issued: august 30, 2019 bid bond amount: 4% of the bid ... · [email protected] client...

362
ECS Linear Rev. 6.01 Tender Call No.: 249-2019 Contract No.: 19ECS-LU-03TT Issued: August 30, 2019 Bid Bond Amount: 4% of the Bid Price Buyer: Rachel Lee Telephone No.: 416-392-1265 Fax: 416-397-7779 Email.: [email protected] Client Division: Engineering & Construction Services Division TENDER CALL COVER PAGE Purchasing and Materials Management Division Bids in response to this Tender Call must be completed, properly executed by the Bidder and received at the Purchasing and Materials Management Division, 18th Floor, West Tower, City Hall, 100 Queen Street West, Toronto, Ontario, Canada M5H 2N2 by 12 O’CLOCK NOON (LOCAL TIME) ON THE SPECIFIED CLOSING DATE. Closing Date: October 4, 2019 Late submissions will not be considered. Delays caused by any delivery service (including Canada Post and courier services) shall not be grounds for any extension of the submission deadline. Bids will not be accepted by fax transmission or email. DESCRIPTION BIDS ARE REQUESTED FOR: REHABILITATION OF THE WILKET CREEK SANITARY TRUNK SEWER FROM MH 133-91 TO MH133-71, AND THE NORTH YORK STORM TRUNK SEWER FROM MH380-004 TO THE OUTFALL. PUBLIC OPENING – You are invited to attend a public opening of the bids at the time and location indicated above. Unless otherwise indicated the prices will be read aloud at this time. Acceptance of any bid is subject to further review by the City of Toronto. For any questions, contact the above named Buyer in writing. NOTICE TO VENDORS IMPORTANT NOTICE - Transition to City's new Source-to-pay tool – SAP Ariba As of September, 2018, the City of Toronto will launch an online Source-to-Pay tool utilizing SAP Ariba and begin to migrate the City's Solicitations (RFQs, RFPs etc.) from being posted on the City's Online Call Document System to being posted through SAP Ariba. It is important for all Suppliers to register on the SAP Ariba network in order to continue to be able to access City of Toronto Solicitations. For more information on this transition please visit: Upcoming Changes to Bidding on City Contracts Any questions about this transition should be directed to City Bids at:[email protected] The undersigned, the Bidder, agrees with the City of Toronto, the party inviting the Bid referred to above (hereinafter referred to as “the City” unless otherwise indicated) that: (a) the Bidder will furnish to the City, in conformity with all of the terms and conditions, specifications, plans, price schedules, samples, instructions, addenda or other details provided in connection therewith or referred to herein, the goods, material, articles, equipment, work or services, specified or called for in this Tender Call, at the prices quoted herein, on receipt of an official Contract therefore; and (b) the Bidder warrants that any goods, material, articles or equipment to be supplied under or pursuant to any official Contract based on this Tender Call, that is or are to be made or used for a particular purpose, will be fit and suitable for that purpose. Name of Bidder: Signature of Authorized Signing Officer: Address: Print Name: Title: Date: Corporate Seal / I have authoriy to bind the Bidder Telephone: Fax Number: Email: Amount of Bid Herein (HST inclusive Total Amount of Bid from the Pricing Form): $ Optional site meeting to be held on September 20, 2019 at 10:00 AM at Culford Road and Pilgrim Court, North York, ON. I/WE ACKNOWLEDGE THE RECEIPT OF ADDENDUM TO DATED TO . THIS TENDER CALL COVER PAGE MUST BE COMPLETED, SIGNED AND RECEIVED ALONG WITH THE TENDER SUMBISSION PACKAGE FORMS ON OR BEFORE THE CLOSING DATE AND TIME SPECIFIED, OR YOUR BID WILL NOT BE CONSIDERED. 1 of 362 VIEWING COPY

Upload: others

Post on 22-Apr-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

ECS Linear Rev. 6.01

Tender Cover Page

Tender Call No.: 249-2019

Contract No.: 19ECS-LU-03TT

Issued: August 30, 2019

Bid Bond Amount: 4% of the Bid Price

Buyer: Rachel Lee

Telephone No.: 416-392-1265 Fax: 416-397-7779

Email.: [email protected]

Client Division: Engineering & Construction Services Division

TENDER CALL COVER PAGE Purchasing and Materials Management Division

Bids in response to this Tender Call must be completed, properly executed by the Bidder and received at the Purchasing and Materials Management Division, 18th Floor, West Tower, City Hall, 100 Queen Street West, Toronto, Ontario, Canada M5H 2N2 by 12 O’CLOCK NOON (LOCAL TIME) ON THE SPECIFIED CLOSING DATE.

Closing Date: October 4, 2019

Late submissions will not be considered. Delays caused by any delivery service (including Canada Post and courier services) shall not be grounds for any extension of the submission deadline. Bids will not be accepted by fax transmission or email.

DESCRIPTION

BIDS ARE REQUESTED FOR: REHABILITATION OF THE WILKET CREEK SANITARY TRUNK SEWER FROM MH 133-91 TO MH133-71, AND THE NORTH YORK STORM TRUNK SEWER FROM MH380-004 TO THE OUTFALL. PUBLIC OPENING – You are invited to attend a public opening of the bids at the time and location indicated above. Unless otherwise indicated the prices will be read aloud at this time. Acceptance of any bid is subject to further review by the City of Toronto. For any questions, contact the above named Buyer in writing. NOTICE TO VENDORS

IMPORTANT NOTICE - Transition to City's new Source-to-pay tool – SAP Ariba As of September, 2018, the City of Toronto will launch an online Source-to-Pay tool utilizing SAP Ariba and begin to migrate the City's Solicitations (RFQs, RFPs etc.) from being posted on the City's Online Call Document System to being posted through SAP Ariba. It is important for all Suppliers to register on the SAP Ariba network in order to continue to be able to access City of Toronto Solicitations. For more information on this transition please visit: Upcoming Changes to Bidding on City Contracts Any questions about this transition should be directed to City Bids at:[email protected]

The undersigned, the Bidder, agrees with the City of Toronto, the party inviting the Bid referred to above (hereinafter referred to as “the City” unless otherwise indicated) that: (a) the Bidder will furnish to the City, in conformity with all of

the terms and conditions, specifications, plans, price schedules, samples, instructions, addenda or other details provided in connection therewith or referred to herein, the goods, material, articles, equipment, work or services,

specified or called for in this Tender Call, at the prices quoted herein, on receipt of an official Contract therefore; and

(b) the Bidder warrants that any goods, material, articles or

equipment to be supplied under or pursuant to any official Contract based on this Tender Call, that is or are to be made or used for a particular purpose, will be fit and suitable for that purpose.

Name of Bidder: Signature of Authorized Signing Officer:

Address:

Print Name: Title: Date: Corporate Seal / I have authoriy to bind the Bidder

Telephone:

Fax Number:

Email:

Amount of Bid Herein (HST inclusive Total Amount of Bid from the Pricing Form):

$

Optional site meeting to be held on September 20, 2019 at 10:00 AM at Culford Road and Pilgrim Court, North York, ON. I/WE ACKNOWLEDGE THE RECEIPT OF ADDENDUM TO DATED TO .

THIS TENDER CALL COVER PAGE MUST BE COMPLETED, SIGNED AND RECEIVED ALONG WITH THE TENDER SUMBISSION PACKAGE FORMS ON OR BEFORE THE CLOSING DATE AND TIME SPECIFIED, OR YOUR BID WILL NOT BE CONSIDERED.

1 of 362

VIEW

ING C

OPY

ECS Linear Rev. 6.01

Tender Checklist for Bidders Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

This Tender Checklist is provided for the convenience of Bidders. Bidders are advised to read and understand the entire tender document package.

Make sure your tender submission is complete. The Tender Submission Package must be legible, neat and filled out in ink. Your bid is to include the following where applicable, but not limited to:

Items that must be submitted on tender closing Completed Tender Call Cover Page which includes:

Filling in contact information for Bidder Filling in the Amount of Tender Acknowledging receipt of Addenda (if applicable) Signed cover by a signing officer authorized to bind the Bidder

Tender Submission Package Forms including: Bid Bond form completed, signed and sealed by the Bidder and a

Surety Company licensed in the province of Ontario

City Policies Submission form completed and signed Experience and Qualifications Form List of Subcontractors Form Pricing Form completed

2 of 362

VIEW

ING C

OPY

ECS Linear Rev. 6.01

Return Label Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

Please firmly affix this address label to the envelope containing your submission. Note: The front of your envelope must indicate ALL of the information shown on the label below. Purchasing and Materials Management cannot be held responsible for documents submitted in envelopes that are not labelled in accordance with the above instructions. If you have any questions feel free to contact the Corporate Buyer referred to on the Tender Call Cover Page. ------------------------------------------------------cut here---------------------------------------------------- Firm Name ____________________________________________________________ Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT Closing Date: 12:00 O'clock Noon, October 4, 2019

Chief Purchasing Officer Purchasing and Materials Management Division 18th Floor, West Tower, City Hall 100 Queen Street West Toronto, ON M5H 2N2 Canada

------------------------------------------------------cut here-----------------------------------------------------

3 of 362

VIEW

ING C

OPY

Table of Contents Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01

Table of Contents

Number of Pages

Page No.

Section 1 – Tender Process Terms and Conditions 17

1. Definitions 1-1 2. Bidder’s Responsibility 1-3 3. Tender Submission Package 1-4 4. Bid Bond 1-4 5. Site Meetings Mandatory/Optional 1-4 6. Fair Wage Policy 1-5 7. Social Procurement Program 1-5 8. Gender Diversity in City Procurements 1-7 9. Questions 1-7 10. Addenda 1-8 11. Omissions, Discrepancies and Interpretations 1-8 12. Bidders Shall Bear Their Own Costs 1-8 13. Limitation of Liability 1-9 14. Post-submission Adjustments 1-9 15. Withdrawal of Bids 1-9 16. Irrevocability 1-9 17. Acceptance of Bids 1-9 18. Non-compliant Bids 1-10 19. Execute Contract 1-12 20. Offer to Agencies and Corporations -Piggyback Option 1-13 21. Failure or Default of Bidder 1-13 22. Currency 1-13 23. Tied Bids 1-13 24. Mathematical Errors 1-14 25. Ownership and Confidentiality of City Provided Data 1-14 26. Ownership and Disclosure of Bid Documentation 1-14 27. Intellectual Property Rights 1-14 28. Notification to Other Bidders 1-14 29. Debriefing 1-15 30. Bid Protest Procedure 1-15 31. Supplier Code of Conduct 1-16 32. Governing Law and Interpretation 1-17

4 of 362

VIEW

ING C

OPY

Table of Contents Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01

Number of Pages

Page No.

Section 2 – Information for Bidders 13

1. General Information 2-1 2. Mandatory Site Meetings 2-2

Optional Site Meetings 2-2 3. Deadline for Questions 2-2 4. Fair Wage Schedule Information 2-2 5. Social Procurement Program – Workforce Development

Requirement 2-2

6. COR™ Certification Requirement 2-4 7. Invoice and Billing Requirements 2-4 8. Instructions for Section 3 – Tender Submission Package 2-7

8.1. Mandatory Bid Submission Requirements 2-7 A. Tender Call Cover Page 2-7 B. Bid Bond and Other Security 2-7 C. City Policies Submission Form 2-7 D. Pricing Form 2-8

8.2. Mandatory Submission Requirements Prior to Award 2-8 A. Experience and Qualifications Form 2-8 B. Statutory Declaration Form for the Occupational

Health and Safety Act 2-9

C. COR™ Certificates 2-10 D. List of Subcontractors Form 2-10 E. Corporate Profile Report 2-11 F. Additional Submission Requirement 2-12

9. Electrical Items 2-12 A. Electrical Traffic Control Devices 2-12 B. Electrical Management Devices 2-12

Section 3 – Tender Submission Package 28 1. Bid Bond 2 3-1 2. Statutory Declaration Form for Occupational Health and

Safety 5 3-3

3. City Policies Submission Form 7 3-8 4. List of Subcontractors Form 2 3-14 5. Experience and Qualifications Form 5 3-16 6. Pricing Form 8 3-21

Section 4 – Scope of Work 9 4-1 Geotechnical Report USB Contract Drawings USB CCTV USB Section 4A – Special Specifications 169 4A-1 Attachment 1 – Field Services Manual Appendix E (Feb 2016) 10 Section 5 – General Conditions of Contract 62 5-1 Section 5A – Specific Conditions of Contract 18 5A-1 Schedule "A" – Schedule of Prices for Changes in the Work 8

5 of 362

VIEW

ING C

OPY

Table of Contents Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01

Number of Pages

Page No.

Attachement "B" Capital Construction/Improvement Sign 1 Section 6 – Contract Execution Package 18

1. Form of Agreement 7 6-2 2. Performance Bond 1 6-9 3. Labour and Material Payment Bond 1 6-10 4. WSIB & Tax Statutory Declaration Form 1 6-11 5. Insurance Certificate 2 6-12 6. Supplementary Statutory Declaration Form for Occupational

Health and Safety with Asbestos Awareness Training 7 6-14

Section 7 – City Policies 1. Chapter 67 Schedule A – Fair Wage Policy 1 2. Chapter 67 Schedule B – Labour Trades Contractual

Obligations in the Construction Industry 1

3. Applicable Chapter 67 Schedule C – Fair Wage 1 4. City of Toronto Accessible Customer Service Training

Requirements 1

5. Social Procurement Program 1 6. Right to Reject Debtors and Set-off Policy 1 7. Tree Protection Policy and Specifications for Construction

Near Trees 1

8. Contractor Performance Evaluation Form 1 Notice of 'No-Bid' Form 1

6 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-1

Section 1 – Tender Process Terms and Conditions

1. Definitions

Throughout this Tender Call, unless inconsistent with the subject matter or context, “Addenda” or “Addendum” means a document containing additional information or changes to the Tender Call issued by the City prior to the Closing Date or both; "Affiliate" means an affiliated body corporate as defined in the Business Corporations Act, R.S.O. 1990, c. B.16 as amended; "Affiliated Person" means everyone related to the Bidder including, but not limited to employees, agents, representatives, organizations, bodies corporate, societies, companies, firms, partnerships, associations of persons, parent companies, and subsidiaries, whether partly or wholly-owned, as well as individuals, and directors, if: (A) directly or indirectly either one controls or has the power to control the other, or (B) a third party has the power to control both. “Bid” means an offer submitted by a Bidder in response to a Tender Call, which includes all of the documentation necessary to satisfy the submission requirements of the Tender Call and “Bids” shall have a corresponding meaning; “Bidder” means a legal entity, being a person, partnership or firm that submits a Bid in response to a formal Tender Call and “Bidders” shall have a corresponding meaning; “Buyer” means the main contact person at the City for all matters related to the Tender Call process, as set out on the Tender Call Cover Page; “Chief Purchasing Official” means the person holding the position of Chief Purchasing Officer of Purchasing and Materials Management whose responsibility it is to supervise and carry out the procurement function on behalf of the City and includes his or her designate; “City” means the City of Toronto; "City’s Policies and Legislation" means Chapter 195, Purchasing, of the Toronto Municipal Code and the related procurement policies and procedures set out on the City of Toronto website at: https://www.toronto.ca/business-economy/doing-business-with-the-city/understand-the-procurement-process/purchasing-policies-legislation; “Closing Date” means the specified deadline for Bids to be submitted to the City as indicated on the Tender Call Cover Page and any subsequent Addenda; “Conflict of Interest” includes, but is not limited to, any situation or circumstance where: a) in relation to the Tender Call process, the Bidder has an unfair advantage or

engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having access to information in the preparation of its Bid that is confidential to the City and not available to other Bidders;

7 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-2

(ii) communicating with any person with a view to influencing preferred treatment in the Tender Call process including the giving of a benefit of any kind, by or on behalf of the Bidders to anyone employed by, or otherwise connected with, the City; or (iii) engaging in conduct that compromises or could be seen to compromise the integrity of the open and competitive Tender Call process and render that process non-competitive and unfair; or

b) in relation to the performance of its contractual obligations in the City contract, the Contractor’s other commitments, relationships or financial interests (i) could or could be seen to exercise an improper influence over the objective, unbiased and impartial exercise of its independent judgement; or (ii) could or could be seen to compromise, impair or be incompatible with the effective performance of its contractual obligations;

“Contract” means the Contract Execution Package duly executed by the Successful Bidder and the City with respect to the Work contemplated by this Tender Call, and shall be deemed to include all terms and conditions set out in this Tender Call; “Contract Administrator” means the main contact person at the City for all matters relating to the project. The reference to “Project Manager” means the same; “Contractor” means the Successful Bidder of the Tender Call with whom the City enters into a Contract with to perform the Work; “Council” means City Council; "Diverse Supplier" means any business or enterprise that is certified by a Supplier Certification Organization to be: More than 51% (majority) owned, managed and controlled by persons belonging to

an equity-seeking community, or A social purpose enterprise whose primary purpose is to create social, environmental

or cultural value and impact, and where more than 50% of the persons who are full-time equivalent employees or are participating in, or have completed, transitional employment training, experience economic disadvantage.

"Equity-seeking Community" means a group that experiences discrimination or barriers to equal opportunity, including persons of low-income, vulnerable youth1 (age 18-29), women, Aboriginal People, persons with disabilities, recent newcomers, LGBTQ2S+ people, racialized people, and other groups the City identifies as historically underrepresented.

1 See definition of vulnerable youth in Toronto Youth Equity Strategy 2014 Staff Report https://www.toronto.ca/legdocs/mmis/2014/cd/bgrd/backgroundfile-65633.pdf

8 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-3

“MFIPPA” means the Municipal Freedom of Information and Protection of Privacy Act R.S.O. 1990, Chapter M.56, as amended, or any successor or replacement legislation; “Subcontractor” means a person, partnership or corporation undertaking the execution of a part of the Work by virtue of an agreement with the Contractor; “Successful Bidder” means the Bidder that has been selected to perform the Work; "Supplier Certification Organization" means a non-profit organization recognized by the City of Toronto that certifies businesses and enterprises as diverse Suppliers by assessing them using established, consistent criteria. Recognized Supplier certification organizations include: Canadian Aboriginal and Minority Supplier Council Canadian Gay and Lesbian Chamber of Commerce Social Purchasing Project Women Business Enterprise Canada Canadian Council for Aboriginal Business "Supplier Code of Conduct" means business ethical standards contained in Article 13 Chapter 195, Purchasing, of the Toronto Municipal Code; “Tender Call” means this Tender Call package in its entirety, inclusive of all appendixes and Addenda/Addendum that may be issued by the City; “Work” means all services and deliverables to be provided by a Contractor as described in this Tender Call. "Workforce Development" means a relatively wide range of activities, policies and programs to create, sustain and retain a viable workforce that can support current and future business and industry. It is an approach that integrates career exploration, industry–driven education and training, employment, and career advancement strategies, facilitated by the collaboration between employers, training and education institutions, government, and communities.

2. Bidder’s Responsibility

It shall be the responsibility of each Bidder: a) to acquire, from online or other sources as specified, any document (including any

applicable copyright seal) that is referenced or mentioned in this Tender Call which is not physically attached herein;

b) to examine all the components of this Tender Call, including all appendices, forms and addenda;

c) to become familiar and comply with all of the terms and conditions contained in this Tender Call and the policies and legislation set out on the City's website at: https://www.toronto.ca/business-economy/doing-business-with-the-city/understand-the-procurement-process/purchasing-policies-legislation/.

9 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-4

The failure of any Bidder to acquire, receive or examine any document, form, addendum, or policy shall not relieve the Bidder of any obligation with respect to its Bid or any purchase order issued based on its Bid.

3. Tender Submission Package

To submit a valid Bid, Bidders must complete, in ink, all the applicable forms in Section 3 – Tender Submission Package, and complete, sign and seal the Tender Call Cover Page. As a means of facilitating the announcement of the Bid amounts, the Bidder is to complete the Tender Call Cover Page, including filling in the “Amount of Bid Herein” in the space provided. This insertion is to facilitate the conduct of the Public Opening meeting only. For Lump Sum Tenders, in the event of any discrepancy between the information so inserted on the front cover and the amount set out in the Pricing Form in Section 3, the Pricing Form total shall govern. For Unit Price Tenders, where any discrepancy exists between the total price and the unit price, the unit price shall prevail and the total price shall be adjusted accordingly.

4. Bid Bond

Every Bid shall be accompanied by a Bid Bond in the provided form in the amount of four (4%) per cent of the Bid price signed by a guarantee surety company, acceptable to the City Treasurer, authorized by law to carry on business in the province of Ontario, and having an office in Ontario, to secure the execution of the formal Contract. Failure of a Bidder to submit a fully completed Bid Bond in the form enclosed in Section 3 – Tender Submission Package, shall result in the Bid being rejected as non-compliant. Submitting a photocopy of the Bid Bond is not acceptable.

5. Site Meetings Mandatory Site Meetings

If a mandatory site meeting has been indicated in the Tender Call, then interested Bidders MUST attend the site meeting to familiarize themselves with the project and ascertain the full extent of the Work required. Bidders must sign in with the City’s representative at the mandatory site meeting during the designated date and time for their Bid to be considered. Bids submitted by Bidders that do not attend the mandatory site meeting SHALL be declared non-compliant.

Optional Site Meetings If a mandatory site meeting is not required, interested Bidders may be invited to attend an optional site meeting as indicated on the Tender Call Cover Page to familiarize themselves with the project and ascertain the full extent of the work required. Any information available at the optional site meeting will be issued by an Addenda to the list of Bidders who purchased the Tender from the City.

10 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-5

6. Fair Wage Policy The Bidder agrees to abide by the Fair Wage Policy as found in Section 7 – City Policies and pay its workers the appropriate wage as set out in the applicable Fair Wage Schedule(s). The Fair Wage Schedule(s) applicable to this Tender Call is set out in Section 2 – Information for Bidders. As per the Fair Wage Policy, in the case of a jurisdictional dispute or disputes as to rate of wages to be paid under the Contract or to the amount to be paid to any worker, the decision of the manager of the Fair Wage Office, shall be final and binding upon all parties. Failure to comply with the Fair Wage Policy, or being in violation of the Fair Wage Policy without paying restitution as set out in the Fair Wage Policy (Chapter 67 – Fair Wage – Schedule A Fair Wage Policy § 67-A8D) may result in the Bid being declared non-compliant.

7. City of Toronto Social Procurement Program

The goal of the City of Toronto Social Procurement Program which is to drive inclusive economic growth in Toronto by improving access to the City's supply chain for certified diverse suppliers and leverage employment, apprenticeship and training opportunities for people experiencing economic disadvantage, including those from equity-seeking communities. The City of Toronto expects its Bidders to embrace and support the City of Toronto Social Procurement Program and its respective goals. Social procurement creates social value for the City in addition to the delivery of efficient goods, services, and works. The City of Toronto Social Procurement Program consists of two components: Supplier Diversity and Workforce Development. For more information on the City of Toronto Social Procurement Program, visit: http://www.toronto.ca/purchasing/socialprocurement a) Supplier Diversity Requirements

The goal of supplier diversity is to increase the diversity of the City's supply chain by providing diverse suppliers with equitable access to competitive procurement processes. As part of the Social Procurement Program, the City encourages Bidders to develop or implement an active supplier diversity policy. This policy may demonstrate its commitment to diversity by (but not limited to): Describing the Bidder's commitment to providing equitable access to

subcontracting opportunities for diverse suppliers; Describing the Bidder's commitment to a proactive employment diversity

program, including providing the company approved employee diversity policy; or,

Obtaining diverse supplier certification from a City-endorsed Supplier Certification Organization.

11 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-6

For reporting purposes, the City may ask Bidders to indicate whether they are developing or are implementing a company-approved supplier diversity policy.

b) Workforce Development

The goal of Workforce Development (WD) is to increase the number of employment, apprenticeship and training opportunities leveraged for people experiencing economic disadvantage, including those from equity-seeking communities. As part of the Social Procurement Program, the City may require Bidders to implement a Workforce Development Plan (WD Plan). If required, Section 2-5 – Social Procurement Program – Workforce Development Requirement will detail the specifics of one or more Workforce Development Strategies (WD Strategy) to be implemented. The WD Plan will comprise one (1) or more of the following WD Strategies, with the details specific to each individual tender:

i. Customized Recruitment

The bidder is required to utilize existing City-endorsed workforce development programs and/or community-based not-for-profit employment services agencies to attempt to source, either directly or through subcontractors, a minimum of 1 (one) qualified candidate for employment opportunities not subject to any applicable collective agreements, over the course of the contract period. Customized Recruitment is intended to apply to only new employment opportunities required for this project. Opportunities may include, but are not limited to:

Clerical and Administrative Security Professional and technical jobs

ii. Opportunities for Registered Apprenticeships during Construction

The Bidder is required to ensure, either directly or through subcontractors, a percentage (ranging from 5% to 10%) of the overall hours worked by trades and crafts people shall be worked by apprentices or journey-persons from equity-seeking communities in Toronto (see definition).Final apprenticeship or journeyperson percentage will be determined by the City of Toronto, upon review of the construction project schedule, on a trade by trade basis, after the Tender is awarded. The Social Procurement Program will support the Bidder to source apprenticeship candidates through City-endorsed skilled trade apprenticeship training programs targeting low-income and/or equity-seeking communities in Toronto. A specific plan for sourcing targeted apprentices or journey persons will be determined jointly at the first kick off meeting, after the tender is awarded.

12 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-7

iii. Use of Social Enterprise in the Supply Chain

The Bidder is required to provide one (1) sub-contracting opportunity per year to a social enterprise for required components of work or services.

iv. Other Employment-Related Activities

The contractor shall participate in a minimum of one (1) City-endorsed employment- Related activity per year that serves those with low income and/or from an Equity Seeking Community in Toronto. These activities include, but are not limited to:

 A) job and career fairs B) sector/industry career information sharing, learning and networking events; C) sector-focused symposiums

8. Gender Diversity in City Procurements

As part of City Council's support to enhance gender diversity on boards of corporations, all corporations conducting business with the City of Toronto are encouraged to utilize an intersectional analysis to strive to have gender parity on their corporate boards.

9. Questions All questions concerning this Tender Call should be directed in writing to the Buyer as designated on the Tender Call Cover Page. No other City representative, whether an official, agent or employee, is authorized to speak for the City with respect to this Tender Call, and any Bidder who uses any information, clarification or interpretation from any other representative does so entirely at the Bidder’s own risk. Not only shall the City not be bound by any representation made by an unauthorized person, but any attempt by a Bidder to bypass the Tender Call process may be grounds for rejection of its Bid. Commencing from the issue date of this Tender Call until the time of any ensuing Award and execution of the final form of contract, no communication shall be made by any person, including potential Bidders, or its representatives, including a third-person representative employed or retained by it (or any unpaid representatives acting on behalf of either), to promote its Bid or oppose any competing Bid, nor shall any potential Bidder, or its representatives, including a third-person representative employed or retained by it (or any unpaid representatives acting on behalf of either), discuss this Tender or its Bid with any City staff, City officials or Council member(s), other than a communication with the Buyer as identified on the Tender Call Cover Page. Communications in relation to this Tender Call outside of those permitted by the applicable procurement policies and this Tender Call document contravene the Lobbying By-law, an offence for which a person is liable to a maximum fine of $25,000.00 on a first conviction and $100,000.00 on each subsequent conviction. In addition, the City's

13 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-8

Supplier Code of Conduct provides that any Bidder found in breach of the policy may be subject to disqualification from the call or suspended from future call or calls at the discretion of the Chief Purchasing Official or Council. Notwithstanding anything to the contrary set out in this document, the obligations with respect to lobbying as set out in the City of Toronto Municipal Code, Chapter 140 shall apply. The links to the City's Supplier Code of Conduct (Article 13 of the Purchasing By-law) Procurement Processes Policy, Lobbying By-Law and Interpretive Bulletin on Lobbying and Procurement are as follows: www.toronto.ca/wp-content/uploads/2017/08/9587-Procurement-Processes-Policy-

January-1-2017.pdf www.toronto.ca/legdocs/municode/1184_140.pdf www.toronto.ca/city-government/accountability-operations-customer-

service/accountability-officers/lobbyist-registrar/guidelines-regulatory-bulletins/interpretation-and-advisory-bulletins/

10. Addenda

If the City, for any reason, determines that it is necessary to provide additional information relating to this Tender Call, such information will be communicated to all Bidders by Addenda. Each Addendum shall form an integral part of this Tender Call. Such Addenda may contain important information, including significant changes to this Tender Call. Bidders are responsible for obtaining all addenda issued by the City. All Bidders must acknowledge receipt of all Addenda in the space provided on the Tender Submission Form. The City’s Purchasing and Materials Management Division will make reasonable efforts to issue the final Addendum (if any) no later than two (2) days prior to the Closing Date. If any Addendum is issued after the deadline for issuing Addenda, the City may at its discretion extend the Closing Date for a reasonable amount of time.

11. Omissions, Discrepancies and Interpretations A Bidder who finds omissions, discrepancies, ambiguities or conflicts in any of the Tender Call documentation or who is in doubt as to the meaning or has a dispute respecting any part of the Tender Call should notify the Buyer in writing not later than three (3) working days before the Closing Date. If the City considers that a correction, explanation or interpretation is necessary or desirable, the City will issue an Addendum as described in the article above titled Addenda. The decision and interpretation of the City respecting any such disputes shall be final and binding, from which there is no appeal. No oral explanation or interpretation shall modify any of the requirements or provisions of the Tender Call documents.

12. Bidders Shall Bear Their Own Costs Bidders shall bear all costs associated with or incurred by the Bidder in the preparation and presentation of its Bid including, if applicable, costs incurred for samples, interviews or demonstrations.

14 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-9

13. Limitation of Liability The City shall not be liable for any costs, expenses, loss or damage incurred, sustained or suffered by any Bidder prior, or subsequent to, or by reason of the acceptance or the non-acceptance by the City of any Bid, or by reason of any delay in the acceptance of a Bid, except as provided in the Tender documents.

14. Post-submission Adjustments No unilateral adjustments by Bidders to submitted Bids will be permitted.

15. Withdrawal of Bids

A) Prior to the Closing Date

A Bid may be withdrawn at any time prior to the Closing Date by delivering a written notice, signed by a person who has authority to bind the Bidder, to the City of Toronto Purchasing and Materials Management Division at the address specified on the Tender Call Cover Page. The notice shall identify the Bidder and, if more than one Bid has been submitted by that Bidder, the particular Bid(s) to be withdrawn. Any Bids that are properly withdrawn will not be opened or evaluated for the purpose of the Tender Call, but shall be retained for the City's record retention purposes.

B) During Opening

Not Applicable

16. Irrevocability

After the Closing Date each submitted Bid shall be irrevocable and binding on Bidders for a minimum period of 90 days.

17. Acceptance of Bids A. The City shall not be obliged to accept any Bid in response to this Tender Call.

B. The City may modify and/or cancel this Tender Call prior to accepting any Bid.

C. Bids may be accepted or rejected in total or in part.

D. The lowest quoted price may not necessarily be accepted by the City.

E. In determining which Bid provides the best value to the City, consideration may be

given to the past performance of any Bidder. Bidders and their Affiliated Persons that are currently on a City suspended vendor list are not eligible for an award. The City also reserves the right not to make an award to an affiliate of a suspended vendor.

15 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-10

F. The City reserves the right to verify the validity of information submitted in the Bid and may reject any Bid where, in the City’s sole estimation, the contents appear to be incorrect, inaccurate or inappropriate.

G. If the City makes a request to a Bidder for clarification of its Bid, the Bidder will provide a written response within 48 hours accordingly, unless otherwise indicated, which shall then form part of the Bid.

H. The City reserves the right to assess the ability of the Bidder to perform the Contract and may reject any Bid where, in the City’s sole estimation, the personnel and/or resources of the Bidder are insufficient.

I. The City may reject a Bid as non-compliant, if it determines, in its sole discretion, that the Bid is materially unbalanced.

A bid is materially unbalanced when: 1) it is based on prices which are significantly less than the cost for some items of work

and prices which are significantly overstated in relation to the cost for other items of work; and

2) the City had determined that the Bid may not result in the lowest overall cost to the City even though it may be the lowest submitted bid; or

3) it is so unbalanced as to be tantamount to allowing an advance payment on the contract.

18. Non-compliant Bids

The City reserves the right to waive minor irregularities in any Bid. The chart below lists irregularities and the respective action that will be taken by the Chief Purchasing Official, in determining whether a Bid is non-compliant. The Chief Purchasing Official is not limited to the following list for reasons to declare a Bid non-compliant. Bidders are reminded to read the entire Tender Call document, as failure to comply with other requirements may or shall result in a Bid being declared non-compliant.

No. Irregularity Response

1 Late Response Automatic Rejection, not received, or if received, not read publicly, returned unopened to the bidder or proponent

2 Unsealed Envelope(s) or package(s)

Automatic Rejection, not received, or if received, not read publicly, returned to the bidder or proponent

Bid Security – Execution

3

No bid security; Cheque not certified; or, Not an original bid security (e.g. a photocopy or a facsimile of a bid bond)

Automatic Rejection

16 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-11

No. Irregularity Response Insufficient bid security Automatic Rejection Does not name "City of Toronto"

Automatic Rejection

Bid bond missing bidder's seal Automatic Rejection Bid bond missing SURETY seal Automatic Rejection Bid bond missing authorized signature of bonding company

Automatic Rejection

Bid bond missing authorized signature of bidder

Automatic Rejection

Response Document – Execution

4

Original response not completed in non-erasable medium and signed in ink

Automatic Rejection

Response not in English Automatic Rejection Response document missing signature of bidder

Automatic Rejection

Response document(s) in which all addenda issued have not been acknowledged

Automatic Rejection, unless in the opinion of the Purchasing Manager, the addenda do not significantly impact the response in which case the bidder will be given 2 business days after official notification to formally acknowledge the addenda, with no change permitted to the original bid

Incomplete Response

5 An incomplete response (partial bids, all required items not bid)

Automatic Rejection, unless in the opinion of the Purchasing Manager the matter is trivial or insignificant and does not impact the ability to conduct a fair, competitive evaluation

Qualified Response

6

Response qualified or restricted by a written statement, either within the form of response document or included as an attachment

Automatic Rejection, unless in the opinion of the Purchasing Manager, the qualification or restriction is trivial or insignificant

17 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-12

No. Irregularity Response Price Form

7 Price form received on documents other than those provided by the City

Automatic Rejection, unless in the opinion of the Purchasing Manager, the irregularity is trivial or insignificant

8 Price form which contains additions, erasures or alterations of any kind

Automatic Rejection, unless in the opinion of the Purchasing Manager, the irregularity is trivial or insignificant

9

Price form containing clerical error(s) (Un-initialed erasures, overwriting, or strike-outs)

Two (2) business days to correct after official notification

Un-initialed changes to unit prices in the response document and the contract totals are consistent with the prices as amended

Two (2) business days to correct after official notification

Unit price missing (pricing form) Automatic Rejection Lump sum missing (pricing form)

Automatic Rejection

Extension error based on quantity provided in bid document and unit rate provided by bidder

Corrected by the Purchasing Manager

Un-initialed changes to unit prices in the price form and the base bid is not consistent with the price as amended

Automatic Rejection

Bid Execution Form

10 The Tender Call Cover page is not submitted or does not contain an authorized signature

Automatic Rejection

11

Contents of City Policy Submission Form are incomplete (partially submitted or submitted but not completed in full)

Two (2) business days to correct after official notification

Other Irregularities

12 Other Irregularities The Purchasing Manager shall have the authority to waive irregularities deemed to be minor

19. Execute Contract

The Successful Bidder shall be required to execute the Contract by taking the following steps within 10 Working Days, not including Saturday, Sunday or a legal holiday, after being notified by the City that the Contract is ready for signature:

Execute three—or such manner as requested by the City—original copies of the

Form of Agreement.

18 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-13

Obtain and furnish four—as such manner as requested by the City— original copies of a Performance Bond (Form 32) and a Labour and Material Payment Bond (Form 31) as prescribed in the Construction Act all signed and sealed by itself and its surety.

Arrange for two original copies of the City's form of insurance certificate completed and signed including stamp of insurance broker as required.

Complete and sign the City's WSIB & Tax Statutory Declaration Form. Complete and sign the Supplementary Statutory Declaration, if required.

Should the Successful Bidder fail or refuse to execute the Contract by taking the steps outlined above with ten Working Days after being requested by the City, it shall be considered that the Successful Bidder has abandoned all arights and interests in the award and the City will call on the Bid Bond.

20. Offer to Agencies and Corporations – Piggyback Option

N/A 21. Failure or Default of Bidder

If the Bidder, for any reason, fails or defaults in respect of any matter or thing which is an obligation of the Bidder under the terms of the Tender Call, the City may:

a) disqualify the Bidder from the Tender Call and/or from competing for future Tender Calls issued by the City for a period of one year; and

b) require the Bidder to pay the City the difference between its Bid and any other Bid which the City accepts, if the latter is for a greater amount and, in addition, to pay the City any cost which the City may incur by reason of the Bidder’s failure or default.

The Bidder shall be ineligible to submit a new Bid for any Call that the City is required to reissue as a result of the Bidder's failure or default or where the City deems that the Bidder has abandoned the Agreement.

22. Currency

Unless otherwise stated herein, prices quoted are to be in Canadian dollars. 23. Tied Bids

In the event that the City receives two or more Bids identical in price, the City reserves the right to select one of the tied Bids as set out in the Tied Bid procedure under the Purchasing Procurement Processes Policy. The Tied Bid procedure allows for first to consider whether any of the bidders are a Diverse Supplier as defined in the Social Procurement Policy to break the tie. If no bidder is a Diverse Supplier then the tie will be broken by way of coin toss or lottery.

19 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-14

24. Mathematical Errors

In the event of mathematical errors found in the pricing pages of the Bid, the unit prices quoted shall prevail. Extensions and totals may be corrected accordingly and adjustments resulting from the correction(s) will be applied to the total bid price quoted.

25. Ownership and Confidentiality of City Provided Data

All correspondence, documentation and information provided by City staff to any Bidder or prospective Bidder in connection with, or arising out of this Tender Call, the Work or the acceptance of any Bid:

a) is and shall remain the property of the City; b) must be treated by Bidders and prospective Bidders as confidential; c) must not be used for any purpose other than for replying to this Tender Call, and for

fulfillment of any related subsequent agreement. 26. Ownership and Disclosure of Bid Documentation

The documentation comprising any Bid submitted in response to this Tender Call, along with all correspondence, documentation and information provided to the City by any Bidder in connection with, or arising out of this Tender Call, once received by the City:

a) shall become the property of the City; b) shall become subject to MFIPPA, and may be released, pursuant to that Act.

Because of MFIPPA, prospective Bidders are advised to identify in their Bid material any scientific, technical, commercial, proprietary or similar confidential information, the disclosure of which could cause them injury. Each Bidder’s name and total bid price shall be made public. Bids will be made available to members of Council on a confidential basis and may be released to members of the public pursuant to MFIPPA.

27. Intellectual Property Rights

Each Bidder warrants that the information contained in its Bid does not infringe any intellectual property right of any third party and agrees to indemnify and save harmless the City, its staff and its consultants, if any, against all claims, actions, suits and proceedings, including all costs incurred by the City brought by any person in respect of the infringement or alleged infringement of any patent, copyright, trademark, or other intellectual property right in connection with their Bid.

28. Notification to Other Bidders

Once the Successful Bidder is notified of their selection for an award, the other Bidders will be notified by the City in writing of the outcome of the Tender process.

20 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-15

29. Debriefing

Bidders may request a debriefing after receipt of a notification of the outcome of the selection process. All requests must be in writing to the City Contact and must be made within sixty (60) days of notification of the outcome of the selection process. The intent of the debriefing information session is to aid the Bidder in presenting a better bid in subsequent procurement opportunities. Any debriefing provided is not for the purpose of providing an opportunity to challenge the Tender process.

30. Bid Protest Procedure

A. Pre-award Bid Disputes. Bidders should seek a resolution of any pre-award dispute by communicating directly with the City Contact as soon as possible from the time when the basis for the dispute became known to them. The City Contact may delay the outcome of the selection process, or any interim stage of this Tender process, pending the acknowledgement and resolution of any pre-award dispute. For more information, see the Pre-Award and Post-Award Bid Dispute Process.

B. Post-award Bid Disputes.

Any dispute to the outcome of this Tender process must be received in writing by the City Contact no later than 10 days after the date of the notification of the outcome of the selection process, or where a debriefing has been requested, no later than five days after such debriefing is received. Any dispute that is not timely received or in writing will not receive further consideration. Any written dispute with a procurement value over $100,000 that cannot be resolved by the City Contact through consultations with the Bidder, shall be referred to the Treasurer or their designate(s) for an impartial review, based on the following information: A. A specific description of each act or omission alleged to have materially

breached the procurement process; B. A specific identification of the provision in the solicitation or procurement

procedure that is alleged to have been breached; C. A precise statement of the relevant facts; D. An identification of the issues to be resolved; E. The Bidder's arguments, including any relevant supporting documentation; and F. The Bidder's requested remedial action.

The Treasurer or their designate(s), in consultation with the City Solicitor, may: A. Dismiss the dispute; B. Accept the dispute and direct the City Contact to take appropriate remedial

action, including, but not limited to, rescinding the award and any executed contract, and canceling the solicitation.

For more information, see the Pre-Award and Post-Award Bid Dispute Process under Article 10 of Chapter 195, Purchasing, of the Toronto Municipal Code.

21 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-16

31. Supplier Code of Conduct

A. Honesty and Good Faith Bidders must respond to the City's Tender Call in an honest, fair and comprehensive manner that accurately reflects their capacity to satisfy the requirements stipulated in the Tender Call. Bidders shall submit a Bid only if they know they can satisfactorily perform all obligations of the contract in good faith. Bidders shall alert the Buyer to any factual errors, omissions and ambiguities that they discover in the Tender Call as early as possible in the process to avoid the Tender Call being cancelled.

B. Confidentiality and Disclosure

Bidders must maintain confidentiality of any confidential City information disclosed to the Bidder as part of the Tender Call.

C. Conflicts of Interest and Unfair Advantage

Bidders must declare and fully disclose any actual or potential conflict of interest or unfair advantage related to the preparation of their bid or where the Bidder foresees an actual or potential conflict of interest in the performance of the contract.

D. Collusion or Unethical Bidding Practices

No Bidder may discuss or communicate, directly or indirectly, with any other Bidder or their Affiliated Persons about the preparation of their Bid including, but not limited to, any connection, comparison of figures or arrangements with, or knowledge of any other supplier making a submission for the same work. Bidders shall disclose to the Buyer any affiliations or other relationships with other Bidders that might be seen to compromise the principle of fair competition, including any proposed subcontracting relationships.

E. Illegality

A Bidder shall disclose to the Buyer any previous convictions of itself or its Affiliated Persons for collusion, bid-rigging, price-fixing, bribery, fraud or other similar behaviours or practices prohibited under the Criminal Code, the Competition Act or other applicable law, for which they have not received a pardon.

F. Interference Prohibited

No Bidder may threaten, intimidate, harass, or otherwise interfere with any City employee or public office holder in relation to their procurement duties. No Bidder may likewise threaten, intimidate, harass, or otherwise interfere with an attempt by any other prospective Bidder to bid for a City contract or to perform any contract awarded by the City.

G. Gifts of Favours Prohibited

No Bidder shall offer gifts, favours or inducements of any kind to City employees or public office holders, or otherwise attempt to influence or interfere with their duties in relation to the Tender Call or management of a contract.

H. Misrepresentations Prohibited

Bidders are prohibited from misrepresenting their relevant experience and qualifications in relation to the Tender Call and acknowledge that the City's process of evaluation may include information provided by the Bidder's references as well as

22 of 362

VIEW

ING C

OPY

Section 1 – Tender Process Terms and Conditions Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 1-17

records of past performance on previous contracts with the City or other public bodies.

I. Prohibited Communications

No Bidder, or Affiliated Person, may discuss or communicate either verbally, or in writing, with any employee, public office holder, or the media in relation to any solicitation between the time of the issuance of the Tender Call to the award and execution of final form of contract, unless such communication is with the Buyer and is in compliance with Chapter 140, Lobbying of the Municipal Code.

J. Failure to Honour Bid

Bidders shall honour their Bid, except where they are permitted to withdraw their bid in accordance with the process described in the Tender Call. Bidders shall not refuse to enter into a contract or refuse to fully perform the contract once their bid has been accepted by the City.

K. Bidder Performance

Bidders shall fully perform their contracts with the City and follow any reasonable direction from the City to cure any default. Bidders shall maintain a satisfactory performance rating on their previous contracts with the City and other public bodies to be qualified to be awarded similar contracts.

L. Disqualification for Non-compliance with Supplier Code of Conduct

Bidders shall be required to certify compliance with the Supplier Code of Conduct in the Submission Form (Section 3), with their Bid and verify compliance, upon request from the Buyer, prior to award. Any contravention of the Supplier Code of Conduct by a Bidder, including any failure to disclose potential conflicts of interest or unfair advantages, may be grounds for the Chief Purchasing Official to disqualify a Bidder from the Tender Call and suspend the Bidder from future procurements.

32. Governing Law and Interpretation

The Terms and Conditions of the Tender Call are to be governed by and construed in accordance with the laws of the province of Ontario, including the City's Policies and Legislation.

23 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-1

Section 2 – Information for Bidders

1. General Information

Section 1 – Tender Process Terms and Conditions sets out the terms and conditions that will be used during the process of the Tender Call. Each Bidder should review the terms and conditions to understand the rules related to the Tender Call process. Section 2 – Information for Bidders contains general information and instructions for Bidders in relation to filling out this Tender Call. Section 3 – Tender Submission Package contains the forms that must be filled out and returned to form a complete Bid. Please see below for instructions. Section 4 – Scope of Work contains the scope of work for the Tender Call, the Standard Specifications and Standard Drawings that must be abided by for the Tender Call and any related drawings to understanding the work required. Bidders should review this section in detail to fully understand what the Bidder is bidding on. Section 4A – Special Specifications contains special requirements for the Work. Refer to GC 1.04 in Section 5 – General Conditions of Contract for the definition of 'Special Specification'. Section 5 – General Conditions of Contract contain the City's General Conditions of Contract that set out the responsibilities of the Contractor and the City. This forms part of the Contract that will be awarded to the lowest compliant Bidder. The Bidder should review these terms to understand the Contract being entered into with the City. Section 5A – Specific Conditions of Contract, if included, contains additional terms for the Contract that supersedes or adds to the General Conditions of Contract. The Bidder should review these terms to understand the Contract being entered into with the City. Section 6 – Contract Execution Package contains examples or references to the Contract, Performance and Labour and Material Payment Bonds, Insurance Certificate and various Statutory Declarations that will be completed/provided by the winning Bidder after the award and notification by the City is made. These forms do not have to be submitted for the Bid to be valid. For additional information on the execution of the Contract, see Section 1 Article 19. Section 7 – City Policies contains specific policies related to the Tender Call. It is the responsibility of the Bidder to review all of the City’s policies in Section 7 and as found on the City’s website at www.toronto.ca/business-economy/doing-business-with-the-city/understand-the-procurement-process/purchasing-policies-legislation/. This section of the document contains a copy of the Contractor Performance Evaluation Form. The form helps to summarize and quantify performance. It provides guidance to City staff on creating and maintaining an evaluative record of a Contractor's performance on City projects for the purpose of contract management and future purchasing decisions. Further information regarding the Contractor Performance Procedure can be found at City's website at www.toronto.ca/business-economy/doing-business-with-the-city/follow-up-on-city-contracts/contractor-performance-evaluation-cpe-form/.

24 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-2

Section 8 – City-led / City-endorsed Workforce Development Programs, if included, contains examples of City Workforce development programs for the Bidders reference.

2. Mandatory Site Meeting

Not required. Optional Site Meeting

September 20, 2019 at 10:00 AM, on Culford Rd and Pilgrim Court, North York, Ontario, M6M 2P3.

3. Deadline for Questions

All questions concerning this Tender Call should be directed in writing to the Buyer indicated on the Tender Call Cover Page. The last day for questions with respect to this Tender Call is five (5) working days before closing time and date.

4. Fair Wage Schedule Information

The Fair Wage Schedule that is applicable to this Tender Call is the:

Sewer and Watermain Construction Please review a copy of the Fair Wage Schedule applicable to this Tender Call. The Fair Wage Schedules can be found at the following website: www.toronto.ca/fairwage/index.htm In the event that other Fair Wage Schedules may overlap the work covered by this Contract or if you have any questions with respect to the Fair Wage Policy or the Fair Wage Schedules please contact the fair wage office by: Phone: 416-392-7300 Fax: 416-392-0801 E-mail: [email protected]

5. Social Procurement Program – Workforce Development Requirement

The Bidder will work with City staff to implement a Workforce Development (WD) Plan. This plan will include the following requirements throughout the duration of the contract: Designate a liaison for the term of the contract; Meet with City staff within 15 business days from the award of the contract to review

and finalize details of the WD Plan and its implementation; Provide a minimum of four (4) hours per month to administer and/or implement the

WD Plan;

25 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-3

Hold meetings with City staff in accordance with the schedule detailed in Section 2-5; and

Monitor, track and report on the progress and outcomes of the WD Plan as detailed in Section 2-5.

Furthermore, the WD Plan will require the Bidder to implement the following WD strategies:

Customized Recruitment

The bidder is required to utilize existing City-endorsed workforce development programs and/or community-based not-for-profit employment services agencies to attempt to source, either directly or through subcontractors, a minimum of 1 (one) qualified candidate for employment opportunities not subject to any applicable collective agreements, over the course of the contract period. Customized Recruitment is intended to apply to only new employment opportunities required for this project. Opportunities may include, but are not limited to:

 

Clerical and Administrative Security Professional and technical jobs

Training and Work-based Learning Skills Development The Bidder is required to ensure, either directly or through subcontractors, a percentage (ranging from 5% to 10%) of the overall hours worked by trades and crafts people shall be worked by apprentices or journey-persons from equity-seeking communities in Toronto (see definition).Final apprenticeship or journeyperson percentage will be determined by the City of Toronto, upon review of the construction project schedule, on a trade by trade basis, after the Tender is awarded. The Social Procurement Program will support the Bidder to source apprenticeship candidates through City-endorsed skilled trade apprenticeship training programs targeting low-income and/or equity-seeking communities in Toronto. A specific plan for sourcing targeted apprentices or journey persons will be determined jointly at the first kick off meeting, after the tender is awarded.

Use of Social Enterprise in the Supply Chain The Bidder is required to provide one (1) sub-contracting opportunity per year to a social enterprise for required components of work or services. Other Employment Related Activities The contractor shall participate in a minimum of one (1) City-endorsed employment- Related activity per year that serves those with low income and/or from an Equity Seeking Community in Toronto. These activities include, but are not limited to:

 A) job and career fairs B) sector/industry career information sharing, learning and networking events;

26 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-4

C) sector-focused symposiums

Prior to any commencement of work, all reporting requirements will be confirmed. The implementation activities and outcomes of the WD Plan are to be maintained and documented throughout the contract period, and such documentation may be considered in the review of any bids, proposals and responses to future City procurements.

6. Certificate of Recognition (COR™) Requirement Information

Where the value of the Bid meets or exceeds the applicable amount in the year of tender as listed below, Bidders must possess and maintain a valid Certificate of Recognition (COR™) or an Equivalent OHS Certification for the duration of the Contract. The Successful Bidder shall provide a copy of a valid Certificate of Recognition (COR™) or Equivalent OHS Certification in the legal name of the entity submitting the tender within 5 Working Days upon being contacted by the City prior to award.

Year of Tender Value of Bid 2017 $ 25 million 2018 $ 10 million 2019 $ 0

"Certificate of Recognition (COR™)" means the nationally recognized occupational health and safety certification granted to qualifying firms by the Infrastructure Health and Safety Association (IHSA) of Ontario or its successor. "Equivalent OHS Certification" means an occupational health and safety certification issued to qualifying firms by an independent third-party organization and accepted by the City (in the City's sole discretion) as equivalent to the Certificate of Recognition (COR™).

7. Invoice and Billing Requirements

To assist in prompt payment, it is essential that all required billing information is provided on the invoice submitted to the City. If billing information is missing from an invoice it will result in a payment delay and the invoice may be returned to you without payment. It is the vendor's responsibility to submit accurate invoices for goods and services delivered to the City divisions. If an inaccurate invoice, for example pricing, quantity or services provided is submitted, the vendor will be requested to issue a credit note and submit a new invoice. If the invoice in question offered an early payment discount, the re-issue date of the new invoice will be used to calculate the early payment discount terms.

7.1 Standard Invoices:

1) Original vendor invoices must be addressed and sent DIRECTLY to:

City of Toronto

27 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-5

Accounting Services Division Corporate Accounts Payable 55 John Street 14th Floor, Metro Hall Toronto, ON M5V 3C6; or

2) Electronic Invoices

To support an electronic payable environment, the City of Toronto Corporate Accounts Payable unit will accept electronic vendor invoices submitted via email to [email protected]. Electronic invoices submitted must be in a PDF format with either single or multiple invoice(s) per attachment.

Note: Do not send statements or past due invoices to this email address, only current invoices will be accepted. Do not send hard copy invoices to Corporate Accounts Payable if you have submitted an electronic invoice. If you have any questions regarding this process, please contact AP Customer Service at 416-397-5235 and follow the prompts.

3) Invoice/s submitted to the City must have complete ship to information

including:

I. Name of City division, II. The City division’s contact name and phone number (the person

ordering or picking up the goods and/or services), III. Delivery location of goods and/or services (excluding pick-up order), IV. Purchasing document information on the invoice (blanket contract

number, contract release order number (CRO), purchase order (PO) or divisional purchase order (DPO) must be clearly indicated on the invoice, and

V. Complete "Remit To" address is required on all submitted vendor invoices.

A purchasing document number must be provided by City staff at time of order for goods and services.

4) City purchases with the use of a credit card/PCard, are NOT to be sent to

Corporate Accounts Payable. These invoices are considered paid.

5) Vendors are encouraged to provide packing slips and/or goods receipt confirmations directly to the ordering Division for goods/services delivered.

6) Vendors are to provide backup documentation directly to the ordering Division,

not Corporate Accounts Payable.

7.2 Construction Contracts and Consultant Assignments Related to Capital Projects With a Holdback Only

28 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-6

Invoices related to an approved capital project with a holdback and managed by a Contract Administrator must be forwarded to the Contract Administrator for review and approval. Billing requirement direction will be provided by the contract custodian or City divisional designate prior to the start of the contract.

1) All invoices must be addressed and sent DIRECTLY to the Contract

Administrator.

Note: Contact information of respective Contract Administrator will be provided in writing, prior to the start of the contract.

2) Invoice(s) submitted to the City Contract Administrator shall have complete

information including:

I. Contract/project number II. Name of City Division and Contract Administrator

III. Vendor number IV. Vendor name and address V. The City Division’s contact name and phone number (the person

ordering or picking up the goods and/or services), VI. Description of work / project name

VII. Location of work VIII. Bill through dates(work done): from and to

IX. Invoice date X. Sub-total amount: excluding all taxes

XI. Total invoice amount; including all taxes XII. Purchasing document information on the invoice (blanket contract

number, contract release order number (CRO), purchase order (PO) or divisional purchase order (DPO), must be clearly indicated on the invoice. (*This purchasing number should be provided by City staff at the time of order*)

7.3 Payment Terms

Unless otherwise specified on the invoice, the City will assign payment terms of Net 30 days. Payment terms "Due Upon Receipt" are considered Net 30 days.

7.4 Discount Terms

The City will consider offers of early payment discount terms. If correct billing information has been indicated on the invoice, it is the City’s policy to pay within vendor’s discount terms from the receipt date of the invoice in the Corporate Accounts Payable unit – Metro Hall, 55 John Street, 14th Floor. Early Payment terms should be clearly indicated on the invoice.

29 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-7

Note: Discount terms for early payment cannot be earlier than 15 days from the receipt date of the invoice by the City of Toronto, Corporate Accounts Payable unit.

7.5 Direct Deposit

City of Toronto offers secure electronic deposit payments directly to your bank account through our “Direct Deposit” program. For more information and/or to enrol for this payment option, please email us at [email protected] or contact AP Customer Service at 416-397-5235 and follow the prompts. Effective January 1, 2014, all new contracts for existing or new vendors must be enrolled in the Direct Deposit program.

8. Instructions for Section 3 – Tender Submission Package

8.1 Mandatory Bid Submission Requirements

The following must be completed in its entirety and submitted with your Bid at the time of closing. Failure to submit SHALL result in the Bid being rejected as non-compliant.

A. Tender Call Cover Page

Bidder must fill in all information as requested in ink. Remember to have the cover signed and sealed by an authorized signing officer, if a corporation. If not a corporation, have the cover signed by an authorized signing officer. Remember to indicate the receipt of all addenda.

B. Bid Bond and Other Security

Every Bidder shall submit with their Bid a Bid Bond in the amount of four (4%) per cent of the Bid amount and will agree to provide a Performance Bond and a Labour and Material Payment Bond for the due and proper performance of the Work, each in the amount of 50 per cent of the Contract amount including an extended 24 month warranty period. The Bonds will be issued by a licensed surety company authorized to transact business in the province of Ontario and shall be maintained in good standing until the fulfilment of the Contract. The Bid Bond shall be in accordance with the City's standard form attached to this document. The Performance and Labour and Material Payment Bonds shall be in accordance with the Construction Act. Failure of a Bidder to submit a fully completed Bid Bond, in the form enclosed in the Tender Submission Package, SHALL result in the Bid being rejected as non-compliant.

30 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-8

Should the Bidder fail or refuse to execute the Form of Contract within 10 Working Days after being requested by the City, it will be considered that the Bidder has abandoned all rights and interests in the award and the City will call on the Bid Bond.

C. City Policies Submission Form

The Policy Submission Form contains statements from different City of Toronto policies. The complete text of these policies can be found on the City’s website https://www.toronto.ca/business-economy/doing-business-with-the-city/understand-the-procurement-process/purchasing-policies-legislation. The Bidder shall answer the questions posed and include the signed submission form with the completed Tender Submission Package.

D. Pricing Form

All instructions to fill out the Pricing Form can be found on the first page of the Pricing Form in Section 3 – Tender Submission Package. In the event of any discrepancy between the information provided by the Bidder on the Tender Call Cover Page and the amount set out in the Pricing Form, the Pricing Form shall govern. In the event of any discrepancy between the total price and the unit price, the unit price shall prevail and the total price may be adjusted and verified according to City's Mathematical Errors Procedure.

8.2 Mandatory Submission Requirements Prior to Award

The Bidder must submit the following documents within five (5) working days upon being contacted by the City. Failure to submit the documents within this time limit will result in disqualification of the Bid.

A. Experience and Qualifications Form The Bidder provide proof of the following experience in order to be considered for award:

Must have completed a minimum of one (1) Cured In Place Pipe-liner with a minimum of $3,000,000.00 which included 1,000 linear meters at 750 mm diameter or larger within the past ten (10) years.

Must have completed a minimum of one (1) Sliplining sewer rehabilitation project with a minimum value of $5,000,000.00 Canadian dollars each (excluding taxes) in the past ten (10) years.

Must demonstrate at least five (5) years experience in municipal wastewater cast-in place pipe (CIPP) installation. The installer must

31 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-9

demonstrate successful installation of at least 50,000 metres of CIPP product in wastewater collection systems.

At least two (2) of these projects must have included an active trunk sewer greater than 500 mm in diameter with a temporary bypass pumping system.

The General Contractor or their Sub-Contractor must have completed at least one (1) structural sewer liner project and have at least five (5) years of successful experience with the liner system used for maintenance hole rehabilitation works.

In order to prove they have the required experience, the Bidder must complete and submit the Experience and Qualifications Form as contained in Section 3 – Tender Submission Package as part of their Tender submission and provide the following information:

Project description, that is location, scope of work, project value and contract number;

Approval authority contact along with telephone or e-mail information; Owner contact information; Consultant contact information (if applicable); and List of Sub-Contractors for each project.

In providing this information, the Bidder gives the City and/or the Consultant consent to contact these individuals to confirm the information. Failure to provide the required information listed on the Experience and Qualifications Form shall render the Bid non-compliant. If required, the City will make its own arrangements in contacting the references. If, at the City’s sole discretion, the references do not confirm the Bidder’s ability to undertake the Work associated with the requirements stated in this Tender Call, the Bid will be declared non-compliant and will not be considered for award. The City reserves the right to verify whether Bidders are relying upon past experience of an Affiliated Person including the nature of the corporate relationship and its relevance to this project. If, at the City's sole discretion, it is determined that a Bidder is relying on an Affiliated Person's past experience and a transfer of the Affiliated Person's experience cannot be demonstrated as relevant to this project then the Bid will be declared non-compliant and not be considered for award. The City reserves the right to verify past performance of the Bidder or its Affiliated Persons with its performance records on relevant past City projects including the City's Agencies, Boards, Commissions and Corporations.

B. Statutory Declaration for the Occupational Health and Safety Act

It is the Bidder’s responsibility as "Constructor" under the provisions of the Occupational Health and Safety Act of Ontario, R.S.O. 1990, c. O.1, as may be amended (hereinafter “OHSA”), to co-ordinate the activities of all

32 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-10

employees and workers under the Bidder’s control operating within the Contract limits to ensure that the requirements of the OHSA are satisfied. To that end, the Bidder must complete the Statutory Declaration found in Section 3 indicating whether they comply with the OHSA. This Statutory Declaration must be signed and declared before a Commissioner of Oaths. The Statutory Declaration states that:

i. the Bidder and all Subcontractors have in place safety programs according to the requirements of the OHSA;

ii. all employees of the Bidder and Subcontractors have received training in occupational safety in accordance with the requirements of the OHSA; and

iii. a representative of the Bidder, whom he shall designate and name in the required Statutory Declaration, with responsibility for supervising the Contract's implementation is qualified as a "Competent Person" as defined in the OHSA.

In the case where the Bidder has indicated "HAVE NOT" in either or both of sub-clauses 3(a) or 3(b) of the Statutory Declaration submitted with its Bid and has been awarded the Contract, the Bidder will be required to submit a Supplementary Statutory Declaration after award of the Contract in the form provided in Section 6 entitled “Supplementary Statutory Declaration” to the effect that the requisite training and programmes are in place. The Bidder will bear full responsibility for all consequences, financial or otherwise, of any failure or delay by the Bidder in submitting the Supplementary Statutory Declaration.

C. Certificate of Recognition (COR™) Requirement

"Certificate of Recognition (COR™)" means the nationally recognized occupational health and safety certification granted to qualifying firms by the Infrastructure Health and Safety Association (IHSA) of Ontario or its successor.

"Equivalent OHS Certification" means an occupational health and safety certification issued to qualifying firms by an independent third-party organization and accepted by the City (in the City's sole discretion) as equivalent to the Certificate of Recognition (COR ™), such as ISO 45001

Bidders must possess and maintain a valid Certificate of Recognition (COR™) or an Equivalent OHS Certification, such as ISO 45001 for the duration of the Contract, Subcontractors will not be expected to hold COR certification, but they will be expected to adhere to the certified General Contractor’s Health and Safety Program.

33 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-11

Upon request the Bidder will be required to provide a copy of a valid Certificate of Recognition (COR™) or Equivalent (such as ISO 45001) OHS Certification in the legal name of the entity submitting the tender. Bidders must possess and maintain a valid Certificate of Recognition (COR™) or an Equivalent (such as ISO 45001) OHS Certification for the duration of the Contract. In the event that a copy of the valid Certificate cannot be produced within three (3) working days of the City contacting the Bidder, the Bidder must provide a valid Certificate number. The City may refuse to award a contract to any Bidder, where the requested COR™ information cannot be verified within three (3) working days of the City contacting the Bidder.

