city of guelph contract no. 2-1217 supplemental special provisions

93
SUPPLEMENTAL SPECIAL PROVISIONS SSP 1 CITY OF GUELPH CONTRACT NO. 2-1217 SUPPLEMENTAL SPECIAL PROVISIONS

Transcript of city of guelph contract no. 2-1217 supplemental special provisions

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 1

    CITY OF GUELPH

    CONTRACT NO. 2-1217

    SUPPLEMENTAL SPECIAL PROVISIONS

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 2

    INDEX

    1. GENERAL INFORMATION .............................................................................................................. 8

    2. SITE PREPARATION & MOBILIZATION (TENDER ITEM A1.0) ............................................. 10

    3. SEDIMENT AND EROSION CONTROL (TENDER ITEMS A3.0C AND A3.0D) ...................... 11

    4. PROVIDE LOCAL ACCESS AND MAINTENANCE THROUGHOUT ENTIRE DURATION OF CONTRACT (TENDER ITEM A4.0) ................................................................... 12

    5. PLACE FILTER CLOTH UNDER LIDS AT ALL CATCHBASINS AND STORM AND SANITARY MANHOLES (TENDER ITEM A6.0)................................................. 13

    6. SAMPLING OF SOILS FOR CHARACTERIZATION OF TYPE ACCORDING TO REG. 153/04 (TENDER ITEM A9.0) ......................................................................................... 13

    7. INSTALL ALUMINUM SAFETY PLATFORM AS PER OPSD 404.020 (TENDER ITEM B16.0, D37.0, AND D53.0) .................................................................................. 16

    8. REMOVE AND SALVAGE EXISTING FIRE HYDRANT AND DELIVER TO CITY OF GUELPH WATERWORKS (CITYVIEW DRIVE) (TENDER ITEM

    C17.0) ................................................................................................................................................ 16

    9. HIRE CITY OF GUELPH WATERWORKS TO INSTALL 200 MM X 150 MM TEE AND VALVE ON EXISTING WATERMAIN ON GRANGE ROAD

    (TENDER ITEM C28.0) ................................................................................................................... 16

    10. 300 MM DIA. REAR YARD CATCH BASIN LEADS WITH CLASS B BEDDING (TENDER ITEMS D33.0, AND D50.0)......................................................................... 17

    11. 600 MM X 600 MM REAR LOT CATCH BASINS WITH SD-15 FRAMES AND GRATES (TENDER ITEMS D35.0, AND D52.0) ........................................................................... 17

    12. 100 MM DIA. PVC SDR-28 SINGLE SANITARY SEWER LATERAL SERVICE INCLUDING CONNECTION TO MAIN, MARKER POST AND CLASS B

    BEDDING (TENDER ITEMS E55.0, E58.0, AND E61.0) .............................................................. 18

    13. 150 MM DIA. PVC SDR-28 SINGLE STORM SEWER LATERAL SERVICE INCLUDING CONNECTION TO MAIN, MARKER POST AND CLASS B

    BEDDING (TENDER ITEMS E56.0, E59.0, AND E62.0) .............................................................. 18

    14. 19 MM DIA. TYPE K SOFT COPPER WATER SERVICE LATERAL INCLUDING BEDDING COMPLETE WITH CORPORATION STOP, CURB

    STOP, CURB BOX AND STEM AND CONNECTION TO MAIN (TENDER

    ITEMS E57.0, E60.0 AND E63.0) .................................................................................................... 19

    15. 100 MM DIA. PVC SDR-28 DOUBLE SANITARY SEWER LATERAL SERVICE INCLUDING CONNECTION TO MAIN, 100 MM WYE

    CONNECTION AND 100 MM BRANCH SERVICES, MARKER POSTS AND

    CLASS B BEDDING (TENDER ITEM E64.0) ............................................................................ 19

    16. 150 MM DIA. PVC SDR-28 DOUBLE STORM SEWER LATERAL SERVICE INCLUDING CONNECTION TO MAIN, 150 MM DIA. WYE CONNECTION

    AND 150 MM BRANCH SERVICES, MARKER POSTS AND CLASS B

    BEDDING (TENDER ITEM E65.0) ................................................................................................. 19

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 3

    17. REMOVE AND DISPOSE OF EXISTING CULVERTS (TENDER ITEM F68.0) ........................ 20

    18. RESTORATION OF CITYVIEW DRIVE (TENDER ITEM F84.0) ............................................... 20

    19. RESTORE EXISTING DRIVEWAYS (TENDER ITEMS F85.0 AND F105.0) ............................. 20

    20. TOPSOIL STRIPPING AND DISPOSAL OFF-SITE (TENDER ITEMS F86.0 AND F104.0) ..................................................................................................................................... 21

    21. EARTH EXCAVATION INCLUDING OFF-SITE DISPOSAL (TENDER ITEM F87.0) ................................................................................................................................................. 22

    22. GRANULAR A FOR DRIVEWAY RAMPING AFTER CURB CONSTRUCTION AND AFTER SIDEWALK CONSTRUCTION (TENDER

    ITEM G128.0) ................................................................................................................................... 23

    23. TEMPORARY SHORING AT BLOCK 71 (TENDER ITEM H133.0) ........................................... 23

    24. EXTRA 19 MM CLEAR STONE BEDDING FOR SEWERS (TENDER ITEM H134.0) .............................................................................................................................................. 23

    25. LOT DRAINS (150 MM DIA. PERFORATED PVC FACTORY WRAPPED WITH GEOTEXTILE) COMPLETE WITH CLEAR STONE END TREATMENT

    (TENDER ITEM H135.0) ................................................................................................................. 24

    26. ADDITIONAL COST FOR HEATED CURB AND GUTTER (TENDER ITEM H140.0) .............................................................................................................................................. 24

    27. ADDITIONAL COST FOR HEATED CONCRETE AND FULL INSULATED PROTECTION FOR CURB AND GUTTER (TENDER ITEM H141.0) ........................................ 24

    28. ADDITIONAL COST FOR WINTER HEATING FOR BASE ASPHALT (TENDER ITEM H142.0) ................................................................................................................. 24

    29. ALLOWANCE FOR DEWATERING (ABOVE 50,000 LITRES PER DAY) INCLUDING FILTRATION/SEDIMENTATION CONTROL PLANS AND

    PERMITS TO TAKE WATER FOR INSTALLATION OF STORM AND

    SANITARY SEWERS AND WATERMAIN (TENDER ITEM H143.0) ........................................ 24

    30. CONTINGENCY ALLOWANCE (TENDER ITEM H144.0) ......................................................... 25

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 4

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

    1. City of Guelph Part B Standard Contract Specifications, 2012 as amended Located on the Citys website at http://guelph.ca/business.cfm?subCatID=981&smocid=1566

    NOTE: All special provisions are now located in the Part B Standard Contract Specifications.

    2. Region of Waterloo and Area Municipal Design Guidelines and

    Supplemental Specifications for Municipal Services (DGSSMS), January 2012

    http://www.regionofwaterloo.ca/en/doingbusiness/municipalstandards.asp

    3. Ontario Provincial Standard Specifications and Ontario Provincial Standard Drawings

    It will be the Contractors responsibility to obtain current copies of the Ontario Provincial Standard Specification (OPS) Forms listed below, which form part of this Contract. The Contract shall include the latest (most recent) edition of the Specification unless otherwise noted. ONTARIO PROVINCIAL STANDARDS GENERAL CONDITIONS OF CONTRACT November 2010 Specifications for Construction

    Weighing of Materials OPSS 102 Schedule of Rental Rates for Construction Equipment Including Model and Specification Reference

    OPSS 127

    Supply of Pre-Qualified Material and Products OPSS 128 Management and Excess Materials OPSS 180 Grading OPSS 206 Borrow OPSS 212 Hot Mixed Asphalt OPSS 310 Asphalt Sidewalk, Driveway, and Boulevard and for Sidewalk Resurfacing

    OPSS 311

    Asphalt Curb and Gutter Systems OPSS 312 Untreated Granular, Subbase, Base, Surface, Shoulder, and Stockpiling

    OPSS 314

    Concrete Sidewalk OPSS 351 Concrete Curb and Gutter Systems OPSS 353 Trenching, Backfilling, and Compacting OPSS 401 Rock Excavation for Pipelines, Utilities, and Associated OPSS 403

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 5

    Structures in Open Cut Pipe Subdrains OPSS 405 Maintenance Hole, Catch Basin, Ditch Inlet, and Valve Chamber Installation

    OPSS 407

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

    OPSS 408

    Closed-Circuit Television Inspection of Pipelines OPSS 409 Pipe Sewer Installation in Open Cut OPSS 410 Watermain Installation in Open Cut OPSS 441 Cathodic Protection of New and Existing Watermains OPSS 442 Site Preparation for Pipelines, Utilities, and Associated Structures

    OPSS 490

    Preservation, Protection, and Reconstruction of Existing Facilities

    OPSS 491

    Site Restoration Following Installation of Pipelines, OPSS 492 Compacting OPSS 501 Dust Suppressants OPSS 506 Utilities, and Associated Structures Removal

    OPSS 510

    Rip-Rap, Rock Protection, and Granular Sheeting OPSS 511 Dewatering of Pipeline, Utility, and Associated Structure Excavation

    OPSS 517

    Control of Water from Dewatering Operations OPSS 518 Traffic Control Signing OPSS 706 Pavement Marking OPSS 710 The Protection of Trees OPSS 801 Topsoil OPSS 802 Sodding OPSS 803 Seed and Cover OPSS 804 Temporary Erosion and Sediment Control Measures OPSS 805 Excavating and Backfilling Structures OPSS 902 Steel Reinforcement for Concrete OPSS 905 Aggregates General OPSS 1001 Aggregates Concrete OPSS 1002 Aggregates Hot Mix Asphalt OPSS 1003 Aggregates Miscellaneous OPSS 1004 Aggregates Base, Subbase, Select Subgrade, and Backfill Material

    OPSS 1010

    Performance Graded Asphalt Cement OPSS.MUNI 1101 Hot Mix Asphalt OPSS 1150 Cementing Materials OPSS 1301 Water OPSS 1302 Admixtures for Concrete OPSS 1303 White Pigmented Curing Compounds for Concrete OPSS 1315 Concrete - Materials and Productions OPSS.MUNI 1350

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 6

    Precast Reinforced Concrete Components for Maintenance Holes, Catch Basins, Ditch Inlets and Valve Chambers

    OPSS 1351

    Steel Reinforcements for Concrete OPSS 1440 Circular Concrete Pipe OPSS 1820 Non-Pressure Polyethylene (PE) Plastic Pipe Products OPSS 1840 Non-Pressure Polyvinyl Chloride (PVC) Pipe Products OPSS 1841 Frames, Grates, Covers, and Gratings OPSS 1850 Geotextiles OPSS 1860 Calcium Chloride Flake and Calcium Chloride Solution OPSS 2501 ONTARIO PROVINCIAL STANDARD DRAWINGS It will be the Contractors responsibility to obtain current copies of the Ontario Provincial Standard Drawings listed below, which form part of this Contract. Drawings for Roads, Barriers, Drainage Light Duty Straw Bale Barrier OPSD 219.100 Light Duty Silt Fence Barrier OPSD 219.110 Heavy Duty Silt Fence Barrier OPSD 219.130 Excavated Sediment Trap in Ditch OPSD 219.220 Dewatering Trap OPSD 219.240 Barrier for Tree Protection OPSD 220.010 Concrete Sidewalk OPSD 310.010 Concrete Sidewalk Adjacent to Curb and Gutter OPSD 310.020 Concrete Sidewalk Ramps at Intersections OPSD 310.030 Utility Isolation in Concrete Sidewalks OPSD 310.040 Cast Iron, Square Frame with Circular Closed or Open Cover for Maintenance Holes

    OPSD 401.01

    Aluminum Safety Platform for Circular Maintenance Holes

    OPSD 404.020

    Maintenance Hole Steps, Hollow OPSD 405.010 Maintenance Hole Steps, Solid OPSD 405.020 Concrete Barrier Curb with Standard Gutter OPSD 600.040 Concrete Barrier Curb OPSD 600.110 90o Concrete Outlet, for Concrete Curb and Gutter OPSD 604.010 45o Concrete Outlet, for Concrete Curb and Gutter OPSD 605.010 Method of Termination, for Concrete Curb and Gutter OPSD 608.010 Precast Concrete Maintenance Hole 1200mm Diameter

    OPSD 701.010

    Precast Concrete Maintenance Hole 1500mm Diameter

    OPSD 701.011

    Precast Concrete Maintenance Hole 1800mm Diameter

    OPSD 701.012

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 7

    Maintenance Hole Benching and Pipe Opening Alternative

    OPSD 701.021

    Precast Concrete Maintenance Hole Components, 1200mm Diameter, Tapered Top and Flat Cap

    OPSD 701.030

    Precast Concrete Maintenance Hole Components, 1500mm Diameter, Transition Cone and Slabs

    OPSD 701.040

    Precast Concrete Maintenance Hole Components, 1800mm Diameter, Transition Slabs

    OPSD 701.050

    Precast Concrete Single Inlet Flat Cap, 1500mm Diameter

    OPSD 703.011

    Precast Concrete Adjustment Units for Maintenance Holes, Catch Basins, and Valve Chambers

    OPSD 704.010

    Catch Basin Connection for Rigid Main Pipe Sewer OPSD 708.010 Support for Pipe at Catch Basin or Maintenance Hole OPSD 708.020 Catch Basin Connection for Flexible Main Pipe Sewer OPSD 708.030 Flexible Pipe Embedment and Backfill Earth Excavation OPSD 802.010 Flexible Pipe Embedment and Backfill Rock Excavation OPSD 802.013 Rigid Pipe Bedding, Cover, and Backfill, Type 1 or 2 Soil Earth Excavation

    OPSD 802.030

    Rigid Pipe Bedding, Cover, and Backfill, Type 3 Soil Earth Excavation

    OPSD 802.031

    Rigid Pipe Bedding, Cover, and Backfill Rock Excavation

    OPSD 802.033

    Concrete Headwall, for Pipe Less Than 900mm Diameter

    OPSD 804.030

    Grating for Concrete Endwall OPSD 804.050 Rip-Rap Treatment for Sewer and Culvert Outlets OPSD 810.010 Sewer Service Connections for Rigid Main Pipe Sewer OPSD 1006.010 Sewer Service Connections for Flexible Main Pipe Sewer

    OPSD 1006.020

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 8

    1. GENERAL INFORMATION

    Scheduling of the Work This project is to be carried out over a one-year period and involves the servicing of a subdivision comprising of 53 singles and 28 semis and 7 existing lots/houses to normal City of Guelph Specifications The Contractor shall start work within ten (10) calendar days after receipt of notice to commence construction. The Contractor will be allowed a maximum of eighty (80) working days to complete all works as part of this Contract. The Contractor shall stage the construction as follows; a) complete all works internal to the subdivision before July 16, 2012, b) complete all work on Cityview Drive before August 13, 2012, c) curb and gutter, base asphalt and other associated surface works to follow hydro installation. It is expected that internal and external surface works will be completed separately due to the utility installation schedule. It is the responsibility of the Contractor to augment additional daylight shifts as required to complete the work within the specified time. There will be no additional payment made thereof.

    Stage 1a Recording of working days will commence with a Start Work Order issued by the Engineer. The Contractor will be allowed a maximum of fifty (50) working days to complete all of the Stage 1a servicing works. Stage 1a works will comprise the following: i) Earth trimming, excavation and grading of roadways. ii) Installation of all underground services, comprising storm sewers,

    sanitary sewers, watermains and appurtenances including catch basins, lot service laterals and hydrants.

    iii) Placing of granular road base (Granular B and Granular A to complete a construction road).

    iv) All testing of sewers and watermains. v) Place filter fabric on sewer grates and maintenance hole covers.

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 9

    Stage 1b Recording of working days for Stage 1b works will commence with a Start work Order issued by the Engineer. The Contractor will be allowed fifteen (15) working days to complete Stage 1b. Upon the completion of hydro servicing and written notification from the Engineer that hydro servicing is complete, the Contractor will be allowed 14 calendar days before he must return to the site and begin Stage 1b work. Working days will begin on the 15th day subsequent to written notification by the Engineer. Stage 1b shall consist of the following work: i) Place curb and gutter. ii) Place base asphalt. iii) Grade boulevards and remove all unused construction materials and

    debris. iv) Replace filter fabric on sewer grates and maintenance hole covers as

    necessary. The Contractor is hereby advised that the Corporation reserves the right to delete any work included in Stage 1b works prior to or after having entered into a formal agreement with the Contractor and to delay Stage 1b to the year 2013 at its discretion. Under no circumstances will the Corporation compensate a Contractor for fixed costs or other expenses resulting from the deletion or delay of Stage 1b works from the Contract. Stage 2 Fifteen (15) working days will be allowed for Stage 2 works. The work comprising Stage 2 will include, but not be limited to the following: i) The construction of concrete walks. ii) Placement of topsoil in boulevards and across public frontages. iii) Construction from time to time of concrete walks, gravel driveways, and

    topsoil across the front of lots that have been built upon. iv) Sodding where required. v) Placing top course asphalt pavement.

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 10

    The works included under Stage 2 of the Contract, specifically the sidewalk construction, placement of topsoil in boulevards and placement of top course asphalt, are contingent on the rate of home building in the subdivision. The Contractor is hereby advised that the Corporation reserves the right to delete any work included in Stage 2 works prior to or after having entered into a formal agreement with the Contractor and to delay Stage 2 to the year 2013 at its discretion. Tenderers shall prepare their tenders with the foregoing in mind and shall ensure that overhead and other fixed costs are realistically apportioned amongst the several tender items. Under no circumstances will the Corporation compensate a Contractor for fixed costs or other expenses resulting from the deletion or delay of Stage 2 works from the Contract.

    If the Contractor should complete the Stage 1 works in fewer days than the number described (65), the number of working days remaining under Stage 1 works will be added to the number prescribed (15) for Stage 2 works, so that the total time for completion of the Contract shall be eighty (80) working days.

    2. SITE PREPARATION & MOBILIZATION (TENDER ITEM A1.0)

    PROJECT SCHEDULE Submittal and Review Process The Contractor shall prepare and update as required, a construction schedule indicating the timing of the major and critical activities of the Work. The schedule shall confirm and illustrate key dates, milestones and phasing of the Work as outlined in the Contract Documents and ensure conformity with the specified Contract Time. The Contractors schedule shall be submitted to the Engineer within seven (7) calendar days from the date of Contract Award. This schedule once reviewed by the Engineer and if it meets the Contract requirements, will become the Contract Construction Schedule against which progress will be measured. The proposed Contract Construction Schedule shall be submitted for acceptance in its optimum leveled form. This presentation should be in bar (Gnatt) chart form. The schedule shall be created using Microsoft Project or approved equal and submitted in electronic format and six (6) hard copies shall be delivered to the Engineer. The Contractors schedule shall be subdivided into work areas, as applicable, including mobilization and demobilization activities.

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 11

    Construction Layout Layout will be provided by the Engineer in accordance with Section 3.05.02 of the City of Guelph Supplemental General Conditions of Contract. The survey field crew will check, each day, with the inspector as to layout requirements and will provide line and grade referred to stakes on an offset as requested by the Contractor. Written information will be given to the Contractor in the form of grade sheets stating elevations of the stakes, proposed grades for the particular service, or road element as the case may be, along with cut and fill reductions. The Contractor shall provide all stakes required by the Engineer for layout purposes. There will be no separate payment for this requirement, cost of same being deemed to the included in the unit prices for the Contract. It shall be the Contractors responsibility to transfer the proper line and grade to the excavation or other work at hand. The Contractor shall have on site a Dumpy Level or better, leveling rod, and Engineers transit with personnel capable of using them. The inspector shall have use of this equipment and the assistance of one of the Contractors employees to verify grades and alignment as deemed necessary. The survey crew will be called upon, by the inspector, to recheck grades only when a problem is suspected. Upon completion of the work the field crew and/or inspector will take the necessary measurements and elevations for final quantity reports and for City records.

    3. SEDIMENT AND EROSION CONTROL (TENDER ITEMS A3.0C AND A3.0D)

    Part C: 19 mm clear stone for sediment control The contract price for this item is for supply and placement of 19 mm clear stone (includes all labour and equipment necessary) that may be required as directed by the site inspector or Engineer to control erosion. Part D: 50 mm clear stone for mud tracking pads Payment under this item shall be full compensation for all labour, equipment and materials required to install tracking mud tracking pads at all entrances to and egresses from the site for use throughout the construction period. Mud tracking pads shall be constructed using 50 mm diameter stone and will be a minimum of 10 metres long, 6 m wide, and 0.3 metres deep.

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 12

    Installation shall be required in the sediment and erosion control plans and installed prior to any construction starting. There may be occasions when small quantities are needed. The unit price shall be for full compensation for supply of materials, installation no matter the quantity required at the time of installation and the repair and/or maintenance of the mud tracking pads during the duration of the contract as directed by the Engineer or the City of Guelph. Upon installation, the Contractor and the Engineer will inspect the mud tracking pad for acceptance.

    4. PROVIDE LOCAL ACCESS AND MAINTENANCE THROUGHOUT ENTIRE DURATION OF CONTRACT (TENDER ITEM A4.0)

    It is intended that Cityview Drive and Cedarvale Avenue will remain open for through traffic at all times. At least one lane of traffic with flagmen must be maintained during the day and two lanes of traffic after working hours. If the Contractor believes that a portion of the construction on Cityview Drive or Cedarvale Avenue warrants the closure of either road, application must be made to the City of Guelph Traffic and Engineering Departments for consideration. If a closure is granted, it must follow all standard City of Guelph protocols. Cityview Drive and Cedarvale Avenue shall not be closed at the same time. No compensation will be made under the Contract if the City of Guelph does not grant a closure or if the granting of a closure does not match the time line sought by the Contractor. The Contractor shall be responsible for the preparation and submission of a traffic control plan, all on-site signage, flagging and traffic control in accordance with Temporary Conditions (Field Edition) Ontario Traffic Manual and in consultation with the City of Guelph Traffic Department. The City of Guelph will provide all off-site signage and public notification of road construction. The work under this item shall include (but is not limited to): 1. All excavation, 2. All grading, 3. All granular material, 4. All asphalt, 5. All compaction, 6. Flagmen when required, 7. All signage and barricading, and 8. All dust control necessary to maintain a minimum of one lane of traffic during the day and two lanes of traffic after working hours.

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 13

    The contract unit price for this item shall include maintenance as required. Any flagmen required for work on Cityview Drive and Cedarvale Avenue will be covered under this item. The per day cost for traffic control covers all items and clauses mentioned above. Should a road closure be granted, the per day traffic control price will not be paid in full. A suitable percentage (between 50 % and 100 %) of the cost will be paid per each day of the closure agreed upon by the Contractor and the Engineer.

    5. PLACE FILTER CLOTH UNDER LIDS AT ALL CATCHBASINS AND STORM AND SANITARY MANHOLES (TENDER ITEM A6.0)

    Filter cloth shall be Terrafix 270R and no other alternative fabric will be permitted. The contract unit price for this item allows for the placement of filter cloth after the installation of road structures and again after base asphalt is placed. The Contractor is responsible for maintaining the filter cloth after each installation until surface asphalt is placed (for structures in the road). Filter cloth shall have sufficient overlap or be clipped to grates and covers to prevent failure under full silt load. The unit price includes removal and disposal of filter cloth and debris at a later date.

    6. SAMPLING OF SOILS FOR CHARACTERIZATION OF TYPE ACCORDING TO REG. 153/04 (TENDER ITEM A9.0)

    Samples will be submitted, by the Contractor, for analysis to a laboratory accredited by the Canadian Association of Environmental Analytical Laboratories (CAEAL) for the analysis of inorganic parameters including metals, sodium adsorbion ration (SAR), conductivity and pH. The Contractor shall have the results analyzed to provide a characterization of the soil type as stipulated in Reg. 153/04 and the findings shall be reported to the Engineer. Sampling locations shall be determined in field as directed by the Engineer. Sampling shall occur immediately following award of the Contract. The per sample unit price for this item includes all work associated with collecting the sample, all laboratory analysis, characterization of the soil type (unsuitable material only) and reporting to the Engineer.

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 14

    This item is for the characterization of the soil type on site. All testing required by the receiving end to clear their conditions shall be borne completely by the Contractor. The Engineer may have random samples sent to a third party for analysis to verify the results. This shall be at no cost to the Contractor.

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 15

    WATERWORKS STANDARD PROCEDURE

    Distribution Appointments

    For Contractor Requests

    SOP: Distribution Appointments for Contractor Requests

    Development Date: August 21, 2000

    Revision Date:

    Total Pages: 1

    File: T:\policy\distribution appointments for Contractor Requests

    GOAL: To respond to Contractor request to turn water on/off at a new or replacement

    watermain construction location and also new site servicing.

    ACTION: Upon receiving request for turn on/off of water service, office staff will forward calls to

    Distribution Supervisor or Foreman.

    The following information will be recorded:

    Company name and telephone number

    Name of requestor and cell number (if applicable)

    Contact name on-site

    Location for work

    Appointment date and time

    Approvals are required for:

    Turn on/offs

    Pressure tests

    Chlorine residual

    Bacteriological tests

    Upon receiving approval, office staff will set up appointment. Waterworks employee

    will confirm on arrival at location with Inspector or Site Supervisor which water valve

    that needs to be opened or closed. City employees will not operate any water valves

    without confirmation.

    Waterworks will take no responsibility for any inconvenience due to water turn off.

    Contractors will be responsible to notify all customers.

    NOTICE

    IN ORDER TO MAKE REPAIRS TO THE WATERMAIN IT WILL

    BE NECESSARY TO SHUT OFF THE WATER SUPPLY TO YOUR

    HOME FROM ___________________ TO ___________________.

    THESE REPAIRS WILL BE CARRIED OUT AS QUICKLY AS

    POSSIBLE. WE HOPE THIS WILL NOT INCONVENIENCE YOU.

    THANK-YOU.

    WATERWORKS DEPARTMENT

    CITY OF GUELPH

    837-5627

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 16

    7. INSTALL ALUMINUM SAFETY PLATFORM AS PER OPSD 404.020 (TENDER ITEM B16.0, D37.0, AND D53.0)

    The contract price for this item includes for the supply and installation of safety platforms in all storm maintenance holes with vertical depths that exceed 5.0 m, as per the Contract Drawings. Maintenance holes with vertical depths between 5.0 m and 10.0 m shall have safety platforms installed at their mid-points. Maintenance holes with vertical depths between 10.0 m and 15.0 m shall have safety platforms installed at their third points.

    8. REMOVE AND SALVAGE EXISTING FIRE HYDRANT AND DELIVER TO CITY OF GUELPH WATERWORKS (CITYVIEW DRIVE) (TENDER ITEM C17.0)

    The contract unit price for this item shall be compensation in full for all labour, equipment and materials necessary for the removal and salvage of the existing hydrant on Cedarvale Avenue, as indicated in the Contract Drawings. The Contractor shall remove and salvage the existing hydrant with care to the preservation of same. The Contractor shall return the salvaged hydrant to the City of Guelph Waterworks yard in good working order. No additional payment will be made for such work and shall be included in the unit price for this item.

    9. HIRE CITY OF GUELPH WATERWORKS TO INSTALL 200 MM X 150 MM TEE AND VALVE ON EXISTING WATERMAIN ON GRANGE ROAD (TENDER ITEM C28.0)

    The Contractor shall hire the City Waterworks Department as a subcontractor to complete this work and the Contractor will remain as Constructor on this project. The installation of the 200 mm x 150 mm tees and valves on Grange Road will be carried out by the Citys Waterworks Division or under their direction. The Contractor shall coordinate his work and cooperate fully with Waterworks personnel in this regard and shall provide the City Waterworks Department with five days notice before this work is to be done. City forces will be responsible for supplying and installing the tees and valves complete with box and stem. The Contractor shall carry out all excavations and backfilling necessary to facilitate the connections including the exposing of approximately 2.0 metres of the existing main, constructing concrete thrust blocking, the final adjustment of the valve box, connection with proposed

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 17

    water line and the permanent restoration of all disturbed areas due to the watermain installation. The Contractor shall be responsible for making arrangements with City Waterworks personnel and all traffic control. The Contract unit price for this item includes all costs associated with the coordination of the watermain connections, the excavation for the tee and valves, the construction of the thrust blocking, and back filling and compacting the subsoils. The Contractor shall submit the invoice from the City, for their work and the supplies to do so, to the Contract Administrator. The Contractor is permitted to mark up the City invoice 10 % and the invoice will be paid as an extra to the Contract.

    10. 300 MM DIA. REAR YARD CATCH BASIN LEADS WITH CLASS B BEDDING (TENDER ITEMS D33.0, AND D50.0)

    As indicated on the Contract plans, CSA A257.2 concrete pipe shall be used for the rear yard catch basin leads. No other pipe type may be substituted. The Contractor shall install insulation to all catch basin leads where cover is less than 1.5 m to the obvert of the pipe. This work shall be included in the Contract unit price for the installation of the catch basin leads. Where directed, the Contractor will concrete the rear yard catch basin lead with 25 mPA concrete. Concrete encasement paid under Item Nos. D29.0B and D41.0B. Supply and place Granular B as structural fill over rear yard catch basin lead. Once the concrete encasement has cured to the satisfaction of the Engineer the Contractor shall supply and place Granular B as structural fill as directed by the Engineer.

    11. 600 MM X 600 MM REAR LOT CATCH BASINS WITH SD-15 FRAMES AND GRATES (TENDER ITEMS D35.0, AND D52.0)

    Immediately upon installation, each off-street catch basin shall be surrounded by a sediment moat 600 mm deep by 2.0 metre wide, and filter fabric shall be immediately placed over the grate with enough fabric tucked under the grate to seal and secure it against bypass (i.e. wrap the grate and/or frame), as per

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 18

    the contract detail drawings. This work is part of the cost of installation of the off-street catch basin. Until completion of servicing, maintenance and periodic cleanout of the moat and replacement of the filter fabric shall be the responsibility of the Contractor to maintain the function of this feature.

    12. 100 MM DIA. PVC SDR-28 SINGLE SANITARY SEWER LATERAL SERVICE INCLUDING CONNECTION TO MAIN, MARKER POST AND CLASS B BEDDING (TENDER ITEMS E55.0, E58.0, AND E61.0)

    All sanitary laterals shall be placed at 2.7 m depth to the invert of the pipe below the finished elevation at the right-of-way. Marker posts shall extend a minimum of 1.0 m above grade and shall be painted green in colour. Inverts for the existing lots on Cityview Drive will be provided. Be advised that the Bell utility (Fibre Optic Cable) is expected to be in place in the Cityview boulevard prior to the installation of services to Lot Nos. 1 to 15 and 134 Cityview Drive.

    13. 150 MM DIA. PVC SDR-28 SINGLE STORM SEWER LATERAL SERVICE INCLUDING CONNECTION TO MAIN, MARKER POST AND CLASS B BEDDING (TENDER ITEMS E56.0, E59.0, AND E62.0)

    Existing homes on Cityview Drive do not receive a storm service. Where possible, storm sewer laterals shall be placed at 2.7 m depth to the invert of the pipe blew the finished elevation at the right-of-way. Marker posts shall extend a minimum of 1.0 m above grade and shall be painted white in colour. Be advised that the Bell utility (Fibre Optic Cable) is expected to be in place in the Cityview boulevard prior to the installation of services to Lot Nos. 1 to 15 and 134 Cityview Drive.

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 19

    14. 19 MM DIA. TYPE K SOFT COPPER WATER SERVICE LATERAL INCLUDING BEDDING COMPLETE WITH CORPORATION STOP, CURB STOP, CURB BOX AND STEM AND CONNECTION TO MAIN (TENDER ITEMS E57.0, E60.0 AND E63.0)

    City of Guelph Standard Specifications SS-200 SI shall apply to this work. Watermains shall be under standard City pressure (typical operating pressure for the area serviced) for connection of all services (tap and main stop connection). Standard Drawing SD-26 shall apply. Marker posts shall extend a minimum of 1.0 m above finished grade, be one piece and shall be painted blue in colour. Be advised that the Bell utility (Fibre Optic Cable) is expected to be in place in the Cityview boulevard prior to the installation of services to Lot Nos. 1 to 15 and 134 Cityview Drive.

    15. 100 MM DIA. PVC SDR-28 DOUBLE SANITARY SEWER LATERAL SERVICE INCLUDING CONNECTION TO MAIN, 100 MM WYE CONNECTION AND 100 MM BRANCH SERVICES, MARKER POSTS AND CLASS B BEDDING (TENDER ITEM E64.0)

    All sanitary laterals shall be placed at 2.7 m depth to the invert of the pipe below the finished elevation at the right-of-way. Marker posts shall extend a minimum of 1.0 m above grade and shall be painted green in colour.

    16. 150 MM DIA. PVC SDR-28 DOUBLE STORM SEWER LATERAL SERVICE INCLUDING CONNECTION TO MAIN, 150 MM DIA. WYE CONNECTION AND 150 MM BRANCH SERVICES, MARKER POSTS AND CLASS B BEDDING (TENDER ITEM E65.0)

    Existing homes on Cityview Drive do not receive a storm service. Where possible, storm sewer laterals shall be placed at 2.7 m depth to the invert of the pipe blew the finished elevation at the right-of-way. Marker posts shall extend a minimum of 1.0 m above grade and shall be painted white in colour.

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 20

    17. REMOVE AND DISPOSE OF EXISTING CULVERTS (TENDER ITEM F68.0)

    Removed culverts to be disposed of off-site at a location arranged by and at the sole expense of the Contractor. Included in the contract price of this item is enough Granular A to fill where the culvert was removed to allow temporary access to the existing homes.

    18. RESTORATION OF CITYVIEW DRIVE (TENDER ITEM F84.0)

    The contract price for this item shall include the following work:

    i) Includes all grading and compacting, ii) Disposal of all the bulking off of the site (not already paid for

    under Item No. 75), iii) Restore all grassed areas with 150 mm topsoil and sod, iv) Restore all ditches to maintain current drainage patterns, v) Ensure that no slope exceeds 3:1, vi) Protect or replace utilities, trees not slated for removal and

    private property within the limits of the work. Any material removed from the site will be to locations arranged by the Contractor at his expense.

    19. RESTORE EXISTING DRIVEWAYS (TENDER ITEMS F85.0 AND F105.0)

    The contract unit price for this item will include all work necessary to neatly saw cut the existing driveways, regrade, compact and restore all existing driveways along Cityview Drive within the limits of construction. New granulars shall be paid for under the Granular B and Granular A items. The required asphalt shall be paid for under the HL-3A item. The removal of the existing culverts shall be paid for under Item No. 56.

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 21

    20. TOPSOIL STRIPPING AND DISPOSAL OFF-SITE (TENDER ITEMS F86.0 AND F104.0)

    The contract unit price for this item shall include all equipment, materials and labour necessary to strip topsoil from within the limits of the contract and haul the excess off the site to locations arranged for, by and at the sole expense of the Contractor. Disposal locations will depend on the soil type as determined by the testing carried out as part of this item. The soil types are determined as follows: Table 1 characterized as passing a minimum standard of Table 1 disposal characteristics as determined by MOE Reg. 153/04 and associated amendments. Table 2 characterized as passing a minimum standard of Table 2 disposal characteristics as determined by MOE Reg. 153/04 and associated amendments. Meets Table 2 (except de-icing) characterized as passing a minimum standard of Table 2 disposal characteristics as determined by MOE Reg. 153/04 and associated amendments, except for parameters commonly associated with road de-icing activities. It is expected that off-site disposal of this material can be received by a variety of receiving sites utilizing a stratified placement strategy. Exceeding Table 2 characterized as exceeding Table 2 disposal characteristics as determined by MOE Reg. 153/04 and associated amendments. The quantity of excess material in the contract is an estimate only and is for the purpose of indicating to bidders the general and possible magnitude of the Work for comparison of tenders received. Under no circumstances shall the Contractor claim additional payment from the Owner related to the removal and disposal of excess material beyond what has been allowed under the items of the Contract. Measurement for payment will be made in cubic metres by truck box measures as the material is loaded for disposal off site. Contractor shall note that the contract quantity is an estimate based on an assumed 0.3 metre (1 foot) depth of topsoil.

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 22

    21. EARTH EXCAVATION INCLUDING OFF-SITE DISPOSAL (TENDER ITEM F87.0)

    All earth excavation of suitable material to be placed and compacted on Cityview Drive or Lee Street as required. Earth material to be placed in 0.3m lifts and compacted to 98% Standard Procter Maximum Dry Density. All earth excavation shall be paid for by cross-sections. All excess earth excavation remaining after use as fill shall be removed from the site to locations arranged for by the Contractor, all at the unit price bid for these items . Sewer and watermain excavation shall not be paid under this item. Any rock excavation is to be paid under Item No. H132.0. Excess material is to be disposed of off-site, at locations arranged for and at the sole expense of the Contractor. Disposal locations will depend on the soil type as determined by the testing carried out as part of this item. The soil types are determined as follows: Table 1 characterized as passing a minimum standard of Table 1 disposal characteristics as determined by MOE Reg. 153/04. Table 2 characterized as passing a minimum standard of Table 2 disposal characteristics as determined by MOE Reg. 153/04. Meets Table 2 (except de-icing) characterized as passing a minimum standard of Table 2 disposal characteristics as determined by MOE Reg. 153/04 and associated amendments, except for parameters commonly associated with road de-icing activities. It is expected that off-site disposal of this material can be received by a variety of receiving sites utilizing a stratified placement strategy. Exceeding Table 2 characterized as exceeding Table 2 disposal characteristics as determined by MOE Reg. 153/04. The quantity of excess material in the contract is an estimate only and is for the purpose of indicating to bidders the general and possible magnitude of the Work for comparison of tenders received. The Contract does not warrant that any or all of the quantities of material exist for disposal off-site. Under no circumstances shall the Contractor claim additional payment form the Owner related to the removal and disposal of excess material beyond what has been allowed under the items of the Contract.

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 23

    22. GRANULAR A FOR DRIVEWAY RAMPING AFTER CURB CONSTRUCTION AND AFTER SIDEWALK CONSTRUCTION (TENDER ITEM G128.0)

    The unit price of this item includes the excavation and disposal off-site (at a location arranged by the Contractor) of any waste soil if necessary.

    23. TEMPORARY SHORING AT BLOCK 71 (TENDER ITEM H133.0)

    The contract unit price for this item is for the design, supply, installation and certification of a shoring or slope retaining system.

    The shoring system design to be submitted to City of Guelph Building Department as required for building permit. Construction cannot commence until building permit is in place. The contractor to submit for a building permit once shoring design is available. Construction cannot commence until building permit is received. Permit fees to be paid by contractor and included in this item.

    Included in the price for this item is removal of excess native soils to an on-site location, supply and installation of granular base, and back fill material. Certification by a geotechnical and structural engineer according to the manufacturers specifications and OBC 2006.

    All geotechnical testing and reporting is to be included in this item.

    Measurement for payment of the shoring/ slope retaining system is on a vertical face area basis from the bottom of the wall to the top of the wall.

    The contractor is cautioned that the ability to excavate behind the slope retaining system is limited to existing property boundaries and existing slope conditions. Payment is for all labour, machinery and material to construct the wall according to the specifications.

    24. EXTRA 19 MM CLEAR STONE BEDDING FOR SEWERS (TENDER ITEM H134.0)

    Payment for this item shall include all work necessary to supply and place material, if necessary, only if directed by the Engineer. The unit price for this item shall also include filter fabric. Payment shall be made by the tonne as verified by weigh tickets.

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 24

    25. LOT DRAINS (150 MM DIA. PERFORATED PVC FACTORY WRAPPED WITH GEOTEXTILE) COMPLETE WITH CLEAR STONE END TREATMENT (TENDER ITEM H135.0)

    At lower lots, or as directed by the Engineer, perforated 150 mm dia. polyethylene pipe shall be connected to the storm service at the right-of-way and taken into the middle of the lot. At approximately the centre of the lot, the pipe shall rise to above ground level. 0.5 m of clear stone shall be placed in the shape of a cone to support the riser. The clear stone shall be included in the contract price for this item.

    26. ADDITIONAL COST FOR HEATED CURB AND GUTTER (TENDER ITEM H140.0)

    The contract unit price for this item shall include labour, materials and equipment necessary to heat concrete for curb and gutter.

    27. ADDITIONAL COST FOR HEATED CONCRETE AND FULL INSULATED PROTECTION FOR CURB AND GUTTER (TENDER ITEM H141.0)

    The contract unit price for this item shall include labour, materials and equipment necessary to heat concrete and to provide full insulated protection for curb and gutter.

    28. ADDITIONAL COST FOR WINTER HEATING FOR BASE ASPHALT (TENDER ITEM H142.0)

    The decision to proceed with winter heating and protection is at the discretion of the Contract Administrator prior to starting such work. Approval must be received in writing from the Contract Administrator prior to any payment for these items.

    29. ALLOWANCE FOR DEWATERING (ABOVE 50,000 LITRES PER DAY) INCLUDING FILTRATION/SEDIMENTATION CONTROL PLANS AND PERMITS TO TAKE WATER FOR INSTALLATION OF STORM AND SANITARY SEWERS AND WATERMAIN (TENDER ITEM H143.0)

    The contract allowance for this item shall include the design, approval, permitting, installation, removal and restoration of a temporary dewatering system, including filtration/sedimentation control and all required permits (i.e. Permit to Take Water, Municipal Permits), for the installation of storm sewers,

  • SUPPLEMENTAL SPECIAL PROVISIONS

    SSP 25

    sanitary sewers and watermain. The dewatering system shall isolate the work area to prevent silt/sedimentation from neighbouring properties. The complete design of the dewatering system, including filtration/sedimentation control plans and permits to take water, shall be the Contractors responsibility and shall be subject to review/approval by the Engineer, the City of Guelph and Ministry of the Environment (if necessary). All outfalls from the pumping operations shall be directed to the filtration/sedimentation controls prior to discharge from the site. The Contractor shall perform all excavation operations in such a manner as to avoid ponding of water or the saturation by flooding of embankment materials. No separate payment will be made for pumping, installation of temporary storm sewers, etc. The Contractor shall submit six (6) sets of design reports and applicable drawings to the Engineer. A Professional Engineer licensed in the Province of Ontario shall prepare the design report and applicable drawings. Payment for this item shall be full compensation for all labour, equipment and material necessary to complete the work. Seventy percent (70%) of the contract lump sum price will be paid following installation of all storm sewers, sanitary sewers and watermain. The remaining thirty percent (30%) will be paid following removal of the system and the completion of any restoration.

    30. CONTINGENCY ALLOWANCE

    The Contractor shall note that the City of Guelphs supplemental General Conditions of Contract shall apply to all extra work performed in this contract. The Contractor is advised that all extra work required to complete this project must be authorized by the Contract Administrator prior to starting such extra work and all field force accounts shall be verified and signed by the Resident Inspector prior to the Contractor submitting his invoices for payment. Failure to follow this procedure may result in the rejection of invoices.

  • APPENDIX A

    CITY OF GUELPH

    CONTRACT NO. 2-1217

    APPENDIX A

    GEOTECHNICAL REPORT

    Prepared by Naylor Engineering Associates Ltd. (dated December 5, 2007)

  • GEOTECHNICAL INVESTIGATIONCITYVIEW/GRANGE DEVELOPMENT

    CITYVIEW DRIVE AND GRANGE ROADGUELPI-I, ONTARIO

    for2014707 ONTARIO INC.

    7187G1R01 DISTRIBUTION:December 2007 Naylor 4cc: 2014707 Ontario Inc.

    I Engineering icc: File._ Associates Id.

  • Naylorfl. EngineeringZ__, Associates LW.

    5w CONSULTING ENGINESRS

    353 Bridge Street EastKitchener, Ontario N2K 2(5 7087G1 .ROlSag-741-1313, Fax 741-5422www. naytoreng . corn

    December 5, 2007

    2014707 Ontario Inc.169 Lexington Court, Unit B-iWaterloo, OntarioN2J 4R3

    Attention: Ms. Jennifer Passy, MCIP, RPP

    Dear Madam:

    Re: Geotechnical InvestigationCityview/Grange DevelopmentCityview Drive and Grange RoadGuelph, Ontario

    Naylor Engineering Associates Ltd. is pleased to submit this report for the geotechnicalinvestigation recently completed for the above-referenced development.

    This report outlines the investigation procedures and provides a summary of the subsurfaceconditions encountered. Geotechnical comments and recommendations are provided for sitegrading, site servicing, pavement design, and house construction.

    We trust that this report is suitable to your present requirements and we thank you for thisopportunity to have been of service. If you have any questions or require any rthergeotechnical consultation, please do not hesitate to contact our office.

    Yours very truly,

    J 4*/VJeffDietz, P. Eng.

    Project Engineerjw

    Brantford Kitchener Stratford

  • TABLE OF CONTENTS

    Page1. Introduction 1

    2. Investigation Procedure 1

    2.1 Previous Work 12.2 Field Program 12.3 Laboratory Testing 2

    3. Site Conditions 2

    3.1 Site Description 23.2 Subsurface Soil Conditions 33.3 Groundwater 3

    4. Discussion and Recommendations 4

    4.1 Site Grading 44.2 Site Servicing 54.3 Pavement Design 64.4 House Construction 1

    List of Abbreviations

    Table 1 Corrosion Potential Test Results

    Figure 1 Particle Size Distribution CurveFigure 2 Standard Proctor Moisture-Density Test Results

    Borehole Logs Boreholes 1 through S

    Drawing 1 Location PlanDrawing 2 Site PlanDrawing 3 Structural Fill Pad DetailDrawing 4 Typical Pavement Subdrain Detail

    Appendix A Laboratory Certificates of AnalysisAppendix B Site Photographs

    flaNaylorEngineering

    tEES AssociatesCONS ULTI.NN ENGINEERS

  • December 2007 Cityview/Grange Development, Guelph

    ii Introduction

    Naylor Engineering Associates Ltd. was retained by 2014707 Ontario Inc. to carry out ageotechnical investigation for a proposed residential subdivision to the south and west of GrangeRoad and Cityview Drive in Guelph, Ontario, as shown on the appended Location Plan,Drawing 1. This work was authorized by Ms. Jennifer Passy, MCIP, RPP of 2014707 OntarioInc. following submission of a detailed proposal.

    The project involves the residential development of an approximately 18 ha property. Theproposed subdivision will include about seventy lots with flaIl municipal services for singlefamily homes or townhouses. About 400 m of local streets will be constructed.

    The purpose of this investigation was to determine the subsurface soil and groundwaterconditions and, based on that information, prepare this engineering report with geotechnicalrecommendations pertaining to site grading, site servicing, pavement design, and houseconstruction.

    2. Investigation Procedure

    2.1 Previous Work

    In September of 2007, Naylor Engineering Associates Ltd. conducted a Phase 1 EnvironmentalSite Assessment for the subject property. The results of the assessment were provided in ourReport No. 7187E1,R01.

    2.2 Field Program

    The fieldwork for this investigation was carried out on October 25, 2007 and involved thedrilling of five boreholes (Boreholes 1 through 5) to depths of 4.8 to 6.4 mat the locations shownon the appended Site Plan, Drawing 2. The boreholes were advanced with a CME-75 track-mounted drillrig equipped with continuous flight solid stem augers, supplied and operated by aspecialist drilling contractor.

    Soil samples were recovered from the boreholes at regular 0.75 and 1.50 m depth intervals usinga 50 mm O.D. split spoon sampler in accordance with the Standard Penetration Test (SPT)procedure. The SPT N-values recorded are plotted on the borehole logs, appended.

    Standpipes were installed in all five boreholes to allow measurement of the stabilizedgroundwater levels. The installations comprised 19 mm diameter CPVC pipes with slotted andfiltered screens, as well as bentonite seals. Groundwater levels were measured in the standpipeson November 15, 2007 by Naylor Engineering Associates Ltd. Details of installations andgroundwater measurements are provided on the borehole logs, appended.

    Naylor7187G1.R01

    ________

    Engineering Page 1Associates

  • December 2007 Cityview/Grange Development, Guelph

    All standpipes were installed by licensed well technicians in accordance with Ontario Regulation903. Well Tag Number A054680 was attached to the standpipe at Borehole 1. The standpipesmust be properly decommissioned by licensed well technicians within six months of last use, andcertainly before constmction begins.

    Methane gas concentrations were measured in the boreholes using a portable gas analyzer. Themethane readings are provided on the appended borehole logs.

    The fieldwork was supervised throughout by a member of our engineering staff who directed thedrilling and sampling procedures; recorded the results of SPT testing; documented the soilstratigraphies, and cared for the recovered soil samples.

    The borehole locations and ground surface elevations were surveyed by others and the data wassupplied to us in AutoCAD format. It is understood that the elevations are related to a geodeticdatum.

    2.3 Laboratory Testing

    All soil samples secured during this investigation were returned to our laboratory for moisturecontent tests; the results of which are plotted on the borehole logs. Geotechnical laboratory testscarried out on selected samples of the major subsurface soils from the investigation comprisedone particle size distribution analysis with results presented on Figure 1, and one standardProctor moisture-density test with results plotted on Figure 2.

    One sample of the subsurface soils was sent to ALS Canada Ltd. for testing to determinecorrosion potential. The ALS Canada Ltd. test results are provided in Appendix A. The resultsof the analysis are also summarized in Table I, appended.

    The soil samples will be stored for a period of four months from the date of sampling. After thistime, they will be discarded unless prior arrangements have been made for longer storage.

    3. Site Conditions

    3.1 Site Description

    The subject property covers about 3.8 ha and is located in the southeast part of Guelph, Ontario.The property is bordered on the north by Grange Road and House No. 327 Grange Road; on theeast by Cityview Drive; on the south by undeveloped land and houses fronting onto CedarvaleAvenue; and, on the west by houses fronting onto Bradson Drive.

    Two houses and associated garage and barn buildings are located in the east end of the site. Theremainder of the site is undeveloped and is vegetated with field grasses and occasional young tomature trees. The ground surface at the site slopes down from a high in the northeast to a lowarea in the southwest. Topographic relief between the boreholes is about 15 m. Photographs ofthe site taken for the previous Phase I Environmental Site Assessment in August 2007 arepresented in Appendix B.

    Naylor7187G1.R01 Engineering Page 2

    Z AssociatesC C U! C fCG!

  • December 2007 Cityview/Granqe Development Guelph

    3.2 Subsurface Soil Conditions

    We refer to the appended borehole logs for detailed soil descriptions and stratigraphies,SPT N-values, moisture content profiles, details of standpipe installations, and groundwaterobservations and measurements.

    The subsurface stratigraphy at the site generally comprises topsoil overlying glacial till. A thinveneer of silt was encountered between the topsoil and glacial till at the southeast end of the site(Borehole 1).

    Topsoil was contacted surficially throughout the property. The topsoil is 300 to 450 mm thickand the average thickness is about 360 mm. The topsoil generally comprises dark brown silt.

    A thin veneer of silt was encountered beneath the topsoil at the southeast end of the site(Borehole 1). This deposit is about 0.3 m thick and comprises rusty brown sandy silt.

    Glacial till was encountered beneath the topsoil and silt veneer throughout the site, This depositcontinues below the termination depths of the boreholes and ranges in composition from siltysand with some gravel to silt with some sand and gravel. Cobbles and boulders wereencountered within the glacial till at some locations. A particle size distribution analysisperformed on a sample of the glacial till indicates that the sample contains 17% gravel,36% sand, and 47% silt and clay (see Figure 1).

    SPT N-values for the upper 1 to 3 m of the glacial till range from 10 to 39 blows per 300 mmpenetration of a split spoon sampler, indicating a compact to dense relative density. Below theupper 1 to 3 in, the glacial till is typically very dense and has SPT N-values of greater than50 blows per 300 mm. The moisture content of the glacial till ranges from 5 to 10%, indicatingmoist conditions. A standard Proctor moisture-density test performed on a sample of the glacialtill indicated a maximum dry density of 2.185 tIm3 at an optimum moisture of 7.6% (seeFigure 2).

    3.3 Groundwater

    Groundwater measurements and observations are provided on the logs for the individualboreholes drilled for this investigation. Based on the measurements, the stabilized groundwatertable is more than 4 m below ground surface, except at the southwest (Borehole 3), wheregroundwater was measured at a depth of 3.14 in (Elevation 329.46). The groundwater isprimarily contained in thin sand seams within the glacial till. Seepage rates from the glacial tillwould be low.

    Naylor7187G1.R0i

    ________

    Engineering Page 3tEZ Associates LW.

  • December 2007 cityview/crange Development, Gue[ph

    4. Discussion and Recommendations

    The project involves the residential development of an approximately 3.8 ha property. Theproposed subdivision will include about seventy lots with full municipal services for singlefamily homes or townhouses. About 400 rn of local streets will be constructed.

    The subsurface stratigraphy at the site generally comprises topsoil overlying glacial till. A thinveneer of silt was encountered between the topsoil and glacial till at the southeast end of the site(Borehole 1). The stabilized groundwater table is more than 4 m below ground surface, exceptat the southwest (Borehole 3), where groundwater was measured at a depth of 314 m(Elevation 329.46).

    The following sections of this report provide geotechnical recommendations for the constructionof the subdivision, including site grading, site servicing, pavement design, and houseconstruction.

    4.1 Site Grading

    At the time of this reports preparation, grading plans were not available for review; however,based on existing grades, some area grading of the property is anticipated to prepare the land forconstruction of the proposed residential subdivision. In general, material may be cut from thehigh areas at the north and east to raise grades in lower areas of the site, such as the southwestend.

    It is anticipated that prior to grading the existing buildings at the east end of the site will bedemolished. During demolition, all structural components of the buildings, including concretefloor slabs and foundations, should be removed. The existing foundation wall backfill should besubexcavated and stockpiled for inspection to detennine where it can be re-used.

    Prior to carrying out any area grading of the site, the surficial topsoil should be removed fromcuts and critical fill areas. In calculating the approximate quantity of topsoil to be stripped, wenote that the average thickness of topsoil contacted in the boreholes is about 360 mm. Werecommend that the topsoil thickness be increased by 50 mm for volume calculations to accountfor variations, and some stripping of the mineral soil below. The topsoil material could be usedfor landscaping fill to raise grades in the rear yards of the house lots or in park areas.

    Following stripping of topsoil, the exposed subgrade should be inspected by Naylor EngineeringAssociates Ltd. Fill should be placed in maximum 300 mm thick lifts and compacted to thefollowing minimum percentages of standard Proctor maximum dry density (SPMDD):

    Fill Use Minimum Compaction Requiredstructural fill to support buildings 98% SPMDDsubgrade fill beneath streets 95% SPMDDbulk fill in landscaped areas 90% SPMDD

    Naylor7187G1.R01

    _________

    Engineering Page 4Z Associates

  • December 2007 Cityview/Grange Development, Guelph

    The major soil likely to be generated from the cut areas of the property is glacial till. Themoisture content of the glacial till generally ranges between 5 and 10%, and the optimummoisture for compaction is 7.6% (see Figure 2). The majority of the glacial till will be suitablefor use as structural fill. If grading is carried out during wet weather, then the glacial till mayrequire drying prior to use as structural fill. We therefore note that structural filling operationswould be expected to be more efficient if carried out in the drier Summer months.

    The structural fill should extend at least 1.0 m beyond the footing edge of any residentialbuilding and down to the subgrade level at a slope of 45 to the horizontal. A typical detail forstructural fill placement beneath house foundations is shown on Drawing 3, appended.

    Full-time inspection by experienced geoteclrnical personnel should be carried out during fillplacement and compaction to examine and approve potential sources of fill material, and tocarefully monitor the placement and verify the compaction by insitu density testing.

    4.2 Site Servicing

    Following site grading operations, the property will be serviced to provide the individual lots andblocks with full municipal services. It is anticipated that the invert levels for the watermain,storm, and sanitary sewers will be at conventional depths, some 2 to 4 m below finished grade.

    Temporary excavations to conventional depths for installation of underground pipes at this siteshould comply with Regulation 213/91 (Construction Projects) under the Ontario OccupationalHealth and Safety Act. The predominant soils encountered in the test holes would be classified asType 2 soils and temporary side slopes may be cut near vertical in the bottom 1.2 m, and must betrimmed back at an inclination of maximum 1 horizontal to 1 vertical above this level (exclusiveof groundwater effects).

    No major groundwater problems are expected for excavations at this site. Low rates of seepagemay occur from thin saturated sand seams within the glacial till. It is expected that any minorgroundwater inflow could be handled using conventional sump pumping techniques.

    The subgrade soils beneath the watennain and sewer pipes will comprise native mineral soils orcompacted fill placed during the site grading operations. No bearing problems are anticipatedfor flexible or rigid pipes founded in the native deposits or compacted on-site soils. The beddingshould be placed in accordance with Ontario Provincial Standard Drawings (OPSD 802.030 and802.033).

    Pipe bedding for water and sewer services should be conventional Class B pipe beddingcomprising a minimum 150 mm thick layer of OPSS Granular A aggregate below the pipeinvert. The bedding course may be thickened if portions of the subgrade become unduly wetduring excavation. Granular A type aggregate should be provided around the pipe to at least300 mm above the pipe. The bedding aggregate should be compacted to a minimum98% SPMDD.

    Naylor7187G1.R01

    _______

    Engineering Page 5Associates

  • December 2007 Cityview/Grange Development, Guelph

    The results of various analyses carried out on one selected soil sample to assess the potential forcorrosion of ductile iron pipe are provided on Table 1, appended. The Cast Iron Pipe ResearchAssociation soil test evaluation system is also provided on the same table. The test results showa point value of less than 10 for the soils at this site and, therefore, standard protection is suitablefor pipes and hydrant valves.

    Thrust blocks for the watermain should be designed using current OPSS Standards. Thefollowing soil parameters may be used for thrust restraint design:

    Angle of internal friction (4)) = 300 Soil cohesion (c) = 0 kPa Soil unit weight (y) = 20 kN/m3

    The interface friction coefficient for granular bedding and smooth ductile iron pipe or PVC pipewould be 0.60. An appropriate factor of safety should be employed.

    The trenches above the specified pipe bedding should be backfilled with inorganic on-site soilsplaced in 300 mm thick lifts and compacted to at least 95% SPMDD. Based on the results ofinsitu moisture content and standard Proctor moisture-density tests carried out on the nativeoverburden deposits, the majority of the on-site excavated materials will be compactable to therequired 95% SPMDD. Portions of the native soil may require some drying prior to use as trenchbackfill if work is done during wet weather.

    To minimize potential problems, backfilling operations should follow closely after excavation sothat only a minimal length of trench is exposed. Care should be taken to protect side slopes ofexcavations by diverting surface run-off away fltm the excavations. If construction extends intothe winter, then the backfilling operations should be planned so that exposure of the backfillmaterial to frost is lcept to a minimum and to ensure that frozen material is not used as backfill.

    Frequent inspection and compaction testing by experienced geotechnical personnel should becarried out to examine and approve backfill materials, and to verify that the specified degree ofcompaction has been achieved.

    4.3 Pavement Design

    A number of local residential streets are planned for the subdivision. Following site grading andinstallation of services, the pavement subgrade will comprise predominantly recompactedexcavated silty soils. The following pavement component thicknesses are recommended basedon the proposed pavement usage, and the frost-susceptibility and strength of the subgrade soils:

    Pavement Component Local StreetsAsphaltic Concrete 90 mmGranular A Base Course 150 mmGranular B Subbase Course 450 mm

    7187G1.R01 fl NaylorEngineering Page 6

    _______

    AssociatesCONSUTIQEG!NR5

  • December 2007 Cityview/Grange Development, Guelph

    The pavement subgrade materials should be thoroughly proof-rolled under supervision of ageotechnical engineer prior to placement of the Granular B subbase course. If any unstableareas are noted, then the Granular B thickness may need to be increased to support pavementconstruction traffic. This should be left as a field decision at the time of construction, but it isrecommended that these materials be carried as a provisional item under the constructioncontract.

    Samples of both the Granular A and Granular B aggregates should be checked for conformanceto OPSS 1010 prior to utilization on site and during construction. The Granular B subbase andGranular A base courses must be compacted to 100% SPMDD, as verified by insitu densitytesting.

    The asphaltic concrete should comprise a binder layer of HL4 and a surface layer of HL3. It isrecommended that the compacted thickness besS mm of HL4 binder and 35 mm of HL3 surfacefor the local streets. The purpose of the thicker HL4 layer is to support construction trafficduring the time period before the HL3 is placed.

    The asphaltic concrete paving materials should conform to the requirements of OPSS 1150. Theasphalt should be placed in accordance with OPSS 310 and compacted to within the range of92.0 to 97.5% of the plant produced Maximum Relative Density (MRD) value. ThePerformance Graded Asphalt Cement designation for the asphaltic concrete is 58-28.

    The silt subgrade soils have poor natural drainage and therefore pavement subdrains arerecommended. A typical detail of a pavement suhdrain is provided in Drawing 4, appended.

    The concrete for sidewalks, and curb and gutter should be proportioned, mixed, placed, andcured in accordance with the requirements of OPSS 351, 353, and 1350, and shall meet thefollowing specific requirements:

    minimum 28-day compressive strength = 32 MPa slump = maximum 80 mm air entrainment = 6.5% 1.5%

    During cold weather the freshly placed concrete must be covered with insulating blankets toprotect against freezing. Three cylinders from each days pour should be taken for compressivestrength testing. Air entrainment, temperature, and slump tests should be made from the samebatch of concrete from which test cylinders are made.

    The subgrade for the sidewalks should comprise undisturbed native mineral soil or well-compacted fill. A minimum 150 mm thick layer of compacted Granular A type aggregateshould be placed beneath the sidewalk slabs.

    Naylor7187G1RD1

    ________

    Engineering Page 7

    ________

    AssociatesCON OutS INC ENS IN

  • December 2007 Cityview/Granqe Development, Guelph

    4.4 House Construction

    In general, the undisturbed native mineral soils are considered suitable to support residentialhouse foundations. If any footing levels will be above existing native mineral soil grade,structural fill will be used. The structural fill must be placed and compacted as noted inSection 4.1. House footings constructed on undisturbed native soil or approved structural fillmay be proportioned using the minimum footing sizes specified in Part 9 of the Ontario BuildingCode.

    All founding surfaces for residential dwellings on structural fill or native soils should beinspected by Naylor Engineering Associates Ltd. personnel prior to placing concrete. Thepurpose of the inspection is to ensure that the subgrade soils are capable of supporting the housefoundations, and to confimi that the house envelope does not extend beyond the limits of thestructural fill pad.

    The subgrade soils are considered to be frost susceptible arid must be protected from freezing atall times including during construction. The exterior footings or footings in unheated areasshould be provided with a minimum 1.20 m of earth cover upon final grading for frostprotection.

    House basements at this site must be provided with perimeter weeping tile systems as per theOntario Building Code. The drain tile or pipe should be laid on undisturbed or well-compactedsoil so that the top of the tile or pipe is below the bottom of the basement floor slab. Theweeping tile must drain to a suitable frost-free outlet or sump as per City of Guelphrequirements. We recommend that the bedding for the tiles comprise concrete sand instead ofclear stone.

    Readings taken by a portable gas analyzer in the open boreholes indicates no notable methane ispresent in the native soils.

    It is anticipated at-source dry well infiltration may be considered for the subdivision. The soilsat this site have a relatively high silt content and are not sutable for atsource dry wellinfiltration.

    This investigation was conducted to determine geotechnical parameters for the construction ofthe Cityview/Grange Development in Guelph, Ontario. The recommendations in this report arebased on subsurface conditions encountered at specific borehole locations, and conditionsbetween the boreholes will vary. Should conditions be encountered which differ materially fromthose at the borehole locations, we ask that we be notified immediately in order to assess theadditional information and its effects on our conclusions.

    oVESSIo1Respectfully submitted,

    /tJeffDietz P.Eng. 4 LR. England: Eng.Project Engineer Senior Engineer

    Naylor7187G1.R01

    ________

    Engineering PeQe 1EEZ Associates LW

  • LIST OF ABBREVIATIONS

    The abbreviations commonly employed on the borehole logs, on the figures, and in the text of the report, are as follows:

    Sample Types Soil Tests and Properties

    AS auger sample SPT Standard Penetration TestCS chunk sample UC unconfmed compressionRC rock core FV field vane testSS split spoon e angle of internal frictionTV? thin-walled, open y unit weightWS wash sample w plastic limit

    w water contentw1 liquid limit

    liquidity indexplasticity indexpocket penetrometer

    Penetration Resistances

    Dynamic Penetration The number of blows by a 63.5 kg (140 lb.) hammer dropped 0.76 m (30 in.)

    Resistance required to drive a 50 mm (2 in.) diameter 60 cone a distance 0.30 m (12 in.). Thecone is attached to A size drill rods and casing is not used.

    Standard Penetration The number of blows by a 63.5 kg (140 lb.) hammer dropped 076 m (30 in.)

    Resistance, N required to drive a standard split spoon sampler 0.30 m (12 in.)

    (ASTM D1586)

    WH sampler advanced by static weight of hammer

    PH sampler advanced by hydraulic pressure

    PM sampler advanced by manual pressure

    Soil Description

    Cohesionless Soils SPT N Value D. (%)Relative Density (Br) (blows per 0.30 m)VeryLoose Oto4 Oto2OLoose 4tolO 20to40Compact 10 to 30 40 to 60Dense 30 to 50 60to80Very Dense over 50 80 to 100

    Cohesive Soils Undrained Shear Strength (Ce)

    Consistency kPa psfVery Soft less than 12 less than 250Soft 12to25 250to500Firm 25to50 SOOtol000Stiff 50 to 100 1000 to 2000Very Stiff 100 to 200 2000 to 4000Hard over 200 over 4000

    DTPL Drier than plastic limitAPL About plastic limitWTPL Wetter than plastic limit

    Naylor Engineering Associates Ltd.

  • TABLE 1CORROSION POTENTIAL TEST RESULTS

    Cityview/Grange DevelopmentCityview Drive and Grange Road

    Guelph, Ontario

    Borehole 1CIPRA Rating System Sample 2

    Soil CharacteristicsResult Points Result Points

    Resistivity (ohm-cm) 2000 0pH 0-2 5

    2-4 34-6.5 0 861 3

    6.5-7.5 07.5-8.5 0>8.5 3

    Redox Potential (my) >-i-100 0+50-100 3.5

    0-+50 4 136 0negative 5

    Suiphides positive 3.5trace 2 negative 0

    negative 0Moisture wet 2

    moist 1 moistdry 0

    TOTAL POINTS 4

    Notes:

    1. Sample testing conducted at ALS Canada Ltd.2. Corrosion protection required for cast and ductile iron if total points equals or exceeds 10.

    Naylor7187G1.R01 Engineering Table 1

    Associates

  • UNIFIED SOIL CLASSIFICATION

    GRAIN SIZE IN MILLIMETRES

    PROJECT Citvview/GranQe DevelopmentLOCATION Cityview Drive and Grange Road. Guelph, Ontario JOB NO. 7187GI

    CURVE BOREHOLE! SAMPLE DEPTHID TEST PIT NO. (m) SOIL DESCRIPTION

    BH4 Sa3 2.3-2.7 SILT TILL silt and sand, some gravel

    REMARKS

    fl Naylor Engineering Associates Ltd. Figure No. ICONSULTING ENGINEERS

    100

    90

    80

    COBBLESVEL

    COARSE MEDIUM I FINE SiLT OR CM YU.S. SIEVE SIZE IN MILLIMETRES U.S. STANDARD SIEVE No. HYDROMETER

    75 37.5 22.416 9.5 #4 #8 #1 #0 #50 #100 #20Qf, ,!!, i.: a

    lii! I

    I ii ii III ii I I I I IU

    I.!!!.I II I 11111 I I I I I

    Nil II 20

    H HH!!!

    : :: 30:1

    70

    A

    12

    >4

    12zCOCO

    04

    HzC-)5C)04

    OIl . . . . . - . .

    I II 1111111 Ii I I I I I I.

    . . . ..

    fl

    40

    30

    20

    ID

    0

    1

    CCz

    HC5

    14zC)Ua:C)04

    i I

    I II I 11111 I I I I 60I II I 11111 II I I I I I

    H !HH.!!70

    !!!I.!.I iI II I 11111 II I i i I I

    100Jut 1(511111 0.11111111 o.di 0.001

    -I

  • Figure No. 2

    fl Engineering.__

    Associates, CONSULTING ENGNEERS LABORATORY PROCTOR MOISTURE-DENSITY TEST

    PROJECT Cityview/Qrange Development

    LOCATION Cityview Drive and Grange Road, Guelph, Ontario JOB NO. 7187G1

    BOREHOLE NO. 4 DATE TESTED October 30, 2007

    SAMPLE DEPTH 1.5 to 3.0 m TESTED BY DR

    SOIL TYPE SILT TILL MOISTURE CONTENT 7.2%

    REMARKS

    METHOD LS - 706

    PROCEDURE: 10 20fg/ MAXIMUM DRY DENSITY 2.186 f/ms

    Procedure 1 (Mold 0- 101.6 mm)Procedure 2 (Mold 0 - 101.6 mm) OPTIMUM MOISTURE

    7.6%

    Procedure 3 (Mold 0 - 152.4 mm)

    2.25

    2.20

    2.15

    EE.

    t>-

    2.10C-..)zLUU>-LIU

    2.05

    2.00

    MOISTURE CONTENT (%)

    1.95

    0 2 4 6 8 10 12

  • nNayorEng nec ngAssociates

    Borehole Number 1

    Ground Elevation: 346.36 in

    Groundwate,Ob,cwafi..uar4Standptp. DeIas

    Reviewed by: JD

    .8 m sloUed rust

    tNov. 15.ZO7

    wae sve at 5,1 3m

    EIev. 34123 rn

    Field Tech.: kMDrill Method: Solid Stem AugerNotes: Methane reading expressed in percent of lower explosive limit (%LEL).

    *sampier driving on weathered cobble.

    Sheet; I of I

    Project: Cityview/Grange Development

    Location; Cityview Drive and Grange Road, Guelph, ON.

    Job No.: 7I87G1

    Drill Date; October 25, 2007

    compact brown sandy sill,some grovel, moist

    very dense, moist

    protective cover

    9 fl,mpe

    bentonite seal

    sand pack

    At dhng corrpetr.

    &y cave at 6.1 m

    Bulk sample taken from 1.2 in to 2.4 in.Drafted by: AE(03b)

  • fl NaylorEngineeringAssociates

    Borehole Number 2

    Ground Elevation: 338.84 m

    G,osndw,te. Qb,.wao cdStondpe Defols

    Nov. 5. 2037

    woter level at 6.Wm(Elev. 33274 m

    At dflsr.g comolettan.

    ayccrvect.Zm

    Project: Cityview/Grange Development

    Location: Cityview Drive and Grange Road, Guelph. ON.

    Job No.: 7187G1

    Drill Date: October 25, 2007

    TOPSOIL:dart brown silt, moist

    compact brown silty sand,Some grovel, moist

    SILT TILL:compact brown san silt,some grovel and cobbles,trace clay, moist

    prareclive cover

    9 mn o4pe

    bentanite seal

    sand pock

    t .6 m slotted tsr

    Borehole terminated at 6.40 m

    Reviewed by: JDDrill Method: Solid Stem AugerNotes: Methane reading expressed in percent of lower explosive limit (%LEL).

    Field Tech.: RM

    Sheet: I of I

    Drafted by: AE(03b)

  • fl NayorEngineering

    ________

    Associates

    Borehole Number 3

    Ground Elevation: 332.60 m

    Groundwater Ob,ouvation, andSlondp. D.los

    sand pack

    Nov. 15, 2007

    waler tevel at 3.14 m

    lElev. 329.46 m)

    .8 m stalled filler

    Al driFting completion,

    dry cave a 4.2 m

    Project: Cityview/Grange Development

    Location: Cityview Drive and Grange Road, Guelph, ON.

    Job No.: 7187G1

    Drill Date: October 25, 2007

    dense brown sandy sitt, somegravel and cobbles. moist;some sand layers

    prorecive cover

    19mm pipe

    bentonile seal

    some sand layers. salurated

    Borehole terminated al 4.88 m

    Reviewed by: JDDrill Method: Solid Stem AugerNotes: Methane reading expressed in percent of lower explosive limit (%LEL,?.

    Field Tech.: RM

    Sheet: I of I

    Drafted by: AE(03b)

  • aa.. Engineering

    ________

    Associates

    Borehole Number: 4

    Ground Elevation: 338.83 m

    Reviewed by: JO Field Tech.: RMDrill Method: Solid Stem AugerNotes: Methane reading expressed in percent of lower explosive limit (%LEL).

    Bulk sample taken from 1.5 m to 3.0 m.

    Sheet: I of I

    Drafted by: AE(03b)

    Project: Cityview/Grange Development

    Location: Cityview Drive and Grange Road, Guelph, ON.

    Job No.: 7187G1

    Drill Date: October 25, 2007

    SILT TILL:comoact brown sandy silt,some gravel and cobbles.moist

    ..,ndwal., ab,.eufloes andSt,ndpipe Detal,

    dense to very dense

    prolective cover

    19mm pe

    benlonile seal

    sand pack

    l .S m soled USer

    At ctt Thg completion,

    Dy cave a: 6.4 rr

    Nov. 5. X07

    s:anappe a:.

  • Naylor Borehole Number: 5EngineeringAssociates

    Ground Elevation: 348.lJm

    Project: Cityview/Grange Development Job No.: 7187G1

    Location: Cilyview Drive and Grange Road. Guelph, ON. Drill Date: October 25, 2007

    SOIL PROrILE SAMPLE

    Dynamic Cone Shear Shengtt, (Pt) cPaX XA A

    Water Content Gnoondwater abnervofion. and(!) !. StandplpeDeiata

    D.nctlptten ..

    Standard Penetration Shea, Strengttn (FV) cPa? E ,

    ..i . z 40 W 0J23ifl22& J221flGround 6evation

    TOPSOIL:dark brown silt, moist

    348.11

    ISILT TILL:compact to dense brownsandy silt, some gravel, moist

    very dense, moist

    0.00

    1 SS 2600

    34703

    2 SS l?\lSOmrn

    200

    -

    : .2 40\lSOmm

    -

    ______

    3.00

    IU 345.00: 4 SS 40\lXmm

    4.00344.00

    5 55 60\lSOmm

    :500

    6.00:342.00:

    55 50\50nBorehole termnated at 6.25 n -

    7.00:

    *LzJ

    .

    zzt

    grey, moist

    protective cover

    e19mmpoe

    bentonjte sect

    sand pack

    Nov. 15, 2007

    water

    level at 4,20 m

    tEtev. 343.9] ml

    l,Ssmstattedter

    Atdtccnc[ei:cn.dry cave at 6.25 m

    0%

    Reviewed by: JD Field Tech.: RMDrill Method: Solid Stem AugerNotes: Methane reading expressed in percent of lower explosive limit (%LEL). Sheet: I of?

    Drafted by: AE(03b)

  • 00-

    03

    IS.40CCC00.U)

    60000(.4w-J0crj

    03CIi

    I

    z4-I

    z04U0-1

    aI1CCSN1%00ClU4C

    t

    C0

    I)0

    0.4,

    o0,

    .2

    C0

    o00

    0

    c4-3x0z

    dzaC000zn00CUC00

    0ait000-300C

    ji

    (P)L

    QO

    9Ja

    qw

    aio

  • N

    7..?

    -7

    a

    N N )/

  • Excavation and backfill

    Final grade(slopes away from building)

    Engineeredstructural fill

    Competent native undisturbed subgrade soil

    GENERAL REQUIREMENTS FOR ENGINEERED STRUCTURAL FILL

    1. The area must be excavated of all pre-existing loose fill, topsoil, and/or organic soil until competentnative undisturbed soil is reached.

    2. The excavation should allow for the structural fill to extend 1.0 m beyond the outside edge of thebuilding footings and down to the approved subgrade soil at a slope of 1 horizontal to 1 vertical (45.

    3. The subgrade below the engineered fill should be inspected and approved by a geotechnical engineerprior to fill construction. Fill placement and compaction operations to be carried out under full-timegeotechnical supervision.

    4. The structural fill should comprise sand and gravel aggregate placed in 300 mm thick lifts andcompacted to at least 98% Standard Proctor Maximum Dry Density (SPMDD). The exteriorbackfill should consist of approved inorganic soil also placed in 300 mm thick lifts and compactedto minimum 95% SPMDD.

    5. Exterior footings should be provided with minimum 1.2 m of soil cover for frost protection.

    6. All excavations must be carried out in conformance with the current Ontario OccupationalHealth and Safety Act and Regulations 213/91 for construction projects.

    nNaylor

    _________

    Engineering

    _______

    Associates Ud. CQ1SULdiNGNG rNEns

    STRUCTURAL FILL PAD DETAIL

    Date Scale Jab Na. Drawing Na.

    7187G1Dec. 2007 NTS 3

  • Aspholtic Concrete

    GENERAL REQUIREMENTS FOR PAVEMENT SUBDRAINS

    1. Perforated corrugated polyethylene drainage pipe shall meet the requirementsof OPSS 1840.

    2. Pipe filter fabric conforming to OPSS 1860 for geotextile Class 1 with a filtrationopening size of 150 to 450 microns shall be supplied on all sections of perforatedpipe.

    3. The open upstream ends of pipes should be capped.

    4. Subdrain pipes to be set on at least 1% grade draining to a positive frost-freeoutlet. If the subdrains are outletted to a ditch then the last 1.5 m of the outletpipe should consist of a corrugated galvanized steel pipe equipped with arodent gate.

    5. Bedding and backfill material shall be concrete sand meeting the gradationrequirements of OPSS 1002 (Fine Aggregate for Concrete).

    TYPICAL PAVEMENT SUBDRAIN DETAIL

    ________

    Date Scale Job No. Drawing No.

    Dec. 2007

    100 or 150 mm perforated corrugatedpolyethylene drainage pipe prewrappedwith geotextile filter fabric

    50mm-t

    [300 mm

    Sand material as specified

    nNaylor

    ___________

    Engineering

    _________

    Associates Ud.CONSULTEfr$G E4WNEERS

    NTS 7187G1 4

  • r

    rrrr

    Appendix A

    r Laboratory Certificatesr of AnalysesH.

    H ALS Laboratory Ltd. Work Order L571719

    H.

  • ALS Labratcrq OrnupANALyTICAL CHEMISTRY & TESTING SERVICES

    Environmental Division P.. L S

    ANALYTICAL REPORT

    NAYLOR ENGINEERING

    AnN: JEFF DIETZ Reported On: 02-NOV-07 02:40 PM

    NAYLOR ENGINEERING353 BRIDGE ST. S.KITCHENER ON N2K2Y5

    Lab Work Order #: L571 719 Date Received: 29-OCT-07

    Project P.O. #:

    Job Reference: 7187G1

    Legal Site Desc:

    CofC Numbers:

    Other Information:

    Comments:

    APPROVED BY:

    _________________________________

    NANCYGR HAM

    Project Manager

    THIS REPORT SHALL NOT BE REPRODUCED EXCEPT IN FULL WITHOUT THE WRITTEN AUTHORITY OF THE LABORATORY.ALL SAJPLES Wa BE DEPOSEDOFAFTER 30 DAYS FOLLOWINC-AftALYSIS. PLEASE CONTACT THE LAB IF YOJREOUIRE ADDITIONAL SAMPLE STORAGE TIME.

    ALS Ca nad a Ltd. (folfl.erltj CTL Cnernspec AnaIL4 tical Lt OjPail he ALS Laboratory Droup

    SO Northland Road, UntI I Wa:erloo. ON N2V 288Phone: +1 519 886 6910 Fax: +1 519 886 9041 www.aIsglobal.com

    A CampCe BroThers LimitsU Company

  • 87G1 L571719 CONTD....

    PAGE 2 of 3

    ALS LABORATORY GROUP ANALYTICAL REPORT

    Sample Details/Parameters -: Result Qualifit- DLH: tnJts . E,&acted Analyzed. By. Batch

    L571719-1 BH I SA 2 5-65

    Sampled By: CLIENT on 29-OCT-07

    Matrix: SOIL

    % Moisture 8.8 0.5 % 29-OCT-07 30-OCT-07 RL R594444

    Redox Potential 136 I mV .3I-OCT-07 31-OCT-07 SMI R595193

    Resistivity 9200 100 ohm cm 31-OCT-07 31-OCT-07 SM1 R595194

    Sulphide

  • 7187G1 L571719 CONTD....

    PAGE 3of 3

    Reference Information

    Methods Listed (if applicable):

    ______________________ _______________________________________

    __________

    ALS Test Code Matrix Test Description Preparation Method Reference(Based On) Anaiytical Method Reference(Based On)

    MQISTURE-WT Soil % Moisture Gravimetric: Oven Dried

    PH-WT Soil pH MOEE E3137A

    REDOX-POTENTIAL-WT Soil Redox Potential API-IA 2580

    RESISTIVITY-WT Soil Resistivity MOEE E3137A

    SULPHIDE-WT Soil Suiphide APHA 4500S2D

    Laboratory Methods employed follow in-house procedures, which aregenerally based on nationally or internationally accepted methodologies.

    Chain of Custody numbers:

    The last two letters of the above test code(s,) indicate the laboratory that performed analytical analysis for that test. Refer to the list below:

    Laboratory Definition Code Laboratory Location Laboratory Definition Code Laboratory Location ______

    WT ALS LABORATORY GROUP -WATERLOO (SENTINEL), ONTARIO,CAN

    GLOSSARY OF REPORT TERMSSun- A surrogate is an organic compound that is similar to the target analyte(s) in chemical composition and behavior but not normally

    detected in environmental samples. Prior to sample processing, samples are fortified with one or mole surrogate compounds.

    The reported surrogate recovery value provides a measure of method efficiency. The Laboratory control limits are detennined under

    column heading DL.mg/kg (units) - unit of concentration based on mass, par