5220.01.C1431

21570

MJY

MJY

PS

PS

2014-11-04

2014-11-04

2016-03-30

2016-03-30

I S S U E D F O R

T E N D E R

NOTES:

1. FOR GENERAL NOTES, SEE SHT 01

2. SIDEWALKS TO BE CONSTRUCTED TO SECTION 8 OF THE MANUAL OF

ENGINEERING STANDARDS AND SPECIFICATIONS, LATEST EDITION.

1 2015-02-20 MJY 50% DESIGN SUBMISSION PS

BUS RAMP DETAIL

1:50

VANCOUVER AVE

TO

WN

SIT

E R

D

B

-

TRIM EXISTING HEDGE

AS REQ'D TO INSTALL

NEW CONCRETE CURB

EXIST. CONC WALK TO

REMAIN ACCESSIBLE

RAISED CONCRETE BUS STOP

FINISH SIMLAR TO CONCRETE

SIDEWALK, C/W BROOM FINISH &

CONTRACTION JOINTS

SECTION B

1:10

EXIST

ASP CURB

2%

12

5m

m

2.0m

TOOLED JOINT

TO SIMULATE

CURB, TYP

EXIST

ASPHALT

CONCRETE

WELDED WIRE MESH

102x102 MW13.3/MW13.3

PLACE IN CENTRE OF SLAB

±6.4%

EX

S

LO

PE

±260mmC

-

GRIND OR REMOVE

EXIST ASPHALT TO KEY

IN CONCRETE RAMP, TYP

SECTION C

1:10

EXIST ASPHALT

PAINT CURB

YELLOW

2 2015-06-26 MJY 95% DESIGN SUBMISSION PS

RAMP

1.8m ASPHALT GRINDING OR REMOVAL

10

0m

m

MIN

10

0m

m

MIN

SAWCUT OR GRIND EXIST

ASPHALT TO ENSURE THAT

CONCRETE IS MIN 100mm THICK

3.7% NOMIN

AL SLOPE

150mm

PROVIDE TOOLED LINES

ON RAMPS, 15mm DEEP

AT 200mm O/C

3 2016-01-11 MJY 100% DESIGN SUBMISSION PS

4 2016-03-30 MJY RE-ISSUED FOR 100% DESIGN PS

ENSURE EXISTING

ASPHALT IS CLEAN OF DIRT

AND OIL PRIOR TO

POURING CONCRETE

EX

C

O

N

C

W

ALK

EX ASPHALT STORM

WATER CONTROL CURB

EX

S

TO

P B

AR

ASP CURB

ASP CURB

16.0

±3.4%

EX

S

LO

PE

±3.6%

EX SLOPE

±4.2%

EX SLOPE

2.0

15

0m

m M

IN

TO

E

XIS

T C

UR

B

3.5 RAMP 2.5 RAMP

EXTENT OF MODIFIED EXISTING ASPHALT CURB (15.2m)

5.0 RAMP

EXISTING GROUND

AT EXISTING GUTTERLINE

EXISTING GROUND AT

WEST (STREET) SIDE

TOP OF NEW CONCRETE AT

WEST (STREET) SIDE

TOP OF NEW CONCRETE

AT EAST (CURB) SIDE

BUS RAMP ELEVATION

1:50

MIN

50

mm

M

IN

REMOVE TOP

OF EXISTING

ASPHALT CURB

5 2016-09-26 MJY ISSUED FOR TENDER - CURBS AND SIDEWALKS ONLY PS

±14.7% RAMP

±6.7% RAMP ±2.8% RAMP

±10.5 RAMP

CON. DWG. No. 21521

1:5000

SHEET 002

JINGLEPOT ROAD, SECOND STREET, & WENTWORTH STREETBIKE LANE IMPROVEMENTS

LOCATION PLAN

KEY PLAN

1:1000

SHEET No. DWG No. PROJECT TITLE

1 21521 JINGLEPOT ROAD, SECOND STREET, & WENTWORTH STREET COVER SHEET

BIKE LANE IMPROVEMENTS KEY PLAN, LOCATION PLAN

2 21522 JINGLEPOT ROAD, SECOND STREET, & WENTWORTH STREET ROADWORKS PLAN

BIKE LANE IMPROVEMENTS JINGLEPOT STA. 0+090 TO 0+450

3* 21523 JINGLEPOT ROAD, SECOND STREET, & WENTWORTH STREET ROADWORKS PLAN

BIKE LANE IMPROVEMENTS JINGLEPOT STA. 0+450 TO 0+810

4 21524 JINGLEPOT ROAD, SECOND STREET, & WENTWORTH STREET ROADWORKS PLAN

BIKE LANE IMPROVEMENTS JINGLEPOT STA. 0+810 TO 1+180

5 21525 JINGLEPOT ROAD, SECOND STREET, & WENTWORTH STREET ROADWORKS PLAN

BIKE LANE IMPROVEMENTS SECOND STA. 1+180 TO 1+540

6* 21526 JINGLEPOT ROAD, SECOND STREET, & WENTWORTH STREET ROADWORKS PLAN

BIKE LANE IMPROVEMENTS SECOND STA. 1+540 TO 1+727 & PINE ST

7 21527 JINGLEPOT ROAD, SECOND STREET, & WENTWORTH STREET ROADWORKS PLAN

BIKE LANE IMPROVEMENTS WENTWORTH STA. 0+090 TO 1+470

8 21528 JINGLEPOT ROAD, SECOND STREET, & WENTWORTH STREET ROADWORKS PLAN

BIKE LANE IMPROVEMENTS WENTWORTH STA. 1+470 TO 1+820

9 009 JINGLEPOT ROAD, SECOND STREET, & WENTWORTH STREET LANDSCAPING PLAN

BIKE LANE IMPROVEMENTS WENTWORTH STA. 1+470 TO 1+820

GENERAL NOTES:

1. ALL CONSTRUCTION TO BE IN ACCORDANCE WITH CITY OF NANAIMO

ENGINEERING STANDARDS AND SPECIFICATIONS.

2. ALL LOCATIONS AND ELEVATIONS OF EXISTING UTILITIES SHOWN ARE

APPROXIMATE ONLY AND SHOULD BE CONFIRMED BY USE OF A PIPE LOCATOR

AND MANUAL DIGGING. ALL OR ANY STRUCTURES NOT NECESSARILY SHOWN.

3. COORDINATES ARE GROUND LEVEL (UTM NAD 83 WITH COMBINED SCALE

FACTOR OF 1/0.99965) AND ALL ELEVATIONS ARE TO GEODETIC DATUM.

4. LOCATION OF SERVICE CONNECTIONS TO BE DETERMINED ON SITE UNLESS

SHOWN OTHERWISE.

5. ANY ALTERNATIVES TO SPECIFIED MATERIALS OR APPURTENANCES TO BE

APPROVED BY THE CITY ENGINEER PRIOR TO CONSTRUCTION.

6. THE LOCATIONS OF EXISTING SERVICES ARE APPROXIMATE AND SHALL BE

CONFIRMED IN THE FIELD BY THE CONTRACTOR PRIOR TO CONSTRUCTION.

EXISTING AND PROPOSED SERVICES MAY REQUIRE ADJUSTMENT WHERE A

CONFLICT OCCURS. THE ENGINEER SHALL BE NOTIFIED OF ANY CONFLICT.

7. TRENCHING DETAIL TO CON STANDARD DWG T-1. TRAVELED AREA BACKFILL

TO BE IMPORTED GRANULAR MATERIAL COMPACTED TO MINIMUM 95%

MODIFIED PROCTOR.

8. ASPHALT RESTORATION TO CON STD DWG T-4 PERMANENT RESTORATION.

9. ALL SURFACES TO BE RESTORED TO EXISTING CONDITION OR BETTER.

BIKE LANE NOTES:

1. BICYCLE LANE LINES ARE SOLID, WHITE IN COLOUR WITH A WIDTH OF 100mm

2. WHERE MOTOR VEHICLES ARE PERMITTED TO MOVE INTO OR CROSS THE BICYCLE

LANE TO PERFORM A TURNING MOVEMENT, DASHED LINE SEGMENTS SHALL BE

USED. IN SUCH SITUATIONS, A MINIMUM 15m DASHED LINE IS TO BE USED.

3. BICYCLE LANES SHOULD INCLUDE BICYCLE AND DIAMOND SYMBOLS SPACED AT

75m OR AS CONDITIONS DICTATE, AND APPROXIMATELY 10m DOWNSTREAM FROM

AN INTERSECTION OR CROSSWALK.

Lubbock S

q

S

e

l

b

y

S

t

F

it

z

w

illia

m

S

t

W

e

s

l

e

y

S

t

R

o

b

s

o

n

S

t

B

a

s

tio

n

S

t

W

a

l

l

a

c

e

S

t

C

om

m

ercial S

t

W

h

a

r

f

S

t

P

ine S

t

M

achleary S

t

K

ennedy S

t

Com

ox Rd

M

ilton S

t

P

rideaux S

t

W

allace S

t

T

erm

inal A

ve

Com

ox Rd

Cliff S

t

C

h

a

p

e

l

S

t

F

r

o

n

t

S

t

O'Hara Pl

Ka

mp

P

l

T

h

o

r

a

P

l

Kerr St

S

elby S

t

C

am

pbell S

t

Fraser S

t

B

e

n

s

o

n

S

t

S

k

in

n

e

r

S

t

O'Brien Pl

Lam

bert A

ve

F

it

z

w

illia

m

S

t

M

a

c

h

l

e

a

r

y

S

t

W

e

s

l

e

y

S

t

D

u

n

s

m

u

i

r

S

t

C

h

i

n

a

S

t

e

p

s

McBride Pl

Ta

ylo

r P

l

Montague Rd

Craig S

t

Elizabeth St

W

entw

orth S

t

Johnston P

l

Beaconsfield Rd

Gail Pl

K

e

n

n

e

d

y

S

t

M

i

l

t

o

n

S

t

P

r

i

d

e

a

u

x

S

t

F

r

a

n

k

l

y

n

S

t

R

o

c

k

la

n

d

R

d

Wordsworth Gate Way

Wakesiah A

ve

J

in

g

le

P

o

t

R

d

V

a

lle

y

O

a

k

D

r

B

e

c

c

a

-

M

a

y

L

n

B

e

r

i

n

g

e

r

B

l

v

d

Sarum Rise Way

Poets Trail Dr

C

r

o

w

s

N

e

s

t

P

l

Addison R

d

Jingle Pot Rd

Derby P

l

Second St

Manning S

t

Second St

Harvey S

t

P

rideaux S

t

S

elby S

t

W

entw

orth S

t

R

ichards S

t

T

e

r

m

i

n

a

l

A

v

e

C

h

u

r

c

h

S

t

N

a

n

a

i

m

o

P

a

r

k

w

a

y

Coal Tyee Trail

C

h

a

m

b

e

r P

l

Peat Pl

Wessex Ln

T

h

ird

S

t

Valley O

ak D

r

Noorzan S

t

V

a

l

l

e

y

O

a

k

D

r

Bird

S

an

ctu

ary D

r

Wild

life

P

l

Kerr St

Kerr St

Skin

ne

r S

t

C

h

a

p

e

l

S

t

JINGLEPOT ROAD

JINGLEPOT ROAD

JINGLEPOT ROAD

JINGLEPOT ROAD

J

I

N

G

L

E

P

O

T

R

O

A

D

SECOND STREET

SECOND STREET

SECOND STREET

SECOND STREET

PINE STREET

WENTWORTH STREET

WENTWORTH STREET

WENTWORTH STREET WENTWORTH STREET

SIGNAGE & LINEPAINTING NOTES:

1. THE DESIGN, INSTALLATION AND DESIGNATION OF TRAFFIC SIGNS (REGULATORY

AND WARNING) TO BE IN ACCORDANCE WITH THE MOST CURRENT STANDARDS

CONTAINED IN THE "MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES FOR

CANADA" DISTRIBUTED BY THE TRANSPORTATION ASSOCIATION OF CANADA (TAC).

2. ALL ROAD MARKING TO BE THERMOPLASTIC.

SHEET 003

SHEET 004

SHEET 005

SHEET 006

SHEET 007

SHEET 008

Bird

S

an

ctu

ary D

r

B

eringer B

lvd

Derby P

l

Wakesiah A

ve

Ka

mp

P

l

Manning S

t

P

ine S

t

Harvey S

t

Craig S

t

How

ard A

ve

Do

ric A

ve

Sarum

rise W

ay

Wentw

orth S

t

S

e

c

o

n

d

S

t

Pin

e S

t

Machleary S

t

Ke

nn

ed

y S

t

Milto

n S

t

Prid

ea

ux S

t

Selby S

t

Richards S

t

W

a

lla

c

e

S

t

* SHEETS 3 AND 6 ARE NOT IN CONTRACT

Date

Reference data

No. By Revisions Eng.

Drawn by

Approved by

Checked by

Design by

Consult.Dwg

Dwg No.

Eng File No.

Scale

Horiz.

Sheet of

Vert.

Title

Project

T H E H A R B O U R C I T Y

Z:\P

RO

JE

CT

_01803\2_D

ES

IG

N\D

RA

WIN

GS

\~

CU

RR

EN

T\R

OA

DW

OR

KS

9.27.2016

Date

Seal

SECOND STREET BIKEWAY

JINGLE POT ROAD

STA 0+090 to 0+450

1:250 1:50

18

5220.01.C1803

21522

AF

AF

PS

PR

AUG 2014

1DEC 17, 2014

AF 50% SUBMISSION PS

I S S U E D F O R

T E N D E R

90H6366 Jingle Pot & Bird Sanctuary

EL: 58.014

77H5240 2nd & Wakesiaha Ave

EL: 65.854

77H5216 2nd & Doric Ave

EL: 58.117

REPLACE EXISTING "BIKE LANE

ENDS" SIGN WITH TAC "BIKE

LANE ENDS" SIGN (RB-92)

1

5

.0

7

EXTEND 100mm WHITE

DELINEATION LINE TO THE

EXISTING CROSSWALK

REPLACE EXISTING "BIKE

LANE BEGINS" SIGN WITH

TAC "BIKE LANE" SIGN (RB-91)

F

O

R

C

O

N

T

I

N

U

A

T

I

O

N

,

S

E

E

B

E

L

O

W

FO

R C

ON

TIN

UA

TIO

N, S

EE

D

WG

0

03

PROPOSED JINGLE POT TYPICAL SECTION A - STA 0+140 to 0+383

SCALE 1:100

INSTALL ADDITIONAL

CROSSWALK BAR TO SUIT

INSTALL BIKE LANE SYMBOL AT

APPROX 10m PAST CROSSWALKS

AND INTERSECTIONS. (TYP)

ERADICATE EXISTING FOG

LINE AND REPLACE WITH

100mm WIDE WHITE LINE

35m - DASHED 1.0 x 1.0

112m - SOLID

35.0

FO

R C

ON

TIN

UA

TIO

N, S

EE

A

BO

VE

EXISTING

YELLOW LINE

EXISTING

WHITE LINE

EXISTING

YELLOW LINE

EXISTING

WHITE LINE

EXISTING "CAMPING / RV"

DIRECTION SIGN TO REMAIN

INSTALL WAYFINDING SIGN

CON 2016 S-WB1.1D1

EXISTING PARK

INFORMATION

SIGN TO REMAIN

EXISTING "CHEVRON

ALIGNMENT" SIGNS

TO REMAIN (WA-6)

WA-9

EXISTING "PEDESTRIAN

CROSSWALK" SIGNS TO

REMAIN (RA-4L & 4R)

RA-4L & R

EXISTING BUS STOP

SIGN TO BE REMOVED.

RELOCATE AS SHOWN

BY OTHERS.

EXISTING "PEDESTRIAN

CROSSWALK" SIGNS

TO REMAIN (RA-4L & R)

RA-4L & R

EXISTING "CURVE" SIGN

TO REMAIN (WA-3L)

EXISTING "PEDESTRIAN

CROSSING AHEAD" SIGN

TO REMAIN (WC-2)

CON 2016 S-EB1.1D3

CON 2016 S-EB5.2D1

ERADICATE 15m OF EXISTING FOG

LINE AND REPLACE WITH 100mm

WIDE WHITE DASHED 1.0 x 1.0

INSTALL BIKE LANE SYMBOL AT

APPROX 100m SPACING (TYP)

MAX. 150m WHERE APPROPRIATE

7.50

5.00

25.00

7.00

INSTALL 1m WIDE x 7.0m LONG

ASPHALT PAD FOR BUS PASSENGER

LOADING/UNLOADING AREA.

1

1

2.0m

2%

REMOVE EX. CONCRETE

CURB AS REQUIRED

INSTALL 8.5m OF NEW CURB

TO CoN DWG CS-4A C/W

PEDESTRIAN CROSSING

INSTALL NEW 2m WIDE ASPHALT

SIDEWALK FROM START OF BUS

DELINEATION ZONE TO THE NEW LETDOWN

EXISTING "PEDESTRIAN

CROSSWALK" SIGNS

TO REMAIN (RA-4L & R)

RA-4L & R

EXISTING YEILD

SIGNS TO REMAIN

WA-36

EXISTING 'OBJECT

MARKER' SIGN TO

REMAIN (WA-36)

EXISTING STOP

SIGN TO REMAIN

EXISTING "CHEVRON

ALIGNMENT" SIGN

TO REMAIN (WA-6)

WA-9

EXISTING "PEDESTRIAN

CROSSWALK" SIGNS

(RA-4L & R) AND

'OBJECT MARKER' SIGN

(WA-36R) TO REMAINWA-36R RA-4L

& R

15.00

DAYLIGHT LINE

AT 2:1 FILL SLOPE

ERADICATE 30m OF EXISTING FOG

LINE AND REPLACE WITH 25m OF

100mm WIDE WHITE DASHED 1.0 x 1.0

10.00

INSTALL BIKE LANE SYMBOL AT

APPROX 100m SPACING (TYP)

MAX. 150m WHERE APPROPRIATE

10.00

2FEB 11, 2014

AF 95% SUBMISSION PS

PROPOSED JINGLE POT SECTION B - STA 0+383 to 0+417

SCALE 1:100

DAYLIGHT LINE

AT 2:1 FILL SLOPE

3JUL 30, 2015

AF 100% SUBMISSION PS

50mm - ASPHALT

150mm - BASE ON

APPROVED SUBGRADE

Section A

Section BSection A

Section CSection B

REMOVE BUS STOP WRAP FROM HYDRO

POLE AND INSTALL BUS STOP AT EAST

SIDE OF BIRD SANCTUARY RD AS SHOWN.

2%

7.00

1.8m

INSTALL 1m WIDE x 7.0m

LONG ASPHALT PAD FOR

BUS PASSENGER

LOADING/UNLOADING AREA.

INSTALL NEW 1.8m WIDE

ASPHALT SIDEWALK C/W 32m

OF CURB PER DWG CS-4A

R

8

.

0

0

PROPOSED JINGLE POT TYPICAL SECTION C - STA 0+417 to 0+465

SCALE 1:100

1.5

3.6

15.00

ERADICATE 15m OF EXISTING FOG

LINE AND REPLACE WITH 100mm

WIDE WHITE DASHED 1.0 x 1.0

100mm SOLID LINE

4APR 25, 2016

AF ISSUED FOR SIGNS & LINES CONSTRUCTION PS

INSTALL WAYFINDING SIGN

CON 2016 S-EB1.1D3

ON EX LAMP POST BELOW

AQUATIC CENTER SIGN

INSTALL WAYFINDING

SIGN CON 2016 S-EB1.2D1

ON EX POST BELOW

CROSSING SIGN

5JUN 22, 2016

AF UPDATED WAYFINDING SIGN INFORMATION PS

6SEP 22, 2016

AF ISSUED FOR TENDER PS

50mm - ASPHALT

150mm - BASE ON

APPROVED SUBGRADE

NOTE: HATCHED AREAS

NOT IN CONTRACT

Date

Reference data

No. By Revisions Eng.

Drawn by

Approved by

Checked by

Design by

Consult.Dwg

Dwg No.

Eng File No.

Scale

Horiz.

Sheet of

Vert.

Title

Project

T H E H A R B O U R C I T Y

Z:\P

RO

JE

CT

_01803\2_D

ES

IG

N\D

RA

WIN

GS

\~

CU

RR

EN

T\R

OA

DW

OR

KS

9.27.2016

Date

Seal

SECOND STREET BIKELANE

JINGLE POT ROAD

STA - 0+810 to 1+180

1:250 1:50

48

5220.01.C1803

21524

AF

AF

PS

PR

AUG 2014

I S S U E D F O R

T E N D E R

FO

R C

ON

TIN

UA

TIO

N, S

EE

B

EL

OW

90H6366 Jingle Pot & Bird Sanctuary

EL: 58.014

77H5240 2nd & Wakesiaha Ave

EL: 65.854

77H5216 2nd & Doric Ave

EL: 58.117

3.30

2.90

3.30

1.5m

1.5m

ERADICATE EXISTING ROAD

LINES AND MARKINGS AND

REPLACE AS SHOWN (TYP).

10.0m

IB-23RB-91

IB-23

EXISTING BIKE ROUTE SIGN (IB-23) AND

DIRECTIONAL TAB. INSTALL "BIKE LANE"

SIGN (RB-91) ON EXISTING SIGN POST.

REMOVE EX BIKE SIGN (IB-23). RELOCATE

POLE BEHIND PROP SDWK AND INSTALL

WAYFINDING SIGN CON 2016 S-EB3.1D3

INSTALL NEW LEFT

TURN ARROW IN

CENTER OF LANE (TYP).

INSTALL BIKE LANE STENCIL LOCATED

AT APPROX 10m PAST INTERSECTION

OR CROSSWALKS. (TYP)

15.00

1.50

3.60

3.40

3.70

1.50

10.0m

15.0m

IB-23RB-91

EXISTING BIKE ROUTE SIGN (IB-23) AND

DIRECTIONAL TAB. INSTALL "BIKE LANE"

SIGN (RB-91) AT 15m PAST CURB RETURN.

CUT NEW TRAFFIC SIGNAL DETECTOR LOOPS ON JINGLE

POT RD EBL. INSTALL NEW LEFT TURN ARROW AND BIKE

DETECTOR STENCILS ON FRONT LOOPS (TYP.).

INSTALL BIKE LANE STENCIL LOCATED

AT APPROX 10m PAST INTERSECTION

OR CROSSWALKS. (TYP)

INSTALL BIKE LANE SYMBOL AT

APPROX 10m PAST CROSSWALKS

AND INTERSECTIONS. (TYP)

10.0

EXISTING

YELLOW LINE

ERADICATE

WHITE LINE

15m OF 100mm WIDE WHITE DASHED

1.0 x 1.0 LINE WHERE VEHICLES

TURNING RIGHT ARE EXPECTED TO

CROSS THE BIKE LANE. (TYP)

2

.

5

1

.

0

20:1

0.57

REMOVE EXISTING CURB

AND INSTALL 37m OF NEW

CURB TO CoN DET CS-4A.

SEE SECTION LEFT. FILL

VOLUME = ± 69m³

JINGLE POT TYPICAL SECTION E - STA 0+853.62 to 0+965

SCALE 1:100

1

1.5

IB-23

ERADICATE 15m OF EXISTING FOG

LINE AND REPLACE WITH 100mm WIDE

WHITE DASHED 1.0 x 1.0 LINE (TYP)

10.0m

INSTALL BIKE LANE STENCIL LOCATED

AT APPROX 10m PAST INTERSECTION

OR CROSSWALKS. (TYP)

1.5m

INSTALL 1.5m WIDE

ASPHALT SIDEWALK

DAYLIGHT LINE AT 1.5:1

FILL SLOPE. HYDRO SEED

POST CONSTRUCTION.

RELOCATE EXISTING BUS STOP

SIGN TO BACK ON NEW SIDEWALK

EXISTING BUS STOP

ON STREETLIGHT

POLE TO REMAIN

35.0m

ERADICATE 40m OF EXISTING FOG LINE

AND REPLACE WITH 35m OF 100mm

WIDE WHITE DASHED 1.0 x 1.0 LINE

ERADICATE EXISTING MEDIAN BARS

ABOVE NEW CENTERLINE AND

RETAIN EXISTING MEDIAN BARS

BELOW CENTERLINE AS SHOWN.

2%

25.00

25m OF 100mm WIDE

WHITE DASHED 1.0 x 1.0

LINE FOR BUS STOP

INSTALL BIKE LANE SYMBOL AT

APPROX 100m SPACING (TYP)

MAX. 150m WHERE APPROPRIATE

1DEC 17, 2014

AF 50% SUBMISSION PS

2FEB 11, 2014

AF 95% SUBMISSION PS

3JUL 30, 2015

AF 100% SUBMISSION PS

PAINT DIAMOND 2m FROM

EXISTING BIKE SYMBOL

Section ESection D

Section DSection E

INSTALL HANDRAIL TO

CoN DWG ST-13 POWDER

COATED BLACK. NO

CHAIN LINK FENCING.

EX HEDGE ON

PL TO REMAIN

INSTALL 0.5m WIDE GRAVEL

BLVD C/W HANDRAIL

0.5m

7.00

INSTALL 1m WIDE x 7.0m LONG

ASPHALT PAD FOR BUS PASSENGER

LOADING/UNLOADING AREA.

2%

INSTALL 27m OF 1.8m WIDE

ASPHALT SIDEWALK FROM EXISTING

LETDOWN. EX CURB TO REMAIN.

27.14

JINGLE POT TYPICAL SECTION D - STA 0+826.47 to 0+853.62

SCALE 1:100

4APR 25, 2016

AF PS

REMOVE EX BIKE SIGN (IB-23)

AND INSTALL WAYFINDING SIGN

CON 2016 S-WB3.1D3

REMOVE EXISTING BIKE ROUTE SIGN

(IB-23) AND DIRECTIONAL TABS. INSTALL

WAYFINDING SIGN CON 2016 S-SB3.1D2

REMOVE EXISTING BIKE ROUTE SIGN

(IB-23) AND DIRECTIONAL TABS. INSTALL

WAYFINDING SIGN CON 2016 S-NB3.1D3

5JUN 22, 2016

AF UPDATED WAYFINDING SIGN INFORMATION PS

CLEAR AND GRUB

AS NECESSARY.

ISSUED FOR SIGNS & LINES CONSTRUCTION

6SEP 22, 2016

AF ISSUED FOR TENDER PS

FO

R C

ON

TIN

UA

TIO

N, S

EE

D

WG

0

03

FO

R C

ON

TIN

UA

TIO

N, S

EE

D

WG

0

05

FO

R C

ON

TIN

UA

TIO

N, S

EE

A

BO

VE

50mm - ASPHALT

150mm - BASE ON

APPROVED SUBGRADE

50mm - ASPHALT

150mm - BASE ON

APPROVED SUBGRADE

NOTE: HATCHED AREAS

NOT IN CONTRACT

INSTALL COCO

NETTING ON

FILL SLOPE

Date

Reference data

No. By Revisions Eng.

Drawn by

Approved by

Checked by

Design by

Consult.Dwg

Dwg No.

Eng File No.

Scale

Horiz.

Sheet of

Vert.

Title

Project

T H E H A R B O U R C I T Y

Z:\P

RO

JE

CT

_01803\2_D

ES

IG

N\D

RA

WIN

GS

\~

CU

RR

EN

T\R

OA

DW

OR

KS

9.27.2016

Date

Seal

SECOND STREET BIKEWAY

SECOND STREET

STA - 1+180 to 1+540

1:250 1:50

58

5220.01.C1803

21525

AF

AF

PS

PR

AUG 2014

I S S U E D F O R

T E N D E R

FO

R C

ON

TIN

UA

TIO

N, S

EE

B

EL

OW

90H6366 Jingle Pot & Bird Sanctuary

EL: 58.014

77H5240 2nd & Wakesiaha Ave

EL: 65.854

77H5216 2nd & Doric Ave

EL: 58.117

EXISTING SCHOOL

AREA ZONE SIGN (WC-1)

WITH 30KM/H TAB (RB-1)

INSTALL 100mm SOLID

WHITE DELINEATION LINE

STA: 1+235 to STA: 1+275

ERADICATE 15m OF EXISTING FOG

LINE AND REPLACE WITH 100mm WIDE

WHITE DASHED 1.0 x 1.0 LINE (TYP)

15.00

FO

R C

ON

TIN

UA

TIO

N, S

EE

D

WG

0

04

WC-1RB-1

15.00

FO

R C

ON

TIN

UA

TIO

N, S

EE

D

WG

0

06

10.0m

2.4

1.5

4.00

3.69

1.5

1.5

4.2

43.73

1.5

PROPOSED JINGLE POT TYPICAL SECTION F - STA 0+965 to 1+710

SCALE 1:100

IB-23

EXISTING SCHOOL AREA

ZONE SIGN (WC-3) WITH

30KM/H TAB (RB-1) AND

BIKE ROUTE SIGN (IB-23)

WC-1

EXTEND STOP

BAR TO SUIT

INSTALL "BIKE LANE" SIGN

(RB-91) APPROX 15m FROM

END OF CURB RETURN

INSTALL "BIKE LANE" SIGN

(RB-91) IMMEDIATELY EAST OF

STREET PARKING AS SHOWN

15.0m (TYP)

FO

R C

ON

TIN

UA

TIO

N, S

EE

A

BO

VE

PROPOSED

WHITE LINE

15m OF 100mm WIDE WHITE

DASHED 1.0 x 1.0 LINE (TYP)

15m OF 100mm WIDE WHITE

DASHED 1.0 x 1.0 (TYP)

PROPOSED

WHITE LINE

INSTALL BIKE LANE SYMBOL AT

APPROX 10m PAST CROSSWALKS

AND INTERSECTIONS. (TYP)

2.1

1.5

EXISTING "PEDESTRIAN

CROSSWALK" SIGNS

TO REMAIN (RA-4L)

RA-4L

EXISTING "NO PARKING

ANYTIME" SIGNS TO

REMAIN (RB 51-1)

RB 51-1

EXISTING BUS STOP SIGN TO APPROX

40m FROM INTERSECTION ON

SOUTHBOUND HOWARD AVE ACROSS

FROM EXISTING NORTHBOUND BUS STOP.

EXISTING STOP

SIGN TO REMAIN

ERADICATE 15m OF EXISTING FOG

LINE AND REPLACE WITH 100mm

WIDE WHITE DASHED 1.0 x 1.0

15.0m (TYP)

15.0m (TYP)

15.0m (TYP)

ERADICATE EXISTING PARKING

LINE AND REPLACE WITH

100mm WIDE LINE AT 2.4m

FROM BIKE LANE AS SHOWN

REMOVE 4m OF CURB & INSTALL 1.7m

WIDE ASPHALT LETDOWN FOR

CROSSWALK. GRADES TO MATCH

NEIGHBORING DRIVEWAY LETDOWN.

INSTALL 0.6m W x 3.0m L CROSSWALK

LINES SPACED AT 0.6m AS SHOWN

REMOVE 2.8m OF CURB & INSTALL 1.7m

WIDE ASPHALT LETDOWN FOR CROSSWALK.

GRADES TO MATCH EXISTING LETDOWN.

10.00

1DEC 17, 2014

AF 50% SUBMISSION PS

2FEB 11, 2014

AF 95% SUBMISSION PS

3JUL 30, 2015

AF 100% SUBMISSION PS

Section FSection F

Section FSection F

PAINT CURB

EXTENSION WITH

GORING AS SHOWN.

R

3

.

0

0

40

m

INSTALL "PEDESTRIAN

CROSSWALK" SIGNS

(RA-4L & 4R)

RA-4L & R

R

5

.

0

0

INSTALL "PEDESTRIAN

CROSSWALK" SIGNS

(RA-4L & 4R)

RA-4L & R

4APR 25, 2016

AF PS

5JUN 22, 2016

AF UPDATED WAYFINDING SIGN INFORMATION PS

ISSUED FOR SIGNS & LINES CONSTRUCTION

6SEP 22, 2016

AF ISSUED FOR TENDER PS

NOTE: HATCHED AREAS

NOT IN CONTRACT

Date

Reference data

No. By Revisions Eng.

Drawn by

Approved by

Checked by

Design by

Consult.Dwg

Dwg No.

Eng File No.

Scale

Horiz.

Sheet of

Vert.

Title

Project

T H E H A R B O U R C I T Y

Z:\P

RO

JE

CT

_01803\2_D

ES

IG

N\D

RA

WIN

GS

\~

CU

RR

EN

T\R

OA

DW

OR

KS

9.27.2016

Date

Seal

SECOND STREET BIKEWAY

WENTWORTH STREET

STA - 0+090 to 0+470

1:250 1:50

78

5220.01.C1803

21527

AF

AF

PS

PR

AUG 2014

I S S U E D F O R

T E N D E R

FO

R C

ON

TIN

UA

TIO

N, S

EE

B

EL

OW

FOR CONTINUATION, SEE DWG 006

90H6366 Jingle Pot & Bird Sanctuary

EL: 58.014

77H5240 2nd & Wakesiaha Ave

EL: 65.854

77H5216 2nd & Doric Ave

EL: 58.117

WC-20

INSTALL "SHARED USE LANE

SINGLE FILE" SIGN (WC-20)

TAC STANDARD BICYCLE SHARROW

ROADWAY MARKING (WHITE

THEROPLASTIC HOT TAPE) (TYP.)

(T

YP

)

15.0m (TYP)

2.6

FO

R C

ON

TIN

UA

TIO

N, S

EE

D

WG

0

08

PROPOSED WENTWORTH TYPICAL SECTION

SCALE 1:100

TAC STANDARD BICYCLE SHARROW

ROADWAY MARKING (WHITE

THERMOPLASTIC HOT TAPE) (TYP.)

(T

YP

)

15.0m (TYP)

2.6

FO

R C

ON

TIN

UA

TIO

N, S

EE

A

BO

VE

EXISTING STOP

SIGN TO REMAIN

EXISTING STOP

SIGN TO REMAIN

EXISTING "NO PARKING

ANYTIME" SIGN TO

REMAIN (RB-55L)

RB-55L

EXISTING

"PLAYGROUND AHEAD"

SIGN TO REMAIN (WC-3)

WC-3

EXISTING STOP

SIGN TO REMAIN

EXISTING "NO PARKING

ANYTIME" SIGN TO

REMAIN (RB 51-1)

RB 51-1

EXISTING "NO PARKING

ANYTIME" SIGN TO

REMAIN (RB-55R)

RB-55R

EXISTING "PLAYGROUND

AHEAD" SIGN TO REMAIN

(WC-3). INSTALL WC-20

ON EXISTING POLE

EXISTING "TRUCKS

PROHIBITED" SIGN

TO REMAIN (RB 62)

RB 62

EXISTING STOP

SIGN TO REMAIN

EXISTING STOP

SIGN TO REMAIN

WC-20

INSTALL "SHARED USE LANE

SINGLE FILE" SIGNS (WC-20)

IB-23

EXISTING BIKE ROUTE SIGN (IB-23)

WITH DIRECTIONAL TAB AND 2HR

PARKING SIGN TO REMAIN.

EXISTING 2HR PARKING

SIGN TO REMAIN

WC-3

1DEC 17, 2014

AF 50% SUBMISSION PS

2FEB 11, 2014

AF 95% SUBMISSION PS

A

A

CROSS SECTION OF TRAFFIC CIRCLE (A-A)

SCALE 1:50

3JUL 30, 2015

AF 100% SUBMISSION PS

REMOVE ASPHALT

LETDOWN ON ALL CORNERS

AND REPLACE WITH 150mm

TOPSOIL & SEED (TYP)

3.7m

INSTALL LETDOWNS 3.7m FROM

CIRCLE EDGE IN ALL CROSSING

DIRECTIONS PER DWG CS-7A

R

4

.

0

0

REMOVE ASPHALT AND REPLACE

WITH 150mm OF TOPSOIL & SEED

REMOVE EX CURB TO EXTENT SHOWN ON ALL

CORNERS AND INSTALL NEW CS-4A CURB.

MATCH EX CURB HEIGHT AT ALL ENDS (TYP)

4.8

m

3.7m

3.7

m

R

4

.

0

0

R

4

.

0

0

R

3

.

0

0

WC-20

INSTALL "SHARED USE LANE

SINGLE FILE" SIGN (WC-20)

ER

AD

IC

AT

E C

L 1

5.0

m (T

YP

)

WC-20

WC-20

INSTALL "SHARED USE LANE

SINGLE FILE" SIGN (WC-20)

R

3

.

0

0

R

5

.0

0

EXISTING HYDRO

POLE TO REMAIN

R

5

.

0

0

R

3

.

0

0

4APR 25, 2016

AF PS

5JUN 22, 2016

AF UPDATED WAYFINDING SIGN INFORMATION PS

PROTECT AND MAINTAIN ACCESS TO EX. MONUMENT.

REMOVE EXISTING RISER AND INSTALL 200mm PVC

TO RAISE CASTING TO BEDDING SURFACE.

RAISE STM MH

COVER ±0.12m

RAISE SAN MH

COVER ±0.20m

SAWCUT ALONG EXTENDED

PARKING AREA AND INSTALL

75mm ASPHALT TO DWG T-4A.

ISSUED FOR SIGNS & LINES CONSTRUCTION

6SEP 22, 2016

AF ISSUED FOR TENDER PS

HYDRO POLE TO BE

RELOCATED BY OTHERS

0.6

RELOCATE HYDRANT

BEHIND SIDEWALK TO

C.O.N. STD. DWG W-5

CAUTION: FIBER OPTIC LINES

WITH SHALLOW 95mm COVER

ACROSS ROAD AND SIDEWALK

NOTE: HATCHED AREAS

NOT IN CONTRACT

Date

Reference data

No. By Revisions Eng.

Drawn by

Approved by

Checked by

Design by

Consult.Dwg

Dwg No.

Eng File No.

Scale

Horiz.

Sheet of

Vert.

Title

Project

T H E H A R B O U R C I T Y

Z:\P

RO

JE

CT

_01803\2_D

ES

IG

N\D

RA

WIN

GS

\~

CU

RR

EN

T\R

OA

DW

OR

KS

9.27.2016

Date

Seal

SECOND STREET BIKEWAY

WENTWORTH STREET

STA - 0+470 to 0+820

1:250 1:50

88

5220.01.C1803

21528

AF

AF

PS

PR

AUG 2014

I S S U E D F O R

T E N D E R

FO

R C

ON

TIN

UA

TIO

N, S

EE

B

EL

OW

90H6366 Jingle Pot & Bird Sanctuary

EL: 58.014

77H5240 2nd & Wakesiaha Ave

EL: 65.854

77H5216 2nd & Doric Ave

EL: 58.117

TAC STANDARD BICYCLE SHARROW

ROADWAY MARKING (WHITE

THEROPLASTIC HOT TAPE) (TYP.)

(T

YP

)

15.0m (TYP)

2.6

FO

R C

ON

TIN

UA

TIO

N, S

EE

D

WG

0

07

WC-20

INSTALL "SHARED USE LANE

SINGLE FILE" SIGN (WC-20)

TAC STANDARD BICYCLE SHARROW

ROADWAY MARKING (WHITE

THEROPLASTIC HOT TAPE) (TYP.)

(T

YP

)

15.0m (TYP)

2.6

FO

R C

ON

TIN

UA

TIO

N, S

EE

A

BO

VE

EN

D O

F P

RO

JE

CT

EXISTING 2HR PARKING

SIGNS TO REMAIN

EXISTING 2HR PARKING

SIGNS TO REMAIN

EXISTING 2HR PARKING

SIGNS TO REMAIN

EXISTING 2HR PARKING

SIGNS TO REMAIN

IB-23

EXISTING BIKE ROUTE SIGN (IB-23)

WITH DIRECTIONAL TAB AND 2HR

PARKING SIGN TO REMAIN.

EXISTING STOP

SIGN TO REMAIN

EXISTING BUS STOP SIGN

TO REMAIN. INSTALL

RB-58 SIGN ON POLE.

EXISTING 2HR PARKING

SIGNS TO REMAIN

EXISTING 2HR HANDICAP

PARKING SIGNS TO REMAIN

EXISTING 2HR PARKING

SIGNS TO REMAIN

EXISTING 2HR PARKING

SIGNS TO REMAIN

EXISTING 2HR PARKING

SIGNS TO REMAIN

IB-23

REMOVE EXISTING BIKE ROUTE SIGN (IB-23) WITH

DIRECTIONAL TAB. 2HR PARKING SIGN TO REMAIN.

INSTALL WAYFINDING SIGN CON 2016 S-EB5.1D1.

1DEC 17, 2014

AF 50% SUBMISSION PS

2FEB 11, 2014

AF 95% SUBMISSION PS

3JUL 30, 2015

AF 100% SUBMISSION PS

INSTALL CONCRETE LANDING PAD

-150mm CONCRETE

-150mm BASE ON APPROVED

SUBGRADE

9.00

0.50

RB-58

4APR 25, 2016

AF ISSUED FOR CONSTRUCTION PS

REMOVE EX BIKE ROUTE SIGN (IB-23)

AND INSTALL WAYFINDING SIGN

CON 2016 D-SB5.1D1

IB-23

REMOVE EX BIKE ROUTE SIGN (IB-23)

AND INSTALL WAYFINDING SIGN

CON 2016 D-NB5.1D1

IB-23

5JUN 22, 2016

AF UPDATED WAYFINDING SIGN INFORMATION PS

ISSUED FOR SIGNS & LINES CONSTRUCTION

6SEP 22, 2016

AF ISSUED FOR TENDER PS

NOTE: HATCHED AREAS

NOT IN CONTRACT