D. List of Subcontractors Form

Upon request the Bidder shall be required to provide a list of Subcontractors and associated work types to the City for its review and approval prior to award. Bidders must not include companies under suspension by the City on their list of Subcontractors. If a Bidder proposes to subcontract with a competing Bidder on this Tender Call, the Bidder must declare that proposed subcontracting arrangement in accordance with the Supplier Code of Conduct provisions of the City Policies Submission Form Schedule at or prior to the Closing Date. The City reserves the right to clarify the nature of communication taking part between competitors; verify the extent of the expected subcontracting, and consequentially may, in its sole discretion, deem the bidder(s) non-compliant, or cancel the Tender Call. Where union affiliation is required pursuant to the City’s “Labour Trades Contractual Obligations in the Construction Industry” —more particularly described in the document attached to the Applicable City Policies section—for the Work or any part thereof, the Contractor and any Subcontractor performing any part of such Work must be affiliated with the applicable collective bargaining agency and the Bidder shall submit proof of such affiliation of the Contractor prior to an award of contract. The Contractor will not be permitted to change any named Subcontractor without the written approval of the Contract Administrator. Any request for changing a named Subcontractor must be submitted in writing. The Contractor acknowledges that upon receipt of such a request by the City, the review and approval process could take a time to complete. Any delay in the commencement of the Work or in the performance of the Work or in the Contractor’s performance of its obligations under the Contract related to or

34 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-12

arising from the City’s consideration of the Contractor’s request for a Subcontractor change shall be solely borne by the Contractor.

E. Corporate Profile Report

Upon request the Contractor will be required to provide a copy of the Contractor's and/or any of the Contractor's Affiliated Person's Corporate Profile Report(s) (Ontario), or equivalent official record issued by the appropriate government authority. The City also reserves the right to require the Contractor to provide a copy of the Corporate Profile Report or equivalent official record for all of the Contractor's affiliated or related legal entities. The Corporate Profile Report(s) must have been issued not more than ten (10) working days prior to the date that the City requests the report. The City reserves the right to confirm the accuracy of the information contained in the Corporate Profile Report, and to require additional information from the contractor as necessary. In the event that a request for a Corporate Profile Report or equivalent official record cannot be processed by the appropriate government office within five (5) working days of the City contacting the contractor, the contractor must provide proof that the request has been made and provide an indication as to when the information is expected to be received. The City may refuse to award a contract to any contractor, including the lowest bidder, where the requested information has not been received within five (5) working days of the City contacting the contractor.

35 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-13

Section 3 – Tender Submission Package – Bid Bond

Bond No: ______________________ KNOW ALL MEN BY THESE PRESENTS that we

herein called the "Principal"

- and –

herein called the "Surety" are jointly and severally held and firmly bound unto the City of Toronto, hereinafter called the "City", each, in the penal sum of

Four Percent (4%) of the Total Bid Price

of lawful money of Canada, to be paid to the City or to its successors or assigns for which payment well and truly to be made, we jointly and severally bind ourselves, our and each of our several and respective executors, administrators, successors and assigns and every of them forever firmly by these presents.

SEALED with our several and respective seals. DATED this day of 20 WHEREAS the said Principal is herewith submitting to the City its Tender for

TENDER CALL NO. 249-2019

CONTRACT NO. 19ECS-LU-03TT and the said Tender provides that it is to continue open to acceptance and to be irrevocable until the formal contract is executed by the successful Bidder.

36 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-14

NOW the condition of this obligation is such that if, on acceptance of the Tender of the aforesaid Principal in accordance with the terms and conditions of said Tender within 90 days from the closing date of the Tender, the said Principal shall, within the time required, enter into a formal contract and give good and sufficient bonds required by the said Tender to secure

(i) the performance of the terms and conditions of the contract, and (ii) payment for certain labour and materials.

both in the forms required by the City then this obligation shall be void; otherwise the Principal and Surety will pay unto the City the difference in money between the total amount of the Tender of the said Principal and the sums of the amount for which the City legally contracts with another party to perform the work and for which the City of Toronto may expend or for which it may become liable by reason of such default or failure, including the cost of any advertisement for new Tenders if the latter sums of the amount be in excess of the former; but in no event shall the Surety's liability exceed the penal sum hereof. AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable as Principal and that nothing of any kind or matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liability of the Surety, any law or usage relating to the liability of Sureties to the contrary notwithstanding. SEALED AND DELIVERED )

in the presence of )

)

) Principal

)

)

)

) Surety

37 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Statutory Declaration with Asbestos Abatement

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-15

Section 3 – Tender Submission Package – Statutory Declaration Form for Occupational Health and Safety

DOMINION OF CANADA } IN THE MATTER of a proposed Contract for } PROVINCE OF ONTARIO } } JUDICIAL DISTRICT } } OF YORK; } } TO WITNESS: }

as hereinbefore described on the first page of the TENDER CALL PACKAGE.

I/we

of the city / town / village of

in the province of do solemnly declare as follows:

IF AN INDIVIDUAL STRIKE OUT "OF"

1. I am (If an incorporated Company, state "President", “Secretary”, or as the case may be) of

(State Firm Name)

the Bidder herein.

IF AN INDIVIDUAL CARRYING ON A BUSINESS UNDER A FIRM NAME, USE THE FOLLOWING PARAGRAPH

I am the Bidder herein and I carry on business at

under the name of and (State Firm Name)

there is no other person associated with me in partnership.

IF A PARTNERSHIP, USE THE FOLLOWING PARAGRAPH

We are the Bidders herein and we carry on business at

in partnership,

under the name of and (State Firm Name)

we are the only members of such partnership.

38 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Statutory Declaration with Asbestos Abatement

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-16

2. I/We have a health and safety policy and a programme to implement such policy as required by clause 25 (2) (J) of the Occupational Health and Safety Act. R.S.O., 1990, c. O.1, as may be amended (hereinafter “OHSA”), and the said policy does not conflict with the Health and Safety Policy of the City of Toronto.

3. With respect to the goods and services contemplated in the above Contract, the Bidder and its proposed Subcontractors

a) HAVE/HAVE NOT YET ** conducted training, for all personnel to be involved in providing such goods and services (including but not limited to employees and workers as well as the employees and workers of all sub-contractors), as required by the OHSA and all regulations thereunder, including those with respect to the workplace hazardous materials information system, industrial establishments, construction projects, confined spaces and designated substances.

b) HAVE/HAVE NOT YET ** put into effect all programmes relating to designated substances as required by the regulations under the OHSA.

c) HAVE/HAVE NOT YET ** put into effect all programs and plans related to confined spaces as required by the regulations under the OHSA.

d) In the case where "HAVE NOT YET" has been indicated in either or all of (a), (b) or (c) the Bidder undertakes to provide to the Executive Director or General Manager of the respective Division a "Supplementary Statutory Declaration” on the form provided following award of Contract that the requisite training and/or programmes have been completed in order that a written order to commence Work may be issued by the Executive Director or General Manager, and undertakes that no claim for delay or extension of Contract will be made for failure by the Bidder to comply with this requirement.

** EITHER "HAVE" OR "HAVE NOT YET" TO BE STRUCK OUT AND INITIALLED

*** BIDDER TO WRITE IN THE NAME OF THE DESIGNATED “COMPETENT PERSON”

4. (a) The Bidder Designates ***____________________________, a representative of the Bidder who shall be assigned to a supervisory role over the Work of the Contract and who has received training in the provisions of the OHSA which qualifies him/her to act as a "Competent Person" as defined in the OHSA, in order to have him/her act in an informed and responsible manner in complying with the OHSA and the Contractor's role as employer under the terms of this Contract and the OHSA.

4. (b) Without limiting the generality of the foregoing, the Bidder’s supervisors HAVE/HAVE NOT YET ** received, in addition to the training set out in 3(a), a program of Asbestos Management Training which meets the requirements of Ontario Regulation 278/05 (Designated Substances – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “B”.

4. (c) Without limiting the generality of the foregoing, the Bidder HAS/HAS NOT YET ** provided to its supervisors and all personnel (including but not limited to employees and workers as well as the employees and workers of all sub-contractors) training with respect to Asbestos Abatement which meets the requirements of Ontario Regulation 278/05 (Designated Substance – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “A”. Effective November 1, 2007, and in

39 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Statutory Declaration with Asbestos Abatement

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-17

accordance with section 20 of Ontario Regulation 278/05, for type 3 operations, supervisors and personnel (including but not limited to employees and workers as well as the employees and workers of all sub-contractors) HAVE/HAVE NOT YET completed the Asbestos Abatement Worker Training program approved by the Ministry of Training Colleges and Universities.

5. I/We have carefully read through the foregoing Tender Call Package, and to the best of my/our information, knowledge and belief the several matters stated in the said Bid are in all respects correct and true.

6. I am/We are each of the full age of twenty-one years or over.

And I/we make this solemn declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath and by virtue of "the Canada Evidence Act".

SEVERALLY DECLARED before me at the } } of in } the Province of Ontario } } this day } Signing Officer of Company } of 20 }

A Commissioner, etc.

40 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Statutory Declaration with Asbestos Abatement

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-18

Appendix “A”

“ASBESTOS ABATEMENT TRAINING”

history of asbestos and asbestos-containing materials;

the hazards of asbestos;

health effects associated with asbestos exposure;

methods of controlling asbestos hazards;

review of Ontario’s Occupational Health and Safety Act and Regulation (278/05) pertaining to asbestos;

reasons for abatement;

Type 1, Type 2 and Type 3 abatement methods and procedures;

notification of project procedures;

use and maintenance of personal protective equipment;

air monitoring and analysis procedures;

asbestos disposal requirements;

overview of asbestos products in switch gears, roof felts and underground tanks;

owner’s and employer’s responsibilities;

employee’s responsibilities;

consultant roles and responsibilities;

contractor roles and responsibilities;

access procedures for areas containing asbestos

procedure regarding unplanned asbestos identification;

use of air monitoring/testing equipment;

use of respirators;

use of disposable clothing;

construction of enclosure with decontamination facility (exhaust unit, worker access, airlocks, etc.) including a transfer room and clean room;

use of air movement and filtration system;

use of vacuum system (HEPA);

use of hand tools, cleaning tools;

use of poly sheeting, bags, labels and tape;

use of warning signs;

use of surfactants and encapsulents; and

use of airless electric sprayer.

Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request.

41 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Statutory Declaration with Asbestos Abatement

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-19

Appendix “B”

“ASBESTOS MANAGEMENT TRAINING”

Occupational Health and Safety Act and Regulations and Ontario Regulation 278/05 regarding Asbestos

Identification of health hazards

Legislated employer duties

Responsibilities of Workers

Legislated constructor duties

Legislated Asbestos Management Plans

Ongoing Asbestos Management in Buildings, O Reg 278/05

Asbestos Records

Asbestos Management Program

Building Surveys

Control considerations including management plan, encapsulation / encasement, enclosure, removal

Asbestos Waste Disposal

Environmental Protection Act

Ontario Regulation 347

Packaging Waste

Transporting Asbestos

Legislation Requirements

General Respirator Limitations

Types of Respirators

Parts of a Respirator

Visual Inspection

Fit Checks

Particulate Filters

General Guidelines for Abatement Activities

Classifying Activities

Work Procedures – Type 1, Type 2 and Type 3 abatement methods and procedures Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request.

42 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package City Policies Submission Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-20

Section 3 – Tender Submission Package – City Policies Submission Form

Policies The Bidder has read, understood and agrees to comply with the terms and conditions contained in this Tender Call and the City’s Policies and Legislation set out on the City of Toronto website at: www.toronto.ca/business-economy/doing-business-with-the-city/understand-the-procurement-process/purchasing-policies-legislation/. Declaration of Compliance with the City's Supplier Code of Conduct By signing this form, the Bidder acknowledges that it has read and understands its obligations under the Supplier Code of Conduct and further certifies that the Bidder, and any of its proposed Subcontractors, will provide the services in compliance with the Supplier Code of Conduct. Refer to the Supplier Code of Conduct in Article 13 of Chapter 195, Purchasing, of the Toronto Municipal Code.

Prohibition Against Collusion and Unethical Bidding If the box below is left blank, the Bidder will be deemed to declare that it had no affiliation or other relationships with other Bidders that might be seen to compromise the principle of fair competition, including any proposed subcontracting relationships. If the Bidder declares an affiliation or other relationship with other Bidders that might be seen to compromise the principle of fair competition, the Bidder must set out the details below:

Refer to the Supplier Code of Conduct mentioned above.

43 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package City Policies Submission Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-21

Prohibition Against Illegality If the box below is left blank, the Bidder will be deemed to declare that is has no previous convictions of itself or Affiliated Persons for collusion, bid-rigging, price-fixing, bribery, fraud, or other similar behaviors or practices prohibited under the Criminal Code, the Competition Act, or other applicable law, for which the Bidder has not received a pardon. If the Bidder declares that it has previous convictions of itself or Affiliated Persons, the Bidder must set out the details below:

Refer to the Supplier Code of Conduct mentioned above.

Conflicts of Interest or Unfair Advantage If the box below is left blank, the Bidder will be deemed to declare that (a) there was no Conflict of Interest in connection with preparing its Bid; and (b) there is no foreseeable Conflict of Interest in performing the contractual obligations contemplated in this Tender Call. Potential Conflicts of Interest or unfair advantage include, but are not limited to:

1) Engaging current or former City employees or public office holders to take any part in the preparation of the Bid or the performance of the contract if awarded, any time within 2-years of such persons having left the employ or public office of the City;

2) Engaging any family members, friends or private business associates of any public office holder which may have, or appear to have, any influence on the procurement process or performance of the contract, if awarded;

3) Prior involvement by the supplier or Affiliated Persons in developing the technical specifications or other evaluation criteria for the solicitation;

4) Prior access to confidential City information by the supplier, or Affiliated Persons, that is materially related to the solicitation and that was not readily accessible to other prospective Bidders; or

44 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package City Policies Submission Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-22

5) The Bidder or its Affiliated Persons are indebted to or engaged in ongoing or proposed

litigation with the City in relation to a previous contract. If the Bidder has an actual or potential Conflict of Interest, the Bidder should bring this to the attention of the Buyer as early as possible in the Tender Call process, and must set out the details in writing below:

The following individuals, as employees, advisers, or in any other capacity (a) participated in the preparation of our Bid; and (b) were employees of the City and have ceased that employment within 24 months prior to the Closing date:

Name of Individual

Job Classification

Department

Last Date of Employment with the City

Name of Last Supervisor

Brief Description of Individual’s Job Functions

Brief Description of Nature of Individual’s Participation in the Preparation of the Bid

(Repeat above for each identified individual. Bidders may include this information on a separate sheet if more space is required) The Bidder agrees that, upon request, the Bidder shall provide the City with additional information from each individual identified above in a form prescribed by the City.

45 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package City Policies Submission Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-23

Purchase of Products Manufactured in Factories Where Children are Used as Slave Labour or Other Exploitive Circumstances Which Impedes Child Development (If Applicable) Purpose: To advise suppliers that the City of Toronto does not wish to encourage the use of products manufactured in factories where children are used as slave labour or other exploitive circumstances which impedes child development. Policy: Bidders must state where the products offered have been made. City Council does not wish to see products used that have been made in factories in countries where children are used as slave labour or other exploitive circumstances, which impedes child development. Therefore, preference will be given to bidders that obtain products from any country other than the aforementioned, but this criteria will not be used to disqualify any bidder. Bidders must state where the products offered have been made: _______________________ (Specify) Bidders to state if products offered have been made in factories in countries where children are used as slave labour or other exploitive circumstances which impedes child development: _______________________ (Specify) This policy will be considered in the evaluation of all Bids received.

Environmentally Responsible Procurement Statement (If Applicable) To download a copy of the City of Toronto Environmentally Responsible Procurement Policy, go to policy at www.toronto.ca/wp-content/uploads/2017/08/8e27-environment_procurement.pdf State if environmentally preferred products/service is being offered: Yes______ No______ State briefly the environmental benefit of the product/service offered:

Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy

46 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package City Policies Submission Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-24

Organizations/individuals in Ontario, including the City of Toronto, have obligations under the Ontario Human Rights Code, the Occupational Health and Safety Act, the Employment Standards Act, the Accessibility for Ontarians with Disabilities Act, the Criminal Code of Canada and the Charter of Rights and Freedoms. In addition, the City of Toronto also has policies that prohibit discrimination on the additional grounds of political affiliation or level of literacy, subject to the requirements of the Charter. Organizations are required to have and post policies, programs, information, instruction, plans and/or other supports, and an appropriate internal process available to their employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints under the applicable legislation and including the additional grounds of discrimination prohibited under City policy. Individuals are obliged to refrain from harassment/hate activity. The City of Toronto requires all organizations and individuals that contract with the City to sign the following Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy. This Declaration must be signed by your organization and submitted with the contract or Letter of Understanding. The name of your organization and the fact that you have signed this declaration may be included in a public report to City Council. Declaration: I/we uphold our obligations under the above provincial and federal legislation. In addition, I/we uphold our obligations under City policies which prohibit harassment/discrimination on a number of grounds including political affiliation and level of literacy. WHERE LEGALLY MANDATED I/we have in place the necessary policies, programs, information, instruction, plans and/or other supports that are consistent with our obligations, and I/we have an internal process available to my/our employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints. I/we agree that I/we shall, upon the request of the City, provide evidence of the policies, programs, information, instruction, plans and other supports and an appropriate internal complaint resolution process required under this Declaration which is sufficient to allow the City to determine compliance. I/We acknowledge that failure to demonstrate compliance with this declaration to the satisfaction of the operating Division, in consultation with the City Solicitor, may result in the termination of the contract.

47 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package City Policies Submission Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-25

Accessibility for Ontarians with Disabilities Standards The Bidder acknowledges that it shall deliver, as appropriate for each Deliverable, accessible and inclusive Services consistent with the Ontario Human Rights Code (OHRC), the Ontarians with Disabilities Act, 2001 (ODA) and Accessibility for Ontarians with Disabilities Act, 2005 (AODA) and its regulations in order to achieve accessibility for Ontarians with disabilities. Bidders are also required to comply with the City’s accessibility standards, policies, practices, and procedures, which may be in effect during the Term of the Agreement and which apply to the Deliverables. The accessible customer service training requirements which are applicable to the Deliverables may be reviewed at: www.toronto.ca/business-economy/doing-business-with-the-city/understand-the-procurement-process/purchasing-policies-legislation/accessible-customer-service-training-requirements/.

Disclosure of Bid Information The Bidder hereby agrees that any information provided in this Bid, even if it is identified as being supplied in confidence, may be disclosed where required by law or if required by order of a court or tribunal. The Bidder hereby consents to the disclosure, on a confidential basis, of this Bid by the City to the City’s advisers retained for the purpose of evaluating or participating in the evaluation of this Bid.

The Bidder shall provide the City with ongoing disclosure, should the Bidder be awarded a contract and any of the information or representations provided in this form no longer be accurate.

Signature of Authorized Signing Officer ______________________________________________

Printed Name of Signing Officer I have authority to bind the Bidder and attest to the accuracy of the information provided in this Bid

This Form is a Mandatory Submission Requirement

48 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package List of Subcontractors Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-26

Section 3 – Tender Submission Package – List of Subcontractors Form

Upon request, the Bidder shall provide the Subcontractor’s name for each work type indicated in the table below or indicate “OWN FORCES” in the “Subcontractor Name” column if a Subcontractor will not be used for the work type indicated. The names of all Subcontractors to be used for each work type indicated must be provided. The Contractor will not be permitted to change any named Subcontractor without the written approval of the Contract Administrator. Any request for changing a named Subcontractor must be submitted in writing. The Contractor acknowledges that upon receipt of such a request by the City, the review and approval process could take a time to complete. Any delay in the commencement of the Work or in the performance of the Work or in the Contractor’s performance of its obligations under the Contract related to or arising from the City’s consideration of the Contractor’s request for a Subcontractor change shall be solely borne by the Contractor. Where union affiliation is required pursuant to the City’s “Labour Trades Contractual Obligations in the Construction Industry” (more particularly described in the document attached to the Applicable City Policies section) for the Work or any part thereof, the Contractor (and any Subcontractor performing any part of such Work) must be affiliated with the applicable collective bargaining agency and the Bidder shall submit proof of such affiliation of the Contractor prior to an award of contract. List of Subcontractors

Name of Bidder: Date: The Bidder may attach separate sheet(s) to this Form if additional space is needed. Indicate the number of sheets, if attached:

Work Types Subcontractor Name

Cured-in-Place Pipe

Earthworks

Site Preparation (Fencing, Matting, Access)

Sanitary Sewer Installation

Storm Sewer Installation

Sliplining

Cement Mortar Lining Repair

Maintenance Hole Rehabilitation

Temporary Sewer Bypass

49 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package List of Subcontractors Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-27

Traffic Management

Site Safety

Site/Road Restoration

Landscaping

Tree Clearing/Planting

Stream Isolation

Temporary Shafts

Rebar

Concrete

Contact Grouting/Void Grouting

GRP Pipe Machining

CCTV Inspection

LIDAR Inspection

Mandrel Testing

Materials Testing/Quality Control (CIPP, GRP, Concrete, Asphalt, Compaction)

Survey

Dewatering

Erosion and Sedimentation Control

Utility Locates

50 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Experience and Qualifications Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-28

Section 3 – Tender Submission Package – Experience and Qualifications Form

1. Project Experience / Comparable Projects

The Bidder must provide reference projects for the purpose of confirming the Bidder's experience and track record of success as per Section 2, Item 8.2 A. Failure to provide verifiable experience will result in the bid being declared non-compliant. Bidders may attach a separate sheet if more space is required. Bidders are to fill out Table 1 and include them as part of their Bid submission.

In providing reference information, the Bidder gives the City consent to contact these individuals to verify the referenced information. Should the City determine that contacting the references is required to verify experience, a maximum of two attempts will be made. Bidders should contact their references to make sure that they are reachable and expect to be contacted by the City during the tender evaluation period.

51 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Experience and Qualifications Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-29

The information provided in this table may be verified using the reference provided. Table 1 – Company Experience and Qualifications Criteria 1 2 3 4 5 6 7

Project Title,

Location and Owner

and Reference

Contact Information

(Name Phone, Email)

Initial Contract

Value (excluding

Contingency)

Final Contract

Value

Contract Start Date

Date of Contract

Completion (as per the Contract)

Actual Date of

Substantial Completion

Summary of Scope of Work

Installation of slipliner 1500mm or greater. State size (mm) and quantity in m

Urban settings. State location of the

project

Installation of large diameter sewers (>1500

mm diameter) and replacement.

State size (mm) and quantity in m

Rehabilitation of standard and non-standard circular and

rectangular MHs for both

structural and non-structural

conditions

Cleaning, CCTV inspection, and CIPP lining of

sanitary sewers 500mm or

greater. State size (mm) and quantity

in m

Value at least $5million

(excluding tax) in trenchless rehabilitation

work similar to that described for the Wilket

Creek STS and North STS.

State value in $million.

Shaft construction for pipe jacking/sliplining projects in areas with high groundwater and

Type 4 soils (as classified in O. Reg.

213/91, s. 226 (5)) and other ground soil

situations requiring similar ground support.

State type of shaft support, size, depth,

and number of shafts.

Project Title: Location: City/Town, Province Owner:

$ $ Month Day, Year

Month Day, Year

Month Day, Year

Provide a description of the contract including relevance to the Wilket Creek STS and North York STS work, all the various work types in the contract as well as the details on the quantity of installation (e.g.. metre of sewer lined, MHs rehabilitated, etc.). Also provide description of any challenges associated with the contract which demonstrate the complexity.

Please check (check mark) all criteria that apply to the project.

52 of 362

VIEW

ING C

OPY

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 3-30

The Bidder must provide the following prices:

Unit PriceA

Total Per ItemA

Total for each part / sectionA

Contingency AllowanceA

Total Bid Price = $XA HST Amount = $Y = 13% of $X Total Amount of Tender Call = $X + $Y. This amount is to be indicated on the

Tender Call Cover Page next to “Amount of Bid Herein”. All spaces for the aforementioned information must be completed in ink ensuring the printing is clear and legible. Bidders that do not fully complete these forms (such as leaving lines blank), or have unclear answers (such as "n/a", "-", "tba" or "included" etc.) will be declared non-compliant. Prices that are intended to be zero cost/no charge to the City are to be submitted in the space provided in the price schedule as "$0.00" or "zero". Where included, the Supplementary List of Prices Required for Changes in the Work form must also be completed. Notes:

A exclusive of all taxes

53 of 362

VIEW

ING C

OPY

Item

Standard Specification /

Special Specification

Standard Drawing /

Special DetailsDescription Unit Est. Qty. Unit Rate

($/Unit) Total Amount

(Unit Rate x Est. Qty.)

Part A1: General

1Section 5A Clause 34/ GN130SS

Cost for providing Bonds, require provision of invoice by contractor as proof of payment; payment as per invoice or bid price, whichever is minimum (4% of Contract Price)

Lump Sum 1

2Section 5A Clause 35/ GN131SS

Insurance Lump Sum 1

$ -

Part A2: General

3 GN114SP Pre-Construction Site Inspection photos and videos Lump Sum 1

4Section 5A Clause 36/ GN132SS

Mobilization and Demobilization Lump Sum 1

5TS 1.00

GN102SPSP31

Traffic control including traffic control persons, paid duty police officers, signs, flashers, delineators, barricades, etc.

Lump Sum 1

6 GN126SP Survey Layout Lump Sum 1

7 TS 1.10SP08 Field Offices Lump

Sum 1

8 GN116SP Pre- and Post-Construction Condition Survey Lump Sum 1

9 Project Signs - Road each 410 Project Signs - Recreational Pathways each 411 GN127CP Portable Changeable Sign each 6

12 SP-05 Schedule of Submittals Lump Sum 1

13 OPSS 805SP16 T 219.130-1 Erosion and Sediment Control Measures, including submission

of approved Erosion and Sediment Control PlanLump Sum 1

$ - Part A3: General

14 GN114SP Pre-Construction Site Inspection photos and videos Lump Sum 1

15Section 5A Clause 36/ GN132SS

Mobilization and Demobilization Lump Sum 1

16TS 1.00

GN102SPSP31

Traffic control including traffic control persons, paid duty police officers, signs, flashers, delineators, barricades, etc.

Lump Sum 1

17 GN126SP Survey Layout Lump Sum 1

18 TS 1.10SP08 Field Offices Lump

Sum 1

19 GN116SP Pre- and Post-Construction Condition Survey Lump Sum 1

20 GN101SP Project Signs - Road each 421 GN101SP Project Signs - Recreational Pathways each 422 GN127CP Portable Changeable Sign each 6

23 SP-05 Schedule of Submittals Lump Sum 1

24 OPSS 805SP16 T 219.130-1 Erosion and Sediment Control Measures, including submission

of approved Erosion and Sediment Control PlanLump Sum 1

$ -

$ -

Part B: SEWERS REHABILITATIONPart B-1: Wilket Creek Sanitary Trunk Sewer

25 Installation of 750 mm DIA Cured-In-Place Pipe (CIPP) Lining System, from MH 133-091-1 to 133-090-1 m 99

26 Installation of 750 mm DIA Cured-In-Place Pipe (CIPP) Lining System, from MH 133-090-1 to 133-089-1 m 8

27 Installation of 750 mm DIA Cured-In-Place Pipe (CIPP) Lining System, from MH 133-089-1 to 133-088-1 m 55

28 Installation of 750 mm DIA Cured-In-Place Pipe (CIPP) Lining System, from MH 133-088-1 to 133-087-1 m 78

29 Installation of 750 mm DIA Cured-In-Place Pipe (CIPP) Lining System, from MH 133-087-1 to 133-086-1 m 114

30 Installation of 750 mm DIA Cured-In-Place Pipe (CIPP) Lining System, from MH 133-083-1 to 133-082-1 m 64

31 Installation of 750 mm DIA Cured-In-Place Pipe (CIPP) Lining System, from MH 133-082-1 to 133-081-1 m 93

32 Installation of 750 mm DIA Cured-In-Place Pipe (CIPP) Lining System, from MH 133-077-1 to 133-076-1 m 106

33 Installation of 750 mm DIA Cured-In-Place Pipe (CIPP) Lining System, from MH 133-074-1 to 133-073-1 m 13

WILKET CREEK SANITARY TRUNK SEWER AND NORTH YORK STORM TRUNK SEWERALL SITES

Sub-Total Part A1 - GeneralWILKET CREEK SANITARY TRUNK SEWER AND NORTH YORK STORM TRUNK SEWER

WILKET CREEK SANITARY TRUNK SEWER

Sub-Total Part A - General

WILKET CREEK SANITARY TRUNK SEWER

Supply labour, equipment and materials to include all fittings in accordance to contract specifications and drawings for the following items:

TS 4.10TS 4.11SP18SP22SP23SP24SP33

GN121SS

GN101SP

Wilket Creek STS Sub-Total Part A2 - GeneralNORTH YORK STORM TRUNK SEWER

North York Sub-Total Part A3 - General

3-2254 of 362

VIEW

ING C

OPY

34 Installation of 675 mm DIA Cured-In-Place Pipe (CIPP) Lining System, from MH 133-074-1 to 133-073A-1 m 66

35Installation of 675 mm DIA Cured-In-Place Pipe (CIPP) Lining System, from MH 133-073A-1 to 133-072-1, including PVC insert at MH 133-073

m 169

36 Installation of 675 mm DIA Cured-In-Place Pipe (CIPP) Lining System, from MH 133-072-1 to 133-071-1 m 14

37CCTV Inspection of 750 mm DIA pipe, from MH133-092-1 to MH133-075-1 including cleaning, disposal of sewer materials, and sanitary service dye testing.

m 838

38CCTV Inspection of 675 mm DIA pipe, from MH133-075-1 to MH133-070-1 including cleaning, disposal of sewer materials, and sanitary service dye testing.

m 391

39

TS 410TS 401TS 510TS 514TS 470TS 4.13

OPSS 491SP14SP22SP23SP24SP25SP35

T-701.021

Installation of 450 mm DIA Concrete pipe from MH4662113047 to MH133-074-1, including removal and disposal of existing 375 mm DIA Asbestos Concrete pipe, sealing of existing 375mm DIA pipe penetrations, and MH4662113047 rehabilitation and moditifications.

m 6

40 SP14 Management and disposal of materials containing asbestos from MH4662113047 to MH133-074.

Lump Sum 1

$ -

Item

Standard Specification /

Special Specification

Standard Drawing /

Special DetailsDescription Unit Est. Qty. Unit Rate

($/Unit) Total Amount

(Unit Rare x Est. Qty.)

Part B: SEWERS REHABILITATIONPart B-2: North York Storm Trunk Sewer

41

Installation of 2,400 mm DIA GRP Sliplining System, from MH 380-004-1 to 380-003-1, including mandrel testing, void grouting, contact grouting, benched transition (STA 0+984 TO STA 0+754).

m 238

42 Excavation, shoring, backfill and compaction of Access Pit 7 (STA. 0+912) dewatering of up to 460 m3 per day.

Lump Sum 1

43 Excavation, shoring, backfill and compaction of Access Pit 6 (STA. 0+880) dewatering of up to 719 m3 per day.

Lump Sum 1

44 Excavation, shoring, backfill and compaction of Access Pit 5 (STA. 0+754) dewatering of up to 475 m3 per day.

Lump Sum 1

45Installation of 2,400 mm DIA GRP Sliplining System, from MH 380-003-1 to 380-002-1, including mandrel testing, void grouting, contact grouting (STA 0+754 TO STA 0+545).

m 201

46 Excavation, shoring, backfill and compaction of Access Pit 4 (STA. 0+545) dewatering of up to 399 m3 per day.

Lump Sum 1

47

Installation of 2,400 mm DIA GRP Sliplining System, from MH 380-002-1 to MH380-001-1, including mandrel testing, void grouting, contact grouting, and access pits (STA 0+555 TO STA 0+162).

m 393

48 Excavation, shoring, backfill and compaction of Access Pit 1 (STA. 0+203) including dewatering of up to 314 m3 per day.

Lump Sum 1

48 Excavation, shoring, backfill and compaction of Access Pit 2 (STA. 0+320) including dewatering of up to 334 m3 per day.

Lump Sum 1

49

Installation of 2,400 mm DIA GRP Sliplining System, from MH 380-001-1 to STA 0+130, including mandrel testing, void grouting, contact grouting, and access pits (STA 0+162 TO STA 0+130).

m 32

50TS 4.10SP11SP18

Installation of 600 mm DIA Cured-In-Place Pipe (CIPP) Lining System, from MH 380-002-1 to 380-002A-1, including odour control and access pit(s) (Provisional)

m 22

51SP21

OPSS 1351OPSS 931

Repair cracks in existing cement mortar liner and installshotcrete liner from STA 0+130 to Outfall on existing 3,000 mm DIA CMP Pipe

m 130

TS 409SW302SS

Wilket Creek STS Sub-Total Part B-1: Sewers

NORTH YORK STORM TRUNK SEWER

Supply labour, equipment and materials to include all fittings in accordance to contract specifications and drawings for the following items:

TS 470SP16SP18SP19SP20SP22SP23SP24SP33SP37

GN121SS

Section 3 - Tender Submission Package Pricing Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

3-23

55 of 362

VIEW

ING C

OPY

52

TS 410TS 401TS 510TS 514TS 470TS 407TS 4.13

OPSS 491SP18SP19SP20SP22SP23SP24SP33

Installation of 2,400 mm DIA GRP pipe from 0+426 to 0+485, including removal and disposal of existing 3,000 mm DIA corrugated metal pipe. Excavation, backfull, and disposal of material is to be included and dewatering of 616 m3 per day.

m 59

53

TS 409SP20SP32

SW302SS

3D LIDAR modeling of 3,000 mm DIA pipe from MH 380-004-1 to MH 380-001-1 m 836

54

SP18SP22SP23SP24SP36

Pipe Anchors (Cast in place reinforced concrete including flange) ea. 7

$ -

$ -

Item

Standard Specification /

Special Specification

Standard Drawing /

Special DetailsDescription Unit Est. Qty. Unit Rate

($/Unit) Total Amount

(Unit Rare x Est. Qty.)

Part C: MAINTENANCE HOLES REHABILITATION WILKET CREEK SANITARY TRUNK SEWERPart C-1: Wilket Creek Sanitary Trunk Sewer

55Replacement of MH 133-091-1 with 1,800 mm DIA precast concrete barrel structure, including FRP ladder, external drop structure, and interior coating system

Lump Sum 1

56 Rehabilitation of MH 133-090-1, including excavation and dewatering of up to 40 m3/d.

Lump Sum 1

57 Rehabilitation of MH 133-089-1 Lump Sum 1

58 Rehabilitation of MH 133-088-1 Lump Sum 1

59 Rehabilitation of MH 133-087-1 Lump Sum 1

60 Rehabilitation of MH 133-086-1 Lump Sum 1

61 Rehabilitation of MH 133-085-1 Lump Sum 1

62 Rehabilitation of MH 133-084-1 Lump Sum 1

63 Rehabilitation of MH 133-083-1 Lump Sum 1

64 Rehabilitation of MH 133-082-1 Lump Sum 1

65 Rehabilitation of MH 133-081-1 Lump Sum 1

66 Rehabilitation of MH 133-078-1 Lump Sum 1

67 Rehabilitation of MH 133-077-1 Lump Sum 1

68 Rehabilitation of MH 133-076-1 Lump Sum 1

69 Rehabilitation of MH 133-075-1 Lump Sum 1

70 Rehabilitation of MH 133-074-1, including a new safety platform, including excavation and dewatering of up to 82 m3/d.

Lump Sum 1

71

Construction of new 1,500 mm DIA MH133-073A, including interior coating system, partial removal and disposal of 675 mm DIA concrete pipe, watertight frost cover, FRP ladder, and waterproof coating.

Lump Sum 1

72 Rehabilitation of MH 133-072-1, including a new safety platform. Lump Sum 1

73 Rehabilitation of MH 133-071-1 Lump Sum 1

North York STS Sub-Total Part B-2 - SewersSub-Total Part B - Sewers

Supply all labour, equipment and materials to complete the installation and rehabilitation work of Maintenance Holes (MH), the work to include raising the tops, excavation, shoring, dewatering, bedding, backfill with compaction, new steps, ladders, platforms, vent pipes and benching, new frames with covers, structural repairs and grouting, and liners in accordance to the Contract Specifications and Drawings. Refer to the Contract Drawings for the detailed list of repairs needed for each maintenance hole.

TS 401TS 407TS 501TS 510TS 518

OPSS 402OPSS 404OPSS 490OPSS 491OPSS 492OPSS 517OPSS 805

SP06SP07SP12SP13SP16SP18SP22SP23SP24SP25SP26SP34SP35

T-701.010T-701.011

T-701.012-1T-701.013

T-701.015-1T-701.015-2T-701.021 T-704.10-1T-708.01-4 T-708.020T-1003.01

OPSD 710.010

74 TS 401TS 407

T-701.010T-701.011 Abandonment of MH 133-073-1, including restoration. Lump

Sum 1

Section 3 - Tender Submission Package Pricing Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

3-24

56 of 362

VIEW

ING C

OPY

75

TS 401TS 407 SP23SP24SP25SP26

GN121SS

Replacement of MH with new 1,200 mm DIA precast concrete, up to 8m depth (Provisional)

Lump Sum 1

76

TS 409TS 473

SW302SSSP10

Clean, inspect, CCTV, and confirm dimensions of MHs along the Wilket Creek STS from MH133-092-1 to MH133-070-1 except for MH133-083

ea. 22

$ -

Item

Standard Specification /

Special Specification

Standard Drawing /

Special DetailsDescription Unit Est. Qty. Unit Rate

($/Unit) Total Amount

(Unit Rare x Est. Qty.)

Part C: MAINTENANCE HOLES REHABILITATION NORTH YORK STORM TRUNK SEWERPart C-2: North York Storm Trunk Sewer

77 Rehabilitation of MH 380-004-1 Lump Sum 1

78 Rehabilitation of MH 380-002-1 including connection to slipliner pipe

Lump Sum 1

79 Rehabilitation of MH 380-002A-1 (provisional) Lump Sum 1

80 Rehabilitation of MH380-001-1 Lump Sum 1

81 TS 407 Replacement of MH 380-003-1 with a new 1,500 mm DIA cast-in-place concrete structure with precast risers

Lump Sum 1

82

Inspect sinkhole and adjacent catch basins and leads to determine cause of sinkhole. Repair leaks in storm sewer and repair sinkhole near STA 0+260 (east side of Culford Road) . Removal and disposal of storm sewer (as required), backfill and compaction, and all surface restoration is included.

Lump Sum 1

83 Inspection of catchbasin and laterals. (Provisional) Lump Sum 1

84 Construction and installation of an external steel deck at MH 380-004-1 as per Contract Drawings. Addition of 1.2m steel barrel.

Lump Sum 1

$ -

$ - PART D: MISCELLANEOUSPart D1: MISCELLANEOUS WILKET CREEK SANITARY TRUNK SEWER

85 SW303SS Clean-out Existing Catch Basins (Provisional) Lump Sum 2

86 RD410SS Remove, salvage and reinstall existing bollards for access (Provisional)

Lump Sum 2

87 Construction Fences, 1.8m height Lump Sum 1

88 Construction Gate with Chain Latch and Pad Lock each 28

89

Temporary Site Access including supply, installation, maintenance, and removal of temporary roads, mulch, steel plating, staging/laydown areas, pedestrian crossings, temporary pedestrain detour access routes, flow diversion, and stream isolation

Lump Sum 1

90 Temporary steel plating (Provisional) m2 100

91TS 4.02SP06SP07

Temporary Bypass Pumping, and flood & spill control - All phases including branch connections with redundancy, standby equipment, standby pipes, temporary buried pipes, and temporary maintenance holes including installation, operation, removal and restoration to road/driveway sub-base level and existing site condition.

Lump Sum 1

92 Tree Protection Fence including removal m 40093 Tree Protection Barrier /Rigid Fence m 200

94 Tree Removal and Disposal (tree stumps left in place and grind below ground surface) each 40

95 Tree Pruning (Provisional) each 24

96 Bird Nesting Survey (Provisional) Lump Sum 1

97TS 517 / TS 518

/ OPSS 507 / SP12

Additional dewatering operation for flows more than 10% higher than those reported in the Hydrogeological Report (Provisional) Days 30

98 Additional excavation including disposal and replacement with compacted Granular "B" material (Provisional) m3 100

99 Additional excavation including disposal and replacement with u-fill (Provisional) m3 50

100Removal and disposal of unforeseen mass rock >1m3 including concrete bedding, maintenance holes and other buried structures (Provisional)

m3 100

Sub-Total Part C - Maintenance HolesALL SITES

MISCELLANEOUS ITEMS: Construction and/ or installationSupply labour, equipment and materials in accordance to Contract Specifications and Drawings for the following items:

TS 1.00SP15

GN102SP

Wilket Creek STS Sub-Total Part C-1 - General

Supply all labour, equipment and materials to complete the installation and rehabilitation work of Maintenance Holes (MH), the work to include raising the tops, excavation, shoring, dewatering, bedding, backfill with compaction, new steps, ladders, platforms, vent pipes and benching, new frames with covers, structural repairs and grouting, and liners in accordance to the Contract Specifications and Drawings. Refer to the Contract Drawings for the detailed list of repairs needed for each maintenance hole.

TS 401TS 407TS 408TS 501TS 510TS 518

OPSS 402OPSS 404OPSS 490

T-701.010T-701.011

T-701.012-1T-701.013

T-701.015-1T-701.015-2T-701.021 T-704.10-1T-708 01-4

North York STS Sub-Total Part C-2 - Maintenance Holes

TS 1.00TS 1010

OPSS 1004OPSS 1860GN103SSGN104SS

GN128SS - need to add

SP27SP28SP29SP15

TS 401 / TS 510 / TS 1010 / TS

13.10 / TS 1350 / SP.11

Section 3 - Tender Submission Package Pricing Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

3-2557 of 362

VIEW

ING C

OPY

101 RD422SS Utility Adjustments (Provisional) Lump Sum 1

102 RD422SS Concrete Extension (Provisional) Lump Sum 1

103 RD422SS Large Frame Utility Adjustments (Provisional) Lump Sum 1

104 RD422SS New Frame and Covers (Provisional) Lump Sum 1

105 SP14 Management and disposal of materials containing asbestos (Provisional)

Lump Sum 1

106GN121SS

SP24SP25

Supplemental costs for trench restoration (Provisional) Lump Sum 1

107 Geotextile Filter Fabric (Provisional) m2 100

108 20mm Clear Stone alternative bedding for wet conditions at subgrade (Provisional) Tonne 200

109 50mm Crushed Stone to restore existing gravel paths (Provisional) Tonne 500

110

TS 1010TS 510SP15

GN122SP

Test holes to determine location and depth of unforeseen utilities, backfill with 19mm crushed stone (Provisional) each 3

111 SP17 Non-destructive excavation for unforeseen utilities/sensitive obstructions (Provisional) m3 30

112 SP23SP16

Use of 19mm clear stone as pipe bedding for wet conditions (Provisional) m3 30

113 SP41Provide, install, and removal of timber matting within all staging and laydown areas, and along all access roads through green-space.

Lump Sum 1

114 TS 1.00 / GN102SP

Supply Police Officer for Traffic Control, rate to include police administration fee hrs. 1000

Wilket Creek STS Sub-Total Part D1 - Miscellaneous $ - PART D2: MISCELLANEOUS

115 SW303SS Clean-out Existing Catch Basins (Provisional) Lump Sum 2

116 RD410SS Remove, salvage and reinstall existing bollards for access (Provisional)

Lump Sum 2

117 Construction Fences, 1.8m height Lump Sum 1

118 Construction Gate with Chain Latch and Pad Lock each 10

119

Temporary Site Access including supply, installation, maintenance, and removal of temporary roads, mulch, steel plating, staging/laydown areas, pedestrian crossings, temporary pedestrain detour access routes, flow diversion, and stream isolation

Lump Sum 1

120 Temporary steel plating (Provisional) m2 300

121TS 4.02SP06SP07

Temporary Bypass Pumping, and flood & spill control - All phases including branch connections with redundancy, standby equipment, standby pipes, temporary buried pipes, and temporary maintenance holes including installation, operation, removal and restoration to road/driveway sub-base level and existing site condition.

Lump Sum 1

122 Tree Protection Fence including removal m 820123 Tree Protection Barrier /Rigid Fence m 500

124 Tree Removal and Disposal (tree stumps left in place and grind below ground surface) each 35

125 Tree Pruning (Provisional) each 2

126 Bird Nesting Survey (Provisional) Lump Sum 1

127TS 517 / TS 518

/ OPSS 507 / SP12

Additional dewatering operation for flows more than 10% higher than those reported in the Hydrogeological Report (Provisional) Days 60

128 Additional excavation including disposal and replacement with compacted Granular "B" material (Provisional) m3 100

129 Additional excavation including disposal and replacement with u-fill (Provisional) m3 50

130Removal and disposal of unforeseen mass rock >1m3 including concrete bedding, maintenance holes and other buried structures (Provisional)

m3 100

131 RD422SS Utility Adjustments (Provisional) Lump Sum 1

132 RD422SS Concrete Extension (Provisional) Lump Sum 1

133 RD422SS Large Frame Utility Adjustments (Provisional) Lump Sum 1

134 RD422SS New Frame and Covers (Provisional) Lump Sum 1

135 SP14 Management and disposal of materials containing asbestos (Provisional)

Lump Sum 1

136 GN121SSSP22 Supplemental costs for trench restoration (Provisional) Lump

Sum 1

137 Geotextile Filter Fabric (Provisional) m2 100

138 20mm Clear Stone alternative bedding for wet conditions at subgrade (Provisional) Tonne 200

TS 1.00SP15

GN102SP

TS 1010OPSS 1004OPSS 1860GN103SS

SP16SP28SP29SP30

GN121SS

SP23SP16

NORTH YORK STORM TRUNK SEWERMISCELLANEOUS ITEMS: Construction and/ or installationSupply labour, equipment and materials in accordance to Contract Specifications and Drawings for the following items:

TS 401 / TS 510 / TS 1010 / TS

13.10 / TS 1350 / SP13

SP16

Section 3 - Tender Submission Package Pricing Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

3-2658 of 362

VIEW

ING C

OPY

139 50mm Crushed Stone to restore existing gravel paths (Provisional) Tonne 500

140

TS 1010TS 510SP15

GN122SP

Test holes to determine location and depth of unforeseen utilities, backfill with 19mm crushed stone (Provisional) each 2

141 SP17 Non-destructive excavation for unforeseen utilities/sensitive obstructions (Provisional) m3 30

142 SP22 Use of 19mm clear stone as pipe bedding for wet conditions (Provisional) m3 30

143

SP1SP39

GN110SSGN125SS

Management of Contaminated Excavated Material (Provisional) m3 1050

144 SP40 Disposal of Contaminated Material from Hydro/Vactor Excavation (Provisional) m3 2

145 SP41Provide, install, and removal of timber matting within all staging and laydown areas, and along all access roads through green-space.

Lump Sum 1

146 TS 1.00 / GN102SP

Supply Police Officer for Traffic Control, rate to include police administration fee hrs. 1000

North York STS Sub-Total Part D-2 - Miscellaneous $ -

$ -

PART E1: RESTORATION

147 Topsoil and Sod, including soil preparation m2 550148 Topsoil and Seed, including soil preparation m2 8600149 Plant Mulch m3 36.50150 Caliper Trees each 116151 Asphalt Residential Driveway (Provisional) m2 300152 Asphalt Commercial/Industrial Driveway (Provisional) m2 300

153TS 501TS 1010

GN121SS

1.5m wide woodchip pathway at 75mm depth is to be installed with a 100mm compacted granular base (19mm Clear Stone). Filter cloth is to be applied below and above the granular base.

m 225

154 T-221.01 Removal, Disposal, and Reinstatement of Asphalt Multi-Use Pathway m 800

$ - PART E: RESTORATION

155 Topsoil and Sod, including soil preparation m2 410156 Topsoil and Seed, including soil preparation m2 9800157 Plant Mulch m3 46158 Caliper Trees each 133159 Tree Whips each 40160 Asphalt Residential Driveway (Provisional) m2 300161 Asphalt Commercial/Industrial Driveway (Provisional) m2 300

$ -

$ -

Item

Standard Specification /

Special Specification

Standard Drawing /

Special DetailsDescription Unit Est. Qty. Unit Rate

($/Unit) Total Amount

(Unit Rare x Est. Qty.)

162 SP04 Snow Removal and Disposal (Allowance) Prov. Sum 1 $ 40,000.00 $ 40,000.00

163 SP09 Provide, Maintain and Remove Public Portable Washroom Facilities for Residents (Allowance)

Prov. Sum 1 $ 5,000.00 $ 5,000.00

164 SP11 Furnishing, Installing, Maintaining, and Removing Temporary Odor Control System for Sewer Works

Prov. Sum 1 $ 25,000.00 $ 25,000.00

165SP02

GN110SSGN125SS

Removal of Additional Contaminated Soils (Provisional) Prov. Sum 1 $ 10,000.00 $ 10,000.00

$ 80,000.00

Item

Standard Specification /

Special Specification

Standard Drawing /

Special DetailsDescription Unit Est. Qty. Unit Rate

($/Unit) Total Amount

(Unit Rare x Est. Qty.)

166 SP04 Snow Removal and Disposal (Allowance) Prov. Sum 1 $ 40,000.00 $ 40,000.00

167 SP09 Provide, Maintain and Remove Public Portable Washroom Facilities for Residents (Allowance)

Prov. Sum 1 $ 5,000.00 $ 5,000.00

168 SP11 Furnishing, Installing, Maintaining, and Removing Temporary Odor Control System for Sewer Works

Prov. Sum 1 $ 25,000.00 $ 25,000.00

NORTH YORK STORM TRUNK SEWERRestoration ITEMS: Construction and/ or installationSupply labour, equipment and materials to include bedding, backfill with compaction and complete restoration to match existing in accordance to Contract Specifications and Drawings

TS 5.00TS 5.10TS 5.20

SP16SP28SP29TS 3.30

TS 4.60TS 1150

T-310.050-8

Sub-Total Part E1 - Restoration

WILKET CREEK SANITARY TRUNK SEWERRestoration ITEMS: Construction and/ or installationSupply labour, equipment and materials to include bedding, backfill with compaction and complete restoration to match existing in accordance to Contract Specifications and Drawings

TS 5.00TS 5.10TS 5.20

Sub-Total Part D - Miscellaneous

Sub-Total Part F1 - Allowances

Part F2: ALLOWANCES NORTH YORK STORM TRUNK SEWERSupply all labour, equipment and materials to complete the work or installation of the following items in accordance with the Standard Specifications and Drawings, Special Specifications and Contract Documents.

Sub-Total Part E - Restoration

Part F1: ALLOWANCES WILKET CREEK SANITARY TRUNK SEWERSupply all labour, equipment and materials to complete the work or installation of the following items in accordance with the Standard Specifications and Drawings, Special

SP28SP29SP27TS 3.30

TS 4.60TS 1150

T-310.050-8

Sub-Total Part E2 - Restoration

Section 3 - Tender Submission Package Pricing Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

3-2759 of 362

VIEW

ING C

OPY

169 SP02 Removal of Additional Contaminated Soils (Provisional) Prov. Sum 1 $ 40,000.00 $ 40,000.00

170 Repair or replacement of catchbasin and/or lateral at STA 0+260 (east side of Culford Road).

Prov. Sum 1 $ 30,000.00 $ 30,000.00

$ 140,000.00

$ 220,000.00

PART A: GENERAL -$

Part B: SEWERS REHABILITATION -$ Part C: MAINTENANCE HOLES REHABILITATION -$

PART D: MISCELLANEOUS -$ PART E: RESTORATION -$ PART F: ALLOWANCES 220,000.00$

PART G: CONTINGENCY (10%)TOTAL FOR ALL WORKS AND ALLOWANCES

ADD HARMONIZED SALES TAX (HST) 13%

TOTAL BID AMOUNT (to be transferred to Tender Call cover page) -$

Sub-Total Part F - Allowances

WILKET CREEK SANITARY TRUNK SEWER AND NORTH YORK STORM TRUNK SEWER SUB-TOTALS

Sub-Total Part F2 - Allowances

NOTE (Applied to all items in the Schedule of Prices Table above.):1. The unit price or prices listed herein shall be used by the City of Toronto to determine payments for alterations, exras and deductions to the original base Contract quantities and are excluding of the HST, but inclusive of all other taxes as well as the Contractor's overheads and profits.2. The contingency allowance is for potential change in work which may be required beyond the scope of this Contract and is subject to approval of the Executive Director. Payments from the contingency allowance will be made only following issuance of a Change Order approved by the Executive Director. Anyunused portion of the contingency allowance shall be deducted from the Total Tender Price.3. The unit prices inserted above for provisional quantities shall be applicable to extras or deductions even if actual quantities are found to vary considerablyfrom them.4. The Bidder agreesthat no part of the Schedule of Prices aforementioned shall be expended without written direction from the Executive Director. In addition, all unused portions of the Schedule of Prices shall be deducted from the Total Tender Price.5. In the event of obvious mathematical errors in the Schedule of Prices, the unit prices tendered shall be considered correct and arithmetic extensions and totalsshall be corrected accordingly. Any such corrections resulting in adjustment to the total for the Schedule of Prices will be similarly applied as an adjustment to the Total Tender Price tendered for the project. 6. Amounts for extras or deductions based on the Pricing Form will be added or deducted from the Basic Tender Price.7. Payment for deductions or additions of items not listed will be made in accordance with the General Conditions and specific condition.8. Payment for Bonding shall be subject to the terms and conditions outlined in Section 5A, Specific Conditions of Contract

NOTE (Applied to all items in the Schedule of Prices Table above.):1. The unit price or prices listed herein shall be used by the City of Toronto to determine payments for alterations, exras and deductions to the original base Contract quantities and are excluding of the HST, but inclusive of all other taxes as well as the Contractor's overheads and profits.2. The contingency allowance is for potential change in work which may be required beyond the scope of this Contract and is subject to approval of the Executive Director. Payments from the contingency allowance will be made only following issuance of a Change Order approved by the Executive Director. Anyunused portion of the contingency allowance shall be deducted from the Total Tender Price.3. The unit prices inserted above for provisional quantities shall be applicable to extras or deductions even if actual quantities are found to vary considerablyfrom them.4. The Bidder agreesthat no part of the Schedule of Prices aforementioned shall be expended without written direction from the Executive Director. In addition, all unused portions of the Schedule of Prices shall be deducted from the Total Tender Price.5. In the event of obvious mathematical errors in the Schedule of Prices, the unit prices tendered shall be considered correct and arithmetic extensions and totalsshall be corrected accordingly. Any such corrections resulting in adjustment to the total for the Schedule of Prices will be similarly applied as an adjustment to the Total Tender Price tendered for the project. 6. Amounts for extras or deductions based on the Pricing Form will be added or deducted from the Basic Tender Price.7. Payment for deductions or additions of items not listed will be made in accordance with the General Conditions and specific condition.8. Payment for Bonding shall be subject to the terms and conditions outlined in Section 5A, Specific Conditions of Contract

3-2860 of 362

VIEW

ING C

OPY

Section 4 – Scope of Work Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4-1

Section 4 – Scope of Work

Table of Contents Page No.

4- 1.  Project Title ............................................................................................................................ 2 

2.  Project Location and Ward Number .................................................................................... 2 

3.  Project Description ............................................................................................................... 2 

4.  Completion Date .................................................................................................................... 3 

5.  Construction Survey and Layout ......................................................................................... 3 

6.  Construction Staging and Phasing ..................................................................................... 3 

7.  Contract Drawings ................................................................................................................ 5 

8.  Standard Specifications and Standard Drawings .............................................................. 7 

9.  Geotechnical / Subsurface Reports .................................................................................... 7 

10. Hydrogeological Investigation and EASR Documentation ............................................... 7 

11. TRCA Permit Application ..................................................................................................... 8 

12. Designated Substances List ................................................................................................ 8 

13. Closed Circuit television (CCTV) Footage .......................................................................... 8 

14. Permits and Approvals ......................................................................................................... 8 

15. Hydrant Use ........................................................................................................................... 9 

16. List of Confined Spaces ....................................................................................................... 9 

61 of 362

VIEW

ING C

OPY

Section 4 – Scope of Work Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4-2

1. Project Title Rehabilitation of the Wilket Creek Sanitary Trunk Sewer from MH 133-91 to MH133-71, and the North York Storm Trunk Sewer from MH380-004 to the Outfall. 2. Project Location and Ward Number Work in this Contract is located at two separate sites within North York:

Wilket Creek Sanitary Trunk Sewer from MH133-091 to MH133-071 is situated through Glendora Park and easement lands from Spring Garden Avenue to the HWY 401 Corridor, as shown on the Contract Drawings.

The Work is located within the City of Toronto, Willowdale District, Ward 18 and within Don Valley West, Ward 15.

North York Storm Trunk Sewer Rehabilitation from MH380-004-1 to the outfall at

Black Creek is situated north of Gulliver Road from Culford Road to Keele Street, as shown on the Contract Drawings.

The Work is located within the City of Toronto, York South Weston District, Ward 5.

3. Project Description This project involves the rehabilitation of the Wilket Creek Sanitary Trunk Sewer between the intersection of Spring Garden Avenue and Kenneth Avenue, and the south side of Highway 401 near Upper Canada Drive as per the provided Contract Drawings. The work includes, but is not limited to, the following:

1. CIPP lining of an existing Sanitary Trunk Sewer; 2. Sanitary sewer replacement/realignment; 3. Sanitary maintenance hole rehabilitation, replacement, abandonment, and

installation; 4. CCTV inspection of sanitary sewers; 5. Removal of existing infrastructure and reconnection works; 6. Sewer lateral connections; 7. Restoration works including roadway, driveway, walkway, boulevard,

landscaping, trails, topsoil, seed and sod, tree replacement and planting; and 8. Associated relocation and support of utilities.

This project also involves the rehabilitation of the North York Storm Trunk Sewer between Black Creek and the east side of Keele Street as per the provided Contract Drawings.

The work includes, but is not limited to, the following:

1. Sliplining of an existing Storm Trunk Sewer; 2. Repair of an existing cement mortar liner;

62 of 362

VIEW

ING C

OPY

Section 4 – Scope of Work Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4-3

3. CIPP lining of an existing storm sewer lateral; 4. Storm sewer replacement; 5. Storm maintenance hole rehabilitation and replacement, including safety

platforms; 6. CCTV inspection, LiDAR inspection and mandrel testing of storm sewers; 7. Removal of existing infrastructure and reconnection works; 8. Sewer lateral connections; 9. Restoration works including roadway, driveway, walkway, boulevard,

landscaping, trails, topsoil, seed and sod, tree replacement and planting; 10. Associated relocation and support of utilities; and 11. Repair of a sinkhole.

4. Completion Date The works along the Wilket Creek STS site, including all site restorations, clean up, and rectification of all known deficiencies, must be completed within 100 Working Days from the date of commencement of the Work indicated in the Order to Commence Work which will be issued following the execution of the agreement for this Contract. To avoid conflict with adjacent works, demobilization and project completion of works at the Wilket Creek STS site is to be no later than July 1, 2020. In the event that work is not completed within the allotted working days, then liquidated damages will apply as per Section 5A Subsection 17. The works along the North York STM including all site restorations, clean up, and rectification of all known deficiencies, must be completed within 360 Working Days from the date of commencement of the Work indicated in the Order to Commence Work which will be issued following the execution of the agreement for this Contract. In the event that work is not completed within the allotted working days, then liquidated damages will apply as per Section 5A Subsection 17. It is understood that the contractor is to deploy two crews to work simultaneously at the two sites.

5. Construction Survey and Layout

All survey and layout required under this Contract shall be performed by the Contractor. Section 4A and Section 5A of this document provide further information on the requirements.

6. Construction Staging and Phasing Truck routing shall be planned to minimize the disturbances to residences and businesses. The Contractor shall submit a proposed truck routing plan a minimum of two weeks prior to the start of the Work for review and approval. The proposed bypass layout shown on the Contract Drawings is intended for permitting purposes, and shows a suggested bypass staging scheme for the rehabilitation and installation works described in this Contract. The Contractor shall be responsible for preparing and submitting to the City for approval, the Contractor’s own sewer bypass plan to maintain sewage depths and flows within the sewer at a level sufficient to allow

63 of 362

VIEW

ING C

OPY

Section 4 – Scope of Work Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4-4

construction, based on the Contractor’s chosen method of installation and preferred installation conditions in accordance with the Special Specifications and Provisions of this Contract and the general requirements provided on the Contract Drawings. To ensure public safety for the Wilket Creek Sanitary Sewer Rehabilitation, temporary lane closures on Spring Garden Avenue, Kenneth Avenue, and Sheppard Avenue will be required, as well as trail detours along Willowdale Park and Glendora Park. Sections of the trail will be closed in phases corresponding to specific phases of the construction schedule. Consequently, the Contractor shall schedule the Contract Work into specific phases as outlined in the following table:

Phase Description of Work Construction Access

Phase 1 Lining MH133-091 to MH133-090, replacing

MH133-091 Spring Garden

Avenue

Phase 2 Lining MH133-090 to MH133-089, rehabilitate

MH133-090 Spring Garden

Avenue

Phase 3

Lining MH133-089 to MH133-087 and MH133-083 to MH133-081.

Rehabilitate MH133-089, MH133-088, MH133-087, MH133-086, MH133-085, MH133-083, MH133-082

and MH133-081

Glendora Park Construction Access

Phase 4

Lining MH133-077 to MH133-076 and MH133-074 to MH133-071

Rehabilitate MH133-077, MH133-076, MH133-075,

MH133-074, MH133-072 and MH133-071

Realign and upsize 375mm diameter lateral into MH133-074

Construct new MH133-073A and abandon MH133-073

Glendora Park Construction Access

Access to MH133-072 and MH133-073 within

HWY 401 Corridor

Access to MH133-071 and MH133-070 from 199 Upper Canada

Drive For the North York Storm Sewer Rehabilitation, site access can be via rig (i.e. timber) matting installed from the nearby local Culford Road, Keele Street, or Pilgrim Court depending on the section being constructed. The Contractor shall schedule the Contract Work for the North York rehabilitation into specific phases as outlined in the following table:

Phase Description of Work Construction Access

Phase 1 Slipline MH380-004 to Access Pit 7

Access using the gravel road from Golf Club driving range and Transfer Station properties

(2255 Keele Street and 50 Ingram Drive)

Phase 2 Slipline from Access Pit 7 to Access Pit 6 Access from Keele Street

Phase 3 Slipline from Access Pit 6 to Access Pit 5

Replace MH380-003

Access from Keele Street

64 of 362

VIEW

ING C

OPY

Section 4 – Scope of Work Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4-5

Phase Description of Work Construction Access

Phase 4

Slipline from Access Pit 4 to Access Pit 3

Rehabilitate MH380-002

CIPP from Access Pit 4 to MH380-002A

Open cut replace pipe in Access Pit 3

Access from Pilgrim Crescent and temporary construction route.

Phase 5 Slipline from Access Pit 3 to Access Pit 2 Access from Pilgrim Crescent and

temporary construction route.

Phase 6 Slipline from Access Pit 2 to Access Pit 1 Access from Pilgrim Crescent and

temporary construction route.

Phase 7 Cement Liner Repairs

Rehabilitate MH380-001

Access to MH380-001 from Culford Road.

7. Contract Drawings

The following drawings form part of this Contract:

Drawing No. Title Date

Wilket Creek STS Rehabilitation from MH 133-091 to MH 133-071 – Kenneth Avenue and Spring Garden Avenue to 118m East of Upper Canada Drive

1225-2019-02-00 Cover Page Aug 9, 2019 1225-2019-02-01 General Notes and Legends Aug 9, 2019 1225-2019-02-02 General Notes (Continued) Aug 9, 2019 1225-2019-02-03 Plan and Profile Sheet 1 Aug 9, 2019 1225-2019-02-04 Plan and Profile Sheet 2 Aug 9, 2019 1225-2019-02-05 Plan and Profile Sheet 3 Aug 9, 2019 1225-2019-02-06 Plan and Profile Sheet 4 Aug 9, 2019 1225-2019-02-07 Plan and Profile Sheet 5 Aug 9, 2019 1225-2019-02-08 Plan and Profile Sheet 6 Aug 9, 2019 1225-2019-02-09 Plan and Profile Sheet 7 Aug 9, 2019 1225-2019-02-10 Plan and Profile Sheet 8 Aug 9, 2019 1225-2019-02-11 Plan and Profile Sheet 9 Aug 9, 2019 1225-2019-02-12 Bypass Plan Aug 9, 2019 1225-2019-02-13 Bypass Schematic Details Sheet 1 Aug 9, 2019 1225-2019-02-14 Bypass Schematic Details Sheet 2 Aug 9, 2019 1225-2019-02-15 Bypass Schematic Details Sheet 3 Aug 9, 2019 1225-2019-02-16 Maintenance Hole Tables Aug 9, 2019 1225-2019-02-17 Typcal Details Sheet 1 Aug 9, 2019 1225-2019-02-18 Typical Details Sheet 2 Aug 9, 2019 1225-2019-02-19 Typical Details Sheet 3 Aug 9, 2019

65 of 362

VIEW

ING C

OPY

Section 4 – Scope of Work Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4-6

Drawing No. Title Date 1225-2019-02-20 New Site June 14, 2019 1225-2019-02-21 Kenneth & Spring Garden Road Intersection

Road Closure June 14, 2019

1225-2019-02-22 Kenneth & Spring Garden Road Road Closure Detour Plan

June 14, 2019

1225-2019-02-23 Spring Garden and Trail Entrance June 14, 2019 1225-2019-02-24 Sheppard Avenue Road Closure Detour Plan June 14, 2019 1225-2019-02-25 Sheppard Avenue Working Hours June 14, 2019 1225-2019-02-26 Sheppard Avenue Non-Working Hours June 14, 2019 1225-2019-02-27 Willowdale & Glendora Road Road Closure

Detour Plan June 14, 2019

1225-2019-02-28 HWY 401 WB Express Road Closure Detour Plan

June 14, 2019

1225-2019-02-29 HWY 401 WB Express Road Closure Detour Plan

June 14, 2019

North York Storm Sewer Rehabilitation MH380-004 to Outfall 1207-2019-06-00 Cover Page Aug 9, 2019 1207-2019-06-01 General Notes Aug 9, 2019 1207-2019-06-02 Structural Notes and Legend Aug 9, 2019 1207-2019-06-03 Plan and Profile Sheet 1 Aug 9, 2019 1207-2019-06-04 Plan and Profile Sheet 2 Aug 9, 2019 1207-2019-06-05 Plan and Profile Sheet 3 Aug 9, 2019 1207-2019-06-06 Plan and Profile Sheet 4 Aug 9, 2019 1207-2019-06-07 Plan and Profile Sheet 5 Aug 9, 2019 1207-2019-06-08 Plan and Profile Sheet 6 Aug 9, 2019 1207-2019-06-09 Plan and Profile Sheet 7 Aug 9, 2019 1207-2019-06-10 Bypass Plan Aug 9, 2019 1207-2019-06-11 Bypass Details Aug 9, 2019 1207-2019-06-12 Summary of Defects in Cementitious Liner for

Cement Mortar Liner Repair (From Station 0+203 to Outfal)

Aug 9, 2019

1207-2019-06-13 Civil Details Sheet 1 Aug 9, 2019 1207-2019-06-14 Civil Details Sheet 2 Aug 9, 2019 1207-2019-06-15 Civil Details Sheet 3 Aug 9, 2019 1207-2019-06-16 Civil Details Sheet 4 Aug 9, 2019 1207-2019-06-17 Structural Details Aug 9, 2019 1207-2019-06-18 Tree Management Plan – Overall Plan Aug 9, 2019 1207-2019-06-19 Tree Management Plan – Detail Plan Aug 9, 2019 1207-2019-06-20 Tree Management Plan – Detail Plan Aug 9, 2019 1207-2019-06-21 Tree Management Plan – Detail Plan Aug 9, 2019 1207-2019-06-22 Tree Management Plan – Detail Plan Aug 9, 2019 1207-2019-06-23 Tree Management Plan – Detail Plan Aug 9, 2019

66 of 362

VIEW

ING C

OPY

Section 4 – Scope of Work Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4-7

8. Standard Specifications and Standard Drawings

The following lists comprise the City of Toronto Construction Standards:

Capital Construction Signage List T1 - Standard Specifications for Roads List T2 - Standard Drawings for Roads List W1 - Standard Specifications for Sewers and Watermains List W2 - Standard Drawings For Sewers and Watermains Rehabilitation Specification Material Specifications Construction Specifications and Drawings for Traffic Control Devices The following lists comprise the Ontario Provincial Standards for Roads & Public Works: OPS Volume 1 – General & Construction Specifications OPS Volume 2 – Material Specifications OPS Volume 3 – Drawings for Roads, Barriers, Drainage, Sanitary Sewers,

Watermains, and Structures OPS Volume 5 – MTO General Conditions of Contract and General & Construction

Specifications OPS Volume 6 – Material Specifications OPS Volume 7 – OPS General Conditions of Contract and General & Construction

Specifications OPS Volume 8 – Material Specifications 9. Geotechnical / Subsurface Reports Geotechnical Investigation Report, “Proposed Rehabilitation of North York Storm Sewer, North of Gulliver Road, City of Toronto, Ontario” prepared by GeoPro Consulting Limited, dated April 2, 2019. Geotechnical Investigation Report, “Proposed Rehabilitation of Wilket Sanitary Trunk Sewer, From the Intersection of Kenneth Avenue and Speing Garden Avenue to 118 m East of Upper Canada Drive, City of Toronto, Ontario” prepared by GeoPro Consulting Limited, dated April 23, 2019. Attachment "A" ....................................................................(USB Enclosed) This report is for information purposes only. It is the responsibility of the Bidders to confirm all information on-site. 10. Hydrogeological Investigation and EASR Documentation Hydrogeological Investigation Report by GeoPro Consulting Ltd. and EASR Documentation. Attachment "B" ....................................................................(USB Enclosed) This report is for information purposes only. It is the responsibility of the Bidders to confirm all information on-site.

67 of 362

VIEW

ING C

OPY

Section 4 – Scope of Work Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4-8

11. TRCA Permit Application TRCA Permit Application for Development, Interference with Wetlands and Alterations to Shorelines and Watercourses by Stantec Consulting Ltd. As of August 8, 2019, the City has not yet obtained the TRCA Permit Application for Development, Interference with Wetlands and Alterations to Shorelines and Watercourses permit. The City retains the right to cancel or delay the contract as a result of any unforeseen changes as a result of the permitting process. Attachment "C" ....................................................................(USB Enclosed) 12. Designated Substances List

Designated Substances and Hazardous Material Assessment, Specific to the Wilket Creek STS and North York STM Rehabilitation Project prepared by Safetech Environmental Ltd., dated July 4, 2019. Attachment "D" ....................................................................(USB Enclosed)

This report is for information purposes only. It is the responsibility of the Bidders to confirm all information on-site. 13. Closed Circuit television (CCTV) Footage The footage is for information purposes only and is taken at various occasions from 2009 to 2019. It is the responsibility of the Bidders to confirm all information on-site. Attachment "E" ....................................................................(USB Enclosed)

14. Permits and Approvals

The Contractor shall determine and, at its own expense, obtain permits approvals where required to carry out the Works under this Contract. The City is in the process of obtaining the following approvals:

Toronto and Region Conservation Authority (TRCA) O. Reg 166/06 Permit Ministry of Transportation Encroachment Permit

The City retains the right to cancel or delay the contract as a result of any unforeseen changes as a result of the permitting process.

Work, including but not limited to:

Road Cut/ROW and Street Occupancy Permits Road Disruption Activity Reporting System (RoDARS) Park Access Agreement Noise Bylaw Exemption Permit Sewer Discharge Permit for dewatering or maintenance of flows Hydrant Use Permit

68 of 362

VIEW

ING C

OPY

Section 4 – Scope of Work Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4-9

Urban Forestry Ravine and Natural Feature Protection Permit Application Additional Tree Removal or injury Permit

The Contract Administrator will assist in the preparation of the supporting documentation for the tree removal permit. The Fees for the Sewer Discharge Permit, for the purposes of water use associated with rehabilitation works, will be waived by the City.

15. Hydrant Use Prior to the use of any fire hydrant, a hydrant use permit shall be obtained from a Toronto Water service counter. When water from a fire hydrant is used, care shall be taken to ensure water is conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the fire hydrant. At all times, backflow preventers shall be employed when drawing water from any hydrant and proper ramps must be employed for all vehicular and pedestrian traffic. 16. List of Confined Spaces

The sanitary and storm sewers and all Maintenance Holes must be treated as confined spaces.

69 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-1

Section 4A – Special Specifications

These Special Specifications are comprised of two documents: Supplementary Specifications and Special Provisions. In reviewing these two documents, and with respect to the Order of Precedence contained in General Condition 2.02, the Special Provisions will take precedence over the Supplementary Specifications in the event of any inconsistency or conflict between the two documents. Table of Contents

Page No. 4A- Supplementary Specifications ................................................................................................... 4 

1.  Access to Site – GN103SS ................................................................................................... 4 

2.  Access to Properties – GN104SS ........................................................................................ 4 

3.  Safety Cranes and Manlifts – GN107SS .............................................................................. 5 

4.  Collection of Garbage – GN108SS ....................................................................................... 5 

5.  Geotechnical Investigations – GN110SS ............................................................................ 6 

6.  Quality Control – GN111SS .................................................................................................. 6 

7.  Utility Locates – GN112SS ................................................................................................... 6 

8.  Restoration Work – GN121SS .............................................................................................. 7 

9.  Provisional Items – GN123SS ............................................................................................ 10 

10. Excavation Work – GN125SS ............................................................................................. 11 

11. Payment of Bonds – GN130SS .......................................................................................... 11 

12. Payment for Insurance – GN131SS ................................................................................... 11 

13. Payment for Mobilization and Demobilization – GN132SS ............................................. 11 

14. Dust and Mud Control – GN105SS .................................................................................... 12 

15. Saw Cutting – GN106SS ..................................................................................................... 13 

16. Piling and Shoring – GN117SS .......................................................................................... 13 

17. Tree Protection – GN128SS ................................................................................................ 15 

18. Locating Existing Water Services – All Sizes – WM205SS ............................................. 17 

19. Operating Valves – WM209SS ............................................................................................ 18 

20. Flush, Clean and CCTV Inspection of Sewers – SW302SS ............................................. 18 

21. Clean Out Existing Catch Basins – SW303SS .................................................................. 19 

22. Private Side Sewer Service Replacement – SW304SS .................................................... 20 

23. Street Furniture – RD409SS ............................................................................................... 20 

24. Remove, Salvage and Reinstall Existing Bollards – RD410SS ....................................... 21 

25. Cold Weather Work – RD414SS ......................................................................................... 21 

26. Reduction of Volatile Organic Compound (VOC) Emissions – RD423SS ...................... 22 

27. Construction Specification for Pavement Marking – RD419SS ...................................... 22 

28. Utility Adjustment – RD422SS ........................................................................................... 27 

70 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-2

29. Amendments for Quality Verification Engineer – BR601SS ........................................... 33 

Special Provisions .................................................................................................................... 39 

1.  Capital Improvement Project Construction Sign – GN101SP ......................................... 39 

2.  Construction and Traffic Constraints – GN102SP ........................................................... 41 

3.  Notices to Public – GN113SP ............................................................................................. 44 

4.  Pre-Construction Photos and Videos – GN114SP ........................................................... 45 

5.  Pre- and Post-construction Condition Surveys – GN116SP ........................................... 46 

6.  Test Pits to Expose and Verify Existing Utilities – GN122SP ......................................... 48 

7.  Construction Survey and Layout – GN126SP .................................................................. 50 

8.  Portable Changeable Message Sign – GN127SP ............................................................. 52 

9.  Trench Stabilization – SW305SP ....................................................................................... 56 

10. Rock and Shale Excavation – SW307SP ........................................................................... 56 

4.  Project Schedule – SP01 .................................................................................................... 57 

5.  Submittal Requirements – SP02 ........................................................................................ 60 

6.  Submittal Schedule – SP03 ................................................................................................ 61 

11. Contingency Allowance – SP03 ......................................................................................... 63 

12. Snow Removal and Disposal – SP04 ................................................................................ 63 

13. Winter Work and Non-Winter Work – SP05 ...................................................................... 63 

14. Maintenance of Sewer Flows – SP06 ................................................................................ 64 

15. Bypass Piping HDPE Pressure Pipe and Fittings – SP07 ............................................... 68 

16. Site Office for the Engineer – SP08 ................................................................................... 75 

17. Portable Washroom Facilities – SP09 ............................................................................... 78 

18. Sewer and Maintenance Hole Cleaning – SP10 ................................................................ 78 

19. Temporary Odour Control System – SP11 ....................................................................... 79 

20. Dewatering – SP12 .............................................................................................................. 80 

21. Approval of Granular Material and Concrete Mix Operation – SP13 .............................. 82 

22. Removal of Asbestos Containing Sewer Pipe – SP14 ..................................................... 83 

23. Temporary Construction Fencing – SP15 ......................................................................... 83 

24. Erosion and Sediment Control Measures – SP16 ............................................................ 84 

25. Non-Destructive Excavation – SP17 .................................................................................. 85 

26. Shaft Excavation and Support – SP18 .............................................................................. 85 

27. Centrifugally Cast Fiberglass Reinforced Polymer Mortar Pipe – SP19 ...................... 102 

28. Sliplining – SP20 ............................................................................................................... 108 

29. Cement Mortar Crack Repair – SP21 ............................................................................... 120 

30. Sewer and Sewer Service Installation – SP22 ................................................................ 124 

31. Stockpiling and Disposal of Excavated Soil – SP23 ...................................................... 128 

71 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-3

32. Backfill – SP24 ................................................................................................................... 129 

33. Maintenance Holes and Chambers – SP25 ..................................................................... 130 

34. Maintenance Hole Sealing – SP26 ................................................................................... 131 

35. Working Around Trees – SP27 ......................................................................................... 132 

36. Tree Removals – SP28 ...................................................................................................... 133 

37. Plantings – SP29 ............................................................................................................... 134 

38. Plant Warranty and Maintenance – SP30 ........................................................................ 148 

39. Paid Duty Police Officer – SP31 ....................................................................................... 151 

40. Three-dimensional LiDAR inspection – SP32 ................................................................ 153 

41. Contact Grouting – SP33 .................................................................................................. 154 

42. Cured-In-Place Pipe Lining of Sewers – SP34 ................................................................ 163 

43. Maintenance Hole Rehabilitation – SP35 ........................................................................ 163 

44. Pipe Anchors – SP36 ........................................................................................................ 164 

45. Geotechnical Monitoring – SP37 ..................................................................................... 164 

46. Restoration Works (MTO Standards) – SP38 ................................................................. 166 

47. Management of Contaminated Excavated Material – SP39 (Provisional) .................... 167 

48. Disposal of Impacted Material from Hydro/Vactor Excavation (Provisional) – SP40 . 168 

49. Timber Matting for Staging Area and Access Roads – SP41 ........................................ 168 

50. Granular Access Roads – SP42 ....................................................................................... 169 

72 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-4

Supplementary Specifications 1. Access to Site – GN103SS

Supplementary Specification October 2016

The Contractor shall be responsible for all re-grading of existing roads, landscaping and access routes to suit the purposes for site access. The Contractor shall also be responsible for the restoration of all existing roads, fencing, guide rails and landscaping to pre-construction conditions or better. Any damage to trees or other property caused by the Contractor’s site access shall be corrected at no extra cost to the City.

Equipment and Material shall be stored in designated areas. Notwithstanding the foregoing, the Contractor shall at no extra cost to the City remove any Equipment or Material, which in the Contract Administrator's opinion, constitutes a hazard to traffic or pedestrians.

The Contractor shall plan and schedule the routes of construction and delivery vehicles to, from and within the job site, so that vehicular movements are accommodated with minimum interference and interruptions to public traffic. Access routes shall be established to allow vehicles to merge with public traffic to avoid crossing traffic lanes.

The Contractor shall obtain the Contract Administrator's prior approval for the location of any construction access points. The Contract Administrator reserves the right to alter, reject or close same, as considered necessary. The Contractor shall provide suppliers of Equipment and Material with the location and proper use of the access points.

The Contractor is advised that no construction equipment or vehicles shall be permitted on any adjacent lands unless the Contractor has obtained written permission from the applicable property owners. All areas used by the Contractor for access or storage shall be restored to their original condition at no extra cost to the City.

Basis of Payment

All costs associated with this Work shall be considered incidental to all related items of Work. No separate payment shall be made.

2. Access to Properties – GN104SS

Supplementary Specification September 2018

Further to General Conditions of Contract clauses GC 7.07, GC 6.01 and GC 6.02, the Contractor shall direct their operations to minimize any inconvenience to the owners or occupants of the affected properties. The Contractor shall supply, place and compact granular

73 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-5

material or hot mix asphalt or both to provide ramps for temporary driveway access and to provide safe and pothole-free access along roadways under construction.

In the event that in providing vehicular access, the installation of the sidewalk, driveway aprons and related road curb is carried out half driveway at a time, the Contractor shall not be compensated for any hand labour or concrete under-load charges.

Basis of Payment

All costs associated with this Work shall be considered incidental to all related items of Work. No separate payment shall be made.

3. Safety Cranes and Manlifts – GN107SS

Supplementary Specification October 2016

When work requiring the use of a crane, boom or similar equipment is undertaken in close proximity to hydro or transit overhead lines, regardless of line voltage, the Contractor shall give the appropriate authority 48-hours advance notice.

The authority will decide whether protection devices are required. Any charges for the protection shall be the responsibility of the Contractor.

Basis of Payment

All costs associated with this Work shall be considered incidental to all related items of Work. No separate payment shall be made.

4. Collection of Garbage – GN108SS

Supplementary Specification Sept 2017

Amendment to TS 1.20, April 2014

TS 1.20.09 MEASUREMENT FOR PAYMENT

TS 1.20.09.01 Garbage Collection

Subsection 1.20.09.01 of TS 1.20 is deleted in its entirety.

TS 1.20.10 BASIS OF PAYMENT

TS 1.20.10 Basis of Payment

74 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-6

Subsection 1.20.10 of TS 1.20 is deleted in its entirety and replaced with the following:

All costs associated with this Work shall be considered incidental to all related items of Work. No separate payment shall be made.

5. Geotechnical Investigations – GN110SS

Supplementary Specification October 2016

The geotechnical investigation reports are provided for general information only, and no engineering characteristics, or extent of the soil types found, are implied or suggested. The Contractor is solely responsible for the interpretation of the information contained in the reports and shall satisfy themselves as to sub-surface conditions before submitting their Bid. The City makes no assertion as to the geotechnical characteristics, including soils, road and groundwater conditions that will be encountered within the Working Area.

6. Quality Control – GN111SS

Supplementary Specification February 2018

The Contractor shall be responsible for all quality control sampling and testing of all supplied material. The Contractor shall prepare and submit a Quality Control Plan no later than 7 Working Days prior to the commencement of Work. The results of any tests performed shall be submitted within 3 Working Days after completion of the specific test being performed to the Contract Administrator.

7. Utility Locates – GN112SS

Supplementary Specification October 2016 

In addition to any other utility locating requirements contained in legislation and the Contract, the Contractor shall be responsible for obtaining satisfactory utility locates from all applicable utilities as necessary to complete the Contract Work. Under no circumstances shall the Contractor commence any excavation prior to obtaining the locations of all utilities that may be affected by the Contract Work. The Contractor shall provide the Contract Administrator with a copy of the locate sheets supplied by the utility locators, prior to construction.

Not all utilities subscribe to Ontario One Call. It is therefore the Contractor's responsibility to obtain all necessary utility stakeouts, whether from Ontario One Call, the individual utility owners or by hiring private utility locating companies or both to ensure that all utilities are identified and located in a timely fashion. Regardless of the method(s) used to locate utilities, it is the

75 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-7

Contractor's responsibility to ensure that all Contract Work is completed within the number of Working Days or within the schedule outlined in the Contract. No extension of Contract Time shall be permitted for meeting the requirements of this Supplementary Specification, nor shall any delay claim be considered by the City if the Contractor fails to meet this responsibility.

Once the locates have been completed, the Contractor shall be responsible for verifying the location, size and depth of all underground services, including any abandoned services, with the applicable utility companies. The Contractor shall notify the Contract Administrator immediately in writing of any discrepancies between the information obtained by the Contractor and the information contained in the Contract Documents.

Before excavating across or along any utility or service, the Contractor shall determine its exact location and elevation. The utility or service shall be exposed by hand excavation and shall be adequately supported and/or protected before proceeding with machine excavation.

Basis of Payment

All costs associated with this Work shall be considered incidental to all related items of Work. No separate payment shall be made for costs incurred in obtaining utility locates.

8. Restoration Work – GN121SS

Supplementary Specification September 2018

Restoration of Driveways, Sidewalks and Private Walkways

Driveway thicknesses for residential, industrial and commercial properties shall be according to T-310-050-8. The base of driveways, sidewalks and private walks shall be restored with a 150 mm depth of Granular A or Granular A RCM according to TS 1010 compacted to 100% of maximum dry density.

All driveways and sidewalks shall be saw cut in a straight line. All asphalt or concrete driveways shall be paved for the full width of the driveway so that driveways will have only one straight joint. If short services are located within the asphalt or concrete driveway, the driveway shall be paved from the service connection pit to the curb or from the connection pit to the back of sidewalk, so that driveways will only have one straight joint.

Asphalt, concrete and interlocking stone driveways disturbed during construction shall be restored to equal condition or better. Driveway concrete curbs, including curb returns, sidewalks, retaining walls and private walkways impacted by construction shall be reconstructed to original condition or better.

76 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-8

The Contractor shall permanently restore driveways of all types and sidewalks from expansion joint to expansion joint—minimum three bays— that will be affected due to the underground infrastructure construction.

Permanent restoration for driveways, sidewalks and private walkways shall be completed within 3 Working Days after the completion of the underground services of each block.

Basis of Payment

All costs associated with this Work shall be included in the Contract Price for underground infrastructure installation. No separate payment shall be made.

Boulevard Sodded Areas

Within sodded boulevards, all trenches and excavations backfilled with Granular B Type II or select native material shall be restored with 100 mm topsoil and sod according to TS 5.10 – Construction Specification for Growing Medium and TS 5.00 – Construction Specification for Sodding, respectively. The Work includes the removal and disposal of an equivalent amount of materials.

Basis of Payment

All costs associated with this Work shall be included in the Contract Price for underground infrastructure construction. No separate payment shall be made.

Restoration of Landscaping Features

Where retaining walls, fences or other landscaping features including river stone, gardens, decorative rocks, vegetation, interlock stone or lock stone and unit pavers that could require restoration and are fronting any lots the Contractor shall, if machine usage is not possible, remove the existing sidewalk/boulevard by hand. If any damage occurs to the retaining wall, fence or landscaping features during construction, then the Contractor shall repair it to its original condition or better at no extra cost to the City.

Basis of Payment

All costs associated with this Work shall be included in the Contract Price for underground infrastructure construction. No separate payment shall be made.

Subdrains

The Contractor shall make permanent repairs to all existing subdrains to match existing conditions or better.

77 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-9

Basis of Payment

All costs associated with this Work shall be included in the Contract Price for underground infrastructure installation. No separate payment shall be made.

Retaining Wall

Any retaining wall or structure that could require reconstruction or replacement as a result of the installation of the sanitary sewer laterals, storm sewer laterals or water services shall be constructed to the original details, including foundation and new compacted granular backfill, to the satisfaction of both the property owner and the Contract Administrator.

The Contractor shall review all existing retaining walls to determine the work necessary prior to submitting a Bid.

Basis of Payment

All costs associated with this Work shall be included in the Contract Price for sanitary sewer laterals, storm sewer laterals or water service installation. No separate payment shall be made.

Temporary Trench Restoration

Temporary restoration of trenches within roadways, driveways, sidewalks, and intersections shall be completed within 24 hours after backfilling of the trench with unshrinkable fill according to TS 13.10 – Construction Specification for Unshrinkable Fill with a 80 mm lift of Superpave 19.0, Traffic Category B, PG 58-28 asphalt mix to the top of the existing asphalt surface for maintenance of traffic.

Basis of Payment

All costs for temporary trench restoration shall be included in the Contract Price for linear underground infrastructure installation items. No separate payment shall be made.

Permanent Trench Restoration

Within the paved roadway, all trenches and excavations shall be restored according to TS 4.60 – Construction Specification for Utility Cut and Restoration and according to the existing roadway structure as indicated in the appropriate permanent trench restoration detail as specified in the Contract Documents. The trench restoration shall include a stepped joint for both composite and flexible pavements.

The permanent asphalt trench restoration thicknesses shall be the greater of the depths shown in the Contract Documents or match existing asphalt thickness.

78 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-10

The asphalt base course, concrete base, and edges of the existing pavement are to be tack coated with SS-1 emulsified asphalt. Cost of supplying and application of the tack coat shall be incidental.

The Contractor is advised that the City will not consider additional payment for the restoration of any over breaks that might occur at the edges of the trenches. This work shall be included in the Contract Price. No separate payment shall be made.

The Contractor shall permanently restore all roadways, concrete and granular road base, curbs, curb and gutters, driveways and sidewalks. For sidewalks, the restoration shall be from expansion joint to expansion joint (minimum three bays).

When restored with concrete and composite pavement, trench restoration shall include up to the top surface. The width of trench shall include the outer diameter of the pipe plus 300 mm on either side of the pipe.

Permanent restoration of roadway asphalt pavement on each street shall be completed within 14 Working Days after the completion of the underground infrastructure installation on that street unless otherwise approved by the Contract Administrator.

Basis of Payment

All costs associated with this Work shall be included in the Contract Price for underground infrastructure installation. No separate payment shall be made.

Supplemental costs for trench restoration when asphalt containing asbestos, composite pavement over flexible pavement and concrete pavement over flexible pavement shall be paid under the respective item.

9. Provisional Items – GN123SS

Supplementary Specification October 2016

Tender items for this Contract may be identified in the Tender Call as provisional items. The Contract Administrator may cancel provisional items at any time during the Contract.

The Contractor shall have no claim for loss of overhead or profit should the Contract Administrator decide to delete any or all provisional item(s).

79 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-11

10. Excavation Work – GN125SS

Supplementary Specification October 2016 It is strongly recommended that the Contractor follow the best practices with respect to any and all work requiring excavation as set out in the document titled, Ontario Regional Common Ground Alliance Best Practices 8.0 – June 2014 ("Best Practices") which is available at www.orcga.com/Publications/Best-Practices. In the event of a conflict or inconsistency between the "Best Practices" and any other specification, provision or requirement of the Contract, the Contractor shall comply with the specification, provision or requirement of the Contract.

11. Payment of Bonds – GN130SS

Supplementary Specification July 2018 Payment for bonding, to include both Performance and Labour and Material Payment Bonds, shall be full compensation to cover all of the Work including all labour, Equipment and Material as well as any Change in the Work approved by the City and paid for from the contingency allowance.

The City will pay the price bid by the Contractor for bonding, Performance and Labour and Material Payment Bonds, on the pricing form by adding a charge of up to 1.25% of the total contract price to each progress payment until the entire cost of bonding as bid is paid.

12. Payment for Insurance – GN131SS

Supplementary Specification July 2018 Payment for insurance shall be full compensation to cover all of the Work including all labour, Equipment and Material as well as any Change in the Work approved by the City and paid for from the contingency allowance.

Payment for insurance will be prorated based on the same percentage of value of Work performed for the billable period.

13. Payment for Mobilization and Demobilization – GN132SS

Supplementary Specification July 2018 The tender item "Mobilization and Demobilization" is to encompass all costs associated with mobilization and demobilization activities required by the Contract at the time of award.

80 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-12

Basis of Payment

Payment for tender item Costs for Mobilization and Demobilization will be made as follows:

a) For Work that occurs within a single site, 60 per cent of the costs will be paid upon completion of mobilization provided progress of the Work can be sustained. The remaining 40 per cent of the costs will be paid upon the completion of the demobilization.

b) For Work that occurs on multiple sites, that is streets that are geographically separated by space and where a tender item is identified for each site, 60 per cent of the costs will be paid upon completion of mobilization for the respective site provided the Work starts within 4 days thereafter and is continuous through to completion.

c) For Work that occurs on multiple sites, that is streets that are geographically separated by space and where a single tender item is identified for the contract, the costs will be prorated based on the total bid price for each site relative to the total contract price and upon completion of mobilization for the respective site, 60 per cent of the cost will be paid provided the Work starts within 4 working days thereafter and is continuous through to completion. The remaining 40 per cent of the costs will be paid upon the completion of the demobilization of the respective site.

14. Dust and Mud Control – GN105SS

Supplementary Specfication October 2016 The Contractor shall be responsible for taking all necessary measures required to keep the job site clean from dust and mud from construction operations and under no circumstances shall it cause inconvenience to adjacent properties and the general public. Should the Contractor fail to comply with this requirement, the Contract Administrator may, 12 hours after having given notice in writing to the Contractor, arrange for the necessary work to be undertaken. The costs of such Work shall be completed at the Contractor’s expense and at no extra cost to the City.

Where conditions are such that mud is tracked onto existing pavement or sidewalk or onto adjacent streets, the Contractor shall clean all fouled pavement and sidewalk at least daily to the satisfaction of the Contract Administrator.

Basis of Payment

All costs associated with this Work shall be considered incidental to all related items of Work. No separate payment shall be made.

81 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-13

15. Saw Cutting – GN106SS

Supplementary Specification October 2016 Basis of Payment

All saw cutting required to complete the work as specified in the Contract Documents shall be considered incidental to all related items of Work. No separate payment shall be made.

16. Piling and Shoring – GN117SS

Supplementary Specification April 2017 This Supplementary Specification describes the maximum allowable vibration level requirements for construction work near bridges, trunk and local sewers, and transmission and distribution watermains, heritage or structurally sensitive buildings, hereby defined as structures.

Piles shall be installed at a minimum horizontal distance of one metre clear of existing structures. The Contractor is required to demonstrate that the method of installation will not pose a concern or risk of damage to the existing structures.

For piling operations near structures that are in soil other than loose sand and silt, or sensitive clays that may have the tendency to experience liquefaction or reduced bearing capacity or shear strengths when disturbed, the maximum allowable vibration levels (ambient vibrations plus vibrations caused by piling) at the structure, expressed as a peak particle velocity (PPV) shall be:

If structure type is... Then maximum allowable vibration levels are…

Old¹ sewer / watermain 10 mm /s

Modern sewer / watermain 25 mm /s

Old¹ bridge—old construction methods or materials

10 mm /s

Modern bridge—steel or reinforced concrete

25 mm /s

Heritage building or structurally sensitive buildings

10 mm /s

82 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-14

¹ Old, as defined here, is related to both the age and condition of the structures. Old pipes and bridges are the structures that were constructed with old methods and materials, such as lined tunnel, brick, and clay, cast iron for pipes; and brick and wood for bridges. The old structures also refer to the structures that have high failure rates due to accelerated ageing process. All piling activities shall cease when the ambient vibrations at the structure are above the maximum allowable vibration levels. The method of construction shall be revised accordingly such that the vibration levels do not exceed the maximum allowable limits.

For soils that are prone to settlement, the Contractor shall evaluate the geotechnical conditions of the site, analyse the effect of vibrations on the soil surrounding the structure, and determine the soil-specific maximum allowable vibration levels at no extra cost to the City. The Contractor shall summarize their findings in a report and submit it to the Contract Administrator for review and approval before the Contractor proceeds further in construction. The soil-specific maximum allowable vibration levels determined by the Contractor shall prevent settlement around the driven pile or below the structure.

The Contractor shall monitor vibrations at the structure using a pre-set vibrograph alarm supplied by the proponent during piling. A compliance report, with the vibration data attached to it, shall be submitted every 7 Days to the Inspector. If the maximum allowable vibration levels are exceeded during construction, the piling operations shall be suspended and alternative construction procedures shall be engaged at no extra cost to the City.

The Contractor shall hire a noise and vibration consultant to conduct pre-construction and post construction condition surveys of the nearby structures when the Contract Administrator deems it necessary. The Contractor shall provide reports to the Contract Administrator within 15 Working Days of completion of surveys.

Pre-construction condition surveys shall consist of the following activities:

record the results of the surveys in written format with supporting documentation;

record the time and date of survey, location of the structure and the name and title of the surveyor;

provide high-quality coloured photographs for proof of evidence purposes in the survey report;

supplement high quality coloured photographs with video records of the condition of the structure;

identify, describe and take coloured photographs of all differential settlements, visible cracks and other apparent visible structural or cosmetic damages and defects and evaluate the potential hazards of the damages and defects; and

83 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-15

avoid subjective descriptions as much as possible and record damages, cracks, settlements and defects quantitatively by measuring actual dimensions.

Depending on the age, material type and state of repair of the existing buried municipal infrastructure, CCTV inspection according to TS 409 may be required by the Contractor at the discretion of the Contract Administrator for watermains, sewers and related appurtenances.

Pre-construction conditions survey shall always be followed by the post construction condition survey. In the post-construction condition surveys, the data and information collected from the pre-construction condition survey shall be used for comparison with the post construction conditions survey data, and all new damages, cracks and defects caused by the construction activity shall be identified, recorded and photographed.

The use of tie-back anchors for shoring works shall be designed to provide a minimum clearance of one metre at the point of crossing of the trunk watermain or sewer in stable ground conditions, and under no circumstance, shall the end of the tie-back terminate closer than one metre from the outside face of the trunk watermain/sewer or encasement. The one metre clearance shall account for the extent of the primary grout bulb at the bond (fixed) length of the tie-back. When required, soils information and calculations shall be submitted to confirm the stability of the installation which will be considered incidental to the Work.

17. Tree Protection – GN128SS

Supplementary Specification September 2018 Tree Protection Plan

A Tree Protection Plan shall be submitted and approved prior to construction that will describe how the Contractor shall protect trees from damage. An arborist may need to be consulted to develop the Tree Protection Plan. It should be noted that in some situations where Work will be undertaken within a Tree Protection Zone, erecting tree protection fencing may not be feasible. Maximum depth of excavation and other methods to minimize the impact to the tree roots shall be addressed in the Tree Protection Plan. For more information on the Tree Protection Policy and Specifications for Construction near Trees (July 2016) go to www.toronto.ca/data/parks/pdf/trees/tree-protection-specs.pdf .

No work shall commence within the dripline of any tree until a Tree Protection Plan has been reviewed and approved by the Contract Administrator.

84 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-16

Basis of Payment

All costs associated with developing and implementing a Tree Protection Plan are considered incidental to all Work. No separate payment shall be made.

Tree Protection

In situations where work will be undertaken within a Tree Protection Zone or large areas with little work is required in the vicinity of trees, adhering to the Tree Protection Policy and Specifications for Construction Near Trees may not be feasible. In these situations, the following tree protection guidelines shall be followed:

1. The Contractor shall conduct operations in such a manner as to not cause damage to trees, above or below grade.

2. If required, any pruning of roots or crown must be done using best arboricultural practices.

3. All arboricultural work, including pruning of roots or limbs greater that 5 cm in diameter, shall be completed by an arborist who has one of the following qualifications: qualified by the Ontario Training and Adjustment Board Apprenticeship and Client Services Branch, is a certified arborist qualified by the International Society of Arboriculture, is a consulting arborist registered with the American Society of Consulting Arborists, is a registered professional forester or a person with other similar qualifications as approved by the General Manager, Parks, Forestry & Recreation.

4. Roots requiring pruning by an arborist must first be exposed using pneumatic (air) excavation, by hand digging or by using a low pressure hydraulic (water) excavation. The water pressure for hydraulic excavation must be low enough that root bark is not damaged or removed. This will allow a proper pruning cut and minimize tearing of the roots.

5. No storage of equipment, materials, excavated soil, construction waste or debris is permitted within the Tree Protection Zone.

6. No compaction of soil is permitted within the Tree Protection Zone. If equipment is required to travel within the Tree Protection Zone, horizontal hoarding must be utilized to prevent soil compaction.

7. Roots that have been exposed and pruned by an arborist must be watered daily until backfilled.

8. All roots and branches pruned by an arborist shall be removed from public view immediately and must be removed from the project site by the end of each work day.

9. Permits will be required for privately-owned trees, protected under the Toronto Municipal Code, Chapter 813, Trees, Article III, Private Tree Protection and Chapter 658, Ravine and

85 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-17

Natural Feature Protection bylaws, where work is proposed within the Tree Protection Zone of the private trees in question.

10. In the event a tree is damaged in any way, including mechanical injury to the main stem, tearing of limbs or roots with a diameter of 5 cm or greater, the damage must be reported to the Contract Administrator immediately. All work in the area must cease until the Contractor has the damage assessed by an arborist and any remedial work recommended by the arborist is completed. The arborist shall submit a report of the incident and actions taken to the Contract Administrator.

11. If proper tree protection practices are not in place and tree damage has occurred as a result of the Contractor's negligence, Urban Forestry staff may issue stop work orders. Orders to comply may include the need to erect hording around trees in accordance with the Tree Protection Policy and Specifications for Construction Near Trees and require the submission of contravention inspection fees.

Basis of Payment

All costs associated with this work, including the cost of an approved arborist, are considered incidental to all Work. No separate payment shall be made.

18. Locating Existing Water Services – All Sizes – WM205SS

Supplementary Specification October 2016 Toronto Water division does not stake out existing water services. The Contractor or their Subcontractor shall equip themselves with the appropriate Equipment and methods to locate all existing water services within the contract limits even if they may not be shown on the Contract Drawings. The location of existing water services cannot necessarily be determined by the location of existing curb stops. Also, some abandoned water services may be connected to the existing watermain and may still be active.

Repairs to existing water services and watermains due to the Contractor’s failure to locate the existing water services shall be at no extra cost to the City.

Basis of Payment

All costs associated with this Work shall be considered incidental and no separate payment shall be made.

86 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-18

19. Operating Valves – WM209SS

Supplementary Specification September 2018 No valve, hydrant, curb stops or other control on the existing water distribution system shall be operated, for any purpose, by the Contractor. When required, the Contractor shall provide 3 Working Days advanced notice to the Contract Administrator to make the necessary arrangements for the operation of existing valves and appurtenances.

20. Flush, Clean and CCTV Inspection of Sewers – SW302SS

Supplementary Specification September 2018 Prior to the start of construction, the Contractor shall power-flush or hand and machine-clean or both the existing sewers, maintenance holes, catch basins and catch basin leads. The Contractor shall deploy proper flushing and cleaning methods required to remove all debris including scoops, buckets, shovels, vac-all equipment and sewer flushing equipment. The material shall be removed from the sewer system and cannot be flushed further down the sewer. The material removed shall be dried and mixed in equal parts, by volume, with sand. The resulting material is then to be disposed of as a non-hazardous, non-registerable solid industrial waste by the Contractor.

Immediately following the flushing and cleaning, the Contractor shall assure the Contract Administrator that the existing sewers, maintenance holes, catch basins and catch basin leads are clean. The Contractor shall videotape the existing sewers, maintenance holes and catch basin leads according to TS 409 and supply the CCTV report along with a video on digital video disc (DVD) to the City for joint review between the Contract Administrator and the Contractor.

Payment for additional flushing shall only apply for pre-construction activities. Pre-approval is required prior to executing the work. The payment will be made only if properly supported by inspector's report and sub-contractor's invoice(s) for sewer flushing and videotaping.

Post-construction flushing, cleaning and videotaping of existing and new sewers, maintenance holes and catch basin leads must also be undertaken immediately following surface course asphalt paving, topsoil and sodding to confirm that no debris entered the sewer systems as a result of construction. The DVDs shall be submitted to the Contract Administrator for review within two Days of videotaping. Any damage caused to the sewers or structures by the Contractor because of their operations shall be repaired at no extra cost to the City.

If maintenance holes and catch basins are found to be filled with excess material following construction, the Contractor shall clean these out at no extra cost to the City.

87 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-19

Measurement for Payment

Measurement for CCTV inspection including flushing and cleaning shall be by length in linear metres of sewer, including inspection, flushing and cleaning each maintenance hole.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

21. Clean Out Existing Catch Basins – SW303SS

Supplementary Specification September 2018 Prior to commencement of construction, all existing catch basins within the contract limits shall be inspected by the Contractor and the Contract Administrator and where necessary cleaned of all debris to facilitate the inspection of the existing catch basins to determine the need for any repairs or replacement by the Contractor.

The Contractor shall inspect and provide a list of catch basins requiring repairs or replacement to the Contract Administrator in a timely manner, so that the material can be made available without causing delays to the Contract. The City shall not be responsible for any delay or additional costs incurred if a catch basin is not cleaned out prior to the Work and is found to need repairs or replacement in the future.

The Contractor is advised that all debris in the catch basins shall be removed, including any material from usual storm water run-off or previous construction activities. The material removed shall be dried and mixed in equal parts by volume with sand. The resulting material is then disposed as a non-hazardous, non-registrable solid industrial waste by the Contractor.

If it is determined that a catch basin does not require cleaning, no payment shall be made.

Upon completion of final restoration, the Contractor shall re-inspect all existing catch basins in the presence of the Contract Administrator. Any existing catch basin which requires cleaning, at the sole discretion of the Contract Administrator, shall be cleared of all debris at no extra cost to the City.

Meaurement for Payment

For measurement purposes, a count shall be made of the number of catch basins cleaned prior to the commencement of construction. Payment shall be paid at the completion of the post construction inspection.

88 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-20

Basis of Payment

Payment at the lump sum Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

22. Private Side Sewer Service Replacement – SW304SS

Supplementary Specification October 2016 During the course of the replacement work for the sanitary sewer or storm sewer or both under this Contract, the Contractor may be approached by individual property owners asking about private sewer service replacement outside of the road allowance. Under no circumstances shall the City be involved in negotiating, approving or administrating any pricing with regard to private side sewer service replacement.

No extension of Contract Time will be permitted, nor any delay claim will be considered by the City if the Contactor elects to undertake this additional work.

All work carried out by the Contractor on a private basis is strictly between the Contractor and the private property owner.

23. Street Furniture – RD409SS

Supplementary Specification April 2017 For the temporary removal of non-electric powered street furniture elements such as benches, waste receptacles, newspaper corrals, publication structures, postering structures, non-ad info pillars and bicycle locking rings, the Contractor shall make a request 3-4 weeks in advance and in writing to the Contract Administrator stating the location and appurtenances to be removed. Verbal requests shall not be considered.

For the temporary removal of electric powered street furniture elements such as bus shelters and ad info pillars, the Contractor shall make a request 6 weeks in advance and in writing to the Contract Administrator stating the location and appurtenances to be removed. Verbal requests shall not be considered.

The Contract Administrator shall send removal requests to [email protected].

Street furniture such as pay-and-display machines, OMG bins, mailboxes, newspaper boxes and bus shelters shall be removed by other forces. The Contractor shall not perform this task.

89 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-21

24. Remove, Salvage and Reinstall Existing Bollards – RD410SS

Supplementary Specification October 2016 The Contractor is to remove, salvage, store and reinstall existing bollards including the removal and disposal off site of existing footings and backfilling of existing holes with unshrinkable fill at locations as specified in the Contract Documents. The Contractor must exercise care when removing the existing bollards so as not to cause any damages, and store the bollards temporarily at a secure location. Any damaged or stolen bollards shall be replaced with identical bollards including repainting as required by the Contractor at no extra cost to the City.

The concrete footing for salvaged bollards is to extend a minimum of 1.2 m below grade and shall have the same diameter as the existing footing or 200 mm diameter minimum.

Measurement for Payment

Measurement of the existing bollards shall be by each.

Basis for Payment

Payment at the lump sum Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

25. Cold Weather Work – RD414SS

Supplementary Specification October 2016 Based on the schedule for the Work of this Contract, the Contractor is instructed that cold weather precautions may be required according to OPSS.MUNI 904 – Construction Specification for Concrete Structures.

Basis of Payment

All costs associated with this work shall be considered incidental to all related items of Work. No separate payment shall be made.

90 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-22

26. Reduction of Volatile Organic Compound (VOC) Emissions – RD423SS

Supplementary Specification September 2017 Environment and Climate Change Canada released a Code of Practice for the Reduction of Volatile Organic Compound (VOC) Emissions from Cutback and Emulsified Asphalt in February 2017. The objective is to reduce VOC emissions and generating environmental and health benefits from reducing the intensity and frequency of smog events.

The code of practice details recommended practices regarding the use to cutback and emulsified asphalt during the ozone season, record keeping and reporting. TS 3.20 – Construction Specification for Tack Coat is modified to reflect these new code practices.

For more detailed information and to download a copy go to: http://www.ec.gc.ca/cov-voc/default.asp?lang=En&n=05CE2B41-1.

27. Construction Specification for Pavement Marking – RD419SS

Supplementary Specification September 2018

Amendment to OPSS 710, November 2010

OPSS 710.01 CONSTRUCTION

OPSS 710.07.01 General

Subsection 710.07.01 of OPSS 710 is amended by the deleting the fourth paragraph in its entirety and replacing it with the following:

Where the pavement marking scheme is not shown on the Contract Drawings, the Contractor shall supply and place all pavement markings to the same size and location as the existing pavement markings. The Contractor shall be responsible to make appropriate sketches prior to construction so that the existing pavement markings can be fully reinstated.

Pavement marking shall be completed prior to opening the roadway to traffic within 24 hours after paving operation is finished.

OPSS 710.07.02 Surface Preparation

Subsection 710.07.02 of OPSS 710 is amended by the addition of the following paragraph:

The Contractor shall provide a mechanical sweeper to clean the road surface prior to the application of pavement markings. Pavement marking shall only be performed by an

91 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-23

experienced and qualified Subcontractor. The work shall also include all required layout in conformance with the Manual of Uniform Traffic Control Devices for Ontario.

OPSS 710.07.03 Pavement Marking Obliterating

Subsection 710.07.03 of OPSS 710 is amended by the deleting the entire paragraph and replacing it with the following:

Pavement marking shall be obliterated or removed using an approved water blasting method only.

OPSS 710.07.05 Temporary Pavement Marking

Subsection 710.07.05 of OPSS 710 is amended by the addition of the following paragraph:

Temporary markings shall include the removal of the markings to facilitate traffic control. Temporary markings that are to be covered with an asphalt layer do not require removal. Temporary markings shall be restored within 72 hours of detecting any failure of pieces to remain according to specifications.

OPSS 710.07.06 Short Term Pavement Marking

Subsection 710.07.06 of OPSS 710 is deleted in its entirety and replaced with the following:

Short term pavement marking is required when an existing paved roadway, which is not to be reconstructed or resurfaced, requires pavement markings in different alignments and/or colours than the existing pavement marking.

As part of the work of pavement marking, the Contractor shall apply short term pavement markings for all affected markings, including centreline, lane lines, crosswalks and stop bars.

Short term pavement markings shall be applied according to MUTCD and as amended by Table 1 for Type C markings. The length of time before permanent markings are placed does not apply to this specification. The pavement markings shall stay in place as required. The Contractor shall inspect all short-term pavement marking at the beginning and end of each week. The Contractor shall replace any failed pieces immediately.

Short term pavement markings shall not conflict with existing pavement markings. If required, the Contractor shall remove and replace the existing pavement markings as required.

Short term pavement markings placed on existing or on the final surface course shall be of the removable type.

92 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-24

OPSS 710.07.08 Selection of Materials

Subsection 710.07.08 of OPSS 710 is deleted in its entirety and replaced with the following:

All permanent pavement markings shall be field reacted polymeric pavement marking material according to OPSS 1714.

All temporary pavement markings shall be organic solvent-traffic paint according to OPSS 1712.

All short term pavement markings shall be temporary preformed plastic pavement marking tape according to OPSS 1715.

OPSS 710.07.09.02 Organic Solvent Based Traffic Paint

Clause 710.07.09.02 of OPSS 710 is amended by the addition of the following paragraphs:

A “centre liner” shall be used for the application of all temporary pavement markings to demarcate centre and through lanes. Hand paint machines may be used for all transverse pavement markings and symbols.

All temporary pavement markings, required for less than a three month duration, shall require only a single application. Temporary pavement markings required for longer periods shall require two separate applications.

OPSS 710.07.09.05 Field Reacted Polymeric Pavement Marking Materials

Clause 710.07.09.05 of OPSS 710 is amended by the addition of the following paragraph to the end of the first paragraph:

Markings shall not be applied to any joints between the asphalt and any appurtenance. Markings shall not be applied to the surface of any utility frame and covers.

Clause 710.07.09.05 of OPSS 710 is amended by the addition of the following paragraph to the end of the last paragraph:

The Contractor shall follow the manufacturer’s guidelines for application on non-bituminous surfaces, that is to say concrete surface. Concrete surfaces require a primer/sealer to ensure adequate bonding of the permanent pavement marking.

OPSS 710.10 BASIS FOR PAYMENT

OPSS 710.10.01 Pavement Marking - Item

Pavement Marking Symbols - Item

Pavement Marking, Durable - Item

93 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-25

Pavement Marking Symbols, Durable - Item

Pavement Marking Temporary - Item

Pavement Marking Symbols, Temporary - Item

Pavement Marking Temporary Removeable - Item

Pavement Marking Symbols, Temporary - Removeable - Item

Raised Pavement Markers, Temporary - Item

Pavement Marking Obliterating – Item

Subsection 710.10.01 of OPSS 710 is amended by the addition of the following paragraphs:

All costs associated with temporary pavement marking and short-term pavement marking shall include the permanent removal of the markings and any and all interim removals and replacements due to the failure of pieces to remain in place according to specifications. Payment shall be considered incidental to the traffic control item. No separate payment shall be made.

Payment for permanent pavement marking, when paid under the lump sum item for various locations, shall be paid upon final completion of each project location and shall be paid as a percentage based on the value of that project over the total value of the contract. If additional markings are required, the item shall be prorated based on the equivalent 10 cm line. To determine symbol equivalent 10 cm line lengths, see Table 1 below.

Payment for permanent pavement marking, when paid under a unit price item, shall be paid upon final completion of each project location.

94 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-26

RD419SS – Table 1

95 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-27

28. Utility Adjustment – RD422SS

Supplementary Specification September 2018

Amendment to TS 4.50, September 2017

TS 4.50.02 REFERENCES

Ontario Provincial Standard Specifications

Subsection 4.50.02 of TS 4.50 is amended by the addition of the following:

OPSS.MUNI 510 Construction Specification for Removal

TS 4.50.03 DEFINITIONS

Section 4.50.03 of TS 4.50 is amended by the addition of the following definitions:

Large Frame Utility Adjustments means adjustments to frame and covers that are not owned by the City and are in excess of 1,000 mm in any dimension.

Metro Frame and Cover means the large former Metro frame and covers including OPSD 402.030 for the large meter and valve chambers.

TS 4.50.05 MATERIALS

TS 4.50.05.03 Precast Adjustment Units

Subsection 4.50.05.03 of TS 4.50 is amended by the addition of the following to the title:

TS 4.50.05.03 Precast Adjustment Units

Precast Risers

Subsection 4.50.05.03 of TS 4.50 is amended by deleting the first paragraph in its entirety and replacing it with the following:

Adjustment units and risers for maintenance holes, valve chambers and catch basins shall be according to OPSS 1351.

TS 4.50.07 CONSTRUCTION

TS 4.50.07.01 General

96 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-28

Subsection 4.50.07.01 of TS 4.50 is amended by deleting the second paragraph in its entirety and replacing it with the following:

The adjustment of all appurtenances belonging to utility companies shall only be performed by Contractors approved by the appropriate utility company. The Contractor shall be responsible to contact the appropriate utility companies to seek approval for their subcontractors and to organize the work and make arrangements for any new components that may be required. The material supplied by the utility company shall be at no cost to the Contractor, but they may be required to pick up new components from the utility company's yard.

Subsection 4.50.07.01 of TS 4.50 is amended by deleting the fifth paragraph in its entirety and replacing it with the following:

For precast or poured in place maintenance holes, valve chambers and catch basins, adjustment units shall consist of brick and mortar or precast concrete adjustment units. The total depth of existing and new adjustment units shall not exceed 300 mm. Where the total depth exceeds 300 mm, the Contractor shall remove all adjustment units down to the top of the sound structure and install precast concrete or poured in place concrete risers. The top of the riser shall allow for 50 mm to 100 mm depth of adjustment units to be installed between the riser and the underside of the frame.

For maintenance holes, valve chambers and catch basins that are constructed of brick, the Contractor shall remove all loose and broken bricks and reinstate the brick structure using brick and mortar. Precast concrete adjustment units may only be used if directed by the Contract Administrator.

TS 4.50.07.03 Concrete Risers

Subsection 4.50.07.03 of TS 4.50 is amended by renaming the title and deleting the first paragraph in its entirety and replacing it with the following:

For poured in place risers, formwork shall be used on all sides of the extension. The top of the concrete on the existing structure shall be thoroughly cleaned and roughened to ensure a satisfactory bond.

For precast risers, the top of the concrete on the existing structure shall be thoroughly cleaned and smoothed to allow the proper installation of tape sealer.

For catch basins, lateral adjustments may be made by sloping the concrete riser to conform to the curb alignment. The slope shall be limited to 100 mm horizontal to 300 mm vertical, and the resulting opening shall not be less than 375 mm measured at right angles to the curb.

97 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-29

TS 4.50.07.04 Concrete Collars

Section 4.50.07 of TS 4.50 is amended by the addition of following subsection:

Valve frame and covers, within the roadway, whose width or diameter of the frame is less than 200 mm shall require the installation of a concrete collar to stabilize the adjustment. Enbridge Gas frame and covers are exempt from the requirement for concrete collars. All collars shall be constructed of concrete meeting the specifications of TS 1350 for road base, except that 37.5 mm aggregate is not permitted. All collars shall be formed using 300 mm diameter sonutube. 10M stainless steel rebar bent into a circular shape, with a minimum overlap of 150 mm. The diameter of the rebar circle shall be so that the cover is equal on both sides—that is 150 mm cover shall have rebar of diameter 225 mm. The rebar shall be placed with a minimum of 50 mm cover, but no greater than 65 mm, from the top of the collar. All pieces of rebar shall be wired together prior to the concrete placement.

The finished surface shall be flush with the frame and cover and the surrounding asphalt surface. The frame and cover and concrete collar shall be fully protected during the Work, especially when milling and paving base course asphalt.

In flexible pavement, the concrete collar shall be a minimum 250 mm thick regardless of the depth of asphalt and placed on compacted granular material. In composite pavement, the collar shall be poured monolithic with the concrete base. If the composite pavement is not to be replaced, the Contractor shall remove a minimum 350 mm square section of concrete road base centered on the valve frame in order to facilitate the installation of the collar.

98 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-30

TS 4.50.08 QUALITY ASSURANCE

Section 4.50.08 of TS 4.50 is amended by deleting the sixth paragraph in its entirety and replacing it with the following:

If the adjustment is rejected, after the placement of the final lift of asphalt, it shall be made good by the Contractor at no extra cost to the City.

TS 4.50.09 MEASUREMENT FOR PAYMENT

TS 4.50.09.01 Utility Adjustments

Subsection 4.50.09.01 of TS 4.50 is amended by deleting the subsection in its entirety and replacing it with the following:

99 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-31

TS 4.50.09.01 Utility Adjustments

Large Frame Utility Adjustments

For measurement purposes, a count shall be made of the number of adjustments performed, including those adjustments that required new frame and covers. The height of the adjustment shall be measured from the top of the concrete structure or remaining adjustment units to the bottom of the frame and cover. Adjustment heights of 300 mm or less will be paid at the specified rate. For changes in height of more than 300 mm, the rate will be prorated based on a height of 300 mm, including any necessary concrete risers. Measurements will be made to the nearest 10 mm increment.

All utility adjustments, except for Large Frame Utility Adjustments shall be prorated in accordance with Table 2. Large Frame Utility Adjustments shall be paid at a rate of one each.

Table 2: Adjustment distance and rate

Utility Rate

Standard frame and covers whose width or diameter of the frame is between 500 mm and 1000 mm

1

Small frame and covers whose width or diameter of the frame is less than 500 mm without concrete collars

1/3

Small frame and covers whose width or diameter of the frame is less than 500 mm with concrete collars

1/2

Metro Frame and Covers 3

TS 4.50.09.02 Concrete Extension

Subsection 4.50.09.02 of TS 4.50 is amended by the deletion of the subsection in its entirety.

TS 4.50.09.03 New Frame and Covers

Subsection 4.50.09.03 of TS 4.50 is amended by deleting the subsection in its entirety and replacing it with the following:

TS 4.50.09.03 New Frame and Covers

New Metro Frame and Covers

For measurement purposes, a count shall be made of the number of new frame and covers installed on City owned infrastructure.

New utility frame and covers supplied by the utility companies shall be considered incidental to the adjustments. No separate measurement shall be made.

100 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-32

TS 4.50.10 BASIS OF PAYMENT

TS 4.50.10.01 Utility Adjustments – Item

Subsection 4.50.10.01 of TS 4.50 is amended by deleting the first paragraph in its entirety and replacing it with the following:

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the work. Payment shall include the removal and disposal of loose brick and other debris, the supplying and placing of brick or precast adjustment units, supply and installation of concrete risers, supply and installation of any necessary steps, the coordination of utility owners with the contract staging and the cleaning of all utility chambers, maintenance holes, valve boxes and catch basins within the contract limits.

TS 4.50.10.02 Concrete Extension – Item

Subsection 4.50.10.02 of TS 4.50 is amended by the deletion of the subsection in its entirety and replacing it with the following:

TS 4.50.10.02 Large Frame Utility Adjustments – Item

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the work. Payment shall include the removal and disposal of loose brick and other debris, the supplying and placing of brick or precast adjustment units, supply and installation of concrete risers, supply and installation of any necessary steps, the coordination of utility owners with the contract staging, picking up and delivering to the site any new frame and covers, completing work by approved contractors and the cleaning of all utility chambers, maintenance holes, valve boxes and catch basins within the contract limits.

No additional payment shall be made for any interim adjustments to raise or lower the appurtenance, in order to perform the work.

Adjustment of any valves, utility frame and covers within the sidewalk areas shall be considered part of the Contract Price. No separate payment shall be made.

TS 4.50.10.03 New Frame and Covers – Item

Subsection 4.50.10.03 of TS 4.50 is amended by deleting the first paragraph in its entirety and replacing it with the following:

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the work.

New utility frame and covers supplied by the utility companies shall be considered incidental to the adjustments. No separate payment shall be made.

101 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-33

29. Amendments for Quality Verification Engineer – BR601SS

Supplementary Specification April 2018

The City of Toronto does not use or require the services of a Quality Verification Engineer (QVE) as noted in several of the Ontario Provincial Standard Specifications. Below are the amendments required to amend various Ontario Provincial Standard Specifications to remove the references to Quality Verification Engineer (QVE).

Amendment to OPSS.MUNI 539, November 2014

539.03 DEFINITIONS

Section 539.03 is amended by the deletion of the definitions for Certificate of Conformance and for Quality Verification Engineer.

Section 539.03 is amended by the addition of the following:

Certificate of Installation means a document issued by the design Engineer or design-checking Engineer confirming that the specified components of the Work are in general conformance with the requirements as specified in the Contract Documents.

539.04.02.05.01 Excavation Depths Less Than or Equal to Three Metres

The first sentence of clause 539.04.02.05.01 is deleted in its entirety and replaced by the following:

The design Engineer or the design-checking Engineer shall witness interim inspections of the following work:

539.04.02.05.02 Excavation Depths Exceeding Three Metres

The first sentence of clause 539.04.02.05.02 is deleted in its entirety and replaced by the following:

The design Engineer or the design-checking Engineer shall witness interim inspections of the following work:

539.07.03.04 Certificates of Conformance

Clause 539.07.03.04 is deleted in its entirety and replaced by the following:

102 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-34

539.07.03.04 Certificate of Installation

539.07.03.04.01 Excavation Depths Less Than or Equal to Three Metres

For Contractor designed protection systems to facilitate excavation depths less than or equal to 3 m and provided that surcharge loading due to vehicular traffic, construction equipment and materials, or other is beyond a horizontal distance defined by a 1H:2V line projected from the dredge line at the face of the protection system to the roadway surface, a completed certificate of installation shall be submitted to the Contract Administrator upon completion of the operation of the protection system and removal of the protection system. The design Engineer or design-checking Engineer’s seal and signature shall be affixed on the completed certificate of installation confirming that the protection system was installed, monitored, and subsequently removed in general conformance with the Working Drawings and as specified in the Contract Documents.

Should traffic be within a horizontal distance defined by a 1H:2V line projected from the dredge line at the face of the protection system to the roadway surface, the certificate of installation requirements as specified in the Excavation Depths Exceeding Three Metres clause shall apply.

539.07.03.04.02 Excavation Depths Exceeding Three Metres

For protection systems to facilitate excavation depths that exceed 3 m or should traffic, construction equipment and materials, or other be within a horizontal distance defined by a 1H:1V line projected from the dredge line at the face of the protection system to the roadway surface, a completed certificate of installation shall be submitted to the Contract Administrator upon completion of the operation of the protection system and removal of the protection system. The design Engineer or design-checking Engineer’s seal and signature shall be affixed on the completed certificate of installation confirming that the materials have been supplied and installed in general conformance with the Working Drawings and that the protection system was installed, monitored, and subsequently removed in general conformance with the Working Drawings and as specified in the Contract Documents.

Amendment to OPSS 611, November 2013

611.03 DEFINITIONS

Section 611.03 is amended by the deletion of the definitions for Certificate of Conformance and for Quality Verification Engineer.

Section 611.03 is amended by the addition of the following:

Engineer means a professional engineer licensed by the Professional Engineers Ontario to practice in the Province of Ontario.

103 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-35

Certificate of Installation means a document issued by the design Engineer or design-checking Engineer confirming that the specified components of the Work are in general conformance with the requirements as specified in the Contract Documents.

611.07.10.02 Proof of Performance Testing and Inspection

The third paragraph of clause 611.07.10.02 is deleted in its entirety and replaced by the following:

A Certificate of Installation shall be submitted to the Contract Administrator upon completion of the work. The design Engineer or design-checking Engineer shall affix his or her seal and signature to the completed Certificate of Installation confirming that the following are in general conformance with the requirements of the Contract Documents:

Amendment to OPSS 760, November 2014

760.03 DEFINITIONS

Section 760.03 is amended by the deletion of the definitions for Certificate of Conformance and for Quality Verification Engineer.

Section 760.03 is amended by the addition of the following:

Certificate of Installation means a document issued by the design Engineer or design-checking Engineer confirming that the specified components of the Work are in general conformance with the requirements as specified in the Contract Documents.

760.07.13.01 Interim Inspection of Footings and Posts

Clause 760.07.13.01 is deleted in its entirety and replaced by the following:

During construction of the noise barrier footings and posts and prior to the installation of the noise barrier panels from the fabrication facility, the design Engineer or design-checking Engineer shall conduct an inspection during the work to verify that the footings and posts have been constructed in general conformance with the Contract Documents and issue the Contractor written permission to proceed with the work. A copy of the written permission to proceed shall be submitted to the Contract Administrator prior to commencement of the next operation.

104 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-36

760.07.13.02 Certificate of Conformance

Clause 760.07.13.02 is deleted in its entirety and replaced by the following:

760.07.13.02 Certificate of Installation

A completed Certificate of Installation shall be submitted to the Contract Administrator upon completion of the installation of the noise barrier system. The design Engineer or design-checking Engineer shall affix his or her seal and signature to the completed Certificate of Installation confirming that the installation has been carried out in general conformance with the Contract Documents and manufacturer’s specifications.

Amendment to OPSS 902, November 2010

902.03 Definitions

Section 902.03 is amended by the deletion of the definitions for Certificate of Conformance and for Quality Verification Engineer.

902.04.02.02 Milestone Inspections

Clause 902.04.02.02 is deleted in its entirety and replaced with the following:

The Contract Administrator shall witness the following interim inspections of the work:

1. Dewatering of excavation for structure.

2. Completion of excavation for foundation.

3. Excavation for backfill and frost tapers.

4. Backfilling.

The next operation shall not proceed until the Contract Administrator has examined the excavation and given approval in writing to perform subsequent work.

902.07.08 Certificate of Conformance

Subsection 902.07.08 is deleted in its entirety.

Amendment to OPSS 906, November 2012

906.03 Definitions

Section 906.03 is amended by the deletion of the definitions for Certificate of Conformance and for Quality Verification Engineer.

105 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-37

Section 906.03 is amended by the addition of the following:

Certificate of Fabrication and Installation means a document issued by the Design-checking Engineer confirming that the specified components of the Work are in general conformance with the requirements of the Contract Documents.

906.04.03 Interim Inspection after Fabrication of Components

Clause 906.04.03 is deleted in its entirety and replaced by the following:

Upon completion of fabrication of the components, and prior to erection, an Engineer shall conduct an interim inspection of the work to verify that the fabrication of components has been carried out in general conformance with the shop details, welding procedures, and Contract Documents and issue the fabricator written permission to proceed with the work.

906.07.08 Certificate of Conformance

Clause 906.07.08 is deleted in its entirety and replaced by the following:

906.07.08 Certificate of Fabrication and Installation

A certificate shall be submitted for all fabrication and installation work for which Working Drawings are submitted.

A completed certificate of fabrication and installation shall be submitted to the Contract Administrator upon completion of the structure erection. An Engineer’s seal and signature shall be affixed on the completed certificate of fabrication and installation confirming that the work has been carried out in general conformance with the shop details, welding procedures, erection diagrams, erection procedure drawings, and Contract Documents.

Amendment to OPSS.MUNI 908, November 2014

908.03 DEFINITIONS

Section 908.03 is amended by the deletion of the definitions for Certificate of Conformance and for Quality Verification Engineer.

908.07.06.01 Certificate of Conformance

Clause 908.07.06.01 is deleted in its entirety.

106 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-38

Amendment to OPSS.MUNI 909, April 2017

Section 909.03 is amended by the deletion of the definitions for Certificate of Conformance and for Quality Verification Engineer.

Section 909.03 is amended by the addition of the following:

Certificate of Installation means a document issued by the design Engineer or design-checking Engineer confirming that the specified components of the Work are in general conformance with the requirements as specified in the Contract Documents.

909.04.02.05 Precast Report

Clause 909.04.02.05 i) is deleted in its entirety.

909.07.20 Certificate of Conformance

Clause 909.07.20 is deleted in its entirety and replaced by the following:

908.07.20 Certificate of Installation

Within 5 Business Days of erecting all the members within a stage, the Contractor shall submit to the Contract Administrator a Certificate of Installation sealed and signed by the design Engineer or design-checking Engineer. The Certificate shall identify the members and state that the Work has been carried out in general conformance with the signed and sealed documents, which include the Working Drawings, supporting documents, and Contract Documents.

Amendment to OPSS 919, November 2011

919.03 Definitions

Section 919.03 is amended by the deletion of the definitions for Certificate of Conformance and for Quality Verification Engineer.

Section 919.03 is amended by the addition of the following:

Certificate of Installation means a document issued by the design Engineer or design-checking Engineer confirming that the specified components of the Work are in general conformance with the requirements of the Contract Documents.

107 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-39

919.04.02.02.02 Interim Inspection after Construction of Falsework

Clause 919.04.02.02.02 is deleted in its entirety and replaced by the following:

Upon completion of the falsework foundation and prior to installation of falsework, the design Engineer or the design-checking Engineer shall conduct an interim inspection of the work to verify that the falsework foundation has been constructed according to the Falsework Foundation Design Report and issue the Contractor written permission to proceed with the work.

919.07.05 Certificate of Installation

Certificates of installation shall be submitted for all formwork and falsework for which Working Drawings are submitted.

A completed certificate of installation shall be submitted to the Contract Administrator upon completion of the formwork and falsework installation prior to the placement of concrete. The design Engineer or design-checking Engineer’s seal and signature shall be affixed on the completed certificate of installation confirming that the formwork and falsework have been installed in general conformance with the Working Drawings and Contract Documents. The certificate of installation shall also certify that the interim milestone inspections have been completed as specified in the Contract Documents.

Amendment to OPSS.MUNI 922, April 2017

922.03 DEFINITIONS

Section 922.03 is amended by the deletion of the definitions for Certificate of Conformance and Quality Verification Engineer.

922.07.09.01 Certificate of Conformance

Clause 922.07.09.01 is deleted in its entirety.

Special Provisions

1. Capital Improvement Project Construction Sign – GN101SP

Special Provision September 2017 The Contractor is responsible for the fabrication, installation, relocation, maintenance and removal of the project construction sign. The signs must be in place prior to the commencement of the Work. Signs should be located near entry and exit points or at the beginning and end locations of the project. Signs should be posted in the area where the work is taking place and

108 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-40

visible to the public. The Contractor shall in consultation with the Contract Administrator, determine the appropriate location taking into account obstructions and sight lines.

Upon the completion of the project, the Contractor shall remove and dispose of the signs.

The following information shall be shown on the construction sign and shall be specialized for each project location:

Field: Description Text 1: Project Title Wilket Creek STS

2: Project Details Spring Garden Avenue to HWY 401

3: Start Date Spring 2020

4: End Date Winter 2020

5: Contract Number 19ECS-LU-03TT

Field: Description Text 1: Project Title North York Storm Trunk Sewer Rehabilitation

2: Project Details Keele Street to Black Creek

3: Start Date Spring 2020

4: End Date Winter 2020

5: Contract Number 19ECS-LU-03TT

Project Recreational Pathway Signs

Field: Description Text 1: Project Title (Line 1) Wilket Creek STS and North York Storm Trunk Sewer

Rehabilitation 2: Project Details Glendora Park Trail Closure

3: Additional Project Details

The Glendora Park Trail will be closed in sections due to planned improvements to the Wilket Creek Sanitary Trunk Sewer. We apologize for any inconvenience this may cause

3: Start Date Spring 2020

4: End Date Winter 2020

5: Contract Number 19ECS-LU-03TT

Field: Description Text 1: Project Title (Line 1) North York Storm Trunk Sewer Rehabilitation

2: Project Details Trail Closure

3: Additional Project Details

The Trail will be closed in sections due to planned improvements to the North York Storm Trunk Sewer. We apologize for any inconvenience this may cause

3: Start Date Spring 2020

109 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-41

Field: Description Text 4: End Date Winter 2020

5: Contract Number 19ECS-LU-03TT

The size of the construction sign shall be 1,200 mm x 1,200 mm

The Contractor is to confirm the above sign information with the Contract Administrator before fabrication.

The design layout and specifications for the Capital Construction / Improvement Sign can be found by going to Engineering and Construction Services web page at www.toronto.ca/ecs-standards.

Measurement for Payment

For measurement purposes, a count shall be made of the number of new capital improvement project construction signs fabricated and installed.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

2. Construction and Traffic Constraints – GN102SP

Special Provision September 2018 The Contractor’s schedule shall accommodate the below constraints, but is required to meet all stipulated contract completion dates:

Working hours during construction shall be restricted in accordance with the table below. No extension of Contract Time shall be permitted nor any delay claim shall be considered by the City due to adherence to these hours.

Day Working Description Monday to Friday 7:00am to 7:00pm Saturday Advance notice required. See below. Sunday Advance notice required. See below. Civic/Statutory Holidays Advance notice required. See below.

110 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-42

• The Contractor shall not begin their work before 7 a.m.

• The Contractor shall schedule their work to complete the Contract by the stipulated completion date. The cost of all overtime, weekend work, night work where permitted shall be included in the appropriate bid prices and is subject to approval by the City and Contract Administrator.

• Where the Contractor works past daylight hours, all provisions must be made to ensure a safe working environment including portable lights and generators, lighting equipped barriers as necessary.

• The Contractor shall make a request to the Contract Administrator and provide at least 5 Calendar Days advance notice for review and approval of any work that is to be undertaken outside of normal working hours or on Saturdays, Sundays or Statutory Holidays.

• If emergency works to be carried out arise as a result of the Contractor’s negligence or fault and the Contractor is required by the City to work on Sunday, Civic Holiday, Federal Holiday or on a Statutory Holiday in order to remedy the consequences of their negligence, the Contractor will not be compensated for such remedial works.

• The Contractor shall not work during Jewish High Holy Days of Rosh Hashanah and Yom Kippur on site within 350 metres of a synagogue. The Contractor should divert the work crews to other projects on these days and coordinate their work accordingly. These days shall be considered Working Days.

The following traffic restrictions shall apply:

Wilket Creek Site:

o Work along Spring Garden Avenue shall include a Full Road Closure to support the flow diversion, east of Kenneth Avenue.

o Work at the intersection of Kenneth Avenue and Spring Garden Avenue is to include a temproary nlane closure. Traffic along Kenneth is to be reduced to one direction to alleviate the need for flagman. Pedestrian access through the Parkette west of Kenneth Avenue is to be maintained at all times.

o Two (2) lanes of traffic in either direction are to be maintained whenever possible on Sheppard Avenue. A short term lane closure requiring only one east bound lane is anticipated for a short duration (estimated 1-week) during work at MH133-083. Pedestrian access to be maintained on both sides of Sheppard Avenue at all times.

o A single lane closure is anticipated at the intersection of Willowdale Avenue at Glendora Avenue. The lane closure is to result in single active

111 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-43

westbound lane allowing one-way traffic only. Pedestrian throughfare is to be maintained along the north-east curb. Pedestrian access to the park is to be maintained, however the south-west sidewalk is to be closed along Glendora Avenue and Willowdale Avenue.

North York STM Site:

o Access to the valleyland will require truck access from Keele Street. Temporary lane closures of the south-bound curb lane is anticipated. The contractor is to notify the Contract Administrator a minimum of 10 working days prior to any proposed lane closure on arterial roads. Advanced signage is required to be posted a minimum of 7 days in advance of lane closures on major arterials. The City is to advise wording of signage.

• Only one-half of the road width, within the limits of each staging, shall be closed to vehicular traffic at a time, unless otherwise shown on the traffic control plans. Uninterrupted pedestrian traffic on both side of the street shall be maintained at all times during construction. Pedestrians shall be separated from the construction activities with temporay fast fence or equivalent.

• The Contractor shall maintain uninterruped TTC bus routes including WheelTrans services at all times during construction. The Contractor shall coordinate with the TTC for the temporary bus stop closures and provide adequate temporary signs and proper access ramps for public transit passengers.

• Due to the requirement to inform the public of any impending closures of the roadway, the Contractor shall give the Contract Administrator at least 7 Day notice before any closures.

• The Contractor shall have no claim for delay or any cost or expense arising out of:

o a rejection by the City of a request to close lanes other than as provided in this

Special Provision or on the Contract Drawings, o cancellation of any scheduled closure of lanes due to inclement weather or

unforeseen circumstances, or o parking infractions due to construction.

• Milling and paving within all major intersection areas including signalized intersections shall commence on a Friday after 7:00 p.m. followed by asphalt paving within the major intersections and signalized intersections on Saturday.

112 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-44

• If when paving on a Saturday, inclement weather or otherwise, prevents the Contractor from completing the work, then the Contractor shall continue paving on the next day (Sunday) in order to complete the work.

• Lane widths shall be restricted to a minimum of 3.3 metres for lanes with a bus route or 3.0 metres otherwise and maintained during construction with "narrow lane" warning signage posted. Lanes shall be shifted and repainted if required.

Should any unforeseen conditions arise the Contract Administrator will have the right to direct the Contractor to re-schedule construction in a manner that minimizes the effects thereof.

Basis of Payment

All costs associated with this Work shall be incidental to all related items of Work. No separate payment shall be made.

3. Notices to Public – GN113SP

Special Provision April 2017

Notice No. 1 (Pre-construction Notice)

Prepared by the Contract Administrator that includes an introduction to the upcoming construction contract and indicates the name and contact phone number of the Contract Administrator or Field Ambassador. Notice No. 1 shall be delivered by the Contract Administrator to all properties within the contract area no less than two months in advance of the start of on-site activities by the Contractor.

Notice No. 2 (Construction Notice)

A Construction Notice, prepared by the Contract Administrator that includes a detailed description of the upcoming construction work and indicates the name of the Contract Administrator and company name and contact phone number of the Field Ambassador, including any details of periodic interruptions of water service, details of temporary water service connections and construction activities that may impact public access to the site.

Notice No. 2 shall be delivered by the Contract Administrator to all properties within the contract area no less than 14 Calendar Days before any activities by the Contractor.

113 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-45

Specialized Messaging

From time to time there may be additional notices to communicate key messages affecting individuals or a group of properties. Examples include residential or commercial or multi-residential water shut-offs, parking restrictions, driveway access, tree removals, TTC service and so on. Five Working Days notice shall be given to the Contract Administrator to prepare the notice. The Contractor shall deliver the notice within 2 Working Days.

Basis of Payment

All costs associated with this Work shall be considered incidental to all related items of Work. No separate payment shall be made.

4. Pre-Construction Photos and Videos – GN114SP

Special Provision September 2018 The Contractor shall provide the Contract Administrator photos or videos or both in digital format that clearly shows every property adjacent to the Working Area prior to the start of construction. Driveways, gardens, walls, fences, culverts, walkways, trees, roads, maintenance holes, street furniture, park furniture and structures, signage, paved areas, and any other permanent features or structures affected by the construction should be clearly visible on the recording media.

The digital photos or video or both shall be used by the Contract Administrator to verify that the restoration of any affected areas is restored to pre-construction conditions. A written summary shall be provided with details as to when the Work was completed, which locations inspected, all photos and video logs labelled along with a map to indicate areas inspected for each street.

Should the Contractor not have pre-construction photos or video of the area being restored, shall in no way, relieve the Contractor of any responsibility to complete the restoration to match existing conditions to the complete satisfaction of the Contract Administrator and the property owners.

Measurement of Payment

Measurement for providing photos or videos or both shall be by lump sum.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

114 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-46

5. Pre- and Post-construction Condition Surveys – GN116SP

Special Provision September 2018

Pre-construction Condition Survey

The Work performed under this tender item shall be the completion of a site pre-construction condition survey of all properties adjacent to the proposed Work at the following locations:

Wilket Creek STS

Street Name From Street To Street

Spring Garden Avenue Kenneth Avenue Easement

Easement/Trail Spring Garden Avenue Sheppard Avenue

Easement/Trail Sheppard Avenue Anndale Drive

Glendora Park Anndale Drive HWY 401 Corridor

HWY 401 Corridor MH133-073 MH133-072

199 Upper Canada Drive MH133-071 MH133-070

North York STM

Street Name From Street To Street

Easement Outfall Culford Road

Easement Culford Road Keele Street

50 Ingram Drive MH380-004 N/A

The pre-construction condition survey shall be completed by an independent consulting engineer with documented experience, as a third party, in interior and exterior condition surveys of structures near construction operations.

The pre-construction condition survey shall be completed at least one week prior to the start of each street location of the Work and shall be conducted on all businesses and residences immediately located within, adjacent to, or within 30 metres of the Work area and for selected business or residences located outside of the Work area.

A Construction Notice on City of Toronto letterhead shall be prepared by the Contract Administrator advising of the pre-construction condition survey. These notices shall be hand delivered by the Contractor to all affected owners and occupants.

115 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-47

The pre-construction condition survey consists of the following activities:

Survey data shall be recorded in a written and by photographic means, as deemed necessary for proper record;

The type and date of construction shall be recorded;

Differential settlements and visible cracks in walls, floors and ceilings shall be identified and described room by room. All other structural or cosmetic damages shall be identified and recorded;

All driveways, walks and stairs shall be inspected and any existing damage shall be recorded; and

Completion of a report indicating properties inspected, refusals of entry and an evaluation of potential hazards.

The independent consulting engineer is required to make up to three attempts to contact each property to set up an arranged meeting to complete the survey with the resident or property owner. At least one of these attempts is to be made outside of working hours for example, on a Saturday, or weekday evening.

Following delivery of survey notices and preliminary attempts to contact property owners, the Contractor shall provide the Contract Administrator with an intermediate report detailing attempts to contact property owners and responses.

Upon the completion of the survey, the Contractor shall provide the Contract Administrator with a log of all dates the properties were visited, which properties were surveyed, and which properties refused survey.

Upon the completion of the surveys and reports, the Contractor shall provide one hard copy and one digital copy in PDF format copies of the condition survey report to the Contract Administrator.

When requested from a resident, the City not the independent consulting engineer is to provide a copy of the condition survey and photos of the surveyed property to the property owner.

116 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-48

Post-construction Condition Survey

The same independent consulting engineer shall complete the pre-construction condition and the post-construction condition surveys.

The post-construction condition survey shall be completed on all residences and businesses that have reported issues as a result of the Work. The post-construction condition survey shall inspect any damage that may have occurred as a result of the Work.

In the event of any claims for damages because of the construction, the independent consulting engineer shall supply post-construction condition surveys and accompanying reports for up to and including 10 properties at no extra cost to the City. Additional payments shall be negotiated if more than 10 post-construction surveys are required.

The Contractor shall be responsible for dealing with and settling any claims that may result. The Contract Administrator shall be kept informed of all claims received and the status of the claims. The Contractor shall be responsible for all damage due to Construction. The Contractor shall indemnify the Owner against any claims by abutting property owners for damages sustained due to any construction activities.

Measurement for Payment

Measurement shall be by lump sum and shall be pro-rated based on the following:

• 70 per cent at the completion of the pre-construction report and • 30 per cent prorated against the pre-construction report, per post-construction report at the

completion of the post-construction project, if required.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

6. Test Pits to Expose and Verify Existing Utilities – GN122SP

Special Provision September 2018 The Contractor shall arrange for non-mechanical type excavations, such as Hydrovac or hand digging to undertake the exposure of the existing utilities or structures within the roadway or boulevard and as required by utility companies.

117 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-49

A plan of the proposed locations of all test pits is to be supplied by the Contractor to the Contract Administrator. Prior to proceeding with the proposed test pits approval from the Contract Administrator is required.

The test pits to expose and verify utilities shall include the following:

all traffic control;

excavation, sheathing, shoring, trench dewatering;

the removal and disposal off site of asphalt pavement, concrete road base, brick gutter, concrete or asphalt curb, curb and gutter, monolithic curb and sidewalk, sidewalk, crosswalks, walkways, flag stone, boulevards, driveways and entrances (all thicknesses);

remove and salvage existing unit pavers and interlock stone;

protecting and supporting of adjacent components that shall remain during and after the work including existing structures, sewers, laterals and watermains, services and utilities, light poles, hydro and traffic signal poles, hand wells, maintenance holes, catch basins, retaining walls, curbs, road base, driveways, sidewalks, crosswalks, walkways, valve boxes, signs and posts, fences, bollards, gardens, decorative stones, garden edging and vegetation, residential sprinkler systems and lighting systems. Any damage to existing components shall be properly repaired at no extra cost to the City;

disposal of excavated material off site;

the supply, placing and compacting of unshrinkable fill according to TS 13.10 under hard surfaces such as asphalt, concrete, interlock stone and Granular B Type II or select native material at other locations for backfilling;

the installation and maintenance of permanent restoration for concrete and asphalt sidewalks, curb and roadway; and

restoration of test holes by the next Day;

permanent restoration of all existing landscaping, sodding, fences, river stone, gardens, decorative rocks, vegetation, interlock stone or lock stone, unit pavers, concrete and asphalt walkways or driveways (all types), sodding to pre-construction conditions or better.

A minimum of 300 mm of compacted Granular A (free of RAP; reclaimed asphalt pavement) material shall be placed around any water services before unshrinkable fill is placed.

118 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-50

For gas mains, a minimum of 150 mm of sand padding must be placed over the pipe for protection. The gas main and valve assemblies must be sand padded before placement of the unshrinkable fill. The Contractor must ensure that placement of the unshrinkable fill does not displace the sand padding or directly contact the pipeline.

Test pits agreed to or requested by the Contract Administrator shall be at the Contract Price for test pits as specified in the Contract Documents. Test pits required by the Contractor to confirm locates are not payable.

Measurement for Payment

For measurement purposes, a count shall be made of the number of test pits completed.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work. All costs associated with locating existing utilities and services as outlined in the Special Specification, GN112SS - “Utility Locates” will not be paid out under the unit price for test pits.

Where the removal, disposal, backfill and restoration for the test pits are included in other tender items, the payment for the work shall be under the appropriate tender items.

7. Construction Survey and Layout – GN126SP

Special Provision July 2018 This special provision for survey and layout is supplemental to clause GC 7.02.01 Layout by Contractor.

The survey and layout shall be performed or supervised by a competent surveyor with a minimum of five years related field experience (the "Surveyor"). The Contractor shall ensure the Surveyor attends a pre-construction meeting and other meetings as requested by the Contract Administrator.

The Contractor shall provide a hard copy of the Contract Drawings to the Surveyor who will conduct or supervise the construction survey and layout.

The City will provide to the Surveyor a digital copy of the Contract Drawings in a read only format for the purpose of creating layout reports to enable field layout of the Project.

Prior to the commencement of the survey and layout, the Contractor, the Surveyor and the City shall meet to review, establish and confirm the following:

119 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-51

1. staging of construction; 2. layout sequencing, optimum location and preservation of all reference points; and 3. sequencing of construction, including the order of removal and replacement of surface and

sub-surface services and infrastructures.

Use of Global Positioning System (GPS) technology for the performance of survey and layout is not permitted.

Layout survey must be integrated into the existing horizontal and vertical control network and must be geographically referenced to the Ontario Coordinate System (MTM NAD27/CGS 1928).

The control and sub-control points established during the pre-engineering phase of the Project shall be used, and all of which must be verified and preserved over the course of the Contract.

The horizontal and vertical stations along the alignment shall be established at an appropriate offset and frequency to enable the accurate construction of the proposed features. The grade layout shall be carried out at no further apart than 20 m and where grade/direction changes occur.

All match points shall be verified and align with the existing conditions.

The grades of the constructed features shall be confirmed before proceeding to the next stage of work.

Any conflict or inconsistencies found between the Contract Drawings and the existing physical conditions shall be reported to the Contract Administrator immediately, and the survey and layout work shall be suspended until further directed by the Contract Administrator.

All readings and measurements taken during the survey and layout, including the following, must be properly recorded —in digital format with supplemental hard copy where necessary—and maintained for verification and future reference:

1. all control and sub-control points; 2. all horizontal and vertical stations; 3. layout/offset points; 4. grade sheets and field notes; and 5. information required for the preparation of as-built drawings ("Survey" column of Field

Services Manual Appendix E - As built Features Requirements, Attachment 1 of this Section 4A).

A copy of the records produced shall be stored by the Contractor on site and be accessible to the Contract Administrator at any time.

120 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-52

The Contractor shall submit grade sheets to the Contract Administrator within 7 days of completion of layout.

Upon the completion of sewer works, the Contractor shall provide invert elevation checks of all sewers, maintenance holes, watermains, services, and catch basins installed. In addition, the Contractor shall accurately record all sewer and maintenance hole offsets. All information in this survey shall be provided on the as-built drawings. The Contractor shall also complete a post-construction survey of the roads, curbs, gutters, and sidewalk elevations. The Contractor shall submit the post-construction survey and as-built drawings for review by the Contract Administrator within fourteen (14) calendar days of Substantial Performance.

Crosswalk Layout

Layout of the crosswalk boundary lines shall be at a minimum of three locations for each line. One location must be the centreline of the road and the other two shall be within 1.5 m of the new curb line, on each side, so that all three marks form a straight line that can be seen from both boulevards. Additional marks may be required for wider roads or obstructed views. The City will then use these intersection points to determine and mark out the area of removal of existing curb, curb and gutter, and sidewalk to facilitate the construction of new sidewalks with tactile walking surface indicator, where shown on the Contract Drawings. These marks shall be maintained until the new curb and sidewalk has been installed. The marks shall then be transferred to the curb prior to milling so that the alignment can be reinstated after the pavement has been placed.

Basis of Payment

All costs associated with this work shall be considered incidental to all related items of work. No separate payment shall be made.

8. Portable Changeable Message Sign – GN127SP

Special Provision September 2018 Portable changeable message signs are proposed at the following locations:

Street Name at Street Name Display Panel Size

Sheppard Avenue Young Street 2,000mm x 1,200mm

Sheppard Avenue Bayview Avenue 2,000mm x 1,200mm

121 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-53

Keele Street Tretheway Drive 2,000mm x 1,200mm

Keele Street Lawrence Avenue West 2,000mm x 1,200mm

The Contractor shall, in consultation with the Contract Administrator, determine the exact location taking into account obstructions, sight lines and right of way limitations. The Contract Administrator may request that the Portable Changeable Message Signs (PCMS) be relocated a maximum of three (3) times each at no extra cost to the City. Upon request, the Contractor must relocate the PCMS sign within 12 hours of being notified.

SCOPE

This special provision details the requirements for trailer mounted Portable Changeable Message Signs (PCMS). The Contractor shall supply and place the signs one week in advance of the Work.

REFERENCES

This Special Provision refers to the following standards, specifications or publications:

National Transportation Communications for ITS Protocol (NTCIP):

NTCIP 1203 v03 Dynamic Message Signs

DEFINITIONS

For the purpose of this Special Provision, the following definitions apply:

Pixel: means an assembly of LEDs that collectively form an image-forming unit. All LEDs in a pixel are turned on or off in unison.

PCMS: means trailer mounted, Portable Changeable Message Sign that includes sign structure, signcase, display elements, photocell sensor, CMS controller, and all other associated mechanisms and equipment required to form an operational display.

EQUIPMENT

Display

The PCMS display panel shall be small (urban) full matrix display meeting the following dimensions:

122 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-54

Width: 1000 to 1400 mm

Height: 1900 to 2300 mm

Larger PCMS units may be used if the desired location is suitable and approved by the Contract Administrator.

The PCMS shall incorporate a full matrix display of a minimum 30 x 55 pixels with 4 LEDs per pixel. The PCMS shall be capable of displaying a minimum of 12 characters per line at a minimum of three lines per panel.

The PCMS display shall be capable of rotating 360 degrees for multiple display options.

The PCMS shall incorporate a photo sensor system to provide automatic control of the display luminance as a function of the ambient illumination level. Messages displayed on the PCMS shall be legible from 50 to 300 metres in all ambient light conditions.

Signcase

The display elements and associated electronics shall be housed in weather-tight aluminum housing, designed to provide protection from solar radiation, water, dust, dirt and salt spray.

The sign face shall be constructed of non-glare, scratch resistant, high impact, ultraviolet radiation stabilized, polycarbonate sheeting. The polycarbonate sheets shall be hinged and prop rod secured to allow easy access to internal sign components for service and repair.

Trailer Mounting

The maximum dimensions of the Portable Changeable Message Sign while in display mode shall be as follows:

Maximum overall operating height = 4.3 m Maximum overall width = 2.0 m Maximum overall length = 3.8 m

Transportation

The PCMS shall be designed for towing at highway speeds. The PCMS shall incorporate a 50mm coupler or 75 mm pintle eye for easy towing and shall be adjustable in height from ground level.

Security

Wheel locks and other measures shall be provided to maintain the security of the PCMS on site. The sign case, battery enclosures and controller enclosures shall each be securely locked. Three (3) sets of master keys are to be provided for all locked components. The trailer should have a provision for securing it with a permanent structure or fixed object by a chain and lock. The PCMS shall be supplied with a chain and padlock.

123 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-55

The enclosure shall allow storage area for the chain/padlocks/wheel locks, etc. to be stored when not in use.

Lighting System

A 12 VDC lighting system shall be provided for the PCMS trailer and shall include tail lights, stop lights, clearance markers and license plate lights.

Paint

The PCMS and trailer assembly shall be painted construction orange.

Electrical System

All electrical/electronic components shall be of modular, interchangeable, plug-in type fabrication and shall be standard manufacturers’ components and CSA certified, where possible. If no CSA standards are available for a proposed component, other standards organization certification may be substituted with the approval of the Construction Administrator.

The PCMS shall be designed to continuously operate on solar power and deep cycle batteries such that there is no requirement for external charging. The fully charged deep cycle battery pack shall be capable of powering the PCMS for 21 consecutive days (with 24-hour operation, full intensity, and at 50% pixel operation) without charging from the solar panel or any external source.

Local Control Hardware

The local controller for the PCMS shall be fully NTCIP compliant and shall be powered by the 12V DC battery system. The local controller shall have a high contrast LCD display screen and a standard 84 keyboard with a flexible waterproof cover or a high contrast or colour LCD pressure-sensitive display screen or a hand held controller capable of quick programming.

PCMS Software

All message operations for the PCMS are to be controlled locally.

CONSTRUCTION

The signs shall provide up-to-date information regarding the Work, road closures and delays to the travelling public. The message shall be reviewed and updated on a daily basis in order to provide accurate information to the public. The wording of all messages on each sign shall be approved by the Contract Administrator.

MEASUREMENT FOR PAYMENT

For measurement purposes, a count shall be made of the maximum number of PCMS units required to be in operation at any one time during the Contract Time.

124 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-56

BASIS OF PAYMENT

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work. Payment shall include supply, place, operate, maintain, update message board, relocate and removal of the PCMS units.

9. Trench Stabilization – SW305SP

Special Provision October 2016 Should the Contractor encounter an unstable trench condition, the Contractor must immediately stop their operation, notify the Contract Administrator of the condition, and only proceed when approved to do so by the Contract Administrator.

The work of trench stabilization shall include:

1. Additional sub-excavation; 2. Supply and placement of Terrafix 300R non-woven geotextile overlapped a minimum of

600 mm; 3. Granular A (free of RAP; reclaimed asphalt pavement) according to TS 1010 to a depth of

300 mm for the full width of the trench; and 4. Disposal of excess material.

Basis of Payment

All costs associated with this work shall be considered incidental to all related items of Work. No separate payment shall be made.

10. Rock and Shale Excavation – SW307SP

Special Provision October 2016 The Contractor could during excavation or trenching encounter rock and shale during the installation of the following:

sanitary pipe sewers and associated appurtenances; and

maintenance holes.

Should bedrock be encountered, it should be removed by chipping. Under no circumstances will blasting or other methods causing vibrations to nearby structures be permitted.

125 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-57

The rock surface shall be cleaned by mechanical and manual means to provide a sound, and un-shattered surface free of loose rock, rock fragments, earth and debris.

Basis of Payment

All costs associated with the removal of rocks smaller than 0.5 m³ in size shall be considered incidental to all related items of Work. No separate payment shall be made.

Payment for the removal of rocks larger than 0.5 m³ in size shall be paid under Schedule A – Schedule of Prices for Changes in the Work and shall be full compensation for all labour, Equipment and Material to do the Work.

4. Project Schedule – SP01

Non-Standard Special Provision July 2019

The Contractor shall, within twenty-one (21) calendar days of the Order to Commence, submit for the approval of the Contract Administrator, a detailed construction Schedule that must comply with the following: Field Services Manual (FSM) and Capital Works Procedures requirements.

1. The Schedule must adhere to the Contract time of Substantial Performance and

completion dates; 2. The Schedule must show the logic and timing of major activities, proposed start dates,

from the Order to Commence, and estimated duration for activities;

3. The Contractor must identify the critical path, the float, early start and late start in their Schedule;

a. Float is defined as the amount of time an activity can be delayed or expanded before it impacts the specified completion date(s).

b. Float shall not be for the exclusive use of either the Contractor or the City/Contract Administrator.

c. In the event that the Contractor’s schedule(s) indicates completion prior to the stipulated overall completion (or other milestone) date(s), such float shall not be for the exclusive use of either the Contractor or City/Contract Administrator.

4. The Schedule must have a level of detail sufficient to identify the Contractor and each specific Sub-Contractor and their respective parts of the work and the specific location thereof;

5. The Schedule shall be completed in Microsoft Project. The Schedule shall be presented in graphic (Gantt Chart) form, displaying activities or other Project elements down the left side of the chart, with dates across the top, and activity durations as horizontal bars located in time;

The Schedule shall include an appropriate level of detail as determined by the Contract Administrator. Failure to develop or update the Schedule or provide data to the Contract

126 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-58

Administrator at the appropriate level of detail, as required by the Contract Administrator, shall result in the rejection of the Schedule. The number of activities shall be sufficient to plan and control the work, and is subject to the Contract Administrator’s acceptance. The Contract Administrator reserves the right to limit or increase the number of activities shown in the Schedule.

The Schedule shall show the sequence and interdependencies of construction and commissioning activities, as well as project-related activities reasonably required to complete the Work, and shall address the following at a minimum:

1. The Notice of Award; 2. The Order to Commence; 3. The Contractor’s commencement date; 4. Obtaining any applicable permits, design drawings, specifications and shop

drawings submittals for early product procurement, and long lead time items; 5. Mobilization and other preliminary activities; 6. Site Access; 7. Any Preliminary Site Work as applicable; 8. Specified Work sequences, constraints, and Milestones, including Substantial

and Total Performance dates as well as any interim Contract milestones; 9. Type of Work to be performed by the Sub-Contractor(s) involved; 10. Major components of the Work and other relevant details, including at a

minimum; a. Activities related to each and all of the bid items, and all divisions of the

work. b. Time for review of working drawings and mix design submissions. c. Submittals such as shop drawings having critical or near-critical schedule

importance. d. City and other activities that could impact progress. e. Utilities. f. Site Work. g. Excavation of shafts and tunnels. h. Pipe installation. i. Major structural, equipment, and architectural work. j. Construction of Maintenance Holes. k. Installation of Equipment. l. Stage Construction along route by chainage/station. m. Instrumentation and Control work. n. Testing, flushing and cleaning. o. Restoration. p. Project closeout and cleanup. q. Mobilization and Demobilization. r. Warranty Period.

In addition to any Contract-specified milestones, an appropriate number of milestones and Level-of-Effort activities, as accepted or required by the Contract Administrator, shall be included to facilitate tracking of progress.

The activities defined in the Schedule shall represent the planned durations in anticipation of normal manpower and equipment utilization in durations of whole Working Days.

127 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-59

Activity durations shall be determined based upon resource planning under contractually-defined On-Site Work conditions. In order to substantiate activity durations, the Contractor shall provide daily production and productivity assumptions such as, but not limited to: total units of work; labour and equipment hours per unit; crew sizes; limiting factors and equipment type.

In calculating activity durations, the effect of normal inclement weather on the various elements of the work shall be considered. For this Contract, the Contractor shall build in a minimum of 10 inclement weather dates per year. This rate is to be prorated for duration of the works where the Contract does not extend the entire year. The Contractor shall schedule the Work to minimize the effect of adverse weather, and to allow for protection of the Site from such effects.

Once the Schedule has been reviewed and accepted by the Contract Administrator and the City, the Schedule shall then be referred to as the Baseline Schedule. The Baseline Schedule is to be a fully resource-loaded schedule, with dollars or as required by the City or Contract Administrator.

The Contractor will be required to submit a monthly Progress Schedule to the Contract Administrator, matching actual work completed. The City will not process Payment Certificates until the Progress Schedule has been submitted, reviewed, and approved. Each Progress Schedule shall record and report data and report actual completion and/or start dates for each completed or in-progress activity, activity percent complete for in-progress activities, and forecast completion dates for all activities that are not yet complete. Logic connecting completed activities should reflect the actual sequence of the work as performed. Activity logic for completed activities will be adjusted as necessary to reflect actual as-built logic.

The Progress Schedule shall show the projected completion date of the Work based on the progress information inserted into it. The Contractor shall use the retained logic option when executing schedule calculation. The Baseline Schedule (or an approved revision thereto) shall be shown as a target schedule to indicate whether the current Progress Schedule remains on target, has slipped or is ahead of schedule. The Progress Schedule shall include a chart showing projected vs actual and earned quantities input at an activity level to enable Earned Value variance reporting.

If it appears that the Progress Schedule submitted by the Contractor no longer represents the actual sequencing and progress of the Work, the Contract Administrator may instruct the Contractor to revise the Progress Schedule and or Baseline Schedule.

Upon completion, the Contractor shall submit a full as-built Schedule with the application for Substantial Performance.

The Contractor shall be required to provide the Contract Administrator with a biweekly look-ahead schedule that updates/revises schedules at intervals of two weeks for the duration of the Contract. Updated/revised schedules shall include, in addition to requirements listed above, the following:

a. The schedule shall show the starting and completion dates of each section of the work;

128 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-60

b. The schedule must include all activities of the City, the Contract Administrator, or any other Contractor that are necessary for the Contractor to maintain orderly progress of the work in accordance with the Contract;

c. The schedule shall indicate all known impacts on the construction and what actions are being taken by the Contractor in order to ensure that the work will be brought back on schedule;

In the preparation of the Schedule, the Contractor shall focus on the necessity of completing work in the specified time with the least impact on the community.

The express or implied acceptance by the City or Contract Administrator of the Baseline Schedule and any Progress Schedules shall not constitute an approval or acceptance of the Contractor’s construction means, methods, or sequencing or its ability to complete the Work in a timely manner, and shall not place any obligation or responsibility on the City toward the Contractor, nor shall it, in any way, limit or restrict the Contractor’s obligations and responsibilities under the Contract.

Basis of Payment

All costs associated with this Work are considered to be incidental to all related items of Work. No separate payment shall be made.

5. Submittal Requirements – SP02

Non-Standard Special Provision July 2019

The Contractor shall submit to the Contract Administrator, with reasonable promptness and in orderly sequence as to not delay the work, submittals including, but not limited to, shop drawings, samples, plans, and schedules. The Contractor shall not proceed with the work affected by the submittal until the submittal has been reviewed and approved by the Contract Administrator.

The Contractor shall review the submittals prior to submission to the Contract Administrator to ensure that all necessary requirements of that submittal are met and that no errors or omissions have been made. The Contractor shall check and initial all submittals before submission to the Contract Administrator. The review by the Contract Administrator does not relieve the Contractor of this responsibility. Should there be deviations in the submittal, the Contractor shall note this on the submittal.

Unless noted otherwise in a specific Special Specification or Special Provision section, the Contractor shall only submit electronic copies of submittals for review. Following the review, a digital copy of the response will be returned to the Contractor. Paper copies of specific submittals may be required, and the Contract Administrator will advise when and where that is applicable. Should a revision be required, the Contractor shall submit the same copies as with the original submission. The Contractor shall allow for 10 Working Days for the Contract Administrator’s review of each submission.

This review does not release the Contractor of responsibility for the proper installation and performance of any material or equipment nor from the liability to replace should some of it prove defective or deficient. Submittals marked “Exceptions Noted Re-submit” must be

129 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-61

amended and re-submitted for review prior to proceeding or ordering to proceed. No order will be given for such work and such work will not proceed unless drawings have been returned marked either “No Exceptions Taken” or “Exceptions Noted”. Submittals marked as “Exceptions Noted” shall only proceed with the changes as noted. Should the review period be extended for any reason, no delay claim will be entertained.

All submittals shall have all units in metric. Where metric units are not produced, the Contractor shall write-in the converted metric values. Each submittal shall have a cover page providing the following information: Contractor name, Contractor’s contact title, date submitted, specifications or drawing referenced, location where equipment is to be installed, name of subcontractor or supplier. Upon approval, the Contractor shall not deviate from the approved submittal without written authorization from the Contract Administrator.

The Contractor shall plan Work accordingly to ensure that the review does not hinder the Schedule. Failure to submit required submittals shall result in the Contract Administrator stopping the work until the required submittals have been reviewed. The Contractor may not claim for any delay or cost that is the result of this stoppage of Work. The Cost for complying with these requirements shall be included in all appropriate Items. No separate payment shall be made for complying with these requirements or as a result of any delay that results by not complying with these requirements.

6. Submittal Schedule – SP03

Non-Standard Special Provision July 2019

Submittals shall be submitted to the Contract Administrator as per the following schedule in accordance with the Submittal Requirements. The Contractor shall note that the schedule below may not include all required submittals and shall review the specifications to ensure that all required submittals are completed.

The Contractor shall confirm with the Contract Administrator prior to the start of the Work, what submittals are required. The Contractor shall submit at the pre-construction meeting the following items:

A schedule listing out when all submittals will be submitted.

The list of Contractor’s equipment with all necessary details and schedule rates in accordance to OPSS 127 (make, model type, specification references, capacity, horse power, etc.);

The list of current labour rates for each category of workmanship (labourer, asst. pipe layer, pipe layer, driver, operator, etc.);

The above noted items shall be submitted and approved in order for the first progress payment to be processed.

The following submittals shall be submitted for the listed items prior to the start of the Work:

Construction Staging Plan Traffic Control Plan Preliminary Construction Schedule

130 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-62

Baseline Construction Schedule 24 Hour Emergency Contact List Work Plan Delivery and Handling Truck Routing Plan Concrete, Asphalt and Granular Material Contractor’s Health and Safety Plan/Procedures Material Safety Data Sheets Stakeout Sheets of Existing Utilities Site Verification Survey Ministry of Labour Project Notice Maintenance of Flows Plan Dewatering Plan Excavation Support Plan List of Proposed Disposal Facilities Disposal Facility Waivers Grade Sheets List of Deficient Catch basins and Maintenance Holes Proof of Site Office Insurance Site Trailer Keys Shoring and Excavation Plan

The following submittal packages shall be prepared for the listed items and their associated materials and appurtenances for approval:

High Capacity Inlet Catch Basin Structures Maintenance Holes/Chambers and Appurtenances Catch Basins Sewer Materials and Appurtenances Watermain Materials and Appurtenances Concrete Curb and Gutter Concrete Mix Asphalt Mix Trees/Plants Seeding and Sodding Subdrain Rebar / Reinforcing Steel

The following submittals shall be provided for the listed items upon their completion for review:

Biweekly Schedule Updates Pre-Construction CCTV Inspection Report Post-Construction CCTV Inspection Report Pre-Construction Condition Survey Reports Post-Construction Condition Survey Reports Pre-Construction Road/Sidewalk Survey Post-Construction Road/Sidewalk Survey Vibration Monitoring Test Reports Pre-Construction Site Photos and Comments Post-Construction Site Photos

131 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-63

Paid Duty Police Officer logs As-built grades, elevations, and offsets for MHs, watermains, and all

services Sewer Leakage/Deflection Testing Report Maintenance Hole Leakage Testing Report Watermain Pressure Testing Report Watermain Disinfection Testing Report

11. Contingency Allowance – SP03

Special Provision July 2019 This Provisional Sum is included in the Contract to cover the cost of any change in work required as directed by the Contract Administrator with the approval of the Owner. This item will only cover work that is not covered by a contract item in the Pricing Form. The work will be carried out and payments made on the basis outlined in Clause 3.11 of the General Conditions. Written consent from the Contract Administrator is needed in order to proceed.

12. Snow Removal and Disposal – SP04

Non-Standard Special Provision August-19

The Contractor shall be responsible for providing snow removal and disposal services to publicly accessible sidewalks and roads to maintain them in a safe condition clear of ice and snow, within the entire limits of the construction zone and access. De-icing salts shall be applied to sidewalks and roads accessible to the public, immediately upon visible accumulation. Snow removal on sidewalks and roads shall be initiated after 50 mm accumulation and shall be completed to the satisfaction of the Contract Administrator. In cases of extended snowfall, the Contractor shall provide snow removal, disposal, and salting as often as necessary to maintain safe access for vehicles and pedestrians, the frequency and degree of snow removal, disposal, and salting required shall be at the sole discretion of the Contract Administrator.

Payment for this item shall be on a time and material basis through the specific Allowance line item.

The City will not entertain any costs associated with delay for snow removal.

13. Winter Work and Non-Winter Work – SP05

Non-Standard Special Provision August-19

The Contractor shall note the staging requirements stated in the Special Provisions and shall plan the Work accordingly. The Contractor shall ensure that the project site and works are properly maintained and protected during the winter months. This shall include, but not be limited to:

132 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-64

COLD WEATHER MAINTENANCE

The Contractor shall ensure proper maintenance of the works, i.e. ramping catch basins, maintenance holes and joints, protection of curbs throughout the winter months while work is halted during this time.

COLD WEATHER PRECAUTIONS

When work is allowed or ordered by the Contract Administrator to be performed in cold weather, the Contractor shall provide suitable means for heating and protection of materials. The Contractor shall take all measures that are necessary for the performance and protection of such work. Cast in place concrete shall be protected from conditions such as wind which produces accelerated setting and development of excessive cracking. This shall be cause for rejection of finished work. From November 1st to March 31st, or as otherwise directed by the Contract Administrator, a membrane curing compound shall not be applied. Concrete shall be placed against thoroughly clean, properly treated surfaces free from snow, ice, shavings, dirt or other foreign materials. It shall not be laid on frozen ground. While concrete is being placed it shall be thoroughly and uniformly compacted by means of tamping, hand tools, vibrators, or finishing machines to secure a dense homogeneous structure close bonded with reinforcement and with a smooth formed surface.

When instructed by the Contract Administrator special equipment shall be in readiness to maintain the temperature of the concrete between 10 and 15 degrees Celsius for five (5) days after placing. When the air temperature is at or below 5 degrees Celsius or when there is a probability of it falling to this limit during placing, and from November 1st to March 31st in any case, the temperature of concrete when deposited shall be between 15 and 30 degrees Celsius. When pre-heating of concrete materials is required to satisfy the above condition, the temperature of the combined materials before cement is added shall be below 40 degrees Celsius. Aggregates shall not be heated above 80 degrees Celsius for any reason. When concrete is placed and the air temperature is below 0 degrees Celsius, concrete shall be suitably protected in heated enclosures, and kept from freezing temperatures for a period of seven (7) days and from alternate freezing and thawing for at least fourteen (14) days.

In the event that the Contractor suspends work onsite during the holidays, access to all driveways and private entrances must be unimpeded until work resumes.

All costs associated with Winter Work shall be included in the appropriate unit cost items requiring such work. No separate payment shall be made.

14. Maintenance of Sewer Flows – SP06

Non-Standard Special Provision August-19

During construction and rehabilitation of the Contract Works, the Contractor shall maintain flows in the existing sewer system and in any affected services. Where a temporary sewer bypass system is to be provided by the Contractor, the temporary bypass shall include all components needed for a fully functional sewer bypass system required to successfully complete all works described in this Contract.

133 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-65

The Contractor is responsible for designing a temporary bypass system to control and manage flows based on the information provided herein and on the Contract Drawings. The Contractor shall maintain sewer flows, sewer flow velocity and sewage depths within the sewer to a magnitude sufficient to permit installation and rehabilitation works specified in this Contract including but not limited to the CIPP liner, GRP liner, sewer replacement, and maintenance hole installations and maintenance hole rehabilitations.

The proposed bypass layout shown on the Contract Drawings is intended for permitting purposes and shows a suggested bypass sizing, alignment, and staging scheme for the rehabilitation and installation works described in this Contract. The Contractor shall be responsible for preparing and submitting to the City for approval, the Contractor’s own sewer bypass plan to maintain sewage depths and flows within the sewer at a level sufficient to allow construction, based on the Contractor’s chosen method of installation and preferred installation conditions in accordance with the Special Specifications of this Contract and the general requirements provided on the Contract Drawings.

As per the proposed bypass layout drawings, the Contractor is responsible for the supply and installation of temporary weir structures, made of timber or steel, upstream and downstream of each by-pass segment. Weir structures to be removed after sewer relining is complete.

The construction sequence considered during detailed design is outlined on the Contract Drawings for information purposes.

Spill Prevention & Response and Flood Control must be provided by the Contractor under this Contract.

All plans shall be subject to approval by the Contract Administrator and by all affected governing agencies (i.e. TRCA, RNFP) whereby permits and approvals have already been obtained. The Contractor shall be responsible for coordinating with governing agencies to revise all affected permits/approvals and shall include for time required to obtain revised permits/approvals when determining duration of construction. No delay claims, time extensions, or additional costs will be considered for rejections of submitted plans.

A Sewer Bypass Plan, Spill Response Plan, and Flood Control Plan shall be provided by the Contractor for the entire sewer bypass system according to the Contract Documents including, but not limited to, TS 4.02 “Construction Specification for Sewer Bypass Flow Pumping for Trunk Sewers” with modifications made as per the following:

A. TS 4.02.04.01 Temporary Sewer Bypass Plan

Add the following:

“Method of securing and protecting temporary sewer bypass piping and pumping equipment.

Analysis and provisions to protect piping and equipment from reverse flow and surging due to grade.

Service lateral bypass and protection methods.

Startup procedure of the temporary sewer bypass.

Procedures used to protect pumping equipment, piping, and operations from cold weather and freezing.”

134 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-66

B. TS 4.02.04.03 Flood Control Plan

Add the following:

“Procedures for monitoring the weather to be aware of potential flood events that may impact the construction site.

Specific actions to be taken to protect/secure the work zone, plant, materials and equipment in advance of, and during, a flood event.

Procedures for notifying the City of a possible flood event.

Procedures for protecting the public from the consequences of a flood event

Measures to be taken to minimize the impact of a flood event on the environment, local residents and sewerage infrastructure.

Specific actions taken to stop surface water from entering into sewer infrastructure through open excavations.”

C. TS 4.02.06.01 Pumps and Pumping Redundancy

Add the following:

“Pumping equipment and layout shall be compatible with all components of temporary bypass system and the construction layout/setup.

Pumps shall be equipped with instrumentation for monitoring of bypass flows.

For electric powered pumps provide suitable back up in the event of power failure.

For electric powered pumps provide the locations of the designated power source, details of the cabling and equipment to deliver the power to the pumps and a copy of the agreement with Toronto Hydro.

For diesel powered pumps, diesel storage at the site shall be outside any flood plain and in an approved mobile refueling tank. The mobile refueling tank shall be protected from the construction work. Provide double wall tanks or provide dikes as per Liquid Fuels Handling Code.

Contractor shall maintain all bypass system components.”

D. TS 4.02.06.02 Temporary Sewer Bypass Piping and Redundancy

Add the following:

“Temporary sewer bypass piping shall meet the requirements of Special Provision “Bypass Pumping HDPE Pressure Pipe and Fittings”. By-pass piping traveling along roadways shall be shallow buried below the road surface. If a portion of the pipe is above ground due to utility conflicts, the use of traffic ramps will be required.”

135 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-67

E. TS 4.02.06.03 Fire Fighting Equipment

Add the following:

“Provide appropriate fire extinguishers on site and available for use at all temporary pumping compounds.”

F. TS 4.02.06.04 Spill Response Kit.

Add the following:

“Provide a commercially available spill kit, capacity up to 40 gal. of spill, including absorbent boom supplies at each temporary pumping compound location. Staff trained in the proper use of the spill kit to be on site at all times during operation of the bypass.”

G. TS 4.02.07.05 Removal, Cleanup and Restoration

Add the following:

“Water from cleaning and flushing temporary sanitary or combined bypass pipes and pumps must not be discharged to or contaminate a water course.”

H. TS 4.02.07.06 Crossings

Add the following;

“At all times keep the bypass piping within the limits of the Working Area and away from paved roadways and sidewalks when possible. When the bypass piping is crossing driveways and roadways, place the bypass pipelines in trenches and temporarily restore utility cuts according to TS 4.60.

Construct temporary vehicle and pedestrian crossings over bypass piping to protect piping and vehicles from damage.

Before excavating across or along any existing utility or service the Contractor shall determine its exact location and elevation. Minimum clearance requirements, as shown on the Contract Drawings, must be met between the existing utility and bypass piping/equipment.”

A Sewer Bypass Plan, signed and sealed by a licensed Engineer, meeting the requirements of these specifications, must be submitted to the Contract Administrator at least four (4) weeks prior to the start of construction.

Existing Flow Conditions

Expected existing flow conditions for the Wilket Creek STS are provided as the bypass capacity on the Contract Drawings.

Due to the significant increase in flows observed during wet-weather conditions, the contractor is to schedule in-sewer-works to occur only during dry weather flow conditions. All crew members are to evacuate the sewer and remove non-waterproof equipment and tools when rain

136 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-68

events begin. In the event of flows greater than the bypass flow capacity provided in the Contract Drawings, the Contractor shall turn any required bypass pumping off and return flows to the sewer. The Contractor shall review the Environment Canada weather forecast prior to rehabilitation works and plan in-sewer-works accordingly. The Contractor is required to maintain a Sewer Flows Log and Bypass Pump Operations Log.

During construction the North York STM, a clear path downstream of temporary weirs shall be maintained between the downstream end of MH380-004 and the outfall structure to allow conveyance of stormwater flow at all time. When the flow path is located within the wall of shafts or open cut excavation, shoring shall be provided to contain the wet weather flows as well as to prevent scour, erosion, and sediment release of native or backfill materials.

Measurement and Payment

The Contractor shall be responsible for the operation and maintenance of bypass flows. During construction, should sewage backup occur, the damages caused will be rectified at the Contractor’s own expense.

All costs associated with flood and spill control, and with controlling and managing sewer flows shall be included in the Lump Sum cost item for temporary bypass pumping and shall include but not be limited to submittals, trenching, fluming, installations, backfilling, compacting, temporary pipe watercourse crossings, steel plating, testing, operation, monitoring, restoration below road sub-base, and removals, for all phases of the bypass plan; no separate payment shall be made for complying with these requirements.

No additional payment will be made and no time extension will be granted to the Contractor for any alterations/additions/modifications from the proposed temporary bypass system indicated in the Contract Documents including but not limited to design, completing any further investigations, attaining the necessary approvals/permits, procurement of the temporary bypass system components including temporary creek crossings, construction, operation and maintenance, and removal of the temporary bypass system.

In the event of wet weather resulting in flows greater than design flow values identified on contract drawings, the Contractor shall delay in-sewer-works until sewer flows return to below the bypass capacity. All delays to in-sewer-works due to high flows must be approved by the Contract Administrator prior to acceptance. Provided that the delay is accepted by the Contract Administrator, the Contractor will be given additional time only for the delay; no additional payment or claim will made for the delay and for complying with these requirements.

15. Bypass Piping HDPE Pressure Pipe and Fittings – SP07

Non-Standard Special Provision July 2019

SCOPE

This section covers the requirements for temporary bypass pipework and fittings in order to maintain flows in the sewers and manholes.

137 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-69

DESIGN REQUIREMENTS Design piping system to withstand the maximum stress, including anticipated operating pressures, hydrostatic pressure, earth loads and traffic loads based on the requirements of the Contractor’s proposed temporary bypass system. SUBMITTALS Action Submittals:

Shop Drawings: a. Catalog information confirming pipe, fittings, valves, pressure rating, thickness,

size and other materials conform to requirements of this Section. b. Drawings of specific connection details.

Informational Submittals: 1. Manufacturer’s Certificate of Compliance and Manufacturers’ Services, stating that

inspections and specified tests have been made and that results thereby comply with requirements of OPSS 1842.08.

2. Certification from pipe manufacturer that Contractor is qualified to join, lay, and handle pipe.

3. Experience and training record of persons to be fusing HDPE pipe. 4. Field Hydrostatic Testing Plan: Submit at least 15 days prior to testing and at

minimum, include the following: a. Testing dates. b. Piping systems and section(s) to be tested. c. Method of isolation. d. Method of conveying water from source to system being tested. e. Calculation of maximum allowable leakage for piping section(s) to be tested. f. Method for safe disposal of tested water.

5. Certifications of Calibration: Approved testing laboratory certificate if pressure gauge for hydrostatic test has been previously used. If pressure gauge is new, no certificate is required.

QUALIFICATIONS Pipe Manufacturer: Listed with Plastic Pipe Institute as meeting recipe and mixing requirements of resin manufacturer for resin used to manufacture pipe for this Project. Persons fusing HDPE pipe shall have minimum of 1 year of experience with fusing HDPE pipe and shall have received training for fusing HDPE pipe in accordance with recommendations of pipe supplier or fusing equipment supplier.

DELIVERY, STORAGE, AND HANDLING A. Delivery, storage and handling shall be in accordance with manufacturer’s

recommendations. B. Pipes, fittings, and specials shall be marked indicating manufacturer’s name, pipe

type, size and class. C. Shipping: Do not scrape, cut, kink, or otherwise damage pipe during transportation.

138 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-70

D. Storage:

1. Limit stacking of pipe to a height that will not cause excessive deformation of bottom layers of pipes under anticipated temperature conditions.

2. Where necessary due to ground conditions that may damage the pipes and fittings, store pipe on wooden sleepers, spaced suitably and of such widths as not to allow deformation of pipe at point of contact with sleeper or between supports.

3. Following manufacturer’s recommendations for cold weather storage. E. Damaged pipes, fittings and specials will not be accepted.

ENVIRONMENTAL CONDITIONS Fusing Conditions: Allow for expansion and contraction due to temperature change. DEFINITIONS

1. Blisters: Means voids on the interior or exterior pipe surfaces which have either deformed the surface of the pipe or have burst, thereby resulting in visible craters.

2. Chatter Marks: Means a rough washboard or corrugation effect on the interior or exterior of a pipe (the wave lengths of which is less than 10 times the minimum wall thickness of the pipe). Chatter marks are distinct from smooth waviness.

3. Smooth Waviness: Means the result of uneven product flow on the interior or exterior surface of a pipe.

4. Dents: Means smooth depressions on the interior or exterior surface of a pipe. 5. Die Lines: Means continuous longitudinal lines on the interior or exterior surface

of a pipe, resulting from molten plastic being drawn over the mandrel of the die. 6. Drag Marks: Means a deformity or break in the exterior surface of a pipe

caused by excessive friction at the sizing box. 7. Gels: Means the result of fish eyes, agglomerates or burned polymer, which

are not blended uniformly into the surrounding material. They may appear as protrusions from the interior or exterior pipe surface and are often accompanied by trailing voids.

8. Knot Lines/Spider Lines: Means continuous longitudinal lines on the interior surface of a pipe resulting from the welding of plastic after passing through the spider of the die.

9. Rock Marks: Means depression on the exterior pipe surface. SERVICE CONDITIONS

Contractor to determine specific operating conditions based on the requirements of his proposed temporary sewer bypass plan.

139 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-71

MATERIALS

Pipe and Fittings: 1. Conform to requirements of OPSS 1842. 2. Polyethylene resin shall meet or exceed requirements of ASTM D3350 for

PE 3408 material with cell classification of 335434C, or better. 3. Maximum Allowable Hoop Stress: 5.5 N/mm2 at 23 degrees C. 4. Pipe sizes shall conform to ASTM F714. 5. Pipe and fittings shall have a pressure rating to suit the maximum operating

pressures of the proposed temporary bypass system. A. Pipe lengths, fittings, and flanged connections to be joined by thermal butt-fusion shall

be of same type, grade, and class of polyethylene compound and supplied from same raw material supplier.

B. Fittings shall be molded for sizes 150 mm and smaller and shall be fabricated from

polyethylene pipe; for sizes 200 mm and larger, by means of thermal butt-fusion or molded. Ends of fabricated fittings shall not be trimmed to match pipe section to which they are going to be joined. Polyethylene fittings shall have same or higher pressure rating as pipe when installed.

C. Flanges: ASTM A536, ductile iron backing flanges with ANSI B16.1 Standard drilling.

Flanges shall be complete with one-piece, molded polyethylene stub ends. Flanged connections shall have same or greater pressure rating as pipe.

D. Gaskets: Gasket material, size, and thickness shall be as recommended by pipe or

flange manufacturer.

E. Joints: Thermal butt-fusion, except where connecting to unions, valves, and equipment with flanged connections that may require future disassembly.

F. Bolts, Nuts, Washers: Carbon steel, ASTM A307, Grade A hex head bolt, and

ASTM A563, Grade A hex head nuts. Bolts shall be fabricated in accordance with ANSI B18.2.2 and provided with washers of same material as bolts.

INSPECTION AND TESTING BY MANUFACTURER Unless otherwise specified inspection and testing on materials and pipes shall be in accordance with OPSS 1842. EXAMINATION Verify Conditions Prior to Installation: Proposed bypass route, existing access road, driveways, and creek crossings. Inspect pipe and fittings to ensure no cracked, broken or otherwise defective materials are being used.

140 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-72

PREPARATION A. Verify pipe size, condition, and class prior to placement of pipe. B. Existing Surface:

1. Ensure proposed bypass route is free of loose materials, rocks, stones, roots and materials protruding above the ground surface which may damage the bypass pipe.

C. Trench Grade and Width:

1. Prepare trenches for crossings beneath roads, driveways, and pathways as shown on the Contract Drawings.

2. Contractor to design crossing embedment and backfill based on the maximum anticipated soil, hydrostatic and traffic loading.

3. Trench grade and width to be sufficient to accommodate the necessary bypass pipe, conduits, bedding and backfill.

D. Bedding:

1. In accordance with Special Provision “Approval of Granular Material and Concrete Mix Operations”.

E. Temporary HDPE Pipe & River Crossing Ballast Weights 1. Where a risk of pipe submersion exists, the Contractor shall, in accordance with

details on the Drawings, prepare adequate numbers of River Crossing Ballast weights to hold the HDPE pipe in place and minimize movement and overcome buoyancy.

INSTALLATION A. General:

1. Fabricate and install polyethylene pipe in strict conformance with OPSS 412 and 1842, and pipe manufacturer’s recommendations.

2. Joining: Butt-fuse pipes and fittings in accordance with pipe manufacturer’s recommendations. Depending on site conditions, perform butt-fusion joining in or outside of excavation.

3. Mechanical Connections: Connect HDPE pipe to auxiliary equipment such as valves, pumps, tanks, and other piping systems with flanged connections as follows:

a. Polyethylene “stub end”, thermally butt-fused to ends of pipe.

b. Ductile iron backing flanges with ANSI B16.1 Standard drilling.

c. Bolt and nut of sufficient length to show a minimum of three complete threads when joint is made and tightened to manufacturer’s standard. Retorque nuts after 4 hours.

d. Gaskets as specified.

4. Special Precautions at Flanges: Support polyethylene pipe connected to heavy fittings, manholes, and rigid structures in such a manner that no subsequent relative movement between polyethylene pipe at flanged joint and rigid

141 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-73

structures is possible.

B. Placement:

1. Handle joined pipeline in such a manner that pipe is not damaged by dragging it over sharp and cutting objects.

2. Position slings for handling pipeline away from butt-fused joints.

3. Remove sections of damaged pipe and replace it with undamaged pipe. Damaged pipe is defined as pipe with visible kinks or gouges exceeding 10% of wall thickness.

4. Exercise care when lowering pipe into trench to prevent damage or twisting of pipe.

5. Snake pipe from one side of trench to other to allow for thermal and settling movements.

6. Install adequate numbers of River Crossing Ballast weights to hold the HDPE pipe in place and minimize movement and overcome buoyancy, where a risk of pipe submersion exists.

7. At flanges, valves, and connections, excavate trench bottom out sufficiently to ensure clearance between undisturbed trench bottom and flange, valve, or connection.

8. Handle pipe with special care during temperatures below freezing.

9. Maintain trench dry and do not lay pipe in trench with water.

10. If the temperature of air is below 0 degrees C, provide all necessary heating equipment, tarpaulins, etc. to prevent trench from freezing.

11. Lay no pipe when air temperature is below –4 degrees C, unless permission has been granted by the Contract Administrator.

TESTING AND INSPECTION A. Pipeline Hydrostatic Test:

1. General: a. Notify Contract Administrator in writing 5 days in advance of testing.

Perform testing in the presence of the Contract Administrator.

b. Test newly installed pipelines. Using water as test medium, pipes shall successfully pass a leakage test prior to acceptance.

c. Furnish testing equipment calibrated by an approved laboratory and perform tests in a manner satisfactory to the Contract Administrator. Testing equipment shall provide observable and accurate measurements of leakage under specified conditions.

d. Isolate new pipelines that are connected to existing pipelines.

e. Conduct field hydrostatic test on the buried piping after trench has been completely backfilled. Testing may, as approved by Contract Administrator, be done prior to placement of asphaltic concrete or roadway structural section.

142 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-74

f. Contractor may, if field conditions permit and as determined by Contract Administrator, partially backfill trench and leave joints open for inspection and conduct an initial service leak test. Final field hydrostatic test shall not, however, be conducted until backfilling has been completed as specified above.

g. Contractor shall provide an adequate supply of temporary water.

2. Preparation: a. Install temporary thrust blocking or other restraint as necessary to

prevent movement of pipe and protect adjacent piping or equipment. Make necessary taps in piping prior to testing.

b. Wait 5 days minimum after concrete thrust blocking is installed to perform pressure tests. If high-early strength cement is used for thrust blocking, wait may be reduced to 2 days.

c. Prior to test, remove or suitably isolate appurtenant instruments or devices that could be damaged by pressure testing.

d. New Piping Connected to Existing Piping: Isolate new piping with grooved-end pipe caps, blind flanges, or other means as acceptable to Contract Administrator.

3. Procedure: a. Test pressure shall be 150 percent of system operating pressure based

on pressure as measured at lowest point in pipeline.

b. Maximum filling velocity shall not exceed 75 mm per second, calculated based on full area of the pipe.

c. Expel air from pipe system during filling.

d. Allow a period of 24 hours before starting test.

e. Test procedure consists of two steps: initial expansion phase and test phase. During initial expansion phase, apply and maintain specified test pressure with hydraulic force pump. Valve off piping system when test pressure is reached. Add make-up water at hourly intervals for 3 hours to maintain test pressure. Continue initial expansion phase for 4 hours and then begin test phase. Test phase shall continue for 2 hours.

f. At conclusion of test phase, determine actual leakage by measuring quantity of water necessary to return system to test pressure.

g. If test is not completed due to leakage, equipment failure, or other reasons, depressurize test section and allow it to relax for at least 8 hours before retesting.

h. If measured leakage exceeds allowable leakage or if leaks are visible, repair defective pipe section and repeat hydrostatic test.

4. Allowable Leakage:

a. Maximum allowable make-up water at conclusion of test phase shall not exceed recommended amounts stated in the following table.

143 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-75

b. Table is based on test pressure equal to 1.5 times pressure class of pipe. If lower pressure is used for test, allowances shall be reduced by ratio of test pressure to pressure class of pipe.

Make-up Water Allowance for Test Phase (Litres per 30 m of Pipe)

Nominal Pipe Size

(millimetres)

1-hour Test (Litres)

2-hour Test (Litres)

3-hour Test (Litres)

75 0.37 0.56 0.93

100 0.48 0.93 1.49

150 1.12 2.24 3.35

200 1.9 3.7 5.6

250 2.8 4.9 7.8

300 4.1 8.6 12.7

350 5.2 10.4 15.7

400 6.3 12.3 18.6

450 8.2 16.1 24.2

500 10.4 20.5 29.8

600 16.8 33.2 49.6

700 20.5 41.4 62.6

800 26.1 53.3 80.2

900 33.6 67.1 100.7

1000 41.0 82.0 123.0

1050 44.7 83.9 130.5

1200 55.9 102.3 162.9

1350 67.1 113.7 189.4

1600 102.3 204.6 306.9

MEASUREMENT AND PAYMENT

There shall no separate measurement for all the items associated with the high density polyethylene (HDPE) pressure pipe and fittings as all the costs shall be deemed to be included in the lump sum price of bypass pumping.

16. Site Office for the Engineer – SP08

Non-Standard Special Provision August-19

In addition to TS 1.10, the Contractor must supply and erect a site office at a location approved by the Contract Administrator. The area must be maintained in a neat and tidy manner, and restored to the original condition at the end of the Contract, to the satisfaction of the Contract

144 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-76

Administrator.

If the designated location impacts on the construction methods to be used, then the Contractor must notify the Contract Administrator immediately so that an alternate location can be selected. Should the site office require relocation once construction has started, all costs of the relocation shall be borne by the Contractor.

The Contractor shall carry insurance on the site office and contents and provide evidence of said insurance upon request of the Contract Administrator.

The site office shall be installed prior to the project start date. Construction will not commence until the site office has been installed and equipped to the satisfaction of the Contract Administrator.

The site office must provide a minimum interior floor area of 30.0 m2. The office shall have glass windows with a total area of at least 10% of the floor area. All windows are to be equipped with heavy gauge steel bars or cages to prohibit entrance from the outside. All windows shall be equipped with suitable blinds or window coverings. All entrances are to be equipped with steel security doors with a dead bolt lock system and/or exterior type locks. Three (3) sets of keys are to be supplied to the Contract Administrator.

The Contractor is responsible for connection, maintaining and disconnecting all electrical, heating and plumbing utilities and any approvals of permits required.

The site office shall be for the sole use of the Contract Administrator. Under no circumstances will the field office be used for the storage of tools or materials or for the Contractor’s use.

The Contractor will not have to provide telephone or internet in the site office.

Janitorial services must be provided at least twice a week to the satisfaction of the Contract Administrator.

FURNISHINGS

The site office shall be furnished with the following:

One (1) 750mm x 1350mm office desk;

One (1) wheeled office chair;

Two (2) 900mm by 2400 mm foldable tables,

One (1) drawing table;

Ten (10) foldable chairs;

One (1) legal sized, lockable, three drawer filing cabinet;

One (1) garbage receptacle.

145 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-77

EQUIPMENT

The field office shall be constructed and equipped as per current Occupational Health and Safety requirements, the requirements as listed in TS 1.10 and shall not be limited to the following:

Constant heat and air conditioning, supplied with electric power (hook-up or generator);

A water cooler with an adequate supply of water (Crystal Springs or equivalent) and disposable cups;

A microwave; A mini-fridge; A supply of garbage bags; A supply of paper towels; A First Aid Kit, including a portable eye wash kit; A small ABC fire extinguisher; Electric fluorescent lighting; A hard copy of all City of Toronto and Ontario Standard Specifications and

Drawings and applicable ASTM and CSA standards. Conveniences shall be provided and properly maintained in a clean condition. A

modern and convenient water closet (toilet) shall be provided which shall not be a source of inconvenience, complaint or nuisance to the public or to residents in the vicinity of the work. Conveniences shall be for the sole use of the Contract Administrator and should be fitted with a lock and key and maintained with a supply of paper towels and toilet tissue. The water closet must be supported in such a manner as to prevent it from being knocked over;

Item i) of TS 1.10.06 shall be replaced with: a printer, copier, scanner, equipped with adequate supply of consumables such as 8½ inch x 11 inch and 8½ inch x 14 inch paper, ink cartridges and toner cartridges;

Construction Site Health and Safety Procedures; Ministry Of Labour Notices; Copies of all Permits and Approvals; Road Disruption Activity Reporting System (RoDARS); Traffic Management Plan, OTM Book 7 Copies of the Insurance and Bonds

MEASUREMENT FOR PAYMENT

Payment for the field office shall be paid by the following schedule:

40% Supply, installation and set up; 40% Pro-rated over the length of the project; 20% Removal and site restoration.

146 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-78

17. Portable Washroom Facilities – SP09

Non-Standard Special Provision August-19

The Contractor shall provide temporary washroom facilities on site during the construction period for use of workers and site inspection personnel. Number of facilities as per MOL requirement.

The Contractor shall also provide separate temporary washroom facilities to the public during service interruption lasting more than two hours.

The facilities shall be kept in a clean condition, emptied regularly, and stocked with toilet paper, soap, and water daily.

There shall be no separate payment for providing washroom facilities to the workers and the inspection personnel as the cost shall be deemed to be included with the cost of the site office.

Payment for public washroom facilities will be made through the provisional sum in the allowances.

18. Sewer and Maintenance Hole Cleaning – SP10

Special Provision August-19

The Contractor shall be responsible for the retrieval of all equipment that is stuck in the sewer at no additional cost to the Contract.

GENERAL

Sewer/drop-pipe/maintenance hole (termed ‘sewer’ herein) cleaning shall be conducted as described herein. Sewer Cleaning shall be conducted as described in TS 4.10.

ACCEPTANCE OF WORK

Submit required video inspections of sewer cleaning, solid debris cutting and intruding sewer service removal to the Contract Administrator for review and determination if work performed is acceptable. The Contract Administrator will review the inspection videos within 10 days of submission.

Perform remedial work for sewer cleaning, cutting of solid debris and removal of intruding sewer services and a re-inspection for the locations where the work was determined by the Contract Administrator as not being acceptable.

147 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-79

MEASUREMENT AND PAYMENT

There shall be no separate payment for the sewer cleaning as it is deemed to be covered and paid under the sewer pipe rehabilitation, maintenance hole rehabilitation, and CCTV inspection items.

19. Temporary Odour Control System – SP11

Special Provision August-19

For all sewer works the Contractor shall be responsible for providing continuous odour control. Sewer odours must be eliminated from the environment throughout the entire duration of the work. All costs associated with odour control for this work including but not limited to installation, operation, maintenance, replacing spent media, and equipment removal shall be included in the bid prices for all affected construction items in the Pricing Form. No separate payment will be made.

SUBMITTALS

A. Submit shop drawings for odour control system including equipment, media and layout.

B. The Contractor shall provide chemical media data sheets and Material Safety Data Sheets (MSDS).

SHIPPING AND HANDLING OF EQUIPMENT A. Contractor shall be responsible for all shipping and handling. Ship and handle in

accordance with the manufacturer’s written instructions.

PRODUCTS A. The unit shall be arranged so that the contaminated air shall flow into the bottom inlet.

Treated air shall discharge out the top of the vessel.

B. Cold weather protection including dehumidification on intake air and heat tracing shall be provided.

C. H2S analyzer on treated exhaust.

D. The unit shall be portable.

MANUFACTURER A. Unisorb Canada

B. Circul-Aire Products as supplied by All-Round Systems, Tel. (705) 878-5729.

C. Approved Equal.

148 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-80

INSTALLATION A. Install the activated carbon canister in accordance with manufacturer’s written

instructions.

TESTING A. Test the odour control system for the following requirements:

a. System can operate at rated airflow capacity.

b. System operates at rated airflow capacity without whistling or noticeable sound production.

B. Investigate failed testing and modify at Contractor’s expense.

OPERATION A. Contractor shall be responsible for managing odours resulting from construction

activities and keeping levels below detectable limits (5 ppb H2S).

Basis of Payment

All costs associated with odour control for this work including but not limited to installation, operation, maintenance, replacing spent media, and equipment removal shall be included in the bid prices for all affected construction items in the Pricing Form. No separate payment will be made.

20. Dewatering – SP12

Non-Standard Special Provision July 2019

The Contractor shall prepare a dewatering plan which will be reviewed and approved by the Contract Administrator. The Contractor is responsible for adhering to all permit conditions during construction and for procuring a sewer discharge permit for dewatering prior to the start of the work. The Contractor shall review the Geotechnical Reports by Geopro Consulting Ltd. and shall note the proposed methods associated with dewatering systems.

The Contractor is responsible for all dewatering as per OPSS 517 and TS 518. The Contractor shall also prevent surface run-off from entering excavations.

The Geotechnical Report and Hydrogeological Investigation have identified the potential need for dewatering in excess of 50,000 L/day. Due to the requirement to dewater in excess of 50,000 L/day, the City will register the dewatering activity on the Environmental Activity and Sector Registry (EASR) from the Ministry of the Environment. The dewatering plan will be required from the Contractor as part of the permitting process. Any delays in construction resulting from failure, by the Contractor, to submit the dewatering plan to the Contract

149 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-81

Administrator prior to the start of the Work shall be at the expense of the Contractor; no time extension or claims will be granted to the Contractor.

Any request by the Contractor to discharge to sanitary sewer shall be subject to approval by Toronto Water. The City will not accept any claims for additional costs or delays resulting from extended review times or rejection of the Contractor’s dewatering plan due to discharge to existing sanitary sewer. Prior to discharge, water shall be treated for management of suspended sediment and other parameters to meet the discharge criteria outlined in Toronto Municipal Code, Chapter 681, Sewers (for discharge to sewers) and the MECP’s Provincial Water Quality Objectives (for discharge to the surrounding environment). Water quality monitoring would be complete in accordance with the sewer use agreement.

Water quality monitoring shall be completed prior to discharge to confirm applicable City of Toronto use by-law criteria are met. Additional periodic discharge water quality monitoring may be required based on the municipal discharge permit requirements. Daily visual and olfactory inspections of the discharge location and discharge water should not contain any oil or any other substances in amounts sufficient to create a visible film, sheen, foam or discoloration. If discharge water has an observed sheen and/or odor the dewatering activities must be shut down.

All dewatering operations that discharge to a downstream catch basin, or where the discharge runs along the surface, the Contractor shall provide and maintain sedimentation control barriers around the catch basins as per applicable OPSS and TS specifications. The Contractor shall ensure that all gutters are kept clear at all times for surface drainage. The Contractor shall not direct any discharge onto sidewalks, driveways, boulevards or private property. The Contractor shall clean up any and all sediment that might have accumulated as a result of dewatering and treatment procedures.

The construction excavation for all pits must be such that dewatering required is minimal. If the Contractor believes dewatering is required such that a MECP Permit to Take Water is required, it is the responsibility of the Contractor to apply for and acquire the permit. During acquisition of the permit by the Contractor, if construction works at a particular location cannot take place without exceeding the 400,000 L/day threshold, the Contractor shall move to another appropriate location until the permit is obtained. If there is no suitable alternate location, the Contractor may have to cease operations temporarily. The City will not accept any claims for damages or for any costs arising from such a delay.

It will be the full responsibility of the Contractor to ensure that all conditions of the permit are met during construction, including, but not limited to the reporting requirements to the MECP. The Contractor shall be responsible for maintaining detailed daily logs of dewatering activities and rates.

150 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-82

Measurement and Payment

All costs relating to dewatering including but not limited to installation and removal, discharge permits, monitoring, discharge quality control, erosion control, watertight shoring or other means of managing groundwater, shall be included in the bid prices for all affected construction items in the Pricing Form. No separate payment relating to management of groundwater will be considered.

In the event that the dewatering rates are more than 10% higher than the rates reported in the Geotechnical and Hydrogeological Report by GeoPro Consulting Ltd., the City may evaluate additional costs brought forward by the Contractor for additional pumping, and payment of these additional costs, including but not limited to permit adjustments, installation and removal, monitoring, discharge quality control, erosion control, watertight shoring or other means of managing groundwater, and operation costs, will be out of the provisional dewatering unit price item in the Pricing Form. The City will not accept any claims for damages or for any costs arising from a delay due to dewatering.

21. Approval of Granular Material and Concrete Mix Operation – SP13

Non-Standard Special Provision July 2019

For the purposes of this Contract, and unless otherwise described on the Contract Drawings or elsewhere in this Specification:

Granular A means a set of requirements for dense graded aggregates as defined in OPSS 1010/TS 1010;

Granular B means a set of requirements for well-graded aggregates as defined in OPSS 1010/TS 1010. Granular B may be either Type I or Type II. Unless specified otherwise, Granular B shall be assumed to mean Type I;

Unshrinkable Fill (u-fill) means a self-compacting cement treated aggregate with flowable consistency and controlled low strength properties as defined in OPSS 1359.

Concrete means a mixture of cementing materials as defined in TS 1350;

Grout means a mixture of cementing materials, with or without admixtures, and water as defined in TS 1350;

Mortar means a mixture of cementing materials, sand and water, with a butter-like consistency, as defined in TS 1350.

The use of Granular A RCM and RAP shall be per TS 1010.

The use of recycled material, reclaimed concrete material, and reclaimed asphalt pavement is not acceptable in bedding and/or backfill materials.

151 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-83

Each Ready-Mix Concrete Operation used in the production of concrete shall be certified that it conforms to the applicable Standard Specification or that it meets the requirements of the Ready Mixed Concrete Association of Ontario for Concrete Plant Certification.

Prior to the start of the Work, the Contractor shall submit proposed mix designs and granular gradations to the Contract Administrator for approval.

A certified plant and a "back up" shall be named for use on the project for the Contract Administrator's approval. The aggregate source shall also be given in this submission for the Contract Administrator's approval. Once the plants and aggregate source(s) have been approved by the Contract Administrator, no other plants or sources of aggregate shall be used. Aggregate sources shall be from the Ministry of Transportation Ontario's approved "Aggregate Source List".

22. Removal of Asbestos Containing Sewer Pipe – SP14

Non-Standard Special Provision July 2019 The Contractor shall review the Contract Drawings and Utility Records for identified asbestos concrete sewer pipes that will be impacted by the proposed construction works.

Any existing asbestos concrete sewers identified within the project limits shall be considered asbestos waste and shall be treated as such for applicable safety, removal, and disposal methods and procedures.

If an asbestos concrete sewer pipe is to be removed as part of the construction works, the Contractor shall follow all removal and disposal methods and procedures outlined in GN106SS, “Saw Cutting” as applicable for sewer pipe cutting, removal, and disposal.

Basis of Payment

The cost for removal and disposal of asbestos concrete sewer pipes shall be paid as per the contract price. The cost for removal and disposal of asbestos concrete sewer pipes, above and beyond the extents identified in the Contract Documents, shall be paid under the appropriate provisional unit item.

23. Temporary Construction Fencing – SP15

Non-Standard Special Provision July 2019 The Contractor shall provide 1.8-metre-high construction fencing as required.

The Contractor shall affix the hoarding required to meet the Tree Protection Zone requirements as specified in SP27 “Working Around Trees” and the Contract Drawings.

Should, throughout the course of the Work, any damage occurs to the back or side yard residential fencing, the fence shall be replaced or repaired to the satisfaction of the Contract Administrator.

152 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-84

Construction fencing is to be maintained in good repair and made secure when work is not in progress. Appropriate signage is to be used per applicable specifications. The construction fence shall be inspected daily to ensure that it is providing adequate protection around the Site.

At the access point for all equipment and trucks, the Contractor shall ensure that this location is lockable and capable of preventing public entry. The Contractor shall ensure that, regardless of the locking method utilized, that three keys are supplied to the Contract Administrator prior to the start of the Work.

Heavy Duty Silt Fencing shall be placed as per OPSS 805 and OPSD 219.130. The silt fencing shall be placed 0.5 metres offset inside the construction fencing surrounding the entire site, and 1 metre offset the locations where there is an existing residential fencing. All silt fencing shall be installed with metal stakes, non-woven geotextile, and toed into place.

All fencing shall be constructed prior to the mobilization of equipment and materials to the Site and shall remain in place and maintained for the full duration of the Work, including restoration, until the end of the specified maintenance period.

Measurement and Payment

Payment for the temporary construction fencing shall be paid by the following schedule and shall include costs associated with supplying, placing, relocating, maintaining, and removing the fencing:

50% Supply and installation; 50% Removal and restoration.

24. Erosion and Sediment Control Measures – SP16

Non-Standard Special Provision July 2019

The Contractor shall install erosion and sediment controls as identified on the Contract Drawings. Additional erosion and sediment controls shall be installed if it is determined that approved controls do not adequately prevent erosion and release of sediment. No additional payment will be made for any additional expense to the Contractor as a result of complying with the requirements and applicable regulations and carrying out the work described above.

Submittals

1. A minimum of two (2) weeks prior to construction, the Contractor shall submit an Erosion and Sediment Control Plan (ESCP) for review by the Contract Administrator. The ESCP shall include, but not be limited to, all measures as indicated in the Contract Drawings. The Contractor shall not commence any flow bypass or instream works until the ESCP has been reviewed and accepted by the Contract Administrator.

Measurement of Payment

Measurement for Erosion and Sediment Control shall be by lump sum.

153 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-85

Basis of Payment

Payment at the Contract Lump Sum Price for Erosion and Sediment Control Measures shall be full compensation for all labour, equipment and material to do the Work, maintenance, monitoring, and removal including submission of an acceptable Erosion and Sediment Control Plan in accordance with this specification and the Contract Drawings.

25. Non-Destructive Excavation – SP17

Non-Standard Special Provision July 2019 Where required, the Contractor shall provide all labour, materials and equipment required to safely provide non-destructive excavation around trees and sensitive utilities. The Contractor shall advise the Contract Administrator of any utilities deemed to be sensitive, requiring non-destructive excavation. Contractor shall provide notice to the Contract Administrator to ensure that the Contract Administrator’s Representative is present during non-destructive excavation activities. Non-destructive excavation shall be completed by hydro-excavation or hand excavation. The Contractor shall observe all applicable OHSA and other safety regulations regarding non-destructive excavation. All costs for fulfilling these requirements shall be included in the bid prices for all affected construction items in the Pricing Form. No separate payment will be made.

In the event that non-destructive excavation of trenches is required for an unanticipated utility or an unforeseen sensitive obstruction, payment shall be made through the provisional unit price item for non-destructive excavation and shall include all costs for labour, materials, and equipment.

26. Shaft Excavation and Support – SP18

Non-Standard Special Provision July 2019

SCOPE

This section covers requirements for design, excavation, and support of entry shaft(s), jacking pit(s), exit shaft(s), and receiving pit(s) for all sliplining operations, as well as the construction of new Maintenance Holes, as required within the Contract Documents. The Contractor shall design, furnish, install, and maintain a system of supports, including all bracing, tiebacks and associated items, to retain excavations in a safe manner and to control ground movements and ground water inflow as specified herein. Acceptable means of shaft support include driven interlocking sheet piles; slurry/diaphragm walls; concrete caisson; contiguous/secant piles, or another method approved by the Engineer. The means and methods utilized to accomplish the project’s scope are the Contractor’s responsibility. All costs incurred for completion of this item shall be included within the applicable bid item(s) for construction of the associated facility.

For shaft locations where groundwater is anticipated above the elevation of the shaft floor, only water tight shaft construction methods shall be permitted. In such circumstances, the following shaft construction methods shall not be allowed: solider piles and lagging, ribs and lagging, trench boxes, speed shores, or sloped open excavations. All shaft and other shored excavations shall be designed to contain storm flows during wet weather events, while preventing scour,

154 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-86

erosion, and sediment release of the surrounding native soil or backfill materials.

REFERENCES

The publications listed below form a part of this specification to the extent referenced. Where conflicts between these specifications and the referenced specification, code, or standard occur, the more restrictive specification shall govern. The publications are referenced in the text by basic designation only. Where a date is given for referenced standards, that edition shall be used. Where no date is given for referenced standards, the latest edition available on the date of issue of Contract Documents shall be used.

RELEVANT SECTIONS

American Petroleum Institute (API)

API 13 A Specification for Drilling Fluids Materials.

API 138-1 Standard Procedures for Field Testing Water-Based Drilling Fluids; Recommended Practices.

American Society for Testing and Materials (ASTM)

A29/A29M Specification for General Requirement for Steel Bars, Carbon and Alloy, Hot Wrought.

A322 Specification for Steel Bars, Alloy, Standard Grades.

A36 Standard Specification for Carbon Structural Steel.

A572/A572A Standard Specification for High-Strength Low-Alloy Columbium-Vanadium Structural Steel.

A615 Specification for Deformed and Plain Billet-steel Bars for Reinforcement.

A857/A857M Standard Specification for Steel Sheet Piling, Cold Formed, Light Gage

A328 / A328M Standard Specification for Steel Sheet Piling

A1011/A1011M Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength.

C778 Standard Specification for Standard Sand

Canadian Standards Association (CSA)

CAN/CSA-G40.20-M13 General Requirements for Rolled or Welded Structural Quality Steel.

CAN/CSA-G40.21-M13 Structural Quality Steels.

CAN/CSA-S16-14 Design of Steel Structures.

CSA W 47.1 Certification of Companies for Fusion Welding of Steel Structures.

CSA W59 Welded Steel Construction (Metal Arc Welding).

155 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-87

DEFINITIONS

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

Engineer means the licensed individual or firm responsible for the design of the works or their designate and registered with the Professional Engineers of Ontario.

DESIGN, PERFORMANCE AND SUBMISSION REQUIREMENTS

Design Requirements

a) Excavation support systems shall be designed by or under the direct supervision of an Engineer registered in the Province of Ontario who has a minimum five-years of experience in the design of soil retaining structures, and shall stamp and sign the shop drawings and design calculations.

b) The type and design of shoring and protection methods that meet the specification requirements herein are the Contractor’s responsibility and shall be of a size large enough to facilitate all necessary groundwater control, construction operations, pipeline equipment and operations, equipment necessary for slipliner pipe jacking and tunneling operations, and to accommodate indicated connections to other reaches of the project.

c) The design shall be based on recognized geotechnical and structural theories for the

conditions present.

d) Consider all applicable loads and load combinations, including lateral pressures from groundwater and soil, asymmetrical surcharge loads from construction operations, seismic loads, bottom heave, maximum safe jacking loads and frost action on retained soil.

e) Submit detailed design documents, drawings, and plans prepared, stamped, dated, and

signed by the Designer. This shall include the following: Meeting design requirements as required by this Section;

Dimensions of the shaft including: inside and outside dimensions, depth of support of excavation, and depth to base;

Estimates of likely deflections and deformations of the support of excavation shaft walls, and shaft bottom during use;

Estimated ground and groundwater loads imposed on the support of excavation during shaft construction and during its use prior to backfilling;

Consider all applicable loads and load combinations, including lateral pressures from groundwater and soil (see Attachment “A” Geotechnical Report), unsymmetrical surcharge loads from construction operations, seismic loads, bottom heave, maximum safe jacking loads and frost action on retained soil. Coordinate with sliplining thrust reaction backstop design requirements; and

Calculations that demonstrate the support of excavation provides and adequate factor of safety against collapse, sliding, buoyancy, and bottom heave.

156 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-88

f) Bracing shall remain fully effective during construction. Pre-stress bracing and tiebacks, if required, to control deflection within limits specified.

g) Where groundwater is above the invert of the shaft, the invert slab at the jacking shaft

excavation shall be designed to protect the excavation invert in accordance with the following minimum design criteria: 1. Have a finished concrete tremie base slab plug and working slab to seal the shaft from

groundwater inflows and to resist uplift of the completed shaft. The tremie plug and working slab reinforcing shall be designed to structurally tie the slab to the shaft walls to take advantage of the shaft dead weight and sidewall friction to resist uplift due to buoyancy. Assumptions shall be based on local geological conditions.

2. Be capable of resisting maximum hydrostatic uplift with an adequate factor of safety or equipped with a groundwater/pressure relief system to assure an adequate safety factor for reduced hydrostatic uplift pressures.

3. Be capable of supporting such combined dead and live loads as required by the Contractor’s means and methods.

h) Coordinate design of excavation shoring system and dewatering system to meet

performance requirements specified. Dewatering shall be as per Dewatering – SP10.

i) Shafts support systems shall be constructed within 1% of vertical plumbness, i.e., within 0.01 m in 1 metre.

j) When applicable, base section properties of steel-sheet piling on complete slippage at

interlocks.

k) When applicable, design splices in walers and bracing in accordance with requirements of CAN/CSA-S16.

Performance Requirements

a) Unless specified otherwise, the Contractor shall have the responsibility for sizing the shafts within the site boundaries and other constraints shown on the Construction Drawings. The size of the excavations shall be adequate to construct all structures required, and to provide access to perform sliplining operations.

b) Review of the Contractor’s plans and methods does not relieve the Contractor of the responsibility of providing adequate support.

c) The Contractor shall provide continuous control of water in shafts and sewers during the

course of construction, including weekends and holidays, and during periods of Work stoppages.

d) Construct substantially watertight excavation shoring systems, such that dewatering

inside the shoring system does not lower the groundwater table on the outside of the shoring system.

e) Groundwater seepage into completed shafts shall not exceed 75 L/minute and no more

than 1 L/minute from any 0.1 m2 square section of wall.

157 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-89

f) Prevent disturbance, destabilization, or failure of sides and bottom of all excavations.

g) Design temporary shaft excavation support and associated lateral restraints for the underground structures in a manner permitting safe and expeditious construction of the permanent structures, while minimizing movement or settlement of the ground, and preventing damage to adjacent structures, utilities, roads, and/or embankments.

h) Proceed with caution in areas of utility facilities; expose them by hand or other methods

acceptable to the utility owner.

i) The Contractor shall allow the Owner (the City), and the Owner Representative (e.g., Design Engineer), access to the shafts, and to use the shafts to access sliplining operations.

General Shaft Requirements

(a) Commence shaft excavations only after submittals have been reviewed by the Contract Administrator, appropriate traffic/pedestrian control is in place, and a pre-construction meeting has been conducted with the City and the Consultant.

(b) Provide all excavations with a concrete working slab equipped with a sump to pump out water.

(c) No gasoline-powered equipment shall be permitted. Diesel, electrical, hydraulic, and air powered equipment is acceptable, subject to applicable Municipal, Provincial, and Federal regulations.

(d) The Contractor shall determine the excavation sequences and the ground support categories, in full consideration of ground stand-up time, and will maintain a safe controlled excavation in all ground conditions. This Work includes the temporary support of drifts to facilitate excavation and support to the full final opening dimensions.

(e) Maintain the stability of the support of excavation and the undisturbed state of the soils below and adjacent to the excavation including soils supporting roadways, utilities, and structures.

(f) All utilities shall be preserved without interruption. Location of utilities shown on the Issued for Construction Drawings shall be considered approximate. Field locate each utility potentially impacted by the Work to verify location prior to beginning underground construction at each location. Coordinate with each utility agency as necessary prior to protection, relocation, support, hanging, or upgrade of utilities in the vicinity of shafts, pits, and excavations.

(g) Excess excavated material shall be disposed of in accordance with the Contract Documents.

(h) Temporary ground support left in place shall not be considered as contributing to permanent ground support.

158 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-90

Submission Requirements

a) Detailed qualifications of the proposed Specialist Contractor to perform the shaft excavation support installation work and subsequent excavation if the Contractor does not possess the relevant experience necessary to undertake this element of the work. Such Specialist Contractor must have at least 5 years of experience in the proposed method of construction for permanent applications.

b) Submit the following documentation, calculations, shop drawings and plans a minimum of 30 days prior to beginning shaft construction to allow for review and approval by the Engineer, utility owners, and stakeholders.

c) Detailed description of the procedures, equipment, and methods proposed to conduct the

shaft excavations.

d) Shop drawings of shafts including locations, dimensions, and support elements.

e) Shop drawings and descriptions of the procedures and methods proposed for the construction of the shoring system(s), including at minimum: erection scheme; support element descriptions, sizes, spacing, and strengths; design calculations; shop drawings for planned structural reinforcing steel, installation and maximum allowable deflection tolerances; and, plan for removal of shoring.

f) Shafts shall be designed and constructed to withstand all imposed loads, including soil

and groundwater conditions, dynamic loads from equipment and surcharge loads from materials. Calculations shall include loads, methods, assumptions, results, and safety factors. Shop drawings and calculations shall be signed and stamped by a professional engineer registered in the Province of Ontario.

g) Drawings to include existing structures and utilities. After checking their locations by field

investigation, the Contractor shall revise the drawings to show the actual locations of facilities, location of excavation supports and measures to overcome any interference.

h) A schedule with major milestones for key activities (e.g., driving of sheets, pouring and

excavation of sunken caisson lifts, pouring of concrete slab, grouting, etc.).

i) Procedures for checking and maintaining plumbness of the shaft and ensuring proper elevation is reached.

j) Concrete mix design details and placement procedures for tremie plug and working slab.

k) Procedure for control of groundwater inflows, method of maintaining bottom stability, and

protection of subgrade.

l) Procedures for performing contact grouting in order to fill the annulus between the excavation structural wall support and the ground.

m) Contingency Plan for anticipated difficulties and proposed resolutions, including excessive

movement of shaft elements, cracking of support walls, flooding, and bottom heave.

159 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-91

n) Details for handrails, protective barriers and/or fences, and ladder/stairs at the shaft location.

o) Excavation shoring and bracing systems drawings will not be reviewed for structural adequacy. Full responsibility for the design, installation, and maintenance of excavation shoring and bracing systems rests with the Contractor.

Method Specific Submission Requirements

a) Steel Sheet Piles: 1. Describe equipment and procedures to be used to construct the sheet pile shafts. 2. Describe procedure for installing and sealing corners. 3. Describe procedure for installing concrete tremie plug and working slab to the required

thickness and at the correct elevation.

b) Reinforced Concrete Caissons: 1. Describe the equipment and procedures to be used to construct the caisson. 2. Describe cutting shoe fabrication and installation including size, dimensions,

materials, caisson connection details, waterstop details, and anchorage details for the working slab reinforcing beams.

3. Describe procedure for setting forms for first and all subsequent caisson lifts or setting of pre-cast units/rings, including installation of lubrication and jetting pipes, reinforcing steel, soft eyes, and other appurtenances.

4. Describe procedure for pouring each caisson lift and form stripping, including anticipated cure time.

5. Describe proposed QC tests for concrete strengths. 6. Describe procedures for excavation and sinking of each caisson lift. 7. Describe procedure for ensuring that caisson can be sunk through anticipated soil

conditions, within prescribed plumbness tolerances. 8. Describe procedure for installing tremie plug and/or working slab at correct elevation. 9. Describe procedure for structurally connecting tremie plug and working slab to caisson

walls to resist shear and bending stresses.

c) Soldier Pile and Lagging Shafts 1. Describe equipment and procedures to be used to construct soldier pile and lagging

shafts. 2. Describe procedure for installing soldier piles, lagging and internal support elements. 3. Describe procedure for ensuring that soldier piles and lagging can be sunk through

anticipated soil conditions, within prescribed plumbness tolerances. 4. Describe procedure for installing concrete working slab.

d) Drilled Secant Pile Shafts 1. Description of equipment and procedures to be used to construct the drilled secant

pile shafts. 2. Describe procedure for installing and backfilling the shafts, including sequence of

operations and grout mixture. 3. Describe procedure for ensuring that drilled secant pipe shafts can be sunk through

anticipated soil conditions, within prescribed plumbness tolerances. 4. Describe procedure for installing tremie plug and working slab to required thickness

and at correct elevation.

160 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-92

e) Slurry/Diaphragm Walls 1. Provide shop drawings of the slurry/diaphragm wall panels showing geometric layout,

details and dimensions of the panels including tolerances, details and dimensions of reinforcing steel including provisions for stiffening, lifting, splicing; blockouts, guides and spacers.

2. Describe procedure for excavation of the slurry/diaphragm wall panels including excavation, methods for checking verticality and overall depths, methods for installation of reinforcing steel, and methods for tremie concreting the panels.

3. Provide complete sequence of construction including all proposed equipment, and procedures to be used to construct the slurry/diaphragm walls.

4. Describe procedure for maintenance and recirculation of the bentonite slurry system. 5. Describe procedure for maintaining internal water head to balance external

groundwater head where required based on anticipated ground and groundwater conditions and planned ground support system.

6. Describe procedure for ensuring that slurry/diaphragm wall panel shafts can be sunk through anticipated soil conditions, within prescribed plumbness tolerances.

7. Describe procedure for installing tremie plug and working slab to required thickness and at correct elevation.

Construction Records Submission

The Contractor shall submit the following to the Engineer at the times indicated: a) Written daily progress reports shall be submitted during shaft construction. The progress

reports shall have field logs recorded at intervals of 1.5 m or less during excavation and shall be submitted to the Engineer within one working day of the shift for which the shaft excavation and support was undertaken and the logs were created. As a minimum, the logs shall include: 1. The date, starting time, and finish time. 2. Methods and equipment used for the excavation and removal of spoil from the shaft

and methods and equipment used for support installed. 3. Actual quantities and descriptions of excavated material including soil types. 4. Any unusual conditions, breakdowns, and delays, including problems with support,

bottom instability and obstructions. 5. Detailed description of the support installed, including sizes, lengths, spacing, and

elevations relative to excavation elevation. 6. Groundwater conditions 7. Pumping rates from shafts and inflow conditions for all shafts or flooding levels for

shafts excavated “in the wet.” 8. Monitoring data of horizontal and vertical deflections/deformation of shaft supports,

and record of action taken by the designer of record and the Contractor if deflections are excessive.

9. Depending on construction method implemented, reports related to bentonite slurry testing, reports detailing installation of structural reinforcement, and concrete placement reports.

10. Settlement monitoring data associated with each shaft.

b) Results of all material and field tests shall be submitted within one working day of the shift within which they were performed, and results of lab tests within one week of sampling.

c) Post-Construction: Within 15 days of backfill of excavations, the Contractor shall submit a

161 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-93

detailed as-built location plan of all remaining buried shoring members including size, location, and cutoff elevation.

MATERIALS

Structural Steel

a) Structural steel members, such as fabricated connections and accessories, steel W shapes, and other structural steel shall conform to the requirements of ASTM A572 or ASTM A36, unless otherwise approved.

Steel Reinforcement

a) Steel reinforcement shall conform to ASTM A615, Grade 60 as specified in TS 1350 – Material Specification for Concrete – Materials and Production.

Lagging

a) Timber lagging shall be of construction grade and shall be any species that provides a minimum allowable flexural stress of 7.5 MPa. Unless otherwise shown or specified, provide timber lagging of 75 mm minimum thickness to span soldier piles placed at distances of 1.5 to 2.0 m on centers for excavation depths of up to 8 m. Increase minimum lagging thickness to 100 mm for depths below 8 m.

Lagging Backfill

a) Backfill sand shall conform to ASTM C778 for 20-40 sand. Plugging material such as dry pack grout shall be used to prevent backfill sand from running.

Sheet Piles

a) Steel sheet piling shall be continuous interlocking made in accordance with ASTM A328, ASTM A857/A857M or from steel meeting the requirements of ASTM A1011 or ASTM A36.

Liner Plate

a) Steel for liner plate shall be ASTM A1011 with a minimum yield of 193 MPa and a minimum ultimate strength of 290 MPa.

Precast and Cat-in-place Concrete (Caissons)

a) Caissons to be constructed using an approved pre-cast segmental or one-ring section system designed specifically to serve as a caisson system, or a cast-in-place reinforced concrete structure. In the case of a cast-in-place concrete structure, the concrete shall have: 1. 28 day compressive strength of 25 MPa or higher 2. cement contents of at least 350 kg/m3 , and 3. water/cement ratio as necessary for strength, but not more than 0.45. 4. Rounded gravel aggregate: 38 mm maximum. 5. Slump: 152 mm plus-or-minus 25 mm. 6. With water-reducing or fluidizing agents as necessary.

162 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-94

Mixes

a) Lean Concrete: Portland cement and mineral or soil aggregate proportioned so that concrete retains its shape during excavation operations.

b) Concrete for Slurry Trench Walls: 1. Tremie concrete of 25 MPa strength or higher if necessitated by design, with the

following additional requirements: 2. Minimum cement content: 350 kg/m3 3. Water-cement ratio: As necessary for strength and durability. 4. Sand proportion: As necessary to produce optimum results. 5. Rounded gravel aggregate: 38 mm maximum. 6. Slump: 152 mm plus-or-minus 25 mm. 7. With water-reducing or fluidizing agents as necessary.

c) Bentonite Slurry: 1. Stable suspension of powdered bentonite, or equal, and natural silts and clays in

water. 2. Density: 1025 kg/m3 minimum, 1360 kg/m3 maximum. 3. Marsh funnel flow rate: 40 seconds minimum, 80 seconds maximum viscosity. 4. Fluid loss: 25 cc maximum in 30 minutes. 5. pH: 7.0 to 11.0 6. Adequate shear strength to fulfill its function.

CONSTRUCTION

General

a) Shaft excavations and site development shall commence only after approval of applicable submittals by the Engineer. Install excavation support systems in accordance with approved submittals.

b) Before beginning construction, install and survey monitoring points, adequately protect existing structures, utilities and other existing facilities, and trees. The Contractor shall repair damage to existing facilities at no cost to the Owner.

c) Excavation shall be performed in sequence with installation of support in a manner that limits settlement of surrounding ground and adjacent utilities, vaults, structures, or roads, and as to offer no hazard to building movement or occupancy, and the operation of trains, trucks, or automobiles.

d) The Contractor shall notify the Engineer not less than 15 days before beginning any shaft excavation.

e) The Contractor shall conduct all excavation, support, temporary facilities, materials storage, and construction traffic within construction easements established for this project. All work shall be in accordance with applicable permits.

163 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-95

f) The deviation of the shaft support from plumb shall not exceed 0.01 m in 1 m or 1%. Any correction of shaft deviation, and any construction and associated costs resulting from relocation of appurtenances inside the shaft, including pipe connections and the launch and retrieval seals, caused by the shaft’s deviation from plumb or other deficiencies in workmanship shall be accomplished at the Contractor’s expense and shall not be cause for schedule extension.

g) All excavated spoils, polymers, drilling fluids, or other materials used during shaft construction shall be completely contained when stockpiled on site. Spoil disposal shall conform to all applicable municipal and provincial regulations.

h) Remove water from excavations prior to placing structural concrete. Where water is present, provide a continuous dewatering system to prevent the flow of water affecting the setting of the concrete. The expense of removing water from excavations, regardless of origin, is the responsibility of the Contractor.

i) Over excavate at the base to remove unsuitable ground as required for structure installation, and place a mud slab as required.

j) Pumping from shaft sumps shall not result in boils, softening of the ground, or loss of fines. Sumps shall use suitable filters or screens so that fines are not removed from the formation.

k) Do not begin shaft support installation or excavation work until the geotechnical instrumentation for monitoring ground movement is installed, and baseline readings are submitted to the Engineer.

Internal Bracing Support System

a) The internal bracing support system for sheet pile and soldier pile shafts shall include wales, struts, and/or shores where necessary.

b) Struts with intermediate bracing shall be provided as needed to enable sheet piles and soldier pile shafts to carry maximum design loads without distortion or buckling.

c) Web stiffeners, plates, or angles shall be included as needed to prevent rotation, crippling, or buckling of connections and points of bearing between structural steel members. Allow for eccentricities caused by field fabrication and assembly.

d) All bracing support members shall be installed and maintained in tight contact with each other and with the surface being supported.

e) Bracing members shall be preloaded by jacking struts, if necessary, to control support

movement. Bracing members shall be preloaded in accordance with methods, procedures, and sequence as described in the approved submittals. Excavation work shall be coordinated with installation of bracing and preloading. Steel shims and steel wedges shall be welded or bolted in place to maintain the preloading force in the bracing after release of the jacking equipment pressure. Support and preload shall be installed immediately after installation and prior to continuing excavation.

164 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-96

f) Procedures that produce uniform loading of bracing members shall be used without

eccentricities or overstressing and distortion of members of the system.

g) Tiebacks may be used where proposed in conjunction with or in lieu of struts, bracing and shores if approved by the Engineer. Tiebacks shall be designed, installed, and tested in accordance with recommendations of the Post Tensioning Institute. On-site tests shall be performed to demonstrate adequacy of tiebacks for subsurface conditions. Tieback lengths shall be adequate to obtain anchorage behind the potential failure plane of the excavation.

Sheeting, Shoring and Piling

a) Drive in plumb position with each sheet pile interlocked with adjoining piles for its entire length so as to form a continuous diaphragm throughout the length of each run of wall, bearing tightly against original ground. Drive to the depth indicated on approved shop drawings; exercise care in driving to avoid damaging adjacent utilities and structures, and so that interlocking members can be extracted without damaging adjacent structures or utilities

b) All corners shall be made watertight. Interlocks shall be fully engaged or sealed by welding to prevent inflows.

c) Stability of entry and exit openings shall be confirmed by making incremental openings prior to full-size opening being cut in sheets.

d) Sheet shall be installed plumb, within 1% of vertical.

e) Install soldier piles by driving, pre-boring or other approved pre-excavation methods. Drive soldier piles only in those areas where shown or approved. Install piles vertically within tolerance of 0.01 m per each 1 m for full depth of each pile.

f) Where piles are installed by pre-boring or other approved pre-excavation methods, take appropriate measures to stabilize excavation to preclude loss of ground.

g) Provide pre-bored holes for soldier piles adequate to accommodate pile section shown on approved drawings. Extend hole to necessary depth below top of subgrade.

h) Carry bottom of support system to depth below main excavation, adequate to prevent lateral movement. In areas where additional excavation is required below main excavation subgrade, make provisions to prevent movement of main excavation supports.

i) Install piles in predrilled holes to the tip elevations shown on approved submittals. Provide casing or drilling mud as needed to prevent caving of holes and loss of ground in predrilled holes. After soldier pile has been seated plumb in the drill hole, encase it with concrete from the tip to the bottom level of the final excavation. Concrete strength shall be in accordance with approved submittals and shall be placed by means of an approved tremie system.

j) Use timber lagging, steel sheeting or precast reinforced concrete members secured in place for sheeting of excavations.

165 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-97

k) Follow excavation closely with placement of sheeting and lagging. Do not allow maximum

height of unsheeted or unlagged face of excavation to exceed 1.5 m in rock or predominantly clayey soils and 1.0 m in sandy soils.

l) Do not permit height of unlagged face to exceed 0.3 m if water flows from face of excavation or if soil in face moves toward excavation area.

m) Carefully perform excavation for installation of sheeting to minimize formation of voids. Separate sheeting members only to extent necessary to permit packing behind them.

n) Pack behind the sheeting as installation progresses to establish tight contact between excavation face and sheeting. Pack openings between sheeting members with straw or other suitable material to allow free drainage of water without loss of soil or sand packing.

o) If unstable material is encountered during excavation, take suitable measures to contain it

in place and prevent ground displacement which may cause damage.

p) Maintain sufficient quantity of material on hand for sheeting, shoring, bracing and other operations for protection of work and for use in case of accident or emergency.

q) Provide timber lagging of sufficient strength to withstand lateral earth pressures. Install lagging with no gap between adjacent boards. As installation progresses perform the following as selected by the excavation and support designer: 1) backfill the voids between the excavation face and the lagging with sand or pea gravel packed into place, 2) pack voids with materials such as straw, burlap, or geotextile fabric, or 3) fill voids with cementitious materials.

Slurry Walls

a) Use equipment capable of removing from trench foreign materials embedded in soil as

well as natural materials, including boulders, where necessary. Arrange equipment to permit free vertical passage of slurry within the trench and to prevent development of suction or pressure.

b) Furnish trench inspection tools adequate to ensure that the trench has been excavated to dimensions shown on approved drawings and that cuttings and foreign material have been removed.

c) Use slurry mixing equipment capable of producing, with mechanical agitation, a stable suspension of bentonite and water. Transport slurry to panels by temporary pipe line or other approved methods.

d) Furnish slurry circulation equipment to provide circulation and agitation of the slurry throughout full depth of excavated panels. Do not agitate slurry by air.

e) Use slurry reclaiming equipment that will remove detrimental quantities of excavated material from slurry to ensure use of clean slurry in trenches. Recirculate reclaimed slurry to trenches in a continuous operation regardless of slurry density. Monitor slurry and control its capability of retaining solid particles in suspension.

166 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-98

f) Field Quality Control:

1. Make tests on samples of in-place slurry to determine density, viscosity, filtration and sand content in accordance with API 138-1.

2. Maintain quality of bentonite slurry compatible with soil characteristics of trench walls.

g) Construction:

1. Perform preparatory work to locate, protect, maintain, relocate and restore utility facilities and other obstructions in vicinity of slurry walls.

2. Construct slurry trench walls by displacement of bentonite slurry with tremie concrete.

3. Construct walls of reinforced concrete or plain concrete embedded with structural steel. Where soldier piles are used in construction of walls, it is permissible to consider piles as part of the reinforcement. Maintain a minimum of 75 mm of clear cover on reinforcing steel and install guides or spacers to ensure minimum cover is maintained between the reinforcing steel and the face of the excavation.

4. Provide sufficient embedment of walls below subgrade of excavation to prevent loss of ground due to piping under wall or lateral movement of wall.

5. Use construction methods ensuring that slurry materials employed during trench excavation and placing of tremie concrete are contained and controlled to prevent leakage and spillage of slurry and excavated materials into basements, vaults, utilities and other facilities.

6. Excavate slurry wall trenches in panels of width and depth shown on approved drawings with maximum panel length of 6 m. Reduce panel length when excavating adjacent to facilities sensitive to settlement.

7. Maintain level of slurry in panels no more than 1.2 m below top of trench during excavation operations and until tremie placement is essentially completed.

8. Advance construction with no less than one unexcavated panel and one tremie-filled panel with concrete cured at least 72 hours, between two slurry panels under active excavation.

9. Keep slurry circulated or agitated during drilling and excavating and immediately prior to concreting. Continuously maintain slurry requirements even during nonworking periods and stoppages. If stoppage occurs in the operation causing slurry in panel to remain uncirculated and un-agitated for more than 24 hours, backfill panel until operation can be resumed.

10. Place concrete by tremie methods either by gravity flow or by pumping. As soon as possible after placement of concrete is commenced, position bottom of pipe not less than 1.5 m below upper surface of concrete being placed and maintain it in this position throughout operation. Equip tremie pipe with bottom valve or other device to prevent mixing of slurry with concrete inside tremie pipe. The use of an aluminum pipe is prohibited.

11. Inspect trenching in the presence of the Engineer prior to concreting. Ensure that settled cuttings and excavated material have been removed.

12. Start placement of concrete in panels within 12 hours after completion of panel excavation and proceed continuously until concreting is completed.

13. When wales are used, obtain tight bearing between wales and wall and ample bearing area with wedges and dry pack for load transfer.

14. Accomplish preloading by approved procedures. Transfer load by jacking applied

167 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-99

symmetrically to braces without introducing eccentricity.

15. Introduce jacking load into braces immediately after each tier of braces has been installed and before excavation has progressed more than 0.5 m below bottom of bracing tier.

16. Construct tight joints between adjacent pours of concrete in slurry wall to minimize loss of fines from retained earth. Take necessary care to accomplish this in terms of properly excavating trench and cleaning abutting face of hardened concrete or surfaces of structural members if used. Provide approved method of water stopping.

17. Seal leaks encountered in walls as excavation progresses, if leaks are of sufficient size to permit penetration of fines and loss of ground. Procedures may include grouting outside or through wall.

18. Dispose of slurry waste offsite in accordance with all applicable Federal, Provincial and Municipal regulations.

Liner Plate

a) Corrugated proprietary steel liner plates with bolted joints and grouted connections. Grouting nipples at a circumferential spacing of 3,000 mm maximum and at every ring of plates. Install liner plate around the full perimeter of the shaft excavation. The unsupported height of soil at the base of the shaft shall be no greater than the height of one ring of liner plate.

Upon completion of liner plate installation, backfill the annulus between support elements and the ground with grout as needed to prevent inflow of soil or groundwater.

Caissons

a) Caissons are to be constructed from the surface, without dewatering.

b) Utilize metal angles or another method to assist in maintaining the verticality of the caisson.

c) Center of caisson to be installed not more than 100 mm from center location shown on the

submitted drawings.

d) Excavate the pit at least 1.0 m deep and 0.5 m greater than the overall diameter of the cutting shoe.

e) A bottom/choker ring shall be designed and constructed to provide a seal diameter

between the shaft and excavated ground, so that the fluid in the annulus above the ring is retained.

f) If suitable for the anticipated soil conditions, a steel cutting edge will be added beneath the choker ring to cut through the ground as well as act as a stiffener.

g) The choker concrete collar rings should be designed and constructed on the surface around the location of the shaft to act as a work platform and ground support, as well as serve as a guide for sinking subsequent caisson units.

168 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-100

h) As the excavation progress, introduce bentonite slurry into the annulus between the shaft and the soil to lubricate and reduce the friction force between the caisson structure and the ground.

i) For precast concrete caisson units, sealant strips shall be used at all joints.

j) Excavation inside the caisson may be achieved using a hydraulically operated grab, or a rotating clamshell.

k) The lower-most unit of the caisson shall be sunk to a depth of at least 1 m below the invert of the host pipe or the bottom of the tremie plug, whichever is at a lower elevation.

l) The annular space shall be filled with approved grout material upon completion of the installation of the caisson.

m) The concrete base may be cast manually if conditions are dry or via a tremie tube if the shaft is flooded. If cast under flooded conditions, under no circumstances shall the shaft be pumped out until the base concrete has matured.

Secant Pile Shaft Installation

a) At all times during drilling, reaming, and installation of reinforcement, the polymer or

bentonite slurry used to support the excavation shall be maintained at or above the ground surface to safely support the excavation and resist caving and sloughing. The polymer (or bentonite) used shall have adequate viscosity, gel strength, and density to safely support earth and groundwater conditions described in the geotechnical report and the conditions encountered during construction.

b) Care shall be taken to avoid creation of voids in the completed shaft by withdrawing any temporary casing used above the level of the concrete fill in the shaft.

c) Overlap of secant piles shall be sufficient to prevent soil and groundwater movement into the completed Work.

d) Care should be exercised during excavation to avoid damaging the concrete piles.

e) Any voids in the completed shaft detected during excavation shall be immediately repaired to the satisfaction of the secant pile shaft designer before excavation progresses at no additional cost to the Owner.

Removal of Supporting System

a) Excavation support shall not be removed until support can be removed without damage to existing facilities, completed work, or adjacent property.

b) Excavation support shall be removed in a manner that does not leave voids in backfill. Removal of the support system, wholly or in part, shall be performed in a manner that does not disturb or damage adjacent buildings, structures, construction or utility facilities.

c) All voids created by the removal of the construction shoring system(s) shall be

169 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-101

immediately filled with controlled density fill, lean concrete, or cement grout, as approved by the Engineer.

d) Sheet piling removal shall be performed in a manner that will avoid consolidation of sandy or granular material below the excavation that could lead to settlement of the pipeline or other works of construction.

e) The support system removed from the excavation shall remain the property of the Contractor and shall be removed from the site.

Warranty

a) The Contractor shall be solely responsible for and bear the sole burden of the cost associated with any and all damages resulting from improper shaft support.

b) The safety of workers, the protection of adjacent structures, property and utilities, and the installation of adequate supports for all excavations shall be the sole responsibility of the Contractor.

c) The design, planning, installation and removal of all supports shall be accomplished in such a manner as to maintain stability of the required excavation and prevent movement of soil that may endanger life and health, cause damage to adjacent structures and utilities, or delay the work.

Cleanup

a) The Contractor shall remove all construction debris, spoil, drilling fluid, oil, grease, and other materials from shafts, pipelines, and all surface work areas upon completion of construction. Cleanup will be incidental to the construction. No separate payment shall be made for the cleanup

QUALITY ASSURANCE

a) The contractor shall use: 1. A professional engineer licensed in the Province of Ontario to design, supervise

installation, and inspect temporary structures.

2. Personnel with demonstrated competence and experience to install temporary structures.

b) The Contractor’s design engineer shall provide quality control, testing, and inspection of

their designs as needed and in accordance with accepted submittals. The Contractor’s design engineer shall visit the site to observe the shaft construction work in progress on at least a weekly basis or more frequently if required by the Engineer.

c) The Contractor shall coordinate with the Engineer regarding additional quality assurance testing to be provided at the Owner’s discretion. The Contractor shall permit free access during construction of shoring systems for the Owner’s testing staff. The Contractor shall allow access to the Engineer and shall furnish necessary assistance and cooperation to aid the Engineer in observations and data and sample collection.

170 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-102

d) The Contractor shall notify the Engineer, in writing, within 24 hours, when any problems

are encountered with equipment or materials, or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents.

e) Welder(s) shall be certified in accordance with CSA W47.1.

f) Concrete Testing and inspection of concrete shall conform to the requirements stated in TS 1350 – Material Specification for Concrete – Materials and Production and herein.

g) General shaft requirements include:

1. Commence shaft excavations only after submittals have been reviewed and approved by the Engineer, and a pre-construction meeting has been conducted with the Engineer. Provide all excavations with a concrete working slab equipped with a sump to pump out water. No gasoline-powered equipment shall be permitted. Diesel, electrical, hydraulic, and air powered equipment is acceptable, subject to applicable City, Provincial, and Federal regulations.

2. The Contractor shall determine the excavation sequences and the ground support categories, in full consideration of ground stand-up time, and will maintain a safe controlled excavation in all ground conditions. This work includes the temporary support of drifts to facilitate excavation and support to the full final opening dimensions.

3. All utilities shall be preserved without interruption. Location of utilities shown on the Construction Drawings shall be considered approximate. Field locate each utility potentially impacted by the work to verify location prior to beginning underground construction at each location. Coordinate with each utility agency as necessary prior to relocation, hanging, or upgrade of utilities in the vicinity of shafts, pits, and excavations.

4. Excess excavated material shall be disposed of in accordance with the Contract Documents.

5. Temporary ground support left in place shall not be considered as contributing to permanent ground support.

BASIS OF PAYMENT

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work and shall be included as part of the Sliplining installation cost items.

27. Centrifugally Cast Fiberglass Reinforced Polymer Mortar Pipe – SP19

Non-Standard Special Provision July 2019

SCOPE

The Work encompassed by this specification includes the requirements for furnishing of all Centrifugally Cast Fiberglass Reinforced Polymer Mortar (CCFRPM) Pipe, gaskets, and accessories as designated in the Contract Drawings, to be installed by open-cut trenching or sliplining using either the jacking method, the tunnel carrier method, or a combination of both, in

171 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-103

a gravity service application.

In general, the WORK of this specification shall include furnishing the pipe and fittings; furnishing of all accessories, appurtenant materials, stoppers, and markers; and the furnishing of all drawings, testing, samples, labour, materials, and equipment necessary to complete the WORK as specified, shown, ordered, and directed.

REFERENCES

The standards, specifications or publications listed below form a part of this technical specification to the extent referenced. Where conflicts between these specifications and the referenced specification, code, or standard occur, the more restrictive specification shall govern. The publications are referenced in the text by basic designation only. Where a date is given for referenced standards, that edition shall be used. Where no date is given for referenced standards, the latest edition available on the date of issue of Contract Documents shall be used.

Provincial Statute

Ontario Regulation 129/04 Licensing of Sewage Works Operators Regulation

City of Toronto Standard Specification

TS 410 Amendment to OPSS.MUNI 410 (Nov 2015) – Construction Specification for Pipe Sewer Installation in Open Cut

American Society for Testing and Materials (ASTM) D638 Standard Test Method for Tensile Properties of Plastics

D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials

D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading

D3262 Standard Specification for “Fiberglass” (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe

D3681 Standard Test Method for Chemical Resistance of “Fiberglass” (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe in a Deflected Condition

D4161 Standard Specification for “Fiberglass” (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals

F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe

American Water Works Association (AWWA) M45 Fiberglass Pipe Design

DEFINITIONS

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

Engineer means the licensed individual or firm responsible for the design of the works

172 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-104

or their designate and registered with the Professional Engineers of Ontario.

DESIGN AND SUBMISSION REQUIREMENTS

a) The Contractor shall submit design calculations for the proposed pipe and joints. Calculations for the joints shall demonstrate the maximum pushing and pulling forces that can be transmitted through the joints during the proposed installation process.

b) The Contractor shall provide manufacturer’s instructions for unloading, handling, storage, and installation requirements and recommendations.

MATERIALS

Pipe Materials

a) Resin Systems: Only polyester resin systems, with a proven history of performance in this

particular application, may be used. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product.

b) Glass Reinforcement: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins.

c) Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2%.

d) Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic

agents, etc., when used, shall not detrimentally affect the performance of the product.

e) Elastomeric Gaskets: Gaskets shall meet ASTM F477 and be supplied by qualified gasket manufacturers and be suitable for the service intended.

Dimensions

a) Diameters: 1. The actual outside diameter shall be in accordance with ASTM D3262 and the size

requirements as indicated on the Contract Specifications and Drawings. All measurements have a tolerance of ±0.1%.

2. The nominal pipe diameter shall be 2,400 mm (96 inches). Liner pipe thickness shall be provided by the Contractor.

b) Lengths: Pipe shall be supplied in nominal lengths of 6 m (20 feet). When required by radius curves, pit size, sewer irregularities, etc., pipe shall be supplied in lengths of 3 m (10 feet) or other even divisions of 6 m (20 feet). Actual laying length shall be nominal +25.4 mm (+1 inch), -101.6 mm (-4 inches). At least 85% of the total meterage (footage) of pipe, excluding special order lengths, shall be furnished in nominal length sections.

c) Roundness: The GRP pipe shall be round within 0.1% of the outside diameter.

d) End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1.5 mm (0.06 inches).

173 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-105

Manufacture

a) Pipes: Manufacture pipe by the centrifugal casting process to result in a dense, nonporous, corrosion resistant, consistent composite structure. The interior surface of the pipes shall provide crack resistance and abrasion resistance. The exterior surface of the pipes shall be comprised of a sand and resin layer which provides UV protection to the exterior. Pipes shall be Type 1, Liner 2, Grade 3 per ASTM D3262.

b) Joints: The GRP pipe shall be connected by gasket-sealed flush bell and spigot joints that do not materially increase the GRP pipe outside diameter or decrease the GRP pipe inside diameter. The bell (banding collars) shall be physically bonded to a pipe end using a fiberglass resin wrap. Gluing alone is not acceptable. The gasket(s) shall meet the requirements of ASTM F477. Unless otherwise specified, the pipe shall be field connected with flush bell and spigot joints that utilize elastomeric sealing gaskets as the sole means to maintain joint water tightness. The joints shall meet the performance requirements of ASTM D4161. The joint shall have approximately the same outside diameter as the pipe, so when the pipes are assembled, the joints are flush with the pipe outside surface. Joints at tie-ins, when needed, may utilize gasket-sealed closure couplings. The joints shall be leak-free under the following condition: 1. Gaps between the pipe ends shall not exceed 12 mm (0.5 inches) or the

manufacturer’s recommended value, whichever is more stringent.

c) Pipe joints that might need to be mitered to accommodate curved section and are made by an approved vendor other than the pipe manufacturer, shall be equivalent to the joints made by the pipe manufacturer and shall be acceptable to the Pipe Manufacturer, Owner and the Engineer.

d) Fittings: Flanges, elbows, reducers, tees, wyes, laterals, and other fittings shall be capable

of withstanding all operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass-fiber-reinforced overlays.

1. The Contractor shall procure the services of a machining shop in the City of Toronto to perform any required mitering of the GRP pipe that is capable of performing the work within the required tolerances. A mitering demonstration shall be conducted prior to beginning construction that will be coordinated by the Contractor and witnessed by the Supplier, the Owner or a designated representative, and the Engineer.

e) Grout Ports: Contractor shall install grout ports as specified in the Drawings.

f) Manufacturer: HOBAS Pipe USA, Thompson Pipe Group/Flowtite, or an approved equivalent.

Testing

a) Provide test results for the following tests: 1. Pipes: Pipes shall be manufactured and tested in accordance with ASTM D3262. 2. Joints: Joints shall meet the requirements of ASTM D4161. 3. Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D2412 shall

normally be 290 kPa (42 psi).

174 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-106

b) Acceptance of centrifugally cast fiberglass reinforced polymer mortar pipe will be made on

the basis of material tests and inspection of manufactured pipe for visual defects and imperfections.

c) The Owner or their designated representative shall be entitled to witness the pipe manufacturing.

d) In-plant hydrostatic tests shall be performed on pipe produced for this project in

accordance with the hydrostatic test for “Fiberglass” pipe joints using flexible elastomeric seals, ASTM D4161. The hydrostatic tests shall be performed at a frequency of at least 1 test in every 50 consecutive pipe sections produced with a minimum of 50 pipe sections produced between each test.

e) Failure of the joints and pipe to meet test requirements as specified under ASTM D4161

and ASTM F477 shall, at the discretion of the Engineer, cause the pipe to be rejected.

f) All pipes used for hydrostatic testing shall not be used for installation for this project and shall be furnished by the Contractor at no additional cost to the Owner. All costs for hydrostatically testing pipe shall be borne by the Contractor.

g) All expenses relative to the Owner’s witnessing and inspection of pipe manufacture or

testing, including any travel costs, shall be paid by the Owner. All expenses relative to pipe manufacture and testing shall be paid by the Contractor.

QUALITY CONTROL AND ASSURANCE

Quality Control

a) Submit pipe supplier’s quality control program, including names and qualifications of

quality control personnel for acceptance by the Owner. b) Submit description of procedures for maintaining and checking tolerances for pipe

dimensions. c) The Contractor shall submit test results with respect to the physical characteristics of the

GRP pipe. These tests shall be done at no additional cost to the OWNER and shall include the following: 1. Tests performed in accordance with ASTM D3262 2. Tests performed on joints in accordance with ASTM D4161 3. Pipe stiffness tests in accordance with ASTM D2412

d) Submit demonstration pipe test program results prior to pipe production.

6.1 Quality Assurance

a) Submit a written statement of pipe SUPPLIER’s qualifications for acceptance by the

OWNER.

b) The OWNER, or a designated representative, shall be entitled to inspect pipes or witness the pipe manufacturing.

175 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-107

c) Manufacturer’s Notification to Customer: Should the OWNER request to see specific pipes

during any phase of the manufacturing process, the CONTRACTOR must provide the OWNER and the ENGINEER with adequate advance notice of when and where the production of those pipes will take place.

7. Delivery and Acceptance

a) Handling and Transportation

1. Packaging, handling, and shipping shall be done in accordance with the

manufacturer’s instructions. 2. Care shall be exercised in handling, transporting, and placing pipe to prevent damage

to the pipe. No interior hooks or slings shall be used in lifting pipe. All handling operations shall be done with an exterior sling or with a suitable forklift.

3. Costs related to the transport, delivery and insurance of pipe and related material and appurtenances are the responsibility of the Contractor.

4. The Contractor will provide suitable equipment and labor to off load the pipe from delivery vehicles at the site.

b) Acceptance at Site 1. The quality of all materials, the process of manufacture and the finished sections shall

be subject to inspection and approval by the ENGINEER. Such inspection may be made at the place of manufacture, or on the site after delivery, or at both places, and the pipes shall be subject to rejection at any time on account of failure to meet the specification requirements; even though sample sections may have been previously accepted. Sections rejected after delivery to the job shall be visibly and clearly marked for identification and shall be removed from the job at once. All sections that have been damaged after delivery will be rejected, and if already installed, shall be acceptably repaired, if permitted by the ENGINEER, or removed and replaced, at no additional cost to the OWNER.

2. At the time of inspection, the sections shall be examined for compliance with ASTM designations specified and these specifications, and with the approved manufacturer's drawings. All sections shall be inspected for general appearance, dimension, tolerance, blisters, cracks, roughness, soundness, and other defects. The surface shall be dense and close-textured.

3. Imperfections may be repaired, subject to the approval of the ENGINEER, after demonstration by the CONTRACTOR of the permanent repair’s result. Pipe shall be repaired by an authorized representative of the pipe manufacturer. Repairs shall be inspected by the ENGINEER before final approval.

MEASUREMENT FOR PAYMENT

Payment will be per metre of GRP liner installed in the sliplining and the open cut sections.

BASIS OF PAYMENT

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work shall be included in the GRP sliplining item. No separate payment will

176 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-108

be made.

28. Sliplining – SP20

Non-Standard Special Provision July 2019

SCOPE

This section specifies the requirements for rehabilitating existing storm sewers using sliplining. The liner pipe will be inserted by jacking or carrying through the host pipe. The voids or annulus between the host pipe and liner pipe shall be filled with cementitious grout as per Contact Grouting – SP33. This Specification covers the general requirements for the specifications, manufacturer and installer qualifications, submittal and warranty guidelines, materials, pre-installation and installation procedures, and testing. Sliplining shall be performed using liner pipe with the following minimum diameters:

Host Pipe (nominal I.D.) Slipliner Pipe (nominal I.D.)

3,000 mm (120") 2,400 mm (96") minimum

REFERENCES

The standards, specifications or publications listed below form a part of this technical specification to the extent referenced. Where conflicts between these specifications and the referenced specification, code, or standard occur, the more restrictive specification shall govern. The publications are referenced in the text by basic designation only. Where a date is given for referenced standards, that edition shall be used. Where no date is given for referenced standards, the latest edition available on the date of issue of Contract Documents shall be used.

Provincial Statute

Ontario Regulation 129/04 Licensing of Sewage Works Operators Regulation

City of Toronto Standard Specification Pipe Sewer Installation in Open Cut TS 410

New Maintenance Holes, Catch Basins, Ditch Inlets and Valve Chamber Installations

TS 407

Sewer Bypass Flow Pumping TS 4.01 and TS 4.02

Closed Circuit Television Inspection of Pipelines

TS 409

Sewer and Maintenance Hole Cleaning

TS 411

Installation of Chemical Grout in Sewers

TS 470

177 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-109

Technical Specifications

Contact Grouting – SP33

Shaft Excavation and Support – SP17

Centrifugally Cast Fiberglass Reinforced Polymer Mortar Pipe – SP18

Three-dimensional LIDAR inspection – SP32

American Society for Testing and Materials (ASTM) This section references American Society for Testing and Materials (ASTM) standards, which are part of this specification. All standards shall be the latest edition and revision at time of Tender Closing. The materials, manufacturing, operations, testing, inspection, and production of slipliner shall conform to the following standards:

C109 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars

C138 Standard Test Method for Density (Unit Weight), Yield and Air Content (Gravimetric) of Concrete

C495 Standard Test Method for Compressive Strength of Lightweight Insulating Concrete

C939 Standard Test Method for Flow of Preplaced-Aggregate Concrete (Flow Cone Method)

D2122 Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings

D2290 Standard Test Method for Apparent Hoop Tensile Strength of Plastic or Reinforced Plastic Pipe

D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading

D2837 Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials or Pressure Design Basis for Thermoplastic Pipe Products

D3212 Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals

D3262 Standard Specification for Fiberglass (Glass-Fiber-Reinforced Thermosetting Resign) Sewer Pipe

F477 Standard Specification for Elastomeric Seals (Gaskets) For Joining Plastic Pipe

American Water Works Association (AWWA) M45 Fiberglass Pipe Design

DEFINITIONS AND CLARIFICATIONS

Definitions

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

Sliplining: insertion of a new liner pipe into an existing pipeline of larger diameter followed by grouting of the annulus.

Engineer: the licensed individual or firm responsible for the design of the works or their designate and registered with the Professional Engineers of Ontario.

178 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-110

Work Content

a) The scope of Work consists of structural rehabilitation of the existing storm pipe by inserting an approved liner pipe into the existing structurally deteriorated pipe, which has generally maintained its original shape. The finished liner shall extend the full distance indicated on the City Drawings. The lining shall be completely sealed and watertight.

b) The Work includes the supply of all equipment, labour, material, and services for the following:

i. Contractor shall perform a physical mandrel test along the sections of the existing corrugated metal pipe designated in the drawings to be sliplined prior to ordering of the sliplining pipe product and commencement of the sliplining operation. The outside diameter of the physical mandrel shall be at minimum equal to the outside diameter of the sliplining operation +100 mm and have a length of equal to one segment of the proposed GRP liner. The Contractor will advise the Engineer at least 24 hours prior to commencement of the physical mandrel test, and the Engineer reserves the right to have a representative on-site during the performance of the mandrel test. Contractor to submit to the Engineer a written summary of the findings of the mandrel test, including the location and description of all pinch points, if any identified, within three (3) working days of the completion of the physical mandrel test.

ii. Three-dimensional LiDAR inspection and rendering of the existing host pipe to confirm the inside dimensions prior to ordering the GRP pipe liner. Contractor to submit to the Engineer a written summary of the findings of the three-dimensional LiDAR scan and the LiDAR data file, along with an electronic copy of any software required to open and review the LiDAR data file.

iii. Engineering services for the design of the proposed liner system. iv. Mobilization and demobilization. v. Traffic control and maintenance of access to properties. vi. Preparation of sewers for accepting the liner system. This includes

preliminary inspection, line cleaning and final inspection as outlined in TS 409 – Construction Specification for Closed Circuit Television Inspection of Sewers and TS 411 – Construction Specification for Sewer and Maintenance Hole Cleaning.

vii. Bypass pumping (as needed) as outlined in TS 4.01 – Construction Specification for Sewer Bypass Flow Pumping and TS 4.02 – Construction Specification for Sewer Bypass Flow Pumping for Trunk Sewers.

viii. Construction of any needed insertion/access pits and the relocation of existing utilities as needed.

ix. Sliplining x. Grouting the annulus. xi. Reconnecting all existing service connections and lateral services to provide

integral, structurally sound joints with the relined sewer. xii. Providing CCTV inspection of the rehabilitated sewer, including lateral

connections, in accordance with TS 409 – Construction Specification for Closed Circuit Television Inspection of Sewers.

xiii. Restoration of the work sites to original condition. xiv. Quality control during manufacture and installation.

179 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-111

xv. Any other construction activities required for completion of the project as per the Drawings, Specifications and other relevant contract documentation.

Constraints

a) Prior to commencing work the proposed method of reconnecting lateral sewers is to be reviewed and approved by the City.

b) Existing lateral sewers shall not be shut off for more than 48 consecutive hours, unless written was provided by the Contract Administrator.

c) The Contractor shall adhere to the work schedule. d) The Contractor is responsible for obtaining all information concerning depths of flow,

maintenance hole depths, air quality in the sewers, accessibility of maintenance holes, traffic flows, and any other considerations that might affect the procedure for conducting the Work.

e) Neither the lining system, nor its installation, shall cause adverse effects to any of the City’s processes or facilities. The use of the product shall not result in the release of deleterious substances into any natural water body or the City’s storm system. The Contractor shall notify the Owner and identify any by-products produced as a result of the installation operations, test and monitor the levels, and comply with any and all local waste discharge requirements.

f) The Contractor shall cleanup, restore existing surface conditions and structures, restore service and lateral connections and repair any of the lining system determined to be defective. The Contractor shall conduct installation operations and schedule cleanup in a manner to cause the least possible obstruction and inconvenience to traffic, pedestrians, businesses, and property owners or tenants.

DESIGN AND SUBMISSION REQUIREMENTS

a) The Contractor shall submit the following to the City for review at least fifteen (15) working days in advance of commencing the Work: 1. Design calculations, demonstrating the ability of the liner to resist all design loads

at the various sections along the length of the host pipe. 2. Detailed work plan and installation procedures and specific procedures for

rehabilitation of each storm pipe section and various other underground structures.

3. Complete details about sliplining system design for each sewer section including all assumptions, component materials and properties, and installation requirements.

4. A detailed discussion of the proposed quality controls to be performed by the Contractor, including required laboratory testing and on-site testing of liner or other materials.

5. Shop drawings. 6. Certified copies of all third-party laboratory test reports on materials referred to

within this Section in accordance with specifications that support the physical characteristics required from the materials.

7. Certified copies that the Contractor is trained and certified to use the Manufacturer’s material.

8. Construction QA/QC Procedure. 9. Product Technical Data including:

Manufacturer’s Installation Procedure Physical Properties Data Sheet

180 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-112

10. Flow Bypass. 11. Proposed method for reinstating service connections and lateral sewers. 12. Sample of the public notification document, notification signage, and details

regarding the public notification plan. 13. Work schedule. 14. Work site footprint and workspace requirements. 15. Allowable centric and eccentric jacking loads, when applicable. 16. A blocking plan complete with design calculations, when applicable.

MATERIALS

This section references American Society for Testing and Materials (ASTM) standards, which are part of this specification. All standards shall be the latest edition and revision at time of Tender Closing. Materials supplied for this project must be in accordance with applicable ASTM standards.

Sliplining Materials

a) Centrifugally Cast Fiberglass Reinforced Polymer Mortar (GRP) Pipe:

1. Refer to Centrifugally Cast Fiberglass Reinforced Polymer Mortar Pipe – SP18 for complete specifications.

Cementitious Grout for Annular Space

a) Cement Grouting shall be as per Contact Grouting – SP33.

Liner Design

a) The Contractor shall submit a design, stamped by a professional engineer licensed to practice in the Province of Ontario.

b) Sliplining pipe provided under this Specification shall provide the maximum conveyance capacity possible and in no case shall provide less capacity than currently exists as per Manning’s formula.

c) Sliplining pipe structural properties shall be calculated and provided to the City prior to construction. In addition to the requirements for submittals set forth in the contract and the requirements for submittals contained in companion sections of these specifications, the Contractor shall submit the following: 1. Manufacturer’s literature for materials used in liner, gaskets and fittings. 2. Proposed grout mixture and pressures. 3. Test results and certification of compliance for materials. 4. Proposed plan for bypassing flow during liner installation, if applicable. 5. Manufacturer’s design analysis. 6. Proposed method of reconnecting service laterals, if applicable. 7. Details identifying proposed installation method, equipment, and location of

181 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-113

access shaft, pit or approach tunnel.

d) The Contractor shall design the liner to support the worst-case combinations of externally and internally imposed loads, including earth, traffic, hydrostatic, etc., with a minimum factor of safety of 2, and have a minimum service life of 50 years.

e) Host pipes shall be considered to be fully deteriorated, and to provide no structural support to the liner.

f) The mechanical strength of the liner pipe shall be adequate to resist any compressive, tensile and bending stresses anticipated to be imposed upon the liner pipe during the installation process as well as any hoop stresses expected to result from the grouting operation. Industry acceptable factors of safety and limiting stresses and strains shall be used in calculating allowable forces and minimum bending radii. The allowable long-term deflection value will be 5.0% of the pipe diameter as calculated by the relevant equations in Appendix X1 in ASTM D3262-11.

g) The total external pressure on the pipe shall include an allowance for an AASHTO HS-25 concentrated live load. If the liner crosses under a railway line, the minimum live load surcharge shall be calculated based on a Cooper E80 distributed load for the portion of liner affected by that loading.

h) The minimum soil density utilized in computation of the dead load shall be

1,950 kg/m3.

i) The groundwater load shall be calculated based on the assumption that the groundwater table is flush with the existing ground surface.

j) The modulus of the soil bedding shall be assumed to be 10.3 MPa (1,494 psi).

k) Leak repair shall be carried out when required to create an environment to enable

the rehabilitation works to be executed successfully.

l) The finished liner shall be continuous over the entire length of an insertion run between two maintenance holes or access points and shall be free from visual defects.

m) The beginning and end of the liner pipe shall be sealed to the host pipeline and to

maintenance hole liner using a material that is compatible with the liner.

Delivery, Storage and Handling

a) Packing, shipping, handling and unloading. 1. Deliver, store and handle materials in accordance with the manufacturer’s written

instructions. 2. All materials must be inspected upon receipt by the Contractor and properly

documented as to the amount of material and the identification of the material by lot numbers. Dates and times along with the shipping company delivering the material should be recorded for possible future reference.

b) Waste management and disposal.

182 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-114

1. Separate waste materials for reuse and recycling in accordance with City of Toronto waste management programs.

CONSTRUCTION

Protect the environment, public, and private property from any damage during the construction operations.

Safety

a) The Contractor shall strictly observe the Occupational Health and Safety Guidelines with special emphasis on its requirements for working with scaffolding and entering confined spaces.

b) Contractors shall provide a copy of their confined space entry procedures prior to commencing work.

c) Prior to entering confined access areas such as maintenance holes; evaluate the

atmosphere to determine the presence of toxic or flammable vapors or lack of oxygen and take appropriate action.

d) Provide material safety data sheets for all chemicals to be used to the City for approval.

Cleaning and Preparation

a) The inspection and cleaning of the lines, including all bypass pumping required, shall be as detailed in TS 4.01 – Construction Specification for Sewer Bypass Flow Pumping, TS 4.02 – Construction Specification for Sewer Bypass Flow Pumping for Trunk Sewers, TS 411 – Construction Specification for Sewer and Maintenance Hole Cleaning, and TS 409 – Construction Specification for Closed Circuit Television Inspection of Pipelines.

b) The floor and interior walls of the pipe shall be thoroughly cleaned and made free of all foreign materials including dirt, grit, roots, grease, sludge and all debris or material that may be attached to the wall or bottom of the pipe.

c) High pressure water blasting shall be used to clean and free all foreign material within the

pipe.

d) All materials resulting from the cleaning of the pipe shall be removed and properly disposed of prior to application of the lining material.

e) All waste material and cleaning liquids used in the process shall be disposed of properly and shall not be allowed to flow downstream.

Sealing Active Leaks / Infiltration Control

a) Areas of water seepage shall be sealed off by an approved method. Pools of water shall

be removed; however, a dry surface is not required. The Contractor shall patch holes and fill voids in and around the pipe as directed by the City.

183 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-115

b) The work consists of hand applying a dry quick-setting cementitious mix design to stop running water or seepage. The Contractor shall apply an approved quick-setting mortar in accordance with the manufacturer’s recommendation.

Filling Voids

a) Refer to TS 470 – Construction Specification for the Installation of Chemical Grout in

Sewers.

Identification of Lateral Connections

a) Contractor shall identify the location and size of laterals and provide appropriate

temporary measures to prevent damage to the identified laterals.

Bypass of Flow

a) The Contractor shall provide for the flow of storm water around the section or sections of

pipe where rehabilitation is located. b) The bypass shall be made by installing a weir in the line at the existing upstream structure

and pumping the flow into a downstream structure or adjacent system. Pump and bypass lines shall have adequate capacity to handle the flow.

c) Bypass systems shall be designed and stamped by a professional engineer licensed to

practice in the Province of Ontario.

d) Other means to bypass the flow shall be as approved by the City.

Installation of Sliplining

a) Where excavations for insertion of liner are made, the Contractor shall locate the excavations on the basis of the location of the sewers to be sliplined, pushing/pulling distances, and traffic conditions subject to City approval. Excavation shall be located to minimize traffic disruption, and the number of excavations reduced by inserting the pipe in both directions from a single excavation.

b) The insertion pit(s) should be long enough to avoid imposing a bending radius of less than the minimum bending radii recommended by the manufacturer, and to accommodate the length required for jacking sections.

c) The insertion pit(s) should be sufficient to allow the entry of the workmen and lowering of the manufactured length of the liner pipe segments. Sheathing and bracing requirements will depend on depth and ground conditions and the Contractor shall determine the necessity for such sheathing and bracing. All temporary supports shall be designed and stamped by a professional engineer licensed to practice in Ontario. The top of the existing trunk line shall be exposed to the springline (or some distance below it) and the crown of the pipe shall be removed as necessary for insertion of the liner. All locations for insertion pits shall be approved by the City prior to any work being done.

184 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-116

d) Sections of liner shall be field connected in the insertion pit using low profile bell and spigot joints, or jacking pipe sleeve joints. Bell and spigot and jacking pipe sleeve joints shall be equipped with an elastomeric gasket meeting the requirements of ASTM F477 to provide a watertight seal at each joint. Maximum allowable deflection shall be two degrees. Contractor shall take precautions to prevent protruding bolts and other sharp objects from scoring the slip-liner as it is being pushed into the sewer, including the use of a rail system.

e) The jacking forces shall not exceed the allowable pressure, compressive, tensile, and

bending forces of the pipe.

f) Alternative pipe jointing methods shall be subject to the approval of the City.

g) The annular space between the liner and the existing sewer shall be grouted as per Contact Grouting – SP33. Grout ports shall be sealed with an approved resin mixture.

h) Where an existing maintenance hole is used as an entrance shaft, the maintenance hole

shall be replaced with a new maintenance hole in accordance with TS 407 – Construction Specification for New Maintenance Holes, Catch Basins, Ditch Inlets and Valve Chambers Installations and as per the Drawings.

i) Finishing inside the maintenance hole shall be accomplished using a quick-setting cement type grout to raise the maintenance hole trough to the invert of the liner pipe and reform the maintenance hole benching as required.

j) Precautions shall be taken to prevent collapse of the liner owing to excessive grouting

pressure.

k) The liner shall be secured in the upstream maintenance hole. Each existing lateral connection shall be reconnected to the new liner pipe by coring a hole the same diameter as the lateral pipe and sealing the connection as per the Drawings.

l) Before backfilling any existing sewers that have been broken to open, the pipe shall be repaired and the annular space between the existing sewer and the new liner sealed using grout or expandable foam to the approval of the City.

m) Low strength grout filling the annular space between the host pipe and the liner (where

applicable) shall be a cementitious mixture incorporating suitable admixtures as approved by the City.

n) Contractor shall take appropriate precautions to avoid over pressurization, buckling and

floating of the liner pipe during the grouting process. Grouting operations shall be continuously monitored to prevent local buckling of the sliplining pipe or any damage to the host pipe.

o) Contractor shall comply with pipe manufacturer’s recommendations for grouting

procedures and with the grout manufacturer’s procedures for placement of grout, grout pressures and grout quantity. Multiple grout lift installations may be required to avoid floating or buckling of the liner pipe. Contractor shall also take precautions to avoid movement of the liner during the grouting operation. No grout shall be placed until service

185 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-117

connections have been restored. Grout placement method and pressure shall be in accordance with manufacturer’s recommendations and shall be submitted to the City prior to the placement of grout.

p) Inserted GRP liners will be grouted as soon as practical. At any given time the Contractor

shall have no more than 250 m of GRP sliplining pipe inserted in the host pipe without been grouted in place, unless the Contractor has received written permission from the Engineer.

q) At the end of each working day, the Contractor shall install permanent blocking as per the

accepted blocking plan to ensure the liner pipe is not damaged between working days due to excess movement, wet weather flow in the pipe, etc.

Sealing Liner at Maintenance Holes

a) At maintenance hole entrances and exits, the interface between the exterior surface of the

liner and the maintenance hole shall be made watertight. The ends of the liner shall be neatly trimmed so the liner fits flush with the maintenance hole interior surface.

b) If the liner fails to make a tight seal at the maintenance hole, the Contractor shall apply a compatible resin mixture seal approved by the City.

Reconnection of Service Connections and Lateral Sewers

a) Unless otherwise approved by the City, reconnection of services and laterals shall be

done without excavation by means of person entry.

b) Contractor shall reconnect all service connections and lateral services to the sewer unless the City deems the connection to be inactive or abandoned. Contractor shall machine core through the liner at each connection point, and comply with the following connection procedures:

i. Contractor shall coat the bare inner surface from the liner pipe to 0.3 m into the lateral/service connection with Neopoxy NPR-5305 or approved equivalent. A minimum of 95% capacity restoration is required.

c) Prior to any sewer leads being completely opened to the newly lined sewer, a small

diameter relief hole shall be cut through the liner into each lead opening to relieve any water that has accumulated in the leads during the lining process. After the relief holes have been cut for each service, the process of completely opening each lead shall commence.

d) All service leads existing prior to liner installation shall be opened immediately following

the lining installation process. The cost of any damages occurring from services that are not re-opened shall be borne by the Contractor.

e) The service connections shall be re-established to the same condition as existed prior to

the installation of the liner. Sewer connection reinstatement, including catch basin leads, shall be restored to a minimum of 95% but no more than 100% of the original cross

186 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-118

sectional area of the connection while conforming to the original opening, unless otherwise approved by the City in writing.

f) The reinstated opening shall be neat, and its edges smooth and without any hanging

fibers, or loose or abraded materials. The invert of the reinstated opening will match the invert of the original connection The Contractor shall be responsible for completing point repairs of any service connections that are damaged or misaligned during reinstatement procedures.

g) Voids between the liner and the existing sewer wall after connection reinstatement shall

be filled with either a non-shrinking, watertight cement grout, an approved polyurethane grout; a resin mixture compatible with the liner system; or other approved grouting product.

h) Contractor shall cut the upper half of liner out at maintenance holes, and as required to

accommodate lateral and service connections at maintenance holes. Contractor shall reconstruct maintenance hole benches to match new invert elevations.

i) Where existing maintenance hole locations have been used as access pit sites,

Contractor shall install new maintenance holes utilizing cast-in-place or new precast concrete maintenance hole elements. All construction shall comply with the companion sections of these specifications.

Final Inspection

a) The Contractor shall employ an independent testing agency to conduct and report compressive strength testing of the grout utilized in the construction. Contractor shall prepare and submit for testing four concrete cylinders from each day’s grouting activities. Testing shall occur at seven (7) and twenty-eight (28) days. All test results shall be submitted to the City.

b) At the completion of the rehabilitation of the storm sewer, Contractor shall provide the City with a DVD showing both the pre- and post-installation conditions, including the restored connections. All defects discovered during the post-installation television inspection shall be corrected by the Contractor at its expense before the work under the Contract will be considered for Substantial Completion. After the defects, if any, are corrected, the affected sewer segment(s) shall be video inspected again. This inspection shall be performed by a colour video inspection system.

c) The finished liner shall be visually inspected over the entire length of the liner for signs of

infiltration, discontinuities, and defects.

Warranty

a) Any defects that are detected in the rehabilitated sewers during the Warranty Period that are deemed by the City to impair the integrity or strength of the liner shall be corrected by the Contractor to the satisfaction of the City, at the Contractor’s sole expense.

b) The finished liner shall be continuous over the entire length of a run and be free from visual defects. It shall also meet the test requirements specified in this Section. During the warranty period, any defects that will affect the integrity or strength of the liner, shall be

187 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-119

repaired at the Contractor's expense.

Cleanup

a) Upon completion of the Work, cleanup and restore any disturbed areas to a condition at least equal to that existing prior to commencing the Work, in accordance with other applicable sections of the Contract Documents and to the satisfaction of the City.

b) Remove and haul debris to an approved disposal site.

QUALITY ASSURANCE AND QUALITY CONTROL

a) The Contractor is to prepare a Quality Management Plan in accordance with Section 5.4

of the General Conditions and provide to the City for approval a minimum of fifteen (15) working days in advance of commencing the Work. Once approved, the Quality Management Plan must be strictly followed.

b) The Plan submitted by the Contractor shall be specific to the liner material and method of installation proposed by the Contractor.

c) The Contractor shall not change any material, thickness, design value or procedure

specified without the written approval of the City.

d) All rehabilitated structures shall be inspected by the Contractor at the end of installation. All pipe inspection reports, including all photographs and video tapes of the completed structure, shall be submitted to the City.

MEASUREMENT FOR PAYMENT

Measurement shall be per linear metre of pipe installed.

BASIS OF PAYMENT

Payment at the Contract Price shall include provision of all Labour, Material and Equipment necessary to complete Sliplining by utilizing a construction method determined by the Contractor accepted by the City/Engineer, including design of the liner, grout mix (and including composite liner design if required) for approval by the Engineer; excavation of access points (if required); support/shoring of excavations (if required); supply and install liner pipe according to approved submittals; supply and install contact grout according to approved submittals; supply and install bulkheads and required drain/vent ports; supply and install grout ports; restore and patch grout ports; restore all service/lateral connections; backfill and restore all access points, all required quality control testing and submittals; and all incidental work for which payment is not specified elsewhere.

188 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-120

29. Cement Mortar Crack Repair – SP21

Non-Standard Special Provision July 2019

SCOPE

This section covers the repair of cement mortar cracks and joints. This section is intended to cover crack repair for any cracks discovered in the walls of cement mortar lined corrugated steel pipe (CSP) along sections not designated to be sliplined. Prior to beginning the repair work Contractor shall field verify and provide clear bright colored marking to the cracks to be repaired. Crack repair work shall not begin until marking is complete and has been approved by Engineer

REFERENCES

The publications listed below form a part of this specification to the extent referenced. Where conflicts between these specifications and the referenced specification, code, or standard occur, the more restrictive specification shall govern. The publications are referenced in the text by basic designation only. Where a date is given for referenced standards, that edition shall be used. Where no date is given for referenced standards, the latest edition available on the Tender Closing date shall be used.

American Society for Testing and Materials (ASTM)

C881/C881M Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete.

DEFINITIONS

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

Engineer means the licensed individual or firm responsible for the design of the works or their designate and registered with the Professional Engineers of Ontario.

DESIGN, PERFORMANCE AND SUBMISSION REQUIREMENTS

Design and Performance Requirements

a) Unless otherwise specified or authorized, repairs shall conform to the requirements specified herein. Types of repairs not specified herein shall be as specified in other sections, as indicated on the Drawings, or, as recommended by the manufacturer's representative and subject to acceptance by the Engineer. The following types of repairs shall be performed as required.

b) Pressure-Injected Epoxy Resin 1. Unless indicated otherwise on the drawings, pressure-injected epoxy resin shall be

used to seal joints and cracks that are not intended to permit movement. c) Crack Sealant

1. Crack sealant shall be used to seal cracks in structures prior to pressure injection of resin.

189 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-121

Submission Requirements

1. Specifications and data covering physical properties, mixtures, application procedures, and curing procedures of the materials proposed shall be submitted in accordance with the Submittals Procedures section. Submittals shall include the approvals from the material manufacturer.

2. Submit written procedures for use and quality control of the injection equipment.

MATERIALS

Acceptable Products

a) Pressure-Injected Epoxy Resin Product: Sika Sikadur-35 Hi-Mod, Simpson SET, or equal.

b) Equivalent products of other manufacturers regularly producing high quality concrete repair materials, providing engineering field services, and meeting the specified quality assurance requirements may be furnished subject to acceptance by Engineer.

c) Materials shall be approved by the manufacturer for the type of application, including temperature and moisture conditions encountered.

Material Requirements

Pressure-Injected Epoxy Resin

ASTM C881, Type I or Type IV, moisture tolerant or moisture insensitive.

Crack Sealant As recommended by the manufacturer of the pressure-injected epoxy resin product with crack injection ports.

Water Clean and free from deleterious substances.

CONSTRUCTION

General

a) Unless otherwise specified, Contractor shall prepare and apply all materials in strict accordance with the manufacturer’s printed installation instructions which are hereby made part of this specification.

Inspection

a) Prior to the placement of the repair materials, the crack to be repaired shall be inspected by the material manufacturer to assure that preparation and conditions are correct for the type of repair and the product/material being used as specified herein.

Preparation

a) All cracks and surfaces around the cracks shall be free of objectionable substances and shall conform to the requirements of the material manufacturer. Concrete and shotcrete to be repaired shall be cleaned by methods acceptable to the material manufacturer so that the cracks are free of dirt, oil, grease, laitance, and other foreign matter.

190 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-122

b) All loose and deteriorated existing concrete and shotcrete shall be removed down to sound materials. All concrete and shotcrete surfaces shall be checked for delamination to ensure that all surfaces are sound. All edges shall be square cut to remove any feather edges.

c) Any other preparation recommended by the material manufacturer shall be brought to the

Engineer's attention and may be incorporated into the work if acceptable to the Engineer.

d) Concrete and shotcrete surfaces in the area of a crack to be repaired shall be cleaned by wire brushing, blasting, or other acceptable methods.

e) Wall surfaces shall be hydroblasted (or approved equivalent) to expose crack networks and construction joints. Contractor to control active seepage through the dewatering requirements provided in Dewatering – SP10.

f) Injected Epoxy Resin 1. Preparation for injected epoxy resin shall include sealing the surface at the crack, on

both sides when possible, with crack sealant as recommended by the material manufacturer and as acceptable to the Engineer for the pressure injection work. Injection ports for epoxy resin shall penetrate through the crack sealant into the cracks at spacings recommended by the material manufacturer.

Application

Concrete and shotcrete repair work shall be performed in accordance with the following requirements.

a) Crack Sealant

1. Crack sealant shall be trowel applied to a minimum dried thickness of 3 mm (1/8 inch), or thicker if directed by manufacturer’s literature. The cement mortar surface where the sealant is applied shall be smooth, uniform, and free from irregularities. Crack sealant shall be removed after the injection of resin is completed, if possible.

b) Pressure-Injected Resin

1. The injected areas shall be prepared as specified and as recommended by the manufacturer. Pressure-injected resin shall be suitable for penetration of joints, cracks, and crack networks 5 mils (0.005 inch) [100 µm] wide and larger.

2. After the joints and cracks are prepared and before the injection of the resin, the joints shall be flushed with water. The water flush shall be terminated when the turbidity of the expelled water is visibly equal to that of the flush water. Unless otherwise acceptable to resin manufacturer and the Engineer, cracks shall be surface dry prior to injecting resin.

3. The pumping equipment used for the pressure injection of resin shall have pressure metering. Written procedures for use and quality control of the injection equipment shall be furnished to the Engineer for review and acceptance. The pump shall be electric. The material and process used for the pressure injection of the resin shall have been in use a minimum of 3 years.

4. The joints and crack networks shall have a minimum of 90 percent penetration of resin into the joint or crack network. Core samples may be taken at the Engineer's discretion.

191 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-123

c) Cold Weather 1. When ambient temperatures below 4°C (40°F) are expected during the curing period,

the repair materials shall be maintained at a temperature of at least 10°C (50°F) for 14 days or 24°C (75°F) for 7 days after placement. Sudden cooling of the repair materials shall not be permitted.

Cleanup

a) Work areas are to be cleaned each day in accordance with the Project Requirements section. Upon completion of the final cleanup, Contractor shall restore all areas affected by repair procedures to their original condition, leaving no trace of material piles or other wasted materials.

QUALITY ASSURANCE

a) Manufacturer’s Field Services 1. The material manufacturer shall submit, in writing through the Contractor, approvals of

proposed material, application procedures, applicator, and surface preparation. Field services might be required by the material manufacturer upon written request by the Contract Administrator or the Engineer.

b) Applicator 1. The applicator shall submit through the Contractor a satisfactory experience record

including references from at least three (3) previous applications of the specified materials to structures of similar design and complexity in the last five years.

c) Quality Assurance Certification 1. Material manufacturers shall be ISO 9001/9002 registered or shall provide proof of

documented quality assurance. The documented quality assurance system shall be obtained through an independent auditing registrar.

d) Delivery, Storage and Handling

1. Shipping, handling and storage shall be in accordance with the manufacturer’s requirements.

e) Protection

1. Post-placement curing and protection shall be as specified herein and in accordance with the manufacturer's recommendations.

Measurement and Payment

All costs relating to cement mortar crack repair including but not limited to all equipment, labour, and material required for supply, storage, surface preparation, application, quality control, and quality assurance, shall be included in the bid prices for the cement mortar liner repair items in the Pricing Form. No separate payment relating to cement mortar crack repair will be considered, with exception of field services by the material manufacturer if so requested by the Engineer/Contract Administrator, which will be reimbursable on a time and materials basis.

If it is deemed onsite by the City of Toronto or by the Contract Administrator that additional mortar crack repair above and beyond what is documented in the CCTV videos is required to

192 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-124

meet the City’s requirements, then the surface repair as requested by the City of Toronto or the Contract Administrator will be paid out through the unit price provisional item in the Pricing Form.

30. Sewer and Sewer Service Installation – SP22

Non-Standard Special Provision July 2019 Installation

All new sewers shall be installed as per TS 410 and as shown on the Contract Drawings. Bidders shall note that the Pricing Form and Contract Drawings show total lengths excluding the internal lengths of maintenance holes. For the purpose of measurement for payment, depth shall be to the invert of the sewer and the length of the sewer excludes the internal length through maintenance holes.

The installation of sewer pipe, maintenance holes, catch basins, catch basin leads and sewer laterals shall include:

Excavation, sheathing, shoring, and trench dewatering as per Dewatering – SP10;

The removal and disposal off site of asphalt pavement, concrete road base, brick gutter, concrete or asphalt curb, curb and gutter, monolithic curb and sidewalk, sidewalk, crosswalks, walkways, flag stone, boulevards, driveways and entrances (all thicknesses);

Remove and salvage existing unit pavers and interlock stone;

Protecting and supporting of adjacent components that shall remain during and after the work including, existing structures, sewers, laterals and watermains, services and utilities, light poles, hydro and traffic signal poles, hand wells, maintenance holes, catch basins, retaining walls, curbs, road base, driveways, sidewalks, crosswalks, walkways, valve boxes, signs and posts, fences, landscaping walls, bollards, gardens, decorative stones, garden edging and vegetation, residential sprinkler systems and lighting systems, any damage to existing components shall be repaired at no extra cost to the City;

Removal and disposal off-site of trench excavation including unshrinkable fill or concrete bedding according to TS 2.10 – Construction Specification for General Excavation;

Removal and disposal of existing sewer pipe, maintenance holes, catch basins and other appurtenances where indicated on the Contract Drawings or encountered during installation of new sewers or both;

Control of sewage flow during construction with bypass pumping shall be according to TS 4.01 – Construction Specification for Sewer Bypass Flow Pumping;

193 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-125

Supply and installation of sewer pipe, maintenance holes, catch basins and catch basin leads complete with gaskets and fittings;

Supply and installation of sewer laterals by open cut;

Supply and installation of all tees for services, couplings, adapters, Kor-N-Seals, flexible MH connectors and all components and pieces of pipes in various locations;

Connect service connections to new sewers according to TS 410 – Amendment to OPSS 410 (Nov 2012) – Construction Specification for Pipe Sewer Installation in Open Cut;

Coring into existing maintenance holes, catchbasins and existings sewers shall be according to TS 410 – Amendment to OPSS 410 (Nov 2012) – Construction Specification for Pipe Sewer Installation in Open Cut;

Connections to maintenance holes, catch basins and sewers shall be by core drilling;

Connecting to existing sewers shall be with verical bends;

Supply and placement of embedment or bedding material, cover material and backfill as specified in the Contract Documents (Note: Where Granular A material is specified in this special provision, it shall be according to TS 1010 (April 2015) – Amendment to OPSS.MUNI 1010 – Material Specification for Aggregates – Base, Subbase, Select Subgrade and Backfill Material (April 2013));

Supply and placement of unshrinkable fill according to TS 13.10 – Construction Specification for Unshrinkable Fill;

The installation and maintenance of temporary or permananent restoration for concrete and asphalt sidewalks, curb and roadway; and

Permanent restoration of all existing landscaping, sod, fences, river stone, gardens, decorative rocks, vegetation, interlock stone or lock stone, unit pavers, concrete and asphalt walkways or driveways (all types), to pre-construction conditions or better.

Where the Contractor encounters wet conditions at subgrade, the Contractor may alternatively use 19 mm clear stone as pipe bedding subject to confirmation and approval by the Contract Administrator. The bedding material must be completely wrapped in a non-woven geotextile filter fabric and shall be compatible with the existing soil conditions. The Contractor shall complete the Work at the provisional unit price in the Pricing Form. The provisional unit price shall include all labour, equipment, and materials required to use this alternative pipe bedding.

Where the Contractor encounters poor or unsuitable subgrade conditions, the Contractor is to stabilize the trench per SW305SP.

194 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-126

The Contractor shall abandon all pipes as specified in the Contract Drawings in accordance with TS 510. Pipes shall be completely filled with grout where indicated on the Contract Drawings. The Contractor shall ensure that no grout gets into the downstream storm or sanitary system.

Any existing water service requiring replacement shall be installed to maintain a minimum 2.5 m horizontal or 0.5 m vertical clearance from the sewer service lateral. No additional payment shall be made for adhering to this requirement.

Flexible Pipe

Flexible pipe shall be Centrifugally Cast Fiberglass Reinforced Polymer Mortar Pipe as per SP18. Pipe shall be installed as shown on the Contract Drawings.

Rigid Pipe

Bedding material used to support rigid pipe shall be Granular A Native according to TS 1010 (April 2015) – Amendment to OPSS.MUNI 1010 – Material Specification for Aggregates - Base, Subbase, Select Subgrade, and Backfill Material (April 2013). The bedding material shall be compacted by approved mechanical means in 150 mm layers to 98% of maximum dry density. Where indicated on the Contract Drawings, or when instructed by the Contract Administrator, concrete bedding shall be installed per T 802.032-1. The Contractor shall utilize plant mixed 15 MPa concrete. Dry ready-mix concrete shall not be accepted. The Contractor shall block all pipes prior to the placement of the concrete bedding to ensure grade. Once placed, the Contractor shall check to ensure that there were no grade deviations created as a result of the concrete placement before proceeding further with pipe laying. The Contractor shall allow for the concrete bedding to set for a minimum of 2 hours prior to backfilling and compacting over the pipe.

All costs associated with Concrete Bedding shall be included in the applicable sewer line item and shall include all additional labour, equipment and materials required to place the bedding, and the extra work required for the compaction of backfill over the bedding.

All concrete sewer pipe provided shall conform to OPSS 1820. Non-reinforced concrete pipe shall be according to CAN/CSA A257.1. Reinforced concrete pipe shall be according to CAN/CSA A257.2. Joints and gaskets shall be according to CAN/CSA A257.3.

The pipe bedding, cover and backfill shall be according to OPSD 802.030, 802.031, 802.032, 802.033 as applicable per soil conditions for Class B bedding. For Concrete Bedding as indicated on the Contract Drawings, bedding shall be according to T-802.032-1 for concrete pipes. Cover Material

Cover material placed from the top of the bedding to the bottom of the backfill for rigid pipe shall be Granular A compacted by approved mechanical means in 150 mm layers to 95% of maximum dry density.

195 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-127

Backfill Material

Backfill shall be as specified in Backfill – SP24.

Trench Box

The use of trench boxes is permitted within the roadway on this Contract in accordance with the recommendations in the Geotechnical Reports for each site (GeoPro Consulting):

Geotechnical Investigation, Proposed Rehabilitation of Wilket Sanitary Trunk Sewer, From the Intersection of Kenneth Avenue and Spring Garden Avenue to 118 m East of Upper Canada Drive, City of Toronto, Ontario. April 23, 2019.

Geotechnical Investigation, Proposed Rehabilitation of North York Storm Sewer, North of Gulliver Road, City of Toronto, Ontario. April 2, 2019.

The use of trench boxes provides protection for construction personnel but does not provide lateral support for adjacent excavation walls, underground services or existing structures. The Contractor shall provide an engineered trench support system, if required, based on soil conditions. The Contractor shall locate existing underground services and structures adjacent to the trench excavation and adequately support where required. Temporary Restoration

The Contractor shall complete temporary restoration of all roadways including curb, and curb and gutter upon completion of the sewer installation and backfill operation of sewer construction, as directed by the Contract Administrator.

For more requirements on temporary and permanent trench restoration see supplementary specification GN121SS.

Measurement for Payment

Measurement for payment shall be according to TS 410.

Basis of Payment

Payment for the installation of the sewer shall be made at the unit price bid and shall include the supply of all labour, materials, and equipment for saw cutting, removal and disposal of existing asphalt and concrete road base, removal and disposal of existing pipe, laterals/leads, and maintenance holes as indicated on the Contract Drawings, excavation, disposal of material, shoring, dewatering, pipe bedding, installation of the sewer, installation of pipe supports/cradles, backfilling and compacting trench, connection to existing sewer, sewer service/lead connections within the trench limits, all tees and bends, permanent restoration for sewer trenches and road structure above the trench, and the provision for diversion of existing sewer flows.

196 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-128

31. Stockpiling and Disposal of Excavated Soil – SP23

Non-Standard Special Provision July 2019 The Contractor shall be responsible for the preparation, handling, and transport of all material removed from the site to a suitable disposal site, including any necessary dewatering of the material as per Dewatering – SP10. The Contractor is responsible for the separation of any material required for acceptance by the receiving disposal site.

All excess material not required for the successful execution of the Work shall be removed from the site at the expense of the Contractor and disposed at an approved receiver site in accordance with the Ministry of Environment and Climate Change (MOECC).

The City of Toronto will not make any arrangements for the disposal of excavated and/or surplus materials or supply bills of lading. The Contractor shall ensure that the preparation, handling, and transport of the material complies with all Federal, Provincial, and Municipal Laws, Acts, Ordinances, Regulations, Orders by Council, and Bylaws which may apply to the execution of the Work.

Stockpiling of excavated soil or fill materials within the City street allowance or in parks, is not permitted unless specified on the Contract Drawings. The Contractor shall dispose of all excess excavated soil within the City street allowance and parks, off site immediately upon removal in accordance with the MOECC.

The Contractor shall indemnify the City and the Contract Administrator from and against all claims, losses, expense, costs, damages, actions, suits, or proceedings by third parties directly or indirectly arising, or alleged to arise out of the disposal activities.

The Contractor shall review the Geotechnical reports by GeoPro Consulting (Attachment 2) and shall follow the proposed methods associated with support systems:

Geotechnical Investigation, Proposed Rehabilitation of Wilket Sanitary Trunk Sewer, From the Intersection of Kenneth Avenue and Spring Garden Avenue to 118 m East of Upper Canada Drive, City of Toronto, Ontario. April 23, 2019.

Geotechnical Investigation, Proposed Rehabilitation of North York Storm Sewer, North of Gulliver Road, City of Toronto, Ontario. April 2, 2019.

Any excavated soil which is not deemed to be suitable for disposal at a site that accepts fill meeting industrial/commercial/community property standards in accordance with Table 2 of the Ministry of Environment and Climate Change (MOECC) Soil, Ground Water and Sediment Standards for Use Under Part XV.1, and which cannot be disposed at a property meeting the requirements of Section 48(3) of Regulation 153/04 under the Environmental Protection Act, shall be disposed of as non-hazardous solid waste at a facility that is licensed by the MECP to accept such waste in accordance with the regulatory requirements.

The Contractor shall be required to find and secure appropriate off-site disposal sites in advance of any excavation. The Contractor shall be required to remit a list of proposed disposal sites to the Contract Administrator for review. The Contractor shall be required to secure written waivers from the owners of the disposal sites in a form that is acceptable to the City of Toronto.

197 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-129

Basis of Payment

All costs associated with this work, including but not limited to, the cost of haulage, any additional environmental testing and all associated dump fees, shall be included in all appropriate unit cost items requiring such work. No additional payment will be made for removal of excavated soil and all costs related to this item shall be included in the appropriate items in the Pricing Form.

Pending prior approval from the Contract Administrator, should, during the course of the Work, contaminated soils outside of the areas so delineated in the Geotechnical report be found, payment for this item shall be through the appropriate provisional item.

32. Backfill – SP24

Non-Standard Special Provision July 2019 Unless noted otherwise, backfill shall be imported Granular ‘B’ material in accordance with applicable City of Toronto Specifications (TS 1010). Use of unshrinkable fill (u-fill) material shall be utilized in accordance with applicable City of Toronto Specifications (TS 13.10 and TS 1350) and as described below. Granular backfill shall be placed and compacted in maximum 300 mm lifts.

The use of recycled material, reclaimed concrete material, and reclaimed asphalt pavement will not be acceptable in bedding and/or backfill materials.

All Works located in any roadway that have trenches that are smaller than 1.2 metres wide shall be backfilled with u-fill. The Contractor shall be responsible for providing any additional backfill that is required due to an over-excavation of the trench. The Contractor shall only be compensated for the u-fill utilized for the trench widths as prescribed in OPSD 802.030, OPSD 802.031. All trenches located in the boulevard within a metre of the curb shall be backfilled with Granular ‘B’. All trenches located in the boulevard over one metre past the curb shall be backfilled with approved native material. Backfill material around gas mains shall be provided according to utility company’s requirements.

Where u-fill is utilized in lieu of Granular ‘B’ material, as approved by the Contract Administrator on site, measurement for this item shall be by the summation of delivery tickets, and payment shall be according to the unit price item. Where u-fill is specified on the Contract Drawings in lieu of Granular ‘B’ or ‘A’ material for maintenance hole and pipe backfill, payment for the u-fill shall be included in the unit price bid for the affected maintenance hole or pipe installation item.

Basis of Payment All costs associated with backfill shall be included in all appropriate unit price items. No separate payment shall be made.

198 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-130

33. Maintenance Holes and Chambers – SP25

Non-Standard Special Provision July 2018

Precast concrete maintenance holes/chambers are to be supplied and installed according to the Contract Drawings, the standards specified in the Contract, and as per OPSS 407 and OPSS 402. Frames and covers shall be included in the unit price items for maintenance holes/chambers and are to be according to OPSD 401.010 Type ‘A’ for sanitary sewers, and Type ‘A’ for storm sewers unless otherwise specified on the drawings. Aluminum ladders are to be included in the storm sewer maintenance holes/chambers as per OPSD 406.010 and fiberglass reinforced plastic (FRP) ladders are to be included in the sanitary maintenance holes/chambers as per details shown on the drawings. Maintenance Hole openings shall be located on the upstream part of the chamber. Maintenance hole/chamber precast concrete adjustment units are to be supplied and installed as per T 704.010-1. The Contractor shall use Kor-N-Seal or equivalent assembly to connect all GRP pipes to the maintenance holes/chambers. Site installation of Kor-N-Seal or equivalent assemblies must be reviewed and approved by the manufacturer.

Concrete pipes shall be grouted with non-shrink grout and the first flexible joint shall be placed as follows:

1. For pipe diameter up to 300mm, the first joint shall be at 300mm from the face of maintenance hole/chamber wall;

2. For pipe diameters between 300mm and 1,200mm, the first joint shall be at one diameter length from the face of maintenance hole/chamber wall; and

3. For pipe diameters above 1,200mm, the first joint shall be at a minimum distance 1,200mm.

4. To achieve pipe joint to be within the pipe diameter length from the maintenance hole/chamber wall, crews may move the maintenance hole/chamber to achieve this.

5. If the maintenance hole/chamber cannot be moved because of existing conditions, dowel (3) pieces of 15M rebar into maintenance hole wall under proposed pipe invert and extend rebar the length of the pipe to further support first length of pipe once concrete bedding is poured.

The maintenance hole/chamber and the pipe up to the first flexible joint shall be supported with 20 MPa concrete.

Existing maintenance holes/chambers are to be connected in the dry and in such a way as to minimize damage to the existing maintenance hole/chamber. The existing maintenance hole/chamber is to be exposed, with precautions being taken to avoid detrimental effects on any existing sewer pipe connections and a new hole cored into the concrete structure.

For all maintenance holes/chambers that exceed 5 m in depth, the contractor shall provide a safety platform as specified on the Contract Drawings. The safety platform shall be located 2 metres below the maintenance hole/chamber cover and 2.8 metres above the maintenance hole/chamber invert. The platform shall be placed as per OPSD 404.020. For maintenance holes greater than 2,400mm in diameter and for maintenance chambers, the safety platform shall be specially designed by the manufacturer and approved by an Engineer licensed to practice in Ontario.

199 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-131

Benching if present depending on service within the maintenance hole/chamber is to be broken out and replaced, as necessary, to accommodate the new sewer and sewage flow pattern. All maintenance hole benching shall conform to T-701.021. Steps in the benching shall be provided where the pipe diameter is greater than 450 mm. The last step shall be 300 mm above the benching, or 600 mm above the invert if no benching is required.

The Contractor shall only supply maintenance holes with monolithic bases for up to 1,500 mm. Precast slab bases shall be supplied for 1,800 mm maintenance holes and larger and for maintenance hole chambers. Cast-in-place bases are not allowed.

The Contractor shall submit shop drawings of all new maintenance holes/chambers and appurtenances to the Contract Administrator for approval.

Connections of new and existing sewers into new maintenance holes shall be included in the cost of the maintenance hole. Additionally, the new pipe required to connect between the new maintenance hole and the existing sewer pipe shall be paid for through the appropriate maintenance hole item for up to 2.5 metres per connection.

Prior to their acceptance, sanitary maintenance holes shall pass the leakage testing as stated in OPSS 407.

The Contractor shall abandon all maintenance holes/chambers as specified in the Contract Drawings. The Contractor shall remove the top of the existing maintenance hole/chamber to 1.0 m depth, fill with u-fill and cap as per OPSD 710.010.

Basis of Payment

Removal and disposal of existing maintenance holes are to be included in the unit price for the supply and installation of the new maintenance hole/chamber and shall be undertaken as per TS 510. No additional payment will be made for the removal and disposal of the existing maintenance hole.

Payment for the supply and installation of new maintenance holes/chambers will be made at the unit price bid and shall include the supply of all labour, materials, and equipment for saw cutting, removal and disposal of existing asphalt and concrete road base, curb, and existing maintenance hole and chamber, excavation, shoring, installation of the maintenance hole/chamber, insulation, and drop structures as specified, backfill and compaction, weir, benching, adjusters, leakage testing, frame and cover, connection of sewers to maintenance holes/chambers, and permanent restoration to be completed around structures. No additional payment will be made for the connection of sewers to maintenance holes/chambers.

34. Maintenance Hole Sealing – SP26

Non-Standard Special Provision July 2019 Maintenance holes that are to be sealed (watertight) on the Contract Drawings shall be sealed using a watertight rubber frame assembly system inclusive of locking cams which mechanically tighten and lock the lid to the frame. Maintenance hole lid material shall be composite. Frame and risers shall be provided according to ASTM D2240, D412, D573, D395B, D746B, and D1149. Lid and frame shall include a notch mating system for precise alignment when installing the lid onto the frame. Butyl sealant is to be used between all components of the assembly and between concrete and rubber surfaces, to make watertight. Assembly installation shall be as per

200 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-132

manufacturer’s instructions.

Watertight rubber frame assembly system shall be the Lifespan® System or approved equal. The Contractor shall provide a watertight rubber frame assembly system submittal for approval.

Basis of Payment

Payment for Maintenance Hole Sealing shall be included in the unit price for installation/rehabilitation of the maintenance hole that has been specified in the Contract Drawings as water tight.

35. Working Around Trees – SP27

Non-Standard Special Provision July 2019 The work locations on this project may feature natural and landscaped areas with mature trees whose branches may extend over the proposed work.

The Contractor shall be required to adhere to all requirements in the City’s “Tree Protection Policy and Specifications for Construction Near Trees”. Care is to be taken when operating construction equipment in the vicinity of trees so as not to damage the trees in any way.

All tree protection barriers and signage shall be constructed as detailed in the Contract Drawings and shall be inspected by the Contract Administrator and the City’s Arborist prior to the start of Work.

Should any pruning or removal of the trees be required, including roots, this shall be kept to the minimum required to allow for construction to proceed and any pruning of branches or removal of trees must be pre-approved by the City of Toronto. Tree pruning and removals shall be according to the Contract Drawings. It is the responsibility of the Contractor to notify the City well in advance of construction of the trees to be pruned or removed. The pruning and removal is to be done according to the City Specifications and the Arborist report (Attachment 3) included in the Tender Documents and only by a certified arborist approved by the City of Toronto Urban Forestry Services. The Contractor shall be responsible to obtain a Permit to Injure or Destroy Trees as required for the removal of any trees, including encroachment into the Tree Protection Zone (TPZ).

The Contractor’s arborist is to provide proof of insurance with the Contractor’s service agreement.

Pruning or removal of a hedge shall be considered removal of a tree and will require the same procedures for pruning or removal.

Site meetings to address specific concerns can be arranged with Urban Forestry. Forty-Eight (48) hours prior notice is required to coordinate any site meetings.

All costs associated with tree protection and pruning necessary to meet the requirements of this specification, and as detailed in the Contract Drawings, including time spent at site visits and meetings, shall be included in the unit prices for all affected items in the Pricing Form. No separate payment for tree protection and pruning will be paid to meet these requirements.

201 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-133

All materials and equipment shall be kept clear of trees at all times and may not be stored within the tree protection zone as defined in the City of Toronto’s Tree Protection Policy and Specifications for Construction Near Trees. No additional payment will be made for any delays that occur as a result of complying with these requirements.

The Contractor’s arborist must attend the initial tree walk at the start of the Contract and is required to attend any subsequent walks due to addition or removal of pruning requirements that may arise during construction due to changes in means and methods.

A table is to be prepared by the Contractor and signed by the Contractor’s arborist prior to assessing the tree impacts and finalizing the permit application, and shall be presented to the City of Toronto and the Contract Administrator one week prior to the first onsite meeting. The table shall contain the following information:

Street Name

Proposed Status (e.g. Preserve or Remove)

Proposed Pruning (e.g. Elevate to 6m at curb)

Proposed Root Protection (e.g. Tree protection fencing, jersey barrier, etc.)

Reasons for Request (e.g. Lateral connection, new pipe alignment, etc.)

Removal Noted in Contract (Y/N)

Removal/Pruning Included on Previous Permit (Provide permit date)

If it is deemed onsite by the City of Toronto or by the Contract Administrator that additional tree protection and/or tree pruning above and beyond what is delineated on the Contract Drawings and what is required to meet the City’s requirements, then the additional tree protection as requested by the City of Toronto or the Contract Administrator will be paid out through the unit price provisional item in the Pricing Form.

36. Tree Removals – SP28

Non-Standard Special Provision June 2019

The Contractor shall obtain the Permit to remove or Injure Trees prior to any tree cutting or pruning. The Contractor shall not utilize the practice of "free falling" trees to be removed. All trees shall be limbed out prior to the final cutting of the trunk. Sidewalks, curbs, streets and maintenance hole structures shall always be protected from the impact of falling wood by use of the tree or limb ground supports. Ropes or other mechanical devices shall be used to lower all limbs of sufficient size that may cause damage to other trees or surrounding public or private property.

All trees to be removed per the Contract Drawings shall be removed by a certified arborist. Tree removals shall include the removal of tree stumps and disposal of trees. The Contractor shall permanently restore the location where the trees have been removed.

The removal and disposal of brush (dbh < 100 mm and not identified on the Contract Drawings as a tree) shall be considered incidental to the work and be included in the appropriate unit price item in the Pricing Form. No separate payment shall be made for the removal and disposal of

202 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-134

brush. Brush removal outside of the Contract Limits shall not be permitted unless prior approval is obtained from the Contract Administrator.

In order to avoid interference with the eggs, nests or young birds protected under the federal Migratory Birds Convention Act, tree removals located within TRCA Regulation Limits and/or Ravine By-Law limits shall not be completed between March 15th and August 1st. The Contractor is to schedule these regulated tree removal works such that they are completed outside of the associated regulatory windows. If the Contractor is unable to comply with the regulatory window, the Contractor shall retain a qualified avian biologist, with 5 years minimum experience, to undertake a bird nesting survey of the trees, immediately prior to tree removals in order to confirm the presence or absence of protected species. If protected species are present, removals cannot occur without a permit from the Canadian Wildlife Service. The Contractor shall be responsible for obtaining such a permit. The City will not accept any claims for damages or for any costs arising from such a delay.

No Butternut Trees shall be removed or harmed without Ministry of Natural Resources Approval as per the Endangered Species Act, 2007 O. Reg 242/08. Rigid tree protection barriers are required if existing Butternut trees are encountered within the Contract Limits.

All Ash trees required to be removed per the Contract Drawings shall not be mulched on site and spread into the existing beds. Ash trees shall be mulched into a truck and disposed of at the City Dufferin Transfer Station noted below. The load must be identified as Ash before dumping.

Dufferin Transfer Station 35 Vanley Drive M3J 2C2 416-392-3161

Measurement and Payment

All costs associated with tree removals shall be included in the Tree Removal and Replacement Unit Price Item. No additional payments outside of the unit cost shall be made for Tree Removals.

37. Plantings – SP29

Non-Standard Special Provision June 2019 All street trees to be replaced as noted in the Contract Drawings shall be a minimum of 60 mm calliper and species should as specified on the Contract Drawings, unless site conditions prohibit in which case the Contractor shall notify the Contract Administrator. For ravine area plantings, the minimum sizes shall be as follows:

60 mm calliper-sized trees

200 cm height, 10-gallon pot for sapling trees

60 cm height, 3-gallon pot for shrubs

Payment for plantings shall be made at the unit price bid and shall include the supply of all labour, materials, and equipment for delivery, storage, handling, wrapping, weed control, repellents, anti-desiccants, stimulants, soil preparation and amendment, plant installation, root deflectors (barriers), pruning, repair, watering as required and any other incidentals required to

203 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-135

install the tree and promote long-term health and growth. This item includes the regular maintenance of all installed plant material. No additional payment will be made.

Should the Contract Administrator direct the Contractor to plant a certain plant type more than that specified on the Contract Drawings, the Contractor shall provide, plant, and maintain them at the unit price in the Pricing Form. The unit price shall include all labour, equipment and materials required to plant the additional plantings as required.

QUALIFICATIONS OF CONTRACTOR

The Contractor shall provide experienced, qualified personnel under the direction of supervision of a foreman with at least five years of horticultural and planting experience will carry out planting and related work.

Contractor shall provide proof of a foreman with a minimum of five years of experience, competent and skilled in the work of this section to direct all of the work to be performed and to be present at all times during the performance of the work. Acceptable forms of proof of foreman’s qualifications include the following:

1. ISA Certification as an Arborist

2. Diploma in horticulture from a recognized College

3. CNLA or Landscape Ontario Landscape Industry Certification

REFERENCES

The following is a list of standards which may be referenced in this section:

1. Canadian Nursery Trades Association: Canadian Standards for Nursery Stock, Latest

Edition.

2. Agriculture Canada Publication 1507-1977: The Pruning Manual.

3. Hortus Third, Liberty Hyde Bailey, Hortorium, 1976.

4. Plant Hardiness Zone Map, Natural Resources Canada.

5. City of Toronto Construction Specification for Planting.

MEASUREMENT DEFINITIONS

1. In size grading Balled and Burlapped (B & B), calliper takes precedence over height.

2. Take trunk calliper 140 cm above the ground level (diameter at breast height, DBH)

3. Measure size of container-grown stock by pot size, height and width of plant.

4. Measure Bare Root plant by height and the diameter

5. Measure size of live stakes by length and diameter of cuttings.

SUBMITTALS

1. Plant materials source list.

2. Product data on manufactured products specified.

3. Schedules:

a. Planting sequence schedule

204 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-136

b. Watering Schedule

4. Soil percolation test results.

5. Operation and Maintenance Data:

a. Instructions for storage, planting, care, and maintenance of each type of plant for 2 year period in climate and location of the Project.

6. A sample copy of the special warranty.

DELIVERY, STORAGE AND HANDLING

Contractor shall arrange for the inspection of all plant material to be installed, at its source with the Contract Administrator. Acceptance of the plant material at its source does not prevent rejection of the plant material upon delivery on-site or during the planting operation.

Delivery of plant material shall be coordinated with planting operations in order to ensure minimum time lapse between digging and replanting of the plants. All plant material supplied and planted under this Contract shall be protected from damage in accordance with OPSS 801, during construction operation. Plant material damaged by the Contractor’s operations shall be replaced at Contractor’s own expense.

All plant material shall be inspected upon delivery to the Contract site prior to unloading. A copy of the delivery receipt shall be provided at the time of delivery. Off spec or material damaged during transport shall be removed from Contract site immediately and replacements shipped to the site within two (2) Working Days.

All plant material shall be inspected again prior to planting. Off spec or damaged plant material shall be removed from Contract site immediately and replacements shipped to the site within two (2) Working Days. All plants shall be contained as specified in the Plant Schedule and meet the minimum height and dimension requirements. Plants shall contain a tag from nursery identifying the nursery, botanical description, container size, and tree height/spread/calliper.

Ensure that all materials used in planting installation, are clearly labelled with manufacturer, contents, weight, and detailed description of contents. Bulk material shall be accompanied by an affidavit which states that products meet specified requirements as well as indicates source. Store and protect all dry goods such as fertilizer, bone meal and mulch to prevent damage by moisture.

Transport trees specified as balled & burlapped/wire basket with solid root balls wrapped with 140-gram Hessian burlap with no preservatives added. Rootballs to have double thickness and be drum laced with 15mm hessian twine at 200mm spacing. Transport trees with frozen ball only when they are complete with root system intact.

Transport trees with branches tied to prevent damage and pad trunks to avoid abrasion from equipment during transport. Avoid binding of tree material with rope or wire that would damage bark, break branches or destroy natural shape of tree. Trees are to be handled securely and with care, never by the trunk, to protect the bark and branches from mechanical damage.

Transport all plant material in enclosed vehicles or covered by tarps. Do not permit plants to be desiccated by wind. Trees arriving on site in unprotected transport shall not be accepted. All protective materials and burlap to be removed from plant material prior to planting.

Any root balls damaged prior to or during planting will not be accepted and rejected plant material shall be removed from site.

205 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-137

The Contractor shall prevent drying out of roots, root balls, trunks, branches and leaves of plants from time of removal at place of origin until they are planted.

All deciduous trees that have budded out shall be thoroughly sprayed with an anti-desiccant immediately before transport to Contract site. Apply a sufficient amount over trunks, branches and foliage. Trees may be re-sprayed after delivery to Contract site and once planted if deemed necessary by the Contract Administrator.

Balled and burlapped, wire basket, and container grown plant material shall not be stored on the Contract site unless the rootball or container is protected from the sun and wind and kept moist.

Live stakes will be delivered on site on the scheduled planting day. Live stakes will be stored in a sealed plastic container and kept in cold storage at temperature of 4 degrees Celsius until planting day. The Contractor shall remove live stakes from cold storage one day prior to planting and hydrate the cuttings by placing them in a clean/new bucket filled with potable water that is maintained at 4 degrees Celsius for 24 hours.

While temporarily stored at the site, plant material shall be placed in the shade where possible, and soil, dampened straw or similar material shall be placed around the root ball and kept moist at all times.

Plants with broken or abraded trunks or branches, or with broken cracked root balls, or trees that are desiccated, shall be rejected.

Plant material deemed unacceptable shall immediately be removed from the Contract site by the Contractor.

SCHEDULING AND SEQUENCING

The Contractor shall provide to the Contract Administrator a detailed schedule outlining proposed planting sequence. The Contractor shall notify the Contract Administrator at least three (3) Working Days in advance of each delivery date. Plant material shall be installed only when weather conditions are suitable.

The Contractor shall conduct planting during times of year that are normal for such work as determined by accepted local practice. Installation of B&B, Wire Basket (W.B). and container grown plant material shall be carried out from the time the ground is frost free to October 15. Planting should stop during extreme and/or extended heat waves.

For all plantings in this Contract, upgrades made by the Contractor to plant type and/or size shall be subject to approval by the Contract Administrator. If the Contractor so chooses to upgrade the type and/or size of planting stock, all costs including but not limited to material, and labour, shall be at the Contractor’s expense. No separate payment for upgrading the type and/or size of planting stock will be made.

Plant material to be installed after the completion of all hard surfaces and upon establishment of final grades. All planting work shall be completed prior to initiating seeding work. Plant material to be installed within a period of time that shall allow for seeding of lawns and grasses during an acceptable time of year.

The location of all plant material shall be staked out on the ground for review by the Contract Administrator. Excavation shall commence following the Contract Administrator inspection and approval of staking.

206 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-138

A watering schedule must be provided to the Contract Administrator at least 24 hours in advance of commencing watering. The schedule must include the frequency of watering and a list of locations where trees will be watered. Once watering is complete, the Contractor must contact the Contract Administrator by email within 8 hours, so that watering can be inspected.

PLANT MATERIAL

This specification covers all plants, planting pits, beds, and soil mixes accepted products and materials included herein the Contract Documents for Works completed for this Contract.

All general use plant material shall be nursery grown and meet the specifications as set out in the latest Guide Specifications for Nursery Stock prepared by the Canadian Nursery Landscape Association (C.N.L.A.) for size, height, spread, grading quality, and method of cultivation.

The seed source of the specified plant material and the plant material itself shall be supplied from no more than one hardiness zone difference from Contract site Plant Hardiness Zone 5. Native plants are to be sourced from nurseries within 100 km of Toronto, unless otherwise approved by Contract Administrator.

The Nomenclature (Names of Plants) shall be in accordance with “Hortus Third” and conform to the International Code of Nomenclature of Cultivated Plants, and the latest edition of Standardized Plant Names.

The Stock Quality and Size shall be as follows:

1. Nursery-grown, habit of growth normal for species.

2. Sound, healthy, vigorous, and free from insects, diseases, and injuries.

3. Equal to or exceeding measurements specified in plant list. Measure plants before pruning with branches in normal position.

4. Root System of Container-Grown Plants: Well developed and well distributed throughout the container, such that the roots visibly extend to the inside face of the growing container.

5. Perform necessary pruning at time of planting.

6. Balled and Burlapped, Wire Basket and Container-grown plant material shall be freshly dug and potted in accordance with the latest edition of the Guide Specification for Nursery Stock prepared by Canadian Nursery Landscape Association

7. Stock: Grown in delivery containers for at least 6 months but not over 2 years. Container grown street trees shall not be permitted for planting, unless approved by the Contact Administrator.

8. Label each tree and at least one shrub of each variety with securely attached waterproof tag bearing legible designation of botanical and common name.

9. Live stakes will be composed of softwood cuttings that are no more than two years old. Live stake sizes are to be as per Plant Schedule shown on the dwgs. Live stakes will be collected and stored as follows:

a. Cuttings will be obtained from local sources within a 100 km radius of the construction site.

207 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-139

b. Cuttings will be collected from local plant sources with approval from land owners or agency representative or may be purchased from a local nursery

c. Cuttings will need to be collected in early spring (February, March, April) while plant stock is dormant. Once cuttings have been harvested they will be moistened, placed in a plastic lined container and refrigerated (kept at a constant temperature of 4 degrees Celsius until time of installation.

d. Depending on timing of installation, prior arrangerments shall be made to create and store a sufficient amount of cuttings in cold storage.

Trees (general) shall have straight trunk and be well and characteristically branched for species type. Contractor is to advise nurseries that trunk flare must be exposed above the rootball before arrival to site. Trees that fail to meet this requirement shall be rejected by the Contract Administrator. Where the Contract Administrator approves the removal of any excess soil on top of the root ball, this work shall be at no extra cost to the Contract and the two-year warranty shall be upheld by the Contractor.

Measure plants with branches in normal position, finish grade to top of main body of plant, not from the branch tip to branch tip or from root base to branch tip. Calliper dimensions shall refer to diameter of trunk measured 300 mm above ground at original growing site.

All plant material to be supplied as per Plant Schedules on Contract Drawings and Specifications outlined in the Contract Documents. Plant material, and groundcovers shall be with the same species, size, and quality as specified for plant being replaced.

Substitutions to the plant requirements shall not be permitted unless prior written approval for substitution from the Contract Administrator has been obtained. Plant substitutions must be of similar species and of equal or greater size than those originally specified. No additional cost shall be entertained for substituted plant material.

The Contractor shall notify the Contract Administrator in writing if, in the Contractor’s opinion, any of the specified plant material will not perform according to the specifications. The Contract Administrator reserves the right to direct the Contractor to proceed with the specified plant material including warranty as tendered.

Any plants collected from wild sources including those dug from native stands, wood lots, orchards, or neglected nurseries will not be accepted.

ANTIDESICCANT

The Contractor shall provide transpiration retarding material to be used where any plant material is moved during the growing season. Anti-desiccant emulsion shall be a product specifically manufactured to provide a flexible surface film to reduce transpiration yet not impede passage of carbon dioxide and oxygen. Anti-desiccants shall be one of the following or approved equivalent:

1. Folicote, a wax emulsion as supplied by J.VlK. Supplies, 1894 7th Street, P.O. Box 910, St. Catharines, Ontario L2R 6Z4, telephone (416) 641-5599.

2. Siliconate 51T, a silicon as supplied by Rhone – Poulenc Canada Inc. 2000 Argentia Plaza 111, Suite 400, Mississauga, Ontario, L5N 1V9, telephone (416) 821-4450.

208 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-140

3. Jocryl 1938, an acrylic polymer as supplied by S.C. Johnson and Sons, 17 Still Water Crescent, Brampton, Ontario, L6X 3K6, telephone (416) 453-4505.

Emulsion to form permeable film over plant surfaces and mixed according to manufacturer's instruction.

MULCH

Organic Mulch is to be used in street tree planting pits. Mulch provided for street trees shall be a mix of locally available premium grade, shredded pine bark mulch and non-green partially composted wood chips, shredded to an average chip size of 20 mm to maximum 50 mm diameter particle size, free from stones, twigs, leaves, branches, noxious weed seed and foreign material harmful to plant growth and other extraneous material.

The Contractor shall provide a submittal of information regarding supplier, source, sample, and testing if requested. Samples of the above are to be provided to the Contract Administrator for review and approval prior to delivery of any mulch to the contract site. The information shall be submitted at least two weeks prior to installation. The Contractor shall be responsible for pick-up and delivery of all approved mulch from the source of supply to the contract site.

City of Toronto Forestry Mulch Blend is to be used in Parks. City of Toronto Forestry Mulch Blend is a mix of Aged Pine Mulch –screened to 1 inch –(75%), and Compost Type AA (CAN/BNQ Standards) screened to ½ inch, with a pH less than 8.0, total salts (electrical conductivity ) 2-3 MMHO/CM, organic matter content, 55% or more (25%).

City of Toronto Forestry Mulch Blend must:

1. Be fully composted through aerobic decomposition (produced under high oxygen conditions) and guaranteed to be free of weeds, weed seeds, and pathogens.

2. Be completely free of all foreign, non-pine bark-based material. Mulches derived in any part from wood pallets, recycled paper and/or sewage sludge is not acceptable. Compost to meet standards in Soil Amendment section of TS. 5.10.

3. Have a pH between 6-7

4. Have a Carbon to Nitrogen (C:N) ratio not more than 100:1

5. Have a particle size less than 50 mm with not more than 40% less than 15 mm.

6. Not be contaminated with soil, stones, salts, chemicals, roots, or any other extraneous, foreign material.

7. Have proper weight and density so that it stays in place once applied.

8. Be proven to be an effective weed barrier, soil amendment and retainer of soil moisture.

The Contractor must provide proof of purchase of City of Toronto Forestry Mulch Blend prior to any installation. No substitutions will be accepted.

For Boulevard Areas:

Organic Mulch to be used in tree planting pits and shall be a hardwood blend or finely shredded pine bark mulch pre-blended with an erosion control organic tackifier. Mulch is to be laid with a minimum 1.0 metre radius from caliper sized tree trunk.

209 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-141

For Planting Beds:

Mulch shall be a blend of aged bark and compost materials. Mulch shall be installed in continuous beds.

Refer to TS.5.10 for compost requirements.

The Contractor shall provide samples of each type and other approved equivalent mulch for review and approval by the Contract Administrator prior to delivery of any mulch to contract site. The Contractor shall be responsible for pick-up and delivery of all approved mulch from source of supply to contract site.

WEED CONTROL FABRIC

Weed control fabric shall not be used unless approved by the Contract Administrator.

TOPSOIL

Topsoil shall be in accordance with City Construction Specification for Growing Medium TS 5.10.

BONEMEAL

Bonemeal provided shall be raw bonemeal, commercial brand, finely ground, with minimum analysis of 2% and 11% phosphoric acid.

LIME

Lime (to be used where pH of topsoil is less than 6.0) shall be limestone containing minimum 85% of calcium and magnesium carbonates combined, finely ground to pass #10 mesh sieve, with minimum one-half passing #100 mesh sieve. The rate of application shall be determined according to pH of topsoil.

MANURE

Manure provided shall be well rotted, unleached cattle manure; free from harmful chemicals and other injurious substances, and sawdust, shavings or similar refuse; at least eight months old, but no more than two years old; and with no more than 25% straw, leaves or other acceptable materials for planting use.

FERTILIZER

Fertilizers: Commercial, complete, of neutral character; in granular, packet, or pellet form, 75 percent of nitrogen shall be slow release form, 50% of the elements of which shall be derived from organic sources.

The following fertilizer requirements are for tendering purposes only:

1. As outlined in planting soil analysis fertilizer recommendations by independent soil testing company.

Slow-release and natural fertilizers shall be incorporated into planting soil. Quick –release fertilizers shall be broadcast after planting and then watered in. Do not mix quick-release forms with the planting soil used to backfill the planting pit.

Incorporate fertilizer into planting soil mixture in quantities sufficient to overcome chemical

210 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-142

deficiencies of soil.

ROOT STIMULANT

“Wurzil” root stimulant dip as manufactured by the Professional Gardener Co. Ltd or approved equivalent.

WATER

Water shall be potable and free of impurities and chlorine that would inhibit germination and growth. Water temperature shall not be more than 10 degrees Celsius below ambient air temperature. The Contractor shall be responsible for obtaining water from own sources. Contractor shall be responsible for obtaining permits or certificates for water usage.

Water tanks used for application of water shall be clean and free of any contaminants that shall be hazardous to the growth and development of plant material or to the general environment. Pumps used for watering plant materials shall be capable of reaching the limits of the Contract site. The outlet end of the hose shall be 25 mm in diameter with quick shut-off valve connected to a functioning water injection pipe.

SURVEY STAKE

Wood or metal stake measuring 600 mm in length. Colour flagging tape shall be used to differentiate between stake markers.

ROOT BARRIER

Root barrier (root diversion device) shall be a geocomposite membrane to prevent root penetration under hard boulevard surfaces. The material shall be impermeable and ribbed with a thickness of 1-2 mm. Provide a sample and proof of source to the Contract Administrator prior to delivery and installation.

RODENT GUARDS

Rodent guards are subject to approval by City Urban Forestry Department.

REPELLENT

‘Super Hunter’ mammal and bird repellent manufactured by Superior Control Product Inc. or approved equivalent.

‘Super Hunter’ distributor: Manchester Products

CONIFEROUS TREE WRAP BURLAP

Wrapping material for coniferous trees shall be new burlap, at least 270 g/m² in weight supplied in 1.0 m wide or 1.5 m wide rolls.

ROOT DEFLECTOR

Root deflectors used to protect root damage around gas pipelines and/or hardscapes shall be submitted and approved by Contract Administrator prior to installation.

PLANT INSTALLATION

This specification covers the installation requirements of all plants, planting pits, beds, and soil

211 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-143

mixes included herein the Contract Documents for Works completed for this Contract. The Contractor shall install and maintain all plants as specified below.

PERCOLATION TESTS

Perform percolation tests to determine subsoil drainage in planting areas by licensed Contractor according to method specified in Minimum Property Standards For One and Two-Unit Dwellings, FHA Section 1103 103. The Test Hole Depth shall be 750 mm.

Drain test shall ensure adequate subsoil drainage by filling bottom one-third of tree pit with water and checking for complete drainage after 24 hours. Obtain approval of drain test from the Contract Administrator prior to planting and backfilling.

LOCATION OF PLANTINGS

Locate new plantings as shown on the Contract Drawings unless obstructions are encountered, in which case notify the Contract Administrator. Location of trees, and shrub beds are approximate and may require adjustments in the field due to site conditions. The layout locations of all plant material shall be reviewed by the Contract Administrator prior to planting. Excavation shall commence following the Contract Administrator’s inspection and approval of staking.

Locate no planting, except ground cover, closer than 450 mm to pavements, pedestrian pathways, and structures.

In cases where horizontal clearance of minimum 1.2 m between a proposed tree location and gas main cannot be maintained, a root deflector shall be installed on the sides of the root ball adjacent to the gas pipeline.

Locate all underground and overhead utilities and services at least 48 hours prior to commencement of any planting.

PREPARATION

The Contractor shall prepare plant pits and beds after percolation test results are received and approved by the Contract Administrator.

For Planting Soil, the Contractor shall delay mixing of amendments and fertilizer if planting shall not follow preparation of planting soil within 2 days. For pit and trench type backfill, mix planting soil prior to backfilling and stockpile at Site.

Plants: Place on undisturbed existing soil or well-compacted backfill.

Trees and Shrubs:

1. Pit and Trenches: Excavate with vertical sides. Scarify sides and break up soil at bottom of planting hole to a depth specified in the Contract Drawings.

2. B & B and W.B. Trees and Shrubs: Make excavations at least twice as wide as root ball.

3. Container-Grown Stock: Excavate as specified for B & B stock, adjust for size of container width and depth.

4. Install root barrier to the full depth of the tree planting pit.

212 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-144

5. Fill excavations with water and allow to percolate out prior to planting.

6. Bare Root Stock: make excavations 300 mm wider than the spread of the roots

7. Live stake area: cultivate entire live stake area to a depth of 300 mm. Place planting soil in live stake area .Ensure that texture of planting bed is loose textured and permits manual installation of cuttings by hand.

For Subsoil Drainage, the Contractor Shall furnish for plant pits and beds after percolation test results are received where shown.

Excavation:

1. Wire Basket Trees: Make excavations at least twice as wide as root ball

2. Container-Grown Stock: Excavate as specified for B & B stock, adjust for size of container width and depth,

3. Excavate plant pits to allow from minimum of 150 mm of planting soil underneath the rootball.

Scarify sides and break up bottom of planting holes to a minimum depth of 200 mm.

4. Fill excavations with water and allow to percolate out prior to planting. Notify Contract Administrator if ground water is encountered.

5.Mix any required soil amendments just prior to planting. Avoid mixing when frozen or muddy. Do not stockpile for more than two days.

6. Where required, install root barrier to full depth of the planting area.

7. Ensure that subgrade preparation and drainage is satisfactory to promote long-term health of plant material.

PLANTING

Plant material shall not be placed in the planting pit until all evidence of frost has left the ground.

Plant trees before planting surrounding smaller shrubs. All shrubs shall be placed in a plumb position and set at grade or a maximum of 50 mm higher than the depth they grew in the nursery. For trees, burlap and wire cage shall be opened up, or container removed, and soil brushed away until the first proper root is found indicating the top of the real root ball. This level shall be set at finished grade. Prepared backfill shall be placed around the root system.

Face plant to give best appearance when viewed from prime vantage points and prominent views (sidewalk, building, driveway to acceptance of the Contract Administrator). All plants are to be set plumb, in vertical position.

For B & B Plants, place in pits by lifting and carrying by its ball (do not lift by branches or trunk). Lower into pit. Set straight and in pit center with tip of rootball 25 mm to 50 mm above adjacent finish grade.

For Container-Grown Plants, remove containers, Plant as for B & B plants.

For Bare Root Plants create a firm soil mound at the bottom of the planting hole. Spread roots

213 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-145

so that root flare is at finished grade and the tree is straight. All broken or damaged roots shall be cut back to the point where they are clean and free of rot. No other root pruning shall be done.

For live stakes, remove cuttings from cold storage one day prior to the installation date and commence hydration of the live stakes. Live stakes will remain in water filled buckets during planting. Install live stakes with buds facing upward into prepared planting bed. Install by hand. If too much resistance is encountered, install a pilot hole using a dibble that is roughly equivalent to the diameter of the live stake. Install live stakes with two terminal buds above the surface elevation. Ensure that the live stake is in contact with soil by pressing soil against live stake.

Planting in shrub beds shall be done in a continuous operation, completing total beds, rather than individual species, unless otherwise specified by Contract Administrator.

Any tree found planted with the first proper root more than 2.5 cm below finished grade will be rejected and replacement or replanting at correct grade will be required, at Contract Administrator’s discretion.

BACKFILLING

Backfill with existing topsoil provided it is suitable according to top soil analysis.

For Balled and Burlapped (B & B) / Wire Basket Plants:

1. Remove top one third of jute wrapping or wire basket without damaging the rootball. Do not pull burlap or rope from under root ball. Remove burlap and binding from sides and tops of B & B plants, do not pull burlap from under rootballs. Dispose of discarded material off-site.

2. Partially backfill pit to support plant.

3. Backfill in maximum 150 mm lifts and tamp to remove air pockets until planting pit is 1/3 full.

4. Remove burlap and binding from sides and tops of B & B plants, do not pull burlap from under rootballs.

5. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill to eliminate air pockets even if it is raining. Finish backfilling pit sides after water has penetrated the soil.

6. Never cover top of rootball with soil. Form a saucer above existing grade, completely around the outer rim of the plant pit.

7. Establish a berm/saucer above existing grade and water as outlined below.

8. Water plant material thorougly. Provide a 100 mm minimum depth earth saucer at the base of individual trees. Diameter of saucer to correspond to planting pit diameter as outlined on planting detail drawings.

For planting beds: backfill with approved soil mix in 150 mm layers and firmly tamp each layer to ensure the plant retains its orientation. Ensure no air pockets remain around the roots.

Provide an earth saucer at the base of individual trees and shrubs. Diameter of saucer to correspond to planting pit diameter.

214 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-146

For Bare Root Plants:

1. Spread roots of bare root plants into natural position, over the pedestal of firm soil free of bunching, kinking or circling.

2. Backfill planting hole with existing unamended soil and water thoroughly.Soil should be worked firmly into and around the roots so that there are no air pockets.

GUYING, STAKING, AND WRAPPING

Staking is not a requirement. Trees with excessive stem movement within the root ball at the time of planting will not be accepted. The contractor will be required to straighten and stake trees, at no additional cost to the city, if the tree moves 10 degrees or more at any time during the warranty period.

Where stakes are required, the contractor shall use two (2) wooden stakes, 50 mm by 50 mm by 2.1 m, which are to be driven 70 cm below the grade line, into non-excavated soil next to the rootball, leaving at least 5 cm between the top of the stakes and the first branch, to support the tree. The stakes must be in line with the direction of the prevailing winds.

Only ArborTie will be accepted for fastening.

Adjust tension in fastening as required during warranty period. Remove and dispose of stakes and fastening at the end of warranty period.

FERTILIZER

If required by top soil analysis, apply as top dressing depending on plant size and manufacturer’s recommendation upon completion of planting operation or during warranty period.

MULCHING

Ensure soil settlement has been corrected before mulching. After planting, and initial watering, install mulch or within two days after installation of plant material.

Mulch bed shall be applied in a uniform continuous blanket to the surface area surrounding each individual tree. Depth of mulch surrounding each individual tree shall be 100 mm (after settlement). Excess mulch shall be removed by Contractor.

For all trees, the mulch surface area shall extend over the full extent of the planting pit and the earth berm/saucer and include an additional 150 mm radius beyond the circumference of the earth berm/saucer. All shrub and sapling plantings shall be in continuous mulched beds.

Keep mulch 150 to 250 mm away from trunks or stems of all plant material to prevent rodent nesting and disease (rot).

Saturate planting area with water after placing mulch.

Mulch shall be maintained at the specified depth throughout the maintenance period. Additional mulch may be required, or displaced mulch may need to be redistributed as required throughout the maintenance period. The addition of supplemental mulch to meet the required 75mm and 100 mm depth shall be carried out by the Contractor at no additional cost to the Contract.

215 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-147

WATERING

Watering of all plant material shall commence immediately following backfill of planting pits and prior to mulching. Water each tree with a minimum of 40 L of water immediately following planting prior to installation of the gator bag. Initial watering shall be uniformly applied to each individual tree by two injection applications directly into the soil. Both injections shall be located at the outer edge of the planting pit and shall penetrate the ground to a depth of 450 mm.

The Contractor is responsible for supplying water. Water shall be free of contaminants.

Watering of all plants, excluding caliper trees, shall be carried out as required during the maintenance period between April 15 and October 15 of the year. Watering of caliper trees shall be carried out as specified below during the maintenance period between June 1 and September 30 of each year. All coniferous trees shall be watered in late fall, just prior to freeze-up. Watering bags placed around tree trunks must be used for caliper tree watering. Defective watering bags will be rejected and must be replaced immediately for the duration of the warranty period. Watering of all plants shall be carried out no less than 12 times during the maintenance period, however, watering should be adjusted according to weather.

Install an Arborgard tree guard around each newly planted tree. Use more than one guard if required, to ensure that the entire base of the tree is protected. The cost of installation should be included in the unit price of the tree.

Install a new gator bag around each newly planted tree and fill with 15 gallons of water. Ensure that the gator bag drains properly and is securely installed. Defective gator bags will be rejected and must be replaced immediately for the duration of the warranty period. The unit price to install a gator bag and fill with 15 gallons of water should be paid through the appropriate line item.

A watering schedule must be provided to the Contract Administrator and/or City Representative at least 24 hours in advance of commencing watering. The schedule must include a list of projects where trees will be watered. Once watering is complete, the Contractor must contact the Contract Administrator and/or City Representative by email within 8 hours, so that watering can be inspected. A GPS printout of watering schedules must be submitted to the City Representative on a weekly basis. Under no circumstance shall foliage be allowed to wilt or evergreens be allowed to dry out.

Each nursery stock tree (greater than 40 mm caliper or 1.2 m height) shall be watered using watering bags. Each watering bag must be filled with 60 L of water. Contractor shall ensure that watering bags drain properly and are securely installed. Watering bags must be filled every two weeks, with each tree being watered a minimum of 8 times. During dry periods, more frequent watering may be necessary. For planting beds, water shall be applied to the entire planting bed surface area. Ensure a minimum penetration of 300 mm depth.

Water shall be uniformly applied to avoid dislocating mulch, soil, growing medium, tree guards and plant material. Damage incurred as a result of watering shall be immediately repaired to the satisfaction of the Contract Administrator at no additional cost.

Do not overwater or drown plants. Keep all plants well-watered to ensure vigorous, healthy growing condition.

216 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-148

Contractor shall maintain appropriate hydrological conditions using available water or imported potable water as required to maintain plant material in a vigorous, healthy growing condition.

The Contractor shall be responsible to obtain any permits or certificates for water usage.

PRUNING AND REPAIR

All pruning shall be carried out by a Certified Arborist in accordance with Agriculture Canada Publication 1507-1977 “The Pruning Manual” and the City of Toronto Tree Protection Policy and Specifications for Construction Near Trees.

Prune only after planting and in accordance with standard horticultural practice to preserve natural character of the plant. Perform in the presence of the Contract Administrator. Remove all dead wood, suckers, and broken or injured branches. Do not remove leaders. Do not plant trees without a prominent, vigorous leader. Use sharp, clean tools.

Make cuts smooth, clean and flush to base members. Leave no stubs. Cut back cambium to living tissue where cuts are made, and at bruises, scars and other injuries. Shape wood to prevent the retention of water.

WEED CONTROL

Maintain a weed-free condition within planting areas. All weeding shall be carried out by hand. Weed whackers or whipper-snippers shall not be used to remove weeds in the vicinity of plant material. The application of herbicides shall not be permitted unless otherwise approved by the Contract Administrator, and shall conform to the Ontario Pesticides Act, R.S.O. 1990. Removed weeds shall be disposed of the Contract site.

At a minimum, weeding of mulched areas shall be carried out once each month or as required to keep all grass/wildflower/weed growth less than 250 mm in height. A 2.0 m wide band around all mulch planting beds shall be cut bi-weekly at a height of 120 mm. More frequent cutting shall be required to ensure that grass within 2.0 m wide band never exceeds 250 mm.

Application of herbicide to control unwanted weed growth within planting beds and individual planting pits shall be coordinated with a licensed herbicidal applicator. Any application of chemicals shall be approved by the Contract Administrator prior to use. Cultural or non-toxic methods shall be given first priority. Do not use D.D.T. or other chemicals prohibited by Agriculture Canada.

All mulched planting beds and individual planting pits shall be weeded immediately prior to final warranty inspection. Install tree wrap around all coniferous trees over the winter and remove each spring.

PROTECTION OF INSTALLED WORK

Protect planting areas and plants against damage for duration of maintenance period. Install tree wrap around all coniferous trees over the winter and remove each spring.

38. Plant Warranty and Maintenance – SP30

Non-Standard Special Provision July 2019 All Works contained herein the Contract shall be covered under Warranty as per GC 7.15.

217 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-149

This special specification applies to the additional warranty and maintenance requirements for all trees provided in this Contract.

ADDITIONAL WARRANTY

Submit an additional warranty for the Work of Non-Standard Special Specification Section “PLANTINGS” under section SP45, with Owner named as beneficiary, in writing, as special guarantee. Warranty shall provide for removal and replacement with new plants those transplanted or newly planted plants found defective or to be dead or not in a vigorous, thriving condition during the warranty period. Duties and obligations for correction or removal and replacement of defective Work as specified in the General Conditions.

The Contractor shall replace defective plants with new plants free of dead or dying branches and branch tips, and bearing foliage of a normal density, size, and color. Closely match new plants to adjacent specimens of the same species and meet requirements of this Specification.

Plant replacement plants that die during a season unfavourable for planting during first month of next favourable planting season.

Plants damaged or lost due to vandalism and severe weather are not subject to this warranty.

MAINTENANCE OF PLANT MATERIAL

The Contractor shall commence to maintain plant life immediately after planting and shall maintain for a period of two (2) years after all planting under this section is completed.

In accordance with accepted Submittal on care and maintenance of plants and as follows:

1. Regular watering to maintain optimal soil moisture conditions. Avoid overwatering in the event of slow-draining subsoil.

2. Cultivating and monthly weeding of tree pits and planting beds.

3. Any required pruning in accordane with accepted horticultural practices.

4. Maintain and top-up mulch as required to minimum 75 mm depth.

5. Restore and maintain planting saucers and protective barriers.

6. Spray as required to keep trees and shrubs free of insects and disease in accordance with Ontario Pesticide Act regulations. Obtain written approval from Urban Forestry prior to treatment.

7. Remove rodent guards at the end of maintenance service.

8. Maintenance includes temporary protection fences, barriers, and signs as required for protection.

9. Water all plant material thoroughly in late fall prior to ground and soil freeze-up to saturate the soil around the root system.

10. Coordinate watering to provide deep root watering to newly installed trees. Contractor shall note that no water is available at the Site, and all Water utilized shall be trucked in.

11. Remove and replace dead plants and plants that are not in healthy growing condition. Make replacements in same manner as specified for original plantings.

218 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-150

MAINTENANCE OF TOPSOIL, SEED, AND SOD

The Contractor shall perform maintenance operations during the maintenance period to include:

1. Watering: Keep surface moist.

2. Washouts: Repair by filling with topsoil, liming, fertilizing, seeding, and mulching.

3. Mulch: Replace wherever and whenever washed or blown away.

4. Mowing: Mow to 2 inches after grass height reaches 3 inches, and mow to maintain grass height from exceeding 3 1/2 inches.

5. Fences: Repair and maintain until satisfactory stand of grass is established.

6. Reseed or resod unsatisfactory areas or portions thereof immediately at the end of the maintenance period if a satisfactory stand has not been produced.

7. Reseed/replant/resod entire area if satisfactory stand does not develop by July 1.

The maintenance period for topsoil, seed, and sod shall begin immediately after each area is planted (seed or sod) and continue for a period of eight (8) weeks after all planting under this section is completed.

Upon the completion of the maintenance period, the Contractor, Contract Administrator, and representative from the City shall determine if the area has properly established itself into a satisfactory stand. A satisfactory stand shall be a grass or section of grass of 1,000 m2 or larger that has:

1. No bare spots larger than 0.27 m2

2. Not more than 10 percent of total area with bare spots larger than 0.1 m2

3. Not more than 15 percent of total area with bare spots larger than 40 cm2

If the area has been found to have a satisfactory stand, the Contractor shall remove all temporary fencing and the City shall take over the maintenance of this area. If not, the Contractor shall be responsible for maintaining the area until it a satisfactory stand is present at his own expense.

The Contractor shall also provide maintenance for the entire contract period for areas located within the erected tree protection barriers until the tree protection barriers have been removed.

ACCEPTANCE, ADJUSTMENT AND REPLACEMENT OF PLANT MATERIAL

Plant material shall be accepted at the end of the growing season (determined by City), provided that plant material exhibits healthy growing condition and is free from diseases, insects, and fungal organisms.

Plant material installed less than 30 days prior to frost, or after October 15, whichever comes first, will be accepted the following spring, 30 days after the start of the growing season, provided that acceptance conditions have been fulfilled.

At the time of Final Acceptance, and again at the termination of the Warrany Period, Work shall be inspected by the Contract Administrator and adjustments shall be made according to the following:

1. Commencement of Warranty Period is predicated on written acceptance by the Contract Administrator.

219 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-151

2. Perform adjustment and replacement Work with materials of the same type and quality as outlined in the Specification. Replacement Work shall have a guaranty of the same length with the same conditions as outlined in this Specification. Date of renewed warranty shall be from time of approval of replacement work. Contractor shall document all replacement materials on Contract Drawings identifying plant material location, plant species name, quantity, reason for replacement and date of replacement.

A copy of all adjustment or replacement work carried out and locations shall be documented and provided to the Contract Administrator within three weeks of completion of Work.

ADJUSTMENT OR REPLACEMENT OF SEEDED AND SODDED AREAS

Perform adjustment and replacement Work with materials of the same variety and quality as outlined in Contract Documents. Replacement work shall have a warranty of the same length with the same conditions as outlined in this Specification. Date renewed warranty from time of approval of replacement work. All replacement work shall be done as per specifications, including maintenance and warranty periods.

Reseed areas in which seed has not established itself due to seed mortality, erosion or weed invasion. Note location and seeding date on a plan drawing for warranty purposes.

Resod areas in which sod has not established itself. Note location and sodding date on a plan drawing for warranty purposes.

A copy of all adjustment or replacement work carried out shall be provided to the Contract Administrator within three weeks of completion of Work.

39. Paid Duty Police Officer – SP31

Non-Standard Special Provision July 2019 Amendment to TS 1.00, April 2014

TS 1.00.02 REFERENCES

Section TS 1.00.02 is amended by deleting the reference to City of Toronto Police Service and Transportation Services Memorandum of Understanding: Guidelines for Road Occupancy Traffic Control.

TS 1.00.07 CONSTRUCTION

TS 1.00.07.11.03 Traffic Control Persons and Traffic Control Devices

Clause TS 1.00.07.11.03 is amended by deleting the clause in its entirety.

TS 1.00.07.11.04.01 General

220 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-152

Clause TS 1.00.07.11.04.01 is amended by deleting the second paragraph in its entirety and replacing it with the following:

In addition to complying with the Ontario Traffic Manual, Book 7 – Temporary Conditions, the Contractor is required to provide a police officer for traffic control on site in accordance with Table 1 – Deployment of Traffic Control in Road Construction Activities, as amended from time to time in TS 1.00.07.11.04.02

TS 1.00.07.11.04.02 Traffic Control Requirements

Table 1 is deleted in its entirety and replaced with the following:

Table 1: Deployment of Traffic Control in Road Construction Activities

Conditions under which traffic control

may be required

Normal regulatory posted speed

60km/h or lower, one lane or

reduced to one lane

Normal regulatory posted speed 70 km/h to 90 km/h,

one lane or reduced to one lane

Any speed, more than one lane in each

direction

to protect workers on public

way

Traffic Control Persons (TCP) can be

used TCP can be used

Police presence is required

to protect construction

vehicles crossing roadway

TCP can be used TCP can direct

construction traffic only, not public traffic

Police presence is required

to protect construction

vehicles crossing roadway

TCP can be used TCP can direct

construction traffic only, not public traffic

Police presence is required

electrical contractor work on traffic control

signals

Police presence is required if there is an absence of traffic control device display and/or if the vehicle/pedestrian indication(s) are to display conflicting movement. If not, follow Ontario Traffic Manual Book 7, Section 5.4: Use of Paid Duty Police Officers (January 2014). If the TCP conditions are not met, then police presence is required.

construction, surface

maintenance, utilities, Toronto

Water

Follow Ontario Traffic Manual Book 7 – Table 6: Deployment of Traffic Control Persons (TCP) (March 2001 Version). If the TCP conditions are not met, then police presence is required.

Note 1: Table 1 is a modified version of OTM Book 7 – Table 6: Deployment of Traffic Control Persons (TCP) (March 2001 Version) that takes into consideration City of Toronto Operational Guidelines.

Note 2: See Occupational Health and Safety Act and Regulations for Construction Projects, R.S.O. 1990,

221 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-153

Regulations 213/91 as amended by Regulations 631/94 and 145/00.

Note 3: If conditions under Ontario Traffic Manual Book 7 – Section 5.4 Use of Paid Duty Officers (January 2014) are satisfied, the TCP(s) must be positioned in a manner which will not conflict with the traffic control device operation. If this is not possible, police presence is required.

Note 4: For City of Toronto employees, contractors, and sub-contractors, traffic control work is performed in compliance with the provisions of: The City's Traffic Control policy and its guidelines; the Regulations for Construction Projects (sections 67-69, 104-106, and 186-187); the Ontario Traffic Manual for Temporary Conditions (OTM Book 7 and Field Edition); and the Handbook for Construction Traffic Control Persons.

Note 5: In reviewing traffic control measures related to road construction activities, Transportation Services, Toronto Police Services and the applicant must ensure that the safety of all road users is preserved.

Basis of Payment

All costs associated with retaining a paid duty police officer shall be paid hourly under the appropriate line item in the Pricing Form.

40. Three-dimensional LiDAR inspection – SP32

Non-Standard Special Provision July 2019

The Contractor is required to perform a three-dimensional (3D) LiDAR and CCTV inspection to confirm the internal dimensions of the sewer prior to fabrication of the fiberglass reinforced liner pipe. This specification applies to the North York STM from MH 380-001 to MH 380-004.

The Contractor is required to conduct an independent field verification to confirm the internal dimensions and geometry of the sewer using a 3D Light Detection and Ranging (LiDAR) and sensory system along with high definition CCTV. Contractor to submit to the Engineer a written summary of the findings of the three-dimensional LIDAR scan and the LIDAR data file, along with an electronic copy of any software required to open and review the compiled LiDAR data file.

The submission is to provide measurements of the internal cross-sectional geometry, internal diameter/dimensions, alignment, bend locations and bend angles. The field measurements are to provide sufficient measurement detail to aid in the design and manufacturing of the GRP sliplining pipe to ensure appropriate sizing. The Contractor shall not order any GRP pipe material or appurtenances until the Confirmation of the Internal Pipe Dimensions submission has been reviewed and approved by the Contract Administrator.

Basis of Payment

Payment for the LIDAR inspections and submissions to confirm the internal pipe dimensions are to be lump sum based on the associated item in the Pricing Form. Payment will be provided in full upon approval of the submission by the Contract Admisitrator.

222 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-154

41. Contact Grouting – SP33

Non-Standard Special Provision June 2019

Scope

This Section covers grouting of the annular space between the host pipe and the liner pipe. The Contractor's work under this Section shall include all work necessary to perform grouting operations including furnishing, handling, transporting, and storing of all materials and equipment for grouting; mixing and injecting grouts; capping, patching, and plugging the finished grout holes; cleanup of work areas; and all other operations incidental to grouting.

References

The standards, specifications or publications listed below form a part of this technical specification to the extent referenced. Where conflicts between these specifications and the referenced specification, code, or standard occur, the more restrictive specification shall govern. The publications are referenced in the text by basic designation only. Where a date is given for referenced standards, that edition shall be used. Where no date is given for referenced standards, the latest edition available on the Tender Close date shall be used.

Provincial Statute

Ontario Regulation 129/04 Licensing of Sewage Works Operators Regulation

City of Toronto Standard Specification

TS 470 Chemical Grouting

American Society for Testing and Materials (ASTM) C138 Standard Test for Density (Unit Weight), Yield, and Air Content (Gravimetric) of

Concrete C150 Standard Specification for Portland Cement C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans

for Use in Portland-Cement Concrete C495 Standard Test Method for Compressive Strength of Lightweight Insulating

Concrete C567 Standard Test Method for Determining Density of Structural Lightweight Concrete C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan

for Use in Concrete C796 Standard Test Method for Foaming Agents for Use in Producing Cellular

Concrete Using Preformed Foam C869 Standard Specification for Foaming Agents Used in Making Preformed Foam for

Cellular Concrete C939 Standard Test Method for Flow of Grout for Preplaced Aggregate Concrete (Flow

Cone Method) C1709 Standard Guide for Evaluation of Alternative Supplementary Cementitious

Materials (ASCM) for Use in Concrete C1019 Standard Test Method for Sampling and Testing Grout

223 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-155

C1090 Standard Test Method for Measuring Changes in Height of Cylindrical Specimens of Hydraulic-Cement Grout

Environmental Protection Act O. Reg. 153: Records of Site Condition R.R.O. 1990, Reg. 347: General – Waste Management

Definitions

For the purpose of this specification the following definitions apply:

Engineer means the licensed individual or firm responsible for the design of the works or their designate and registered with the Professional Engineers of Ontario.

Design and Submission Requirements

The Contractor shall prepare and submit the following:

a) Provide all submittals at least 30 days in advance of grouting operations, with the exception of daily reports, which are to be submitted per the schedule specified below.

b) Experience Submittals: 1. Contact grouting is specialty Contractor work. The Contractor or subcontractor

supplying and placing contact grout shall be capable of developing a mix design; batching, mixing, handling and placing grout in annular space for large diameter sliplining operations; have furnished and placed grout on at least three sliplining projects of the general type and the size specified herein that have been in successful operation; and have a record of experience and quality of work using grout that is satisfactory to the ENGINEER. Submit evidence of required experience of Contractor and supervisory staff. Provide references to substantiate all experience.

2. Submit qualifications for all Professional Engineers retained by the Contractor for the work, including evidence of required experience and registration in the Province of Ontario.

3. Submit qualifications of workers, including the Contractor's backfill grouting superintendent and foreman. The grouting superintendent shall have had previous experience under similar project conditions.

4. Workers, including the Contractor's contact grouting superintendent and foreman, shall be fully qualified to perform the work. The grouting superintendent shall have had at least five (5) years of previous experience under similar project conditions.

5. As an alternative to the above qualification requirements, the Contractor shall employ an approved manufacturer's representative to supervise supplying and placing of grout. The manufacturer's representative shall have at least five (5) years of relevant experience and shall be acceptable to the ENGINEER. The

224 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-156

manufacturer's representative shall supervise all contact grouting operations including training the Contractor's personnel, mixing designs, and placement of grout in the annular space.

c) Shop drawings showing contact grouting arrangement including breather pipes, bulkheads, backfill pipes, grout plant and pump, grout port type/configuration, method of patching at the grout port locations.

d) Mix Design and Product Data: Submit mix designs for the contact grout. Each mix design shall show the ingredients of the mix and shall include: 1. Type, brand, source, and amounts of cement, fly-ash, admixtures and all other

additives. 2. Source and amount of water. 3. Specific gravity of all materials. 4. Results of required tests. 5. A certificate of compliance signed by the supplier identifying the type of fly ash and

stating that the fly ash is Class F, in accordance with ASTM C 618. Supporting test data shall be furnished when requested by the ENGINEER. All sampling and testing procedures shall be in accordance with ASTM C 311 and ASTM C 618.

6. Admixtures: Material specifications, cut sheets, and instructions for use. 7. Air content, unit weight, and compressive strength test results for proposed mix

design. 8. Mechanical properties including slump, w/c ratio, bleeding, pumpability, viscosity,

workability, and exposure class. 9. Flotation (buoyancy) calculations to determine maximum lift heights and number of

lifts needed to avoid floating the slip-liner pipe. 10. Pipe buckling calculations to confirm the maximum allowable external pressure the

pipe can handle with an adequate factor of safety. Equipment: Manufacturer’s specifications and operation instructions for grouting equipment.

e) Work plan for placing contact grout: The work plan shall be designed to prevent flotation

and/or deformation of the liner pipe. Potential effects of admixtures on set time shall be addressed in the work plan. Calculations and details of contact grout placement sequence and procedures shall be prepared by the Contractor’s Professional Engineer registered in the Province of Ontario. The work plan shall also include: 1. Type(s) of mixing and pumping equipment. 2. Type and resolution of gauges and other flow/pressure monitoring equipment. 3. Pumping pressures and rates. 4. Volumes to be placed at each lift based on calculated annular volume. 5. Pipe and injection point locations. 6. Placing procedures including bulkhead details, batching, mixing, and pumping

procedures, conveyance provisions, slickline arrangement (including moving and breaking), arrangement of valves, communications provisions, methods for monitoring, testing procedures, and cleanup procedures.

f) Test Reports and Certifications: 1. Mill test reports for cement and flyash. 2. Certificates of compliance for cement and flyash.

225 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-157

a. Certificates of compliance for all admixtures. b. A printout of the actual scale weights for all loads batched (submitted at the end of

each working day). c. Results of compressive strength tests from an approved CSA certified testing

laboratory.

Daily reports and records of contact grout placement, including but not limited to volumes of materials delivered, volumes placed (shall be compared to calculated annular volume to verify that all annular space has been filled), injection locations, pressures, unit weight and air content test results, time of placement, and designation of test samples prepared that day. Submit daily reports within one day of activities recorded.

Materials

Grout a) Low density cellular grout (foam grout) shall consist of Portland cement-based grout

having a homogeneous void or cell structure attained with gas-forming chemicals or foaming agents. Low density cellular grout shall contain stable air or gas cells uniformly distributed throughout the mixture with a minimum air percentage of 20 percent.

b) Cement: Portland cement, ASTM C 150, Type I or II.

c) Fly ash: Type F, ASTM C618.

d) Water: Use potable water free from deleterious amounts of alkali, acid, and organic materials which would adversely affect the setting time or strength of the contact grout.

e) Admixtures: Admixtures may only be used when specifically approved by foaming agent supplier in writing.

f) Foaming Agent shall comply with ASTM C869 when tested in accordance with ASTM C796.

g) Limiting Requirements: Unless otherwise specified, each foam grout (low density cellular concrete) mix shall be designed and controlled within the following limits: 1. Wet Density: Wet density (unit weight) of the foam grout shall be not less than 800

kg/m3, at the point of placement. 2. Minimum 28-day compressive strength (ASTM C 495) shall be 6.0 MPa unless a

higher strength is required for a composite liner design. 3. Preformed Foam: Preformed foam shall be generated by combining controlled

quantities of air, water, and foaming agent under pressure. Foam shall retain its stability until the cement sets to form a self-supporting matrix. The resulting foam grout shall have essentially closed cell and low water absorptive characteristics. The concentration of foam agent shall be in accordance with the foaming agent material manufacturer's recommendations.

4. Admixtures: The admixture content, batching method, and time of introduction to the

226 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-158

mix shall be in accordance with the manufacturer's recommendations for minimum shrinkage and for compliance with these specifications. Admixtures may be used when specifically approved by foaming agent material manufacturer and shall be in accordance with their recommendations. No calcium chloride or admixture containing chloride other than impurities from admixture ingredients will be acceptable.

5. pH: The foam grout shall have a minimum pH of 11 to passivate the liner pipe and prevent corrosion.

6. Shrinkage shall not exceed 1% by volume, as determined by ASTM 7. Shall be sufficiently flowable to ensure that all annular space between grout ports is

filled while maintaining an external pressure on the liner pipe (from the grout) that does not exceed the pipe’s critical buckling pressure with a minimum Factor of Safety of 2.0.

h) A tentative mix shall be designed and tested in accordance with ASTM C796. These results will be compared with field test results to confirm consistent properties are obtained in the field. Testing for each mix shall be as follows: 1. Two sets of compression test cylinders (75 mm by 150 mm), three cylinders per set,

shall be made from each proposed contact grout mix. One set of three cylinders shall be tested at an age of 7 days and the other set shall be tested at an age of 28 days. Foam grout specimens shall be made, cured, stored, and tested as per ASTM C 495.

2. Determine total air content of each proposed foam grout mix in accordance with ASTM C796.

3. Determine unit weight of each proposed foam grout mix in accordance with ASTM C567.

Equipment

General a) Use equipment for mixing and injecting foam grout that is designed for underground

backfill grouting service. Maintain equipment in good operating condition capable of satisfactorily mixing, agitating, and forcing contact grout through piping at a uniform flow rate under the required constant pressure.

b) Batching, mixing and pumping equipment shall be compatible and of sufficient size and capacity to place grout to distances and volumes required. Pumping equipment will be equipped with proper gauges (calibrated and with proper resolution) to monitor back pressure to prevent buckling of the liner pipe.

c) Use hoses of proper type and diameter to withstand maximum injection pressures used. Limit maximum injection pressures to the design ratings of the liner pipe.

d) Contact grouting equipment shall be configured so flushing can be accomplished with grout intake valves closed, with water supply valve open, and with grout pump running at full speed.

Foam Generator a) A foam generator shall be used to produce a predetermined quantity of preformed foam,

227 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-159

which shall be injected into the mixer and blended with the cement slurry. The foam generator shall be timer-controlled to repetitively discharge a pre-selected quantity or to discharge continuously at a fixed rate. Foam generating equipment shall be tested and calibrated for dilution percentage, density, and volume output. Two types of foam generating systems, batch and continuous generating, are acceptable.

b) The batch system shall consist of a tank in which the foam liquid concentrate and water are first premixed. This dilute solution is then discharged from either a pressurized tank or by means of a mechanical pump through a foam-making nozzle in which this solution is blended with compressed air in fixed proportions.

c) A continuous generating system container, which continuously draws the concentrate directly from its shipping container, automatically blends it with the water and compressed air in fixed proportions and forms a stable micro-bubbled foam.

d) Both types utilize foam refining columns or nozzles calibrated for foam quality and discharge rate. The foam nozzles may be timer-controlled to repetitively discharge any preselected quantities or to discharge continuously at a fixed rate.

e) Provide graphical or digital printout records of batch scale readings, accurate to 0.5 kg, of the dry mix ingredients before delivery to mixer.

f) Specially designed batch mixers may also be used in conjunction with surge hopper equipped pumps. The rates of mixing and pumping shall be properly adjusted, and a continuous flow of foam grout shall be obtained at the point of placement.

Construction

Protect the environment, public, and private property from any damage during the construction operations.

Batching and Mixing a) Conform to the requirements of accepted submittals and the manufacturers’

recommendations.

b) All grout shall be mechanically mixed to produce a uniform distribution of the materials with a suitable consistency and the specified requirements. Excessive mixing shall be avoided to reduce the possibility of changes in unit weight and consistency.

c) In batch mixing operations, follow the manufacturer's recommendations concerning the order of charging the mixer with the various ingredients. The as-cast unit weight shall be monitored at the point of placement. Allowance shall be made for any additional mixing that may result from the method of placement, such as mechanical or pneumatic pumping, and for any unit weight changes that may result from these methods.

d) For continuous mixing operations, provision shall be made for reasonably uniform and

228 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-160

continuous rate of addition of all mix components at appropriate positions in the mixing machine, and in the correct ratio, to assure uniformity and the specified limiting requirements at the point of placement.

e) Alternative methods for batching and mixing grout may be considered on a case-by-case basis and may or may not be acceptable at the sole discretion of the Engineer.

Placement a) A bulkhead shall be constructed at the open end of each reach of pipe to be grouted, so

the annular space will be completely filled in accordance with the Contractor's submittal as approved by the Engineer. Bulkheads shall incorporate a minimum 25 mm (1”) diameter drainpipe in the invert of the host pipe to facilitate drainage of any host pipe water during backfill grouting. This pipe shall be securely capped and plugged once backfill grout begins to flow from the drain line. Openings shall be provided to allow entrapped air to escape. Vent outlets shall be provided as required.

b) Take all necessary precautions to protect and preserve the interior of the liner pipe from damage. Spills shall be minimized and shall be cleaned up immediately. Any damage to the pipe caused by or occurring during the grouting operations shall be repaired by a method approved by the Engineer, at no additional cost.

c) All void space outside of the liner pipe shall be filled with contact grout. Place contact grout in accordance with approved submittals.

d) Determination of a satisfactory grouting requires grout volume placed to match closely to calculated annular volume as well as grout discharging through the vent pipes located above the host pipe’s crown region at the upstream bulkhead.

e) Failure to satisfied (h) above shall trigger a requirement for sounding of the wall of the liner pipe, and injecting grout at locations where voids are suspected, under direction of the Engineer. The cost associated with the sounding of the liner pipe wall and any additional grouting will be at the sole expense of the Contractor.

f) Grouting of the annular space between the liner pipe and the host pipe shall be accomplished by placing contact grout in two or more stages (lifts). Monolithic placements (one stage) may be acceptable, provided the contractor can demonstrate that the placement techniques will not induce movement of the liner pipe or excessive deformation to the satisfaction of the Engineer. Pipe flotation shall not be allowed under any scenario.

g) Provide positive venting to ensure complete grouting around the liner pipe, particularly in the invert and crown locations. Begin grouting at a previously completed segment or a bulkhead located at the upstream end of the length of liner and proceed downstream to cause any water remaining in the invert to move, away from and not mix with or become trapped by, the contact grout. Provide means to allow water and thinned or contaminated grout at the leading edge of the lift to escape. Provide positive venting of air to ensure complete grouting around the liner pipe, particularly along the host pipe crown.

h) Pressure gauges of appropriate range for monitoring the contact grout injection pressures shall be installed in the line transporting the contact grout at the point of injection.

229 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-161

Injection pressure shall be in accordance with the Contractor's submittal as approved by the Engineer but shall not exceed the allowable radial pressure of the host pipe joints (Factor of Safety = 2) or values required to prevent liner pipe movement or damage.

i) Volume of contact grout injected shall be measured, recorded, and compared with the anticipated volume per linear metre of annular space. Results shall be reported to the Engineer at the end of the work day.

j) Technical data sheet for the specific type of grout port(s) proposed for the project to be submitted to the Engineer for review.

k) Procedure for patching and restoration at the locations of all grout ports to be prepared by the Contractor and submitted to the Engineer for review.

Field and Laboratory Quality Control a) Field control tests, including unit weight (wet density), air content test, flow test, and

laboratory tests including compressive strength shall be performed by the Contractor and the results submitted to the Engineer.

b) The frequency for testing is specified herein. A greater or lesser number of tests may be made, as required by the Engineer. Assist the Engineer in obtaining additional test specimens to test in the same quantities as that required for Contractor testing. Supply all materials necessary for fabricating the test cylinders for both Contractor and Engineer collection of samples.

c) Test specimens shall be collected at or near the connection where the contact grout is being injected.

d) Provide at or very near the point of injection, a system of valves in the line transporting the grout, which will allow easy access for collection of test specimens without disconnecting the line from the outlet.

e) Unit Weight: Unit weight (wet density) tests shall be made from the first batch mixed each day, after a change in mix design, every 30 minutes during pumping, and from each batch of grout from which compression test cylinders are made. Unit weight shall be determined in accordance with ASTM C567. Unit weight at the point of placement shall be within plus or minus 5 percent of the unit weight established for the mix design being placed. Adjust mix as required to obtain the specified wet density.

f) Density: The Contractor shall design a grout mix with a density that will not float the slip liner pipe while maintaining an apparent viscosity that does not exceed 18 seconds as tested in accordance with ASTM C939. Density shall be verified by ASTM C138 or by other methods as approved by the Engineer.

g) Air Content: An air content test shall be made from the first batch mixed each day, and from each batch of grout from which concrete compression test cylinders are made. Air content shall be determined in accordance with ASTM C138 except there shall be no vibration or rodding of the sample.

h) Compression Tests: One set of four (4) test cylinders (75 mm by 150 mm) shall be made

230 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-162

for each shift when contact grout is placed. One additional set shall be made from each additional 100 m3, or major fraction thereof, placed in any one shift. The cylinders will be tested at an age of 28 days. Compressive strength of contact grout shall be considered satisfactory if the following requirements are met: 1. Average of three consecutive compressive strength tests must equal or exceed the

specified unconfined compressive strength. 2. A strength test shall be the average of three compressive strengths of three cylinders

made from the same concrete sample and tested at 28 days. 3. No individual compressive strength test can be below the specified unconfined

compressive strength by more than 20 percent. 4. Test cylinders shall be made in the field, cured and stored in the laboratory, and tested

in accordance with ASTM C495. 5. Each set of compression test cylinders shall be marked or tagged with the date and

time of day the cylinders were made, the location in the work where the contact grout represented by the cylinder was placed, batch number, unit weight (wet density), and the air content.

i) pH Testing: pH testing is to be carried out by the Contractor in accordance with ‘R.R.O. 1990, Reg. 347: General – Waste Management’, or another approved method, using an approved qualified laboratory. Testing samples shall be obtained following the sample procedure for obtaining samples for compression testing. Each sample shall be pulverized in preparation for testing. pH testing is not required if the flyash content does not exceed 25% of the weight of cementitious materials included in the mix being analyzed.

Inspection a) The Contractor shall advise the Engineer of his/her readiness to proceed at least 72 hours

prior to each contact grouting operation. The Engineer will inspect preparations for contact grouting. Contact grouting shall not commence without the inspection and acceptance of the Engineer.

Clean-up Minimize spilling and prevent the setting of any grout that may escape upon finished pipe or structure surfaces. Remove any spilled grout and restore the pipe or structure surface to its original condition. Properly dispose of all waste materials. Remove all grouting equipment, formwork, bulkheads and accessories from the tunnel and shafts. Remove all grout nipples and use the original core pieces to seal the grout holes utilizing a two-part structural epoxy or Methacrylate Construction Adhesive.

Quality Assurance

1. The Owner may retain and pay for the services of an independent testing agency for testing for quality assurance, for the Owner's purposes.

2. The Owner'S testing agency and the Engineer may inspect and test Material, Product and The Work for conformance with the requirements of the Contract Documents; however, they do not undertake to check the quality of The Work on behalf of the Contractor nor to provide quality control.

3. Inspections and tests by the Owner's testing agency and by the Engineer do not relieve the Contractor of his responsibility to supply Material and Product and to perform The

231 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-163

Work in accordance with the requirements of the Contract Documents. 4. The Engineer, at his discretion, may order or perform any additional inspections and tests

for purposes of his own or for purposes of the Owner. 5. The Contractor shall coordinate with the Engineer the scheduling of testing and

inspection by the Owner's testing agencies or by the Engineer, to enable testing to be done as necessary, without delay, and the Contractor shall notify the Engineer sufficiently in advance of operations to allow for such inspection and tests by the Engineer's or the Owner's testing agency. The Contractor shall cooperate fully with testing by the Owner or Engineer including providing assistance with sample collection and granting access where required.

Measurement for Payment

Field measurement of linear metre of completed liner pipe installation. Metre of liner pipe grouted. Cost shall include provision of all labour, Material and equipment necessary to complete Contact Grouting by utilizing a construction method determined by the Contractor and accepted by the Owner/Engineer, including design of the grout mix (and including composite liner design if required) for approval by the Engineer; excavation of access points (if required); support/shoring of excavations (if required); supply and install contact grout according to approved submittals; supply and install bulkheads and required drain/vent ports; supply and install grout ports; restore and patch grout ports; all required quality control testing and submittals; and all incidental work for which payment is not specified elsewhere.

Basis Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

42. Cured-In-Place Pipe Lining of Sewers – SP34

Non-Standard Special Provision July 2019

Amendment to TS 4.10, April 2013

TS 4.10.31 PAYMENT

Section TS 4.10.31 is amended by including any saw cutting, excavation, backfill, surface restoration, and any other incidental items required to do the work for which payment is not specified elsewhere.

43. Maintenance Hole Rehabilitation – SP35

Non-Standard Special Provision July 2019

Amendment to TS 4.13, November 2016

232 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-164

TS 4.13.32 PAYMENT

Section TS 4.13.32 is amended by including any saw cutting, excavation, backfill, surface restoration, and any other incidental items required to do the work for which payment is not specified elsewhere.

44. Pipe Anchors – SP36

Non-Standard Special Provision July 2019

TS 4.13.32 PAYMENT

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work including excavation, preparation of excavation base, formwork, rebar installation, concrete installation, incorporation of nelson studs, quality control testing, any required heating and hoarding, backfilling and compaction, surface restoration, and any other incidental items required to complete the Work as shown on the Contract Drawings for which payment is not specified elsewhere.

45. Geotechnical Monitoring – SP37

Non-Standard Special Provision July 2019

General

The Contractor shall employ a third-party contractor to conduct ground settlement monitoring at the access shafts/pits situated along the embankments of Keele Street and Culford Road. The Contractor shall permit the settlement monitoring contractor access to Work Sites when requested for the purposes of conducting settlement monitoring.

The Contractor shall furnish, install, and monitor geotechnical instruments to evaluate ground, structure, and utility movements. The Contractor shall install and remove geotechnical instruments and maintain the geotechnical instruments during construction as required by the monitoring schedule.

Geotechnical monitoring by the Contractor shall include:

Inclinometers at each shaft location to monitor horizontal displacement and movement of the temporary working shafts. Inclinometers installed on each of the major shaft axes.

Instruments shall be installed by personnel with appropriate training and experience to install the instruments in accordance with the plans and with the requirements specified in this Section.

Instruments shall be monitored by personnel with appropriate training and expertise to provide readings with the precision and accuracy required by the monitoring program.

233 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-165

The Contractor shall compile and transmit instrument as-builts, baseline readings, and monitoring data to the Contract Administrator for information. Readings shall be compiled in spreadsheets and issued by email by noon the following day, unless an alternative schedule is approved by the Contract Administrator.

The Contractor shall submit workplans, including actual instrumentation location plan, installation plan and instrumentation reading plan, to the Contract Administrator for approval.

Installation and Maintenance

Install instruments and obtain baseline readings at least ten (10) days before any construction begins within 20 m of any planned instrument location.

Assign a unique identification name or number to each instrument.

Survey and record as-built instrument locations as follows:

Monitoring points: plus or minus 30 mm horizontal coordinates, and plus or minus 3 mm elevation.

Prepare a drawing showing as-built instrument locations and a summary of instrument details, including:

Type, identification number, and installation date.

As-installed configuration, including relevant depths, lengths, elevation, station, offset from centerline, etc.

Feature being monitored.

Protect instruments from disturbance or removal. If necessary, for protection, cover instruments with flush-mounted bolted and/or locked steel covers and caps.

Repair or replace damaged or missing instruments within 24-hours of damage or loss.

Monitoring

Establish survey benchmarks at locations beyond the anticipated zone of influence for excavations, and shall be protected from sources of movement.

Obtain readings on each instrument and monitoring point according to the following schedule:

Three (3) baseline readings during a two-week period prior to commencing excavation within 20 m, at least 3 days apart.

Once every 24 hours during excavation within 20 m of the instrument.

Once every 24 hours during shaft dewatering.

Once every 7 days thereafter until the shaft is backfilled.

Once every 7 days following backfilling the shaft and completion of

234 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-166

construction within 20 m of the instrument, until no movement is observed for two consecutive readings.

The following displacement criteria shall apply, unless determined otherwise for specific cases:

Instrumentation Review Level Alert Level

Surface Settlement Points (SSP)

13 mm 25 mm

Inclinometers at Shafts (horizontal)

7 mm 13 mm

If measured displacement exceeds the review levels, the Contractor shall immediately evaluate potential causes of the displacement and implement measures for monitoring and controlling potential additional movement. The Contractor shall also prepare a written record of protective measures implemented and submit the record to the Contract Administrator for information.

If measured displacement exceeds the alert levels, the Contractor shall immediately stop work in the affected area except for those actions that are deemed necessary to make the affected area safe and secure. The Contractor shall also meet with the Contractor Administrator to discuss response action(s) and develop an alert-level response plan of action.

Removal

Verify with the Contract Administrator that instrumentation is no longer required.

Remove all instrumentation per requirements and methods of the applicable regulatory agency.

Remove instruments to below pavement depth, and fill all voids remaining at instrument locations with cement grout, restore surface in accordance with the Contract Documents.

Inclinometers shall be grouted in place with an approved non-shrink cement bentonite grout mix. The top 600 mm of any casing shall be drilled out or removed, replaced with appropriate backfill materials, and the surface compacted and properly restored to match existing conditions.

46. Restoration Works (MTO Standards) – SP38

Restoration works on the 401 corridor shall comply with the pavement structures provided below:

The existing main lanes of the 401 is a composite pavement with 230 mm concrete base and 90 mm of HMA:

1. Place a minimum of 500 mm Granular “A” material or match existing granular elevation.

2. Place a minimum 320 mm of SP12.5 FC2 (maximum lift thickness is 60 mm) or match

235 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-167

existing composite pavement structure thickness.

The existing pavement should be sawcut in the full lane width and minimum 2 m in length.

If the maintenance hole is in the shoulder, please apply the following:

3. Place a minimum of 500 mm Granular “A” material or match existing granular elevation.

4. Place a minimum 150 mm of SP12.5 FC2 (maximum lift thickness is 60 mm) or match existing pavement structure thickness.

The existing shoulder should be sawcut in full width and a minimum 2 m in length.

Basis of Payment All costs for temporary trench restoration shall be included in the Contract Price for linear underground infrastructure installation items. No separate payment shall be made.

47. Management of Contaminated Excavated Material – SP39 (Provisional)

Non-Standard Special Provision July 2019 Soil and groundwater contamination were identified within the Geotechnical Investigation – Proposed Rehabiltation of North York Strom Trunk Sewer North of Gulliver Road (GeoPro, 2019). Contaminants found exceeding 2011 MECP Table 3 Standards include but are not limited to the following:

Ethylbenzene; and Xylenes (total).

The potential to encounter contamination spans west of Keele Street from Station 0+860 to 0+900. At the time of bore hole drilling, one field log included the observation of hydrocarbon odours that are indicative of volatile / semi volatile impacts. The other bore holes drilled in both construction locations did not include observations of hydrocarbon odours, however, based on historical information, contaminated soils may be encountered within the area. In the event that aesthetically impacted soils are identified during excavation, the Contractor is to notify the Engineer immediately.

In the event contaminated soils are suspected, a waste characterization of the sample must be completed (TCLP analysis). Contaminated soils are to be disposed of at an MECP licensed landfill facility. A certificate / approval of release from the hauler and MECP licensed landfill facility is to be provided to the Agency.

The unit price shall include all costs associated with the stockpiling and disposal of contaminated excavated materials. Payment for additional costs associated with sampling and testing of contaminated soils and groundwater is not be included in this pay item.

The Geotechnical Investigation – Proposed Rehabiltation of North York Strom Trunk Sewer North of Gulliver Road (GeoPro, 2019) is provided for reference and information in Appendix 6.12.

236 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-168

Basis Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

48. Disposal of Impacted Material from Hydro/Vactor Excavation (Provisional) – SP40

Non-Standard Special Provision July 2019 This item shall only apply where hydro/vactor excavation has occurred and impacted material has been removed. This item is for the disposal of the impacted material removed duringhydro/vactor excavation.

Soil will be required to be disposed of at an approved facility for the identified contaminants and transported via an approved hauler. Copies of the MECP Certificate of Approval for both the receiving facility and hauler will be required prior to any contaminated soil being removed from site. Bills of Lading must be supplied for all contaminated soil that is removed from site. Any contaminated soil that will be stored on site prior to hauling and disposal shall be properly contained per Agency, MECP and other applicable requirements.

Basis Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

Basis Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

49. Timber Matting for Staging Area and Access Roads – SP41

Non-Standard Special Provision July 2019

The contractor is to establish all access roads, staging areas, and lay-down areas as per the contract drawings. All access roads, staging areas, and laydown areas situated within green-spaces are to be prepared using timber matting to protect the ground surface, as indicated on the contract drawings. Timber matting shall be constructed of hardwood and shall have a minimum height of 20mm. The staging area is to be prepared with appropriate construction fencing as per SP13, erosion and sediment control measures as per SP14 and tree protection as per SP27.

BASIS OF PAYMENT

The construction staging area is to be paid as follows:

50% upon installation of the staging area including laying of timber-matting where required, installation of construction fencing, and erosion and sediment control measures.

237 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-169

25% upon demobilization. Payment shall be made following the removal of timber matting and removal of construction fencing.

25% upon final restoration of all working areas.

The payment shall be lump sum and shall include all material costs, labour, equipment required to establish and maintain the access roads, staging areas, and laydown areas, as required.

Payment for construction fencing, erosion and sediment control measures, and tree protection shall be made under the appropriate item in the pricing form.

50. Granular Access Roads – SP42

Non-Standard Special Provision July 2019

The contractor is responsible to installing, maintaining, and removing the granular access road as indicated on Contract Drawing. The granular access road from Keele Street, as shown on Contract Drawing 1207-2019-06-08, is to be 100mm of 19mm clear stone placed on filter cloth. Granular material is to be as per TS 1010.

Granular access roads are to be maintained by the contractor, kept free of pot-holes, and are to be kept in good and serviceable condition. No additional payment will be provided for maintenance of the gravel access roads.

Winter maintenance is to be provided as per RD414SS and shall be paid under the winter maintenance item on the pricing form.

Basis of Payment

Payment for granular access roads is to include all labour, material, and equipment and payment shall be lump sum.

238 of 362

VIEW

ING C

OPY

Section 4A – Special Specifications Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 4A-170

Attachment 1 Field Services Manual Appendix E –

As-built Features Requirements

239 of 362

VIEW

ING C

OPY

Appendix E – As-built Features Requirements

As-built drawings will show the accurate locations of construction

features such as storm sewers, sanitary sewers, combined sewers,

watermains and other water appurtenances, structures, conduits, power

poles, light standards, vaults, width of streets, sidewalks, landscaping

area, building footprints, channelization, pavement markings, property

lines, equipments and processes and easements.

The following minimum information is required and indicates who is

responsible to provide it.

Storm Drainage

Storm drainage features are intended to move rainwater and

groundwater. As-built drawings will indicate all necessary information

about the storm drainage system to evaluate whether the constructed

features will be able to function as intended by the design. Information

will be field verified or surveyed or both as outlined in the following

table. The following table indicates what features are required and by

whom should provide the information.

240 of 362

VIEW

ING C

OPY

Table: Storm drainage features

Storm drainage features

Field verify

(inspector)

Survey (engineering surveys unit or consultants surveyors)

Indicate on as-built drawing (drawing preparer or engineer)

pipe size, material,

class of pipe,

bedding type,

drop pipe size

inverts, drop pipe

inverts, location of

end of stub or

bulkhead

Redraw pipe on drawing if pipe

has moved more than 300 mm

horizontally or 150 mm or more

vertically.

Recalculate slope on record

length and surveyed inverts.

Indicate new information on

plans such as slope, length, and

diameter and so on.

catchbasins,

maintenance

holes,

outfalls, inlet

structures

size, type, cover

type, safety

platforms, flow

regulator,

overflow, weir,

grate type

rim elevation location

of feature, overflow

weir invert inlet

/outlet inverts

Redraw structure on drawings if

it moved 300 mm or more.

Indicate new information on

plans such as size, type and so

on.

culverts size, material,

shape, seepage

collars

location of ends of

culverts and inverts

Redraw culvert on drawings if

has moved more than 300 mm.

Recalculate slope based on

recorded length and surveyed

inverts.

Indicate new information on

plans such as slope, length, and

diameter and so on.

subdrains pipe locations,

material, and size

Redraw subdrains on drawings if

it moved 300 mm or more.

laterals size, material,

class, bedding

Indicate locations on plan.

other

drainage

features

Redraw feature on drawings if it

moved 300 mm or more.

241 of 362

VIEW

ING C

OPY

Stormwater Management

Stormwater management features are intended to control the rate and

quality of the rainwater runoff. As-built drawings will indicate all

necessary information about the stormwater management system to

evaluate whether the constructed features will be able to function as

intended by the design. Information will be field verified or surveyed

or both as outlined in the following table. The following table indicates

what features are required and by whom should provide the

information.

Table: Stormwater management features

Stormwater management features

Field Verify (inspector)

Survey (engineering surveys unit or consultants surveyors)

Indicate on as-built drawing (drawing preparer or engineer)

storage tanks material, type,

size, control

systems such as

orifice size and

weir dimensions

control structure

location, control

elevations such as

orifice inverts, weir

elevations bottom

elevations and access

locations

Redraw structure on drawing if

moved more than 300 mm

horizontally or 150 mm or more

vertically.

Indicate new information on

plans such as size, type and so

on.

ponds size, shape control structure

location, control

elevations such as

orifice inverts and

weir elevations

overflow elevation

topographic survey

including bottom

elevations

final volumes

Redraw pond on drawing if

moved more than 3.0 m or more.

Recalculate volume based on

water surface shape and depth.

Indicate new information on

plans such as size, type, volume

and so on.

wetlands boundary of created

or modified wetlands

Redraw wetland on drawings if

moved more than 3.0 m or more.

Recalculate volume based on

water surface shape and depth.

Indicate new information on

plans such as size, type, volume

and so on.

242 of 362

VIEW

ING C

OPY

Table: Stormwater management features (continued)

Stormwater management features

Field Verify (inspector)

Survey (engineering surveys unit or consultants surveyors)

Indicate on as-built drawing (drawing preparer or engineer)

grease

interceptor

oil/grit

separation

size, material,

vault, dimensions

horizontal location of

four corners of vault

where applicable

Indicate vault dimensions and

size, inverts.

infiltration

systems,

French drains

material, size,

pipe such as size,

type and diameter

inlet invert

outlet invert

Redraw feature on drawings if it

moved 300 mm or more.

243 of 362

VIEW

ING C

OPY

Water Distribution Systems

Water system features are intended to move or hold potable water. As-

built drawings will indicate all necessary information about the water

system to evaluate whether the constructed features will be able to

function as intended by the design. Information will be field verified or

surveyed or both as outlined in the following table. The following

table indicates what features are required and by whom should provide

the information.

Table: Water distribution systems features

Water distribution features

Field verify (inspector)

Survey (engineering surveys unit or consultants surveyors)

Indicate on as-built drawing (drawing preparer or engineer)

pipe and

fittings

manufacture–

material, size,

class, bedding,

joint type, fittings

measure distance

between fittings–

centre of tees,

crosses, bends

crossing invert–

location and

invert of any

utility crossings

depth of pipes

during

installation at

every fitting and

appurtenances,

vertical bends

location where

insulation used

top of pipe, location

of valve, horizontal

location of bends,

tees and crosses

Redraw pipe on drawing if pipe

has moved more than 300 mm

horizontally or 150 mm or more

vertically.

Recalculate slope on record

length and surveyed inverts.

Indicate new information on

plans such as slope, length, and

diameter and so on.

valves in

chamber such

as gate valve,

air valve, and

butterfly

valve

Redraw structure on drawings if

it moved 300 mm or more.

Indicate new information on

plans such as size, type and so

on.

244 of 362

VIEW

ING C

OPY

Table: Water distribution systems features (continued)

Water distribution features

Field verify (inspector)

Survey (engineering surveys unit or consultants surveyors)

Indicate on as-built drawing (drawing preparer or engineer)

hydrants manufacturer

hydrant bury

depth

horizontal location of

hydrant–centre of

valve of stem

top of hydrant

elevation

Redraw hydrant on drawings if it

moved 300 mm or more.

Indicate new information on

plans.

water

service lines

material, size,

type (fire /

domestic),

location

curb stop valve

location

Redraw service line on drawings

if it moved 300 mm or more.

Indicate new information on

plans, for example existing size,

type, and so on.

mainline

flow meters

chambers

type, size, vault

or box and size

horizontal location of

centre of box,

horizontal location of

four corners of vault,

location of lid, rim

elevation

Redraw vault or box on

drawings if it moved 300 mm or

more. Indicate new information

on plans, for example, size, type,

and so on.

pressure

reducing

valve

chamber

size, vault size,

vault drain data

horizontal location of

four corners of vault,

location of lid, rim

elevation

Redraw vault on drawings if it

moved 300 mm or more.

Indicate new information on

plans, for example, size, type,

and so on.

backflow

devices at

street line–

exterior to

building

device brand

type, size, service

line size, location

of drain

horizontal location of

four corners of vault

or centre of box

Redraw vault or box on

drawings if it moved 300 mm or

more. Indicate new information

on plans, for example, size, type,

and so on.

backflow

devices–

interior to

building

device brand,

type, size, service

line size, general

location within

building

245 of 362

VIEW

ING C

OPY

Sanitary or Combined Sewer

Sanitary or combined sewer system features are intended to transport

sanitary waste into a collection system. As-built drawings will indicate

all necessary information about the water system to evaluate whether

the constructed features will be able to function as intended by the

design. Information will be field verified or surveyed or both as

outlined in the following table. The following table indicates what

features are required and by whom should provide the information.

Table: Sanitary or combined sewer features

Sanitary combined sewer features

Field verify (inspector)

Survey (engineering surveys unit or consultants surveyors)

Indicate on as-built drawing (drawing preparer or engineer)

maintenance

holes

maintenance hole

diameter, type,

manufacturer,

safety platform,

flow restrictors,

overflow

horizontal location of

centre of manhole,

horizontal location of

centre of lid, rim

elevations and all

invert elevations,

overflow weir invert

Note all changes and correct

elevations.

pipe–gravity

sewer main

size, material,

class of pipe,

bedding type,

drop pipe size

length–horizontal

length of pipe from

centre of manhole to

centre of manhole.

Inverts, drop pipe

inverts, locations of

end of stub/bulkhead

inverts, drop pipe

inverts, location of

end of stub or

bulkhead

Redraw pipe on drawing if pipe

has moved more than 300 mm

horizontally or 150 mm or more

vertically.

Recalculate slope on record

length and surveyed inverts.

Indicate new information on

plans such as slope, length, and

diameter and so on.

246 of 362

VIEW

ING C

OPY

Table: Sanitary or combined sewer features (continued)

Sanitary combined sewer features

Field verify (inspector)

Survey (engineering surveys unit or consultants surveyors)

Indicate on as-built drawing (drawing preparer or engineer)

pipe and

fittings–force

main

manufacturer–

material, size,

class, bedding,

joint type, fittings

measure distance

between fittings–

centre of tees,

crosses, bends

crossing invert–

location and

invert of any

utility crossings

depth of pipes

during

installations at

every fitting and

appurtenance

horizontal location of

main:

Redraw pipe on drawings if it

moved 300 mm or more.

Indicate new information on

plans, for example, slope, length,

size, and so on.

laterals material, size,

locations,

backflow valve

Indicate location on plans.

cleanouts size, material,

location

rim elevations, centre

of box, horizontal

location of centre of

box

Redraw structure on drawings if

it moved 300 mm or more

indicate new information on

plans.

grease

interceptor or

oil grit

separators

Pipe materials,

size, vault

dimensions and

size

horizontal location of

four corners of the

vault and inverts

Show vault dimensions and size.

Show pipe elevations.

247 of 362

VIEW

ING C

OPY

Transportation

Transportation system features are intended to transport vehicle and

pedestrian traffic. As-built drawings will indicate all necessary

information about the transportation system to evaluate whether the

constructed features will be able to function as intended by the design.

Information will be field verified or surveyed or both as outlined in the

following table. The following table indicates what features are

required and by whom should provide the information.

Included but not limited to all surface features impacted by the

construction.

Table: Transportation features

Trans-portation features

Field verify (inspector)

Survey (engineering surveys or consultants surveyors)

Indicate on as-built drawing (drawing preparer or engineer)

Redraw on record drawing any and all transportation features listed if moved 300 mm or more.

pavement material, depth,

width, type –

rigid or flexbile

elevations Note all changes and correct

locations indicated locations on

plans

curb and

gutter

location of face

curb

driveways location, width,

type –

commercial or

domestic

signage location, size,

type of sign

sidewalk location, type –

light or heavy,

material, width

elevations

street lighting height, wattage,

material

monument location,

materials

conduit location, depth,

materials, size,

owner

248 of 362

VIEW

ING C

OPY

handwell location, conduit

entrance, type –

street lighting,

traffic

Other Utilities

As-built drawings will indicate all necessary information about other

utilities to evaluate whether the constructed features will be able to

function as intended by the design. Information will be field verified or

surveyed or both as outlined in the following table. The following

table indicates what features are required and by whom should provide

the information.

Table: Other utilities features

Other utilities features

Field verify (inspector)

Survey (engineering surveys unit or consultants surveyor)

Indicate on as-built drawing (drawing preparer or engineer)

other utilities identify location

and depth of all

existing utilities

encountered and

new utilities

constructed

Show utilities encountered and

their depth.

249 of 362

VIEW

ING C

OPY

Section 5 – General Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5-1

Section 5 – General Conditions of Contract

City of Toronto

General Conditions of Contract Linear Infrastructure

July 2018

250 of 362

VIEW

ING C

OPY

City of Toronto

General Conditions of Contract – Linear Infrastructure July 2018

Table of Contents Paragraph GC 1.0 – Interpretation GC 1.01 Captions.....................................................................................................5-4 GC 1.02 Abbreviations .............................................................................................5-4 GC 1.03 Gender and Singular References ...............................................................5-4 GC 1.04 Definitions ..................................................................................................5-5 GC 1.05 Final Acceptance ..................................................................................... 5-10 GC 1.06 Interpretation of Certain Words ................................................................ 5-11 GC 1.07 Language of the Contract ......................................................................... 5-11 Paragraph GC 2.0 – Contract Documents GC 2.01 Reliance on Contract Documents – Underground Structures and Utilities ..................................................................................................... 5-12 GC 2.02 Order of Precedence ................................................................................ 5-12 Paragraph GC 3.0 – Administration of Contract GC 3.01 Contract Administrator’s Authority ............................................................ 5-14 GC 3.02 Working Drawings .................................................................................... 5-16 GC 3.03 Right of the Contract Administrator to Modify Methods and Equipment .... 5-17 GC 3.04 Emergency Situations .............................................................................. 5-17 GC 3.05 Layout ...................................................................................................... 5-17 GC 3.06 Working Area ........................................................................................... 5-17 GC 3.07 Extension of Contract Time ...................................................................... 5-18 GC 3.08 Delays ...................................................................................................... 5-18 GC 3.09 Assignment of Contract ............................................................................ 5-19 GC 3.10 Subcontracting by the Contractor ............................................................. 5-19 GC 3.11 Changes in the Work................................................................................ 5-20 GC 3.12 Notices ..................................................................................................... 5-21 GC 3.13 Use and Occupancy of the Work Prior to Substantial Performance .......... 5-21 GC 3.14 Claims, Negotiations, Mediation ............................................................... 5-21 GC 3.14.01 Continuance of the Work .......................................................................... 5-21 GC 3.14.02 Record Keeping ....................................................................................... 5-22 GC 3.14.03 Claims Procedure .................................................................................... 5-22 GC 3.14.04 Negotiations ............................................................................................. 5-23 GC 3.14.05 Mediation ................................................................................................. 5-23 GC 3.14.06 Payment................................................................................................... 5-24 GC 3.14.07 Rights of Both Parties .............................................................................. 5-24 GC 3.15 Arbitration ................................................................................................ 5-24 GC 3.15.01 Conditions for Arbitration .......................................................................... 5-24 GC 3.15.02 Arbitration Procedure ............................................................................... 5-25 GC 3.15.03 Appointment of Arbitrator ......................................................................... 5-25 GC 3.15.04 Costs ....................................................................................................... 5-25 GC 3.15.05 The Decision ............................................................................................ 5-26 GC 3.16 Archaeological Finds ................................................................................ 5-26

251 of 362

VIEW

ING C

OPY

GC 3.17 Changed Geotechnical or Subsurface Conditions .................................... 5-26 Paragraph GC 4.0 – Owner's Responsibilities and Rights GC 4.01 Working Area ........................................................................................... 5-28 GC 4.02 Approvals and Permits ............................................................................. 5-28 GC 4.03 Management and Disposition of Materials ................................................ 5-28 GC 4.04 Construction Affecting Railway Property .................................................. 5-29 GC 4.05 Default by the Contractor ......................................................................... 5-29 GC 4.06 Notification of Default ............................................................................... 5-30 GC 4.07 Contractor's Right to Correct a Default ..................................................... 5-30 GC 4.08 Owner's Right to Correct Default or Terminate the Contract ..................... 5-30 GC 4.09 Final Payment to Contractor ..................................................................... 5-31 GC 4.10 Continuation of Contractor's Obligations .................................................. 5-31 GC 4.11 Owner's Right to Request Documents ...................................................... 5-31 Paragraph GC 5.0 – Material GC 5.01 Supply of Material .................................................................................... 5-32 GC 5.02 Quality of Material .................................................................................... 5-32 GC 5.03 Rejected Material ..................................................................................... 5-33 GC 5.04 Substitutions ............................................................................................ 5-33 GC 5.05 Owner Supplied Material .......................................................................... 5-33 GC 5.05.01 Ordering of Excess Material ..................................................................... 5-33 GC 5.05.02 Care of Material ....................................................................................... 5-33 Paragraph GC 6.0 – Insurance, Protection and Damage GC 6.01 Protection of Work, Persons and Property ............................................... 5-35 GC 6.02 Indemnification ......................................................................................... 5-35 GC 6.03 Contractor's Insurance ............................................................................ 5-37 GC 6.04 Bonding.................................................................................................... 5-38 Paragraph GC 7.0 – Contractor’s Responsibilities and Control of the Work GC 7.01 General .................................................................................................... 5-39 GC 7.02 Layout ...................................................................................................... 5-42 GC 7.02.01 Layout by Contractor ................................................................................ 5-42 GC 7.02.02 Layout by Owner ...................................................................................... 5-43 GC 7.03 Damage by Vehicles or Other Equipment ................................................ 5-43 GC 7.04 Excess Loading of Motor Vehicles ........................................................... 5-44 GC 7.05 Condition of the Working Area ................................................................. 5-44 GC 7.06 Maintaining Roadways and Detours ......................................................... 5-44 GC 7.07 Access to Properties Adjoining the Work and Interruption of Utility Services ................................................................................................... 5-45 GC 7.08 Approvals and Permits ............................................................................. 5-46 GC 7.09 Suspension of Work ................................................................................. 5-46 GC 7.10 Contractor's Right to Stop the Work or Terminate the Contract ................ 5-46 GC 7.11 Notices by the Contractor ......................................................................... 5-47 GC 7.12 Obstructions ............................................................................................. 5-47 GC 7.13 Limitations of Operations ......................................................................... 5-48 GC 7.14 Cleaning Up Before Acceptance .............................................................. 5-48 GC 7.15 Warranty .................................................................................................. 5-48 GC 7.16 Contractor's Workers ............................................................................... 5-49 GC 7.17 Resident or Property Owner Complaints or Claims .................................. 5-49 GC 7.18 Contractor’s Responsibility for Drainage .................................................. 5-49

252 of 362

VIEW

ING C

OPY

GC 7.19 Blasting .................................................................................................... 5-49 Paragraph GC 8.0 – Measurement and Payment GC 8.01 Measurement ........................................................................................... 5-50 GC 8.01.01 Quantities ................................................................................................. 5-50 GC 8.01.02 Variations in Tender Call .......................................................................... 5-50 GC 8.02 Payment................................................................................................... 5-50 GC 8.02.01 Payment for Work .................................................................................... 5-50 GC 8.02.02 Advance Payments for Material ............................................................... 5-51 GC 8.02.03 Certification and Payment ........................................................................ 5-52 GC 8.02.03.01 Progress Payment Certificate ................................................................... 5-52 GC 8.02.03.02 Certification of Subcontract Completion ................................................... 5-52 GC 8.02.03.03 Subcontract Statutory Holdback Release Certificate and Payment .......... 5-52 GC 8.02.03.04 Certification of Substantial Performance .................................................. 5-53 GC 8.02.03.05 Substantial Performance Payment and Substantial Performance

Statutory Holdback Release Payment Certificates ................................... 5-54 GC 8.02.03.06 Certification of Completion ....................................................................... 5-55 GC 8.02.03.07 Completion Payment and Completion Statutory Holdback Release

Payment Certificates ................................................................................ 5-56 GC 8.02.03.08 Owner's Set-off ........................................................................................ 5-56 GC 8.02.04 Payment on a Time and Material Basis .................................................... 5-56 GC 8.02.04.01 Definitions ................................................................................................ 5-56 GC 8.02.04.02 Daily Work Records ................................................................................. 5-57 GC 8.02.04.03 Payment for Work .................................................................................... 5-58 GC 8.02.04.04 Payment for Labour ................................................................................. 5-58 GC 8.02.04.05 Payment for Material ................................................................................ 5-58 GC 8.02.04.06 Payment for Equipment ............................................................................ 5-59 GC 8.02.04.06.01 Working Time ........................................................................................... 5-59 GC 8.02.04.06.02 Standby Time ........................................................................................... 5-59 GC 8.02.04.07 Payment for Hand Tools .......................................................................... 5-60 GC 8.02.04.08 Payment for Work by Subcontractors ....................................................... 5-60 GC 8.02.04.09 Submission of Invoices ............................................................................ 5-60 GC 8.02.04.10 Payment Other Than on a Time and Material Basis ................................. 5-60 GC 8.02.04.11 Payment Inclusions .................................................................................. 5-60 GC 8.02.05 Final Acceptance Certificate ..................................................................... 5-61 GC 8.02.06 Payment of Workers................................................................................. 5-61 GC 8.02.07 Records ................................................................................................... 5-61 GC 8.02.08 Taxes and Duties ..................................................................................... 5-62 GC 8.02.09 Liquidated Damages ................................................................................ 5-62

253 of 362

VIEW

ING C

OPY

Paragraph GC 1.0 Interpretation

GC #

1.01 Captions .01 The captions appearing in these General Conditions have been inserted as a

matter of convenience and for ease of reference only and in no way define, limit or enlarge the scope or meaning of the General Conditions or any provision hereof.

1.02 Abbreviations .01 For the purposes of the Contract Documents where used anywhere in the

Contract Documents, the following abbreviations shall have the corresponding meanings:

"AASHTO" - American Association of State Highway Transportation Officials

“ACI” - American Concrete Institute "ANSI" - American National Standards Institute "ASTM" - American Society for Testing and Materials "AWG" - American Wire Gauge "AWWA" - American Water Works Association “CCIL” - Canadian Council of Independent Laboratories "CGSB" - Canadian General Standards Board "CSA" - Canadian Standards Association "CWB" - Canadian Welding Bureau "GC " - General Condition "MOECC" - Ministry of the Environment and Climate Change (Ontario)

"MTO" - Ontario Ministry of Transportation "MUTCD" - Manual of Uniform Traffic Control Devices, published by

MTO “NSF” - NSF International "OPS" - Ontario Provincial Standard "OPSD" - Ontario Provincial Standard Drawing "OPSS" - Ontario Provincial Standard Specification “OTM” - Ontario Traffic Manual "PEO" - Professional Engineers Ontario "SAE" - Society of Automotive Engineers "SSPC" - Structural Steel Painting Council "THESL" - Toronto Hydro Energy Services Limited “TRCA” - Toronto Region Conservation Authority "UL" - Underwriters Laboratories "ULC" - Underwriters Laboratories Canada "WHMIS" - Workplace Hazardous Materials Information System

1.03 Gender and Singular References .01 References to the masculine or singular throughout the Contract Documents

shall be considered to include the feminine and the plural and vice versa as the context requires.

254 of 362

VIEW

ING C

OPY

GC #

1.04 Definitions

.01 For the purposes of the Contract Documents the following definitions shall apply:

Actual Measurement means a field measurement approved by the Contract Administrator with respect to an item of Work. Addenda mean any additions or changes in the tender documents issued by the Owner prior to tender closing. Base means a layer of material of specified type and thickness placed immediately below the Pavement, driving surface, finished grade, curb and gutter or sidewalk. Bid means an offer in writing from the Contractor to complete the Work, submitted in accordance with the Tender Call. Certificate of Subcontract Completion means the certificate issued by the Contract Administrator in accordance with paragraph GC 8.02.03.02, Certificate of Subcontract Completion. Certificate of Substantial Performance means the certificate issued by the Contract Administrator at Substantial Performance. Change Directive means a written instruction signed by the Owner, or by the Contract Administrator where so authorized, directing the Contractor to proceed with a Change in the Work . Change in the Work means the deletion, extension, increase, decrease or alteration of lines, grades, dimensions, quantities, methods, drawings, changes in the character of the Work to be done or materials of the Work or part thereof, including changes in geotechnical, subsurface, surface or other conditions. Change Order means a written amendment to the Contract signed by the Owner, or the Contract Administrator where so authorized, and the Contractor, covering contingencies, a Change in the Work, and establishing the basis for payment and the time allowed for the adjustment of the Contract Time, if any. City means the City of Toronto Completion has the meaning as set out in the Construction Act, R.S.O. 1990, c. C.30, as amended; Completion Certificate means the certificate issued by the Contract Administrator at Completion.

255 of 362

VIEW

ING C

OPY

GC #

Completion Payment Certificate means the certificate described more particularly in paragraph GC 8.02.03.07 Contract means the undertaking by the Owner and the Contractor to perform their respective duties, responsibilities and obligations as prescribed in the Contract Documents. Contract Administrator means the person, partnership or corporation designated by the Owner to be the Owner's representative for the purposes of the Contract. Contract Documents mean the executed agreement between the Owner and the Contractor, including its various schedules, the Tender Call, the General Conditions, the Specific Conditions, Standard Specifications, Special Specifications, Contract Drawings, Addenda, such other documents as may be listed in the agreement and any Change Orders. Contract Drawings or Contract Plans mean drawings or plans, any Geotechnical Report, any Subsurface Report and other reports and information provided by the Owner for the Work, and without limiting the generality thereof, may include soil profiles, foundation investigation reports, reinforcing steel schedules, aggregate sources lists, cross-sections and Standard Drawings. Contract Price means the amount payable by the Owner to the Contractor for Work to be completed under the Contract in accordance with the method and manner of payment stipulated in the Contract Documents and the unit prices or lump sum prices tendered by the Contractor, and includes any additional amounts payable for approved Changes in the Work as provided for and authorised in the Contract Documents. Contract Time means the time stipulated in the Contract Documents for Completion of the Work, including any extension of time made pursuant to the Contract Documents. Contractor means the person, partnership or corporation undertaking the Work as identified in the Contract Documents. Controlling Operation means any component of the Work that, if delayed, may delay the completion of the Work. Cut-off Date means the date up to which payment may be made for Work performed. Daily Work Records means daily records detailing the number and categories of workers and hours worked and on standby, types and quantities of Equipment and number of hours in use and on standby, and description and quantities of Material utilized. Day means a calendar day.

256 of 362

VIEW

ING C

OPY

GC #

Drawings or Plans mean any Contract Drawings or Contract Plans or any Working Drawings or Working Plans, or any reproductions of drawings or plans pertaining to the Work. Equipment means all machinery and equipment used for preparing, fabricating, conveying or erecting the Work and commonly referred to as "construction machinery" or" equipment". Estimate means a calculation of the quantity or cost of the Work or part of it depending on the context. Final Acceptance means the date on which the Contract Administrator determines that the Work has passed all inspection and testing requirements and the Contract Administrator is satisfied that the Contractor has rectified all imperfect Work and has discharged all of the Contractor's obligations under the Contract Documents. Final Acceptance Certificate means the certificate issued by the Contract Administrator at Final Acceptance. Form of Agreement means the Contract Execution Package Form of Agreement GC or General Conditions means these general conditions, which shall form part of the Contract Documents; Geotechnical Report means a report or other information identifying surface and below surface soil, rock and ground water conditions in the area of any proposed Work. Grade means the required elevation of a specific part of the Work. Hand Tools means tools that are commonly referred to as "tools of the trade" or "implements of the trade" and include small power tools. Hazardous Material means any contaminant, pollutant, dangerous substance, potentially dangerous substance, noxious substance, toxic substance, hazardous waste, flammable material, explosive material, radioactive material, urea formaldehyde foam insulation, asbestos, polychlorinated biphenyls, coal tar and any other biological or chemical agent, substance or material named, described, declared or defined to be hazardous, toxic, or a contaminant or pollutant in, or pursuant to, any applicable federal, provincial or municipal statutes, by-laws, regulations, codes, agreements, standards or orders. Highway means a common and public highway, any part of which is intended for or used by the general public for the passage of vehicles and includes the area between the lateral property lines thereof.

257 of 362

VIEW

ING C

OPY

GC #

Lot means a specific quantity of material or a specific amount of construction commonly from a single source and produced by the same process. Lump Sum Item means a Tender Call item for which payment will be made at a single tendered price rather than based on a measured quantity. Major Item means any Tender Call item that has a value, calculated on the basis of its actual or estimated Tender Call quantity, whichever is the larger, multiplied by its Tender Call unit price, which is equal to or greater than the lesser of:

i. $100,000, or ii. 5% of the total Tender Call value calculated on the basis of the total

of all the estimated Tender Call quantities and the Tender Call unit prices.

Material means material, machinery, equipment and fixtures forming part of the Work. Owner means the City. Pavement means a wearing course or courses placed on the Roadway and consisting of asphaltic concrete, hydraulic cement concrete, Portland cement concrete, or plant or road mixed mulch. Plan Quantity means that quantity as computed from within the boundary lines of the Work as shown in the Contract Documents. Progress Payment Certificate means that certificate described in paragraph GC 8.02.03.01, Progress Payment Certificate. Record means any of the Contractor's books, payrolls, accounts, invoices, receipts or other information or documentation that relates to the Work or any Change in the Work or claims arising therefrom or that are required to identify or calculate taxes paid or payable and any savings resulting from tax changes. Roadway means that part of the Highway designed or intended for use by vehicular traffic and includes the Shoulders. Shop Drawing means any drawing, diagram, illustration, schedule, performance chart, scheme, brochure or data which is provided or required to be provided by the Contractor to illustrate specific details of the performance and construction of a portion of the Work. Shoulder means that portion of the Roadway between the edge of the wearing surface and the top inside edge of the ditch or fill slope.

258 of 362

VIEW

ING C

OPY

GC #

Special Specification means a specification containing requirements specific to the Work that are not included in any Standard Specification or which are intended to supplement, amend or override part or all of a Standard Specification. Specific Conditions means that part of the Tender Call referred to as 'Specific Conditions'. Standard Specification or Standard Drawing means a standard practice required and stipulated by the Owner for performance of the Work. Subbase means a layer of material of specified type and thickness between the Subgrade and the Base. Subcontractor means a person, partnership or corporation undertaking the execution of a part of the Work by virtue of an agreement with the Contractor. Subgrade means the earth or rock surface, whether in cut or fill, as prepared to support the pavement structure, consisting of Base, Subbase and Pavement. Substantial Performance has the meaning as set out in the Construction Act, R.S.O. 1990, c. C.30 , as amended. Substantial Performance Payment Certificate means a payment certificate as defined more particularly in paragraph GC 8.02.03.05.02. Subsurface Report means a report or other information identifying the location of Utilities, concealed and adjacent structures and physical obstructions that fall within the Working Area. Superintendent means the Contractor's authorized representative in charge of the Work and who shall be a “competent person” within the meaning of the definition contained in the Occupational Health and Safety Act, R.S.O. 1990, c. 0.1, as amended. Surety means the person, partnership or corporation, other than the Contractor, licensed in Ontario to transact business under the Insurance Act, R.S.O. 1990, c.i.8, as amended, executing the bond provided by the Contractor and as required by the Contract Documents. Tender Call means the Tender Call package in its entirety, inclusive of all appendices and Addenda/Addendum that may be issued by the City. Time and Material means costs calculated according to paragraph GC 8.02.04, Payment on a Time and Material Basis. Utility means an aboveground or underground facility maintained by a municipality, public utility authority or regulated corporation and includes

259 of 362

VIEW

ING C

OPY

GC #

services such as sanitary sewer, storm sewer, water, electric, gas, oil, steam, data transmission, telephone and cable television. Warranty Period means the period of 24 months measured from the date of Substantial Performance or such longer or shorter period as may be specified for certain Materials or some or all of the Work, in the Contract Documents. Work means the total construction and related services required by the Contract Documents. Working Area means all the lands and easements owned or acquired by the Owner for the construction of the Work. Working Day means any Day,

a) except Saturdays, Sundays and statutory holidays; b) except a Day as determined by the Contract Administrator, on which

the Contractor is prevented by inclement weather or conditions resulting immediately therefrom, from proceeding with a Controlling Operation. For the purposes of this definition, this shall be a Day during which the Contractor cannot proceed with at least 60% of the normal labour and Equipment force effectively engaged on the Controlling Operation for at least 5 hours;

c) except a Day on which the Contractor is prevented from proceeding with a Controlling Operation, as determined by the Contract Administrator by reason of,

i. any breach of the Contract by the Owner , or another contractor hired by the Owner, or an employee of any one of them, or by anyone else acting on behalf of the Owner.

ii. non-delivery of Owner-supplied materials. iii. any cause beyond the reasonable control of the Contractor

that can be substantiated by the Contractor to the satisfaction of the Contract Administrator.

Working Drawings or Working Plans means any Drawings or Plans prepared by the Contractor for the execution of the Work and may, without limiting the generality thereof, include formwork, falsework and shoring plans, Roadway protection plans, Shop Drawings, shop plans or erection diagrams.

1.05 Final Acceptance .01 For the purposes of determining whether Final Acceptance has occurred, the

Contract Administrator shall not take into account, in determining the discharge of the Contractor’s obligations, any warranty obligation of the Contractor to the extent that the warranty extends beyond 24 months after Substantial Performance.

260 of 362

VIEW

ING C

OPY

GC #

1.06 Interpretation of Certain Words .01 The words "acceptable", "approval", "authorized", "considered necessary",

"directed", "required", "satisfactory", or words of like import, shall mean approval of, directed, required, considered necessary or authorized by and acceptable or satisfactory to the Contract Administrator, unless the context clearly indicates otherwise.

1.07 Language of the Contract .01 For the purposes of this Contract, all documents and communications

pertaining to this Contract shall be in the English language.

261 of 362

VIEW

ING C

OPY

Paragraph GC 2.0 Contract Documents

GC #

2.01 Reliance on Contract Documents – Underground Structures and Utilities

.01 The Owner represents that the information furnished in the Contract Documents can be relied upon, but subject to the following limitations or exceptions:

a) the location of all underground utilities or other structures that may affect the Work shall be shown in any drawing to a tolerance of:

i. 1 meter horizontal and ii. 0.3 meters vertical;

.02 Despite paragraph GC 2.01.01, the Owner does not warrant or make any

representation with respect to:

a) interpretations of data or opinions expressed in any Subsurface Report or Geotechnical Report available for the perusal of the Contractor, whether or not such report is included as part of the Contract Documents, and

b) other information specifically excluded from this warranty.

2.02 Order of Precedence .01 In the event of any inconsistency or conflict in the contents of the following

documents , which form part of the Contract Documents, such documents shall take precedence and govern in the following descending order:

a) Form of Agreement b) Addenda c) Pricing Form, which forms part of the Bid d) Special Specifications e) Contract Drawings f) Scope of Work g) Standard Specifications and Standard Drawings h) Specific Conditions i) General Conditions j) Working Drawings

Later dates shall govern within each of the above categories of documents.

.02 In the event of any conflict among or inconsistency in the information shown on Drawings, the following rules shall apply:

a) Dimensions shown in figures on a Drawing shall govern where they differ from dimensions scaled from the same Drawing;

b) Drawings of larger scale shall govern over those of smaller scale;

262 of 362

VIEW

ING C

OPY

GC #

c) Detailed Drawings shall govern over general Drawings; and d) Drawings of a later date shall govern over those of an earlier

date in the same series.

.03 In the event of any inconsistency or conflict in the contents of Standard Specifications and Standard Drawings, the following order of precedence shall govern:

a) City of Toronto Standard Specifications and Standard Drawings, then

b) Ontario Provincial Standard Specifications and Drawings; including any amendments, then

c) Other Standard Specifications, such as those produced by Canadian Standards Association, Canadian General Standards Board, American Society for Testing and Materials and American National Standards Institute and referenced in the City of Toronto Standard Specifications, Standard Drawings or Ontario Provincial Standard Specifications.

.04 The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all.

263 of 362

VIEW

ING C

OPY

Paragraph GC 3.0 Administration of the Contract

GC #

3.01 Contract Administrator’s Authority .01 The Contract Administrator shall be the Owner's representative during

construction and until the issuance of the Completion Certificate or the issuance of the Final Acceptance Certificate whichever is later. Instructions to the Contractor including instructions from the Owner may be issued by the Contract Administrator or the Owner. The Contract Administrator shall have the authority to act on behalf of the Owner to the extent provided in the Contract Documents.

.02 All claims, disputes and other matters in question relating to the performance and the quality of the Work or the interpretation of the Contract Documents shall be referred to the Contract Administrator in writing by the Contractor.

.03 The Contract Administrator may inspect the Work to evaluate his or her conformity with the Contract Documents, and to record any data deemed necessary by the Contract Administrator or the Owner.

.04 The Contract Administrator shall determine the amounts owing to the Contractor under the Contract and shall issue certificates for payment in such amounts as provided for in paragraph GC 8.0, Measurement and Payment.

.05 The Contract Administrator shall, with reasonable promptness, review and take appropriate action upon the Contractor's submissions such as Shop Drawings, product data, and samples in accordance with the Contract Documents.

.06 The Contract Administrator shall be entitled to investigate all allegations of a Change in the Work made by the Contractor in writing and issue appropriate instructions.

.07 The Contract Administrator shall prepare Change Directives and Change Orders for the Owner’s approval.

.08 Upon written application by the Contractor, the Contract Administrator and the Contractor shall jointly conduct an inspection of the Work to establish the date of Substantial Performance of the Work or the date of Completion of the Work or both.

.09 The Contract Administrator shall be, in the first instance, the interpreter of the Contract Documents and the judge of the performance thereunder by both parties to the Contract Documents. Interpretations and decisions of the Contract Administrator shall be consistent with the intent of the Contract Documents and in making these decisions the Contract Administrator shall not show partiality to either party.

264 of 362

VIEW

ING C

OPY

GC #

.10 The Contract Administrator shall have the authority to reject any part of the Work or Material that does not conform to the Contract Documents.

.11 In the event that the Contract Administrator determines that any part of the Work performed by the Contractor is defective, whether the result of poor workmanship, the use of defective material, or damage through carelessness or other act or omission of the Contractor and whether or not incorporated in the Work or otherwise fails to conform to the Contract Documents, then the Contractor shall when directed by the Contract Administrator promptly, as directed by the Contract Administrator, remove the Work and replace, make good, or re-execute the Work at no additional cost to the Owner.

.12 Any part of the Work destroyed or damaged by such removals, replacements or re-executions shall be made good, promptly, at no additional cost to the Owner.

.13 If, in the opinion of the Contract Administrator, it is not expedient to correct defective work or work not performed in accordance with the Contract Documents, the Owner may deduct from monies otherwise due to the Contractor the difference in value between the work as performed and that called for by the Contract Documents, which amount shall be determined in the first instance by the Contract Administrator.

.14 Notwithstanding any inspections made by the Contract Administrator or the issuance of any certificates or the making of any payment by the Owner, the failure of the Contract Administrator to reject any defective work or Material shall not constitute acceptance of defective work or Material.

.15 The Contract Administrator shall have the authority to temporarily suspend the Work for such reasonable time as may be necessary, for the following reasons:

a) to facilitate the checking of any portion of the Contractor's construction layout;

b) to facilitate the inspection of any portion of the Work; or c) for the Contractor to remedy its non-compliance with any provision

of the Contract Documents. The Contractor shall not be entitled to any compensation for suspension of the Work in these circumstances.

265 of 362

VIEW

ING C

OPY

GC #

.16 In the case of non-compliance with the provisions of the Contract Documents by the Contractor, the Contract Administrator shall have the authority to either suspend the Work for such reasonable time as may be necessary to remedy such non-compliance or terminate the Work, at the sole discretion of the Owner. The Contractor shall not be entitled to any compensation for suspension or termination of the Work in these circumstances.

.17 If the Contract Administrator determines that any worker employed on the Work is incompetent, as defined by the Occupational Health and Safety Act, or is disorderly, then the Contract Administrator shall provide written notice to the Contractor and the Contractor shall immediately remove the worker from the Working Area. Such worker shall not return to the Working Area without the prior written consent of the Contract Administrator.

3.02 Working Drawings .01 The Contractor shall arrange for the preparation of clearly identified and

dated Working Drawings as called for by the Contract Documents.

.02 The Contractor shall submit Working Drawings to the Contract Administrator in accordance with an agreed upon schedule or otherwise with reasonable promptness and in orderly sequence so as to not cause delay in the Work. If either the Contractor or the Contract Administrator so requests they shall jointly prepare a schedule fixing the dates for submission and return of Working Drawings. Working Drawings shall be submitted in printed form. At the time of submission the Contractor shall notify the Contract Administrator in writing of any deviations from the Contract Documents that exist in the Working Drawings.

.03 The Contract Administrator shall review and return Working Drawings in accordance with an agreed upon schedule, or otherwise, with reasonable promptness so as not to cause delay.

.04 The Contract Administrator's review shall check for conformity with the design concept and for general arrangement only and such review shall not relieve the Contractor of responsibility for errors or omissions in the Working Drawings or of responsibility for meeting all requirements of the Contract Documents unless a deviation on the Working Drawings has been approved in writing by the Contract Administrator.

.05 The Contractor shall make any changes in Working Drawings that the Contract Administrator may require to make the Working Drawings consistent with the Contract Documents and resubmit unless otherwise directed by the Contract Administrator. When resubmitting, the Contractor shall notify the Contract Administrator in writing of any revisions other than those requested by the Contract Administrator.

.06 Work related to the Working Drawings shall not proceed until the Working Drawings have been signed and dated by the Contract Administrator and marked with the words "Reviewed. Permission to construct granted".

266 of 362

VIEW

ING C

OPY

GC #

.07 The Contractor shall keep one set of the reviewed Working Drawings,

marked as above, at the site at all times.

3.03 Right of the Contract Administrator to Modify Methods and Equipment .01 The Contractor shall, when requested in writing, make alterations in the

method, Equipment or work force at any time the Contract Administrator considers the Contractor's actions to be unsafe, or damaging to either the Work or existing facilities or the environment.

.02 The Contractor shall, when requested in writing, alter the sequence of its operations on the Contract so as to avoid interference with work being performed by others.

.03 Notwithstanding the foregoing, the Contractor shall ensure that all necessary safety precautions and protection are maintained throughout the Work.

3.04 Emergency Situations .01 The Contract Administrator has the right to determine the existence of an

emergency situation, and when such an emergency situation is determined to exist, the Contract Administrator may instruct the Contractor to take action to remedy the situation. If the Contractor does not take timely action, or if the Contractor is not available, the Contract Administrator may direct others to remedy the situation.

.02 If the emergency situation was the fault of the Contractor, the remedial work shall be done at the Contractor's expense. If the emergency situation was not the fault of the Contractor, the Owner shall pay for the remedial work.

3.05 Layout .01 The Contract Administrator shall provide baseline and benchmark

information for the general location, alignment, and elevation of the Work. The Owner shall be responsible only for the correctness of the information provided by the Contract Administrator.

3.06 Working Area .01 The Contractor's sheds, site offices, toilets, other temporary structures and

storage areas for material and equipment shall be grouped in a compact manner and maintained in a neat and orderly condition at all times.

.02 The Contractor shall confine its construction operations to the Working Area. Should the Contractor require more space than that shown on the Contract Drawings, the Contractor shall, with the Contract Administrator's written consent, obtain such space at no additional cost to the Owner.

.03 The Contractor shall not enter upon or occupy any private property for any purpose, unless the Contractor has received prior written permission from the property owner.

267 of 362

VIEW

ING C

OPY

GC #

.04 All benchmarks and survey monuments within the Working Area shall be protected by the Contractor. In the case of their destruction or removal, such benchmarks and survey monuments shall be replaced by the Owner at the Contractor’s expense.

3.07 Extension of Contract Time .01 An application for an extension of Contract Time shall be made in writing by

the Contractor to the Contract Administrator as soon as the Contractor is of the opinion that such an extension may be required and at least 15 Days prior to the expiration of the Contract Time. The application for an extension of Contract Time shall enumerate the reasons, and state the length of extension required. Neither the Owner nor the Contract Administrator shall be under any obligation to consider an extension of the Contract Time unless the Contractor makes a request for an extension of Contract Time under this paragraph.

.02 Circumstances suitable for consideration of an extension of Contract Time include:

a) Delays, in accordance with paragraph GC 3.08; and b) Changes in the Work, in accordance with paragraph GC 3.11

.03 The Contract Administrator shall, in considering an application for an

extension to the Contract Time, take into account whether the delays or Changes in the Work involve a Controlling Operation.

.04 The Contract Time shall be extended for such additional time as may be recommended by the Contract Administrator and deemed fair and reasonable by the Owner.

.05 The terms and conditions of the Contract shall continue for such extension of Contract Time.

3.08 Delays .01 If the Contractor is delayed in the performance of the Work by,

a) war, blockades, and civil commotions, errors in the Contract Documents;

b) an act or omission of the Owner or Contract Administrator, or anyone employed or engaged by them directly or indirectly, contrary to the provisions of the Contract Documents;

c) the Contract Administrator giving notice as described in paragraph GC 7.09, Suspension of Work;

d) abnormal inclement weather; or e) archaeological finds in accordance with paragraph GC 3.16,

Archaeological Finds,

then the Contractor shall be reimbursed by the Owner for reasonable costs incurred by the Contractor as the result of such delay, provided that in the case of an application for an extension of Contract Time due to abnormal inclement weather, the Contractor shall, with the Contractor's application,

268 of 362

VIEW

ING C

OPY

GC #

submit evidence from Environment Canada in support of such application. Extension of Contract Time will be considered in accordance with paragraph GC 3.07, Extension of Contract Time.

.02 If the Work is delayed by labour disputes, strikes or lock-outs - including

lock-outs decreed or recommended to its members by a recognized contractor's association, of which the Contractor is a member or to which the Contractor is otherwise bound - which are beyond the Contractor's control, then the Contract Time shall be extended in accordance with paragraph GC 3.07, Extension of Contract Time. In no case shall the extension of Contract Time be less than the time lost as the result of the event causing the delay, unless a shorter extension is agreed to by the Contractor. The Contractor shall not be entitled to payment for costs incurred as the result of such delays unless such delays are the result of actions of the Owner.

.03 The Contractor shall not be entitled to payment for the cost of delays incurred as a result of a dispute between the Contractor and Owner. The Contractor shall execute the Work and may pursue resolution of the dispute in accordance with paragraph GC 3.14, Claims, Negotiations, Mediations.

3.09 Assignment of Contract .01 The Contractor shall not assign the Contract, either in whole or in part,

without the prior written consent of the Owner, which consent may be withheld or given subject to such terms and conditions as the Owner deems appropriate.

3.10 Subcontracting by the Contractor .01 Subject to paragraph GC 3.10.03, the Contractor may subcontract any part

of the Work, in accordance with the Contract Documents and any limitations specified therein.

.02 The Contractor shall notify the Contract Administrator 10 Days prior to the start of construction, in writing, of the intention to subcontract. Such notification shall identify the part of the Work, and the Subcontractor with whom it is intended.

.03 The Contract Administrator shall, within 10 Days of receipt of such notification, accept or reject the intended Subcontractor. A rejection shall be in writing and shall include the reasons for the rejection.

.04 The Contractor shall not, without the written consent of the Owner, change a Subcontractor who has been engaged in accordance with the Contract Documents.

269 of 362

VIEW

ING C

OPY

GC #

.05 The Contractor shall preserve and protect the rights of the Owner under the Contract Documents with respect to that part of the Work to be performed under subcontract and shall, a) enter into agreements with the intended Subcontractors to require them

to perform their work in accordance with the Contract Documents; and b) be as fully responsible to the Owner for acts and omissions of the

Contractor's Subcontractors and of persons directly or indirectly employed by them as for acts and omissions of persons directly employed by the Contractor.

.06 The Owner's consent to subcontracting by the Contractor shall not be

construed to relieve the Contractor from any obligation under the Contract and shall not impose any liability upon the Owner. Nothing contained in the Contract Documents shall create a contractual relationship between a Subcontractor and the Owner.

.07 The Contractor and all associated Subcontractors shall be subject to the Owner’s Fair Wage Policy, as adopted by the Owner from time to time, and any of the Owner’s or legislated labour trades requirements. Failure to comply with this policy and/or these requirements, may lead to termination of the Contract, or termination or rejection of a Subcontractor, as the case may be, with no recourse by the Contractor in respect of such termination or rejection.

3.11 Changes in the Work .01 The Owner, or the Contract Administrator where so authorized, may, by

order in writing, make a Change in the Work without invalidating the Contract.

.02 Where a Change in the Work relates solely to quantities of tendered unit price Work items, or where a Change in the Work must be undertaken prior to agreement between the Owner and the Contractor on a change in the Contract Price and/or Contract Time, the Change in the Work may be ordered by a Change Directive. The Contractor shall not be required to proceed with a Change in the Work until in receipt of a Change Directive. Upon the receipt of such Change Directive the Contractor shall proceed with the Change in the Work.

.03 The Contractor may apply for an extension of Contract Time according to the terms of paragraph GC 3.07, Extension of Contract Time.

.04 If the Change in the Work relates solely to quantities of unit price Work items in the Tender Call, payment for the Work shall be made according to the conditions in paragraph GC 8.01.02, Variations in Tender Call Quantities. If the Change in the Work does not relate solely to quantities of unit price Work items in the Tender Call, payment for the Change in the Work shall be made in accordance with:

270 of 362

VIEW

ING C

OPY

GC #

a) a lump sum price or unit price agreed to between the Contractor and the Contract Administrator prior to commencement of the Change in the Work, in which case the Contract Administrator shall issue a Change Order that states the agreed lump sum price or unit price, as applicable; or

b) the Schedule of Prices for Changes in the Work in the event that the Contract Documents include such a Schedule and the work item required is set out in the Schedule, in which case the Contract Administrator shall issue a Change Order; or

c) the provisions contained in paragraph GC 8.02.04, Payment on a Time and Material Basis.

3.12 Notices .01 Any notice permitted or required to be given to the Contract Administrator or

the Superintendent in respect of the Work shall be deemed to have been given to and received by the addressee on the date of delivery if delivered by hand, email or by facsimile transmission and on the fifth Day after the date of mailing if sent by mail.

.02 The Contractor and the Owner shall provide each other with the mailing addresses, telephone numbers, email addresses and facsimile terminal numbers for the Contract Administrator and the Superintendent at the commencement of the Work, and update as necessary.

.03 In the event of an emergency situation or other urgent matter the Contract Administrator or the Superintendent may give a verbal notice, provided that such notice is confirmed in writing within 2 Days.

.04 Any notice permitted or required to be given to the Owner or the Contractor shall be given in accordance with the notice provision of the Contract.

3.13 Use and Occupancy of the Work Prior to Substantial Performance .01 The Owner may use or occupy the Work or any part thereof prior to

Substantial Performance unless otherwise specified in the Contract Documents.

.02 The use or occupancy of the Work or any part thereof by the Owner prior to Substantial Performance shall not constitute an acceptance of the Work or parts so occupied. In addition, the use or occupancy of the Work shall not relieve the Contractor or the Contractor's Surety from any liability that has arisen, or may arise, from the performance of the Work. Such use or occupancy of any part of the Work by the Owner does not waive the Owner's right to charge the Contractor liquidated damages in accordance with the terms of the Contract.

3.14 Claims, Negotiations, Mediation

3.14.01 Continuance of the Work .01 Unless the Contract Documents have been terminated or completed, the

Contractor shall in every case, after serving or receiving any notification of a

271 of 362

VIEW

ING C

OPY

GC #

claim or dispute, verbal or written, continue to proceed with the Work with due diligence and expedition. It is understood by the parties that such action shall not jeopardize any claim it may have.

3.14.02 Record Keeping .01 Immediately upon commencing Work that may result in a claim, the

Contractor shall keep Daily Work Records during the course of the Work, sufficient to substantiate the Contractor's claim, and the Contract Administrator shall keep Daily Work Records to be used in assessing the Contractor's claim, all in accordance with paragraph GC 8.02.07, Records.

.02 The Contractor and the Contract Administrator shall attempt to reconcile their respective Daily Work Records on a daily basis, to simplify review of the claim, when submitted. If the Contractor and the Contract Administrator fail to reconcile their respective Daily Work Records, then the Contractor shall submit its Daily Work Records as part of its claim, whereby the resolution of the dispute about the Daily Work Records shall not be resolved until there is a resolution of the claim.

.03 The keeping of Daily Work Records by the Contract Administrator or the reconciling of such Daily Work Records with those of the Contractor shall not be construed to be acceptance of the claim.

3.14.03 Claims Procedure .01 The Contractor shall give oral notice to the Contract Administrator of any

situation which may lead to a claim for additional payment immediately upon becoming aware of the situation and shall provide written notice to the Contract Administrator of such situation or of any express intent to claim such payment, within seven Days of the commencement of any part of the work which may be affected by the situation or shall form part of the claim.

.02 The Contractor shall submit detailed claims as soon as reasonably possible and in any event no later than 30 Days after completion of the work affected by the situation. The detailed claim shall:

a) identify the item or items in respect of which the claim arises; b) state the grounds, contractual or otherwise, upon which the

claim is made; and c) include the Records maintained by the Contractor supporting

such claim.

In exceptional cases the 30 Days may be increased to a maximum of 90 Days with approval in writing from the Contract Administrator.

.03 Within 30 Days of the receipt of the Contractor’s detailed claim, the Contract Administrator may request the Contractor to submit any further and other particulars as the Contract Administrator considers necessary to assess the claim. The Contractor shall submit the requested information within 30 Days of receipt of such request.

272 of 362

VIEW

ING C

OPY

GC #

.04 Within 90 Days of receipt of the detailed claim, the Owner, or if authorized by the Owner, the Contract Administrator, shall advise the Contractor, in writing, of the Owner’s opinion with regard to the validity of the claim.

3.14.04 Negotiations .01 The parties shall make all reasonable efforts to resolve their dispute by

amicable negotiations and agree to provide, without prejudice, open and timely disclosure of relevant facts, information, and documents to facilitate these negotiations.

.02 Should the Contractor disagree with the opinion given in paragraph GC 3.14.03.04, with respect to any part of the claim, the Contract Administrator shall enter into negotiations with the Contractor to resolve the matters in dispute. Negotiation shall occur on three levels; first, with the Contract Administrator, second with the Owner's Manager level, and third, with the Owner’s Director, General Manager or Executive Director. Corresponding level shall be involved in the discussions on behalf of the Contractor. Any agreement reached with the Contract Administrator shall be subject to the Owner’s approval. Prior to commencement of construction the Owner and the Contractor shall meet to determine the names of the representatives at the three levels of discussion. These names shall be put in writing, to be used in the event of a dispute in issue.

.03 Discussions with the Contract Administrator shall be completed as soon as possible and shall be limited to a period of no more than 30 Days following receipt of the opinion given in paragraph GC 3.14.03.04. The Manager level discussion shall be completed as soon as possible following failed discussions with the Contract Administrator, and shall be limited to a period of no more than a further 30 Days. The Director, General Manager or Executive Director level discussion shall be completed as soon as possible following failed Manager level discussions, and shall be limited to a period of no more than a further 30 Days

.04 Each party shall be responsible for elevating an issue to the next level of negotiation, if the issue has not been resolved at the current level. The Contractor or Contract Administrator shall notify the other party in writing if he or she wishes to pursue an issue to the next level of negotiation.

.05 Where a negotiated settlement cannot be reached, or it is agreed that payment cannot be made on a Time and Material basis in accordance with paragraph GC 8.02.04, Payment on a Time and Material Basis, the parties may, upon mutual agreement, proceed in accordance with paragraph GC 3.14.05, Mediation.

3.14.05 Mediation .01 If a claim is not resolved satisfactorily through the negotiation process in

paragraph GC 3.14.04, and either party wishes to pursue the issue further, the parties may, upon mutual agreement, utilize the services of an independent third party mediator.

273 of 362

VIEW

ING C

OPY

GC #

.02 The mediator shall be mutually agreed upon by the Owner and Contractor.

.03 The mediator shall be knowledgeable regarding the area of the disputed issue. The mediator shall meet with the parties together or separately, as necessary, to review all aspects of the issue. The mediator may provide the parties with his or her non-binding, without prejudice, settlement recommendation, on the day of the mediation.

.04 Each party is responsible for its own costs related to the use of the third party mediator process. The costs of the third party mediator shall be equally shared by the Owner and Contractor.

3.14.06 Payment .01 In the event that the parties resolve a claim through mediation, then any

agreed upon payment shall be made no later than 30 Days after the date of resolution of the claim or dispute, unless the parties agree otherwise.

3.14.07 Rights of Both Parties .01 Unless the parties agree otherwise, no action taken under this paragraph

GC 3.14, Claims, Negotiations, Mediation, by either party shall be construed as a renunciation or waiver of any of the rights or recourse available to the parties.

3.15 Arbitration

3.15.01 Conditions for Arbitration .01 If a claim is not resolved satisfactorily through the negotiation process, or

mediation if utilized, either party may request an arbitration of the dispute and the parties, by mutual agreement, may submit such dispute to arbitration and the provisions of the Ontario Arbitration Act, 1991, as amended, shall apply to such arbitration, including the provisions for appeal therein, except as otherwise provided in this section 3.15. Notwithstanding this, in the case of claims for amounts less than $150,000, exclusive of H.S.T., the provisions of article GC 3.15, Arbitration shall be mandatory if requested by either party, and the matter shall proceed to arbitration if not resolved through the said negotiation or mediation processes.

.02 If the Parties engage in arbitration to resolve the issue, notification to that effect shall be communicated in writing to the Contract Administrator within 30 Days of completing the negotiations referred in paragraph 3.14.04, or, if the parties proceed to mediation under paragraph 3.14.05, within 30 Days of completing that mediation.

.03 The parties shall be bound by the decision of the arbitrator.

.04 The rules and procedures of the Arbitration Act, 1991, S.O. 1991, c.17, as amended, shall apply to any arbitration conducted hereunder except to the extent that they are modified by the express provisions of this paragraph GC 3.15, Arbitration.

274 of 362

VIEW

ING C

OPY

GC #

3.15.02 Arbitration Procedure

.01 If the Parties agree to engage in arbitration to resolve an issue, the parties shall enter into an agreement to arbitrate in accordance with the Arbitration Act, 1991, S.O. 1991, Ch. 17. The following provisions shall be included in the agreement to arbitrate:

a) All existing actions in respect of the matters under arbitration shall be stayed pending arbitration;

b) All then unresolved claims and matters to be settled shall be set out in a schedule to the agreement. Only such claims and matters as are in the schedule shall be arbitrated; and

c) Before proceeding with the arbitration, the Contractor shall confirm that all matters in dispute are set out in the schedule.

3.15.03 Appointment of Arbitrator .01 The arbitrator shall be mutually agreed upon by the Owner and Contractor

to adjudicate the dispute.

.02 Where the Owner and Contractor cannot agree on a sole arbitrator within 30 Days of the notification of arbitration referred to in paragraph GC 3.15.01.02, the Owner and the Contractor shall each choose an appointee with 37 Days of the notice of arbitration.

.03 The appointees shall mutually agree upon an arbitrator to adjudicate the dispute within 15 Days after the last appointee was chosen or they shall refer the matter to the Arbitration and Mediation Institute of Ontario Inc. which shall select an arbitrator to adjudicate the dispute within 7 Days of being requested to do so.

.04 The arbitrator shall not be interested financially in the Contract nor in either party’s business and shall not be employed by either party.

.05 The arbitrator is not bound by the rules of evidence which govern the trial of cases in court but may hear and consider any evidence which the arbitrator considers relevant.

.06 The hearing shall commence within 90 Days of the appointment of the arbitrator.

3.15.04 Costs .01 The arbitrator’s fee shall be equally shared by the Owner and the

Contractor.

.02 The fees of any independent experts and any other persons appointed to assist the arbitrator shall be shared equally by the Owner and the Contractor.

275 of 362

VIEW

ING C

OPY

GC #

.03 The arbitration hearing shall be held in a place mutually agreed upon by both parties or in the event the parties do not agree, a site shall be chosen by the arbitrator. The cost of obtaining appropriate facilities shall be shared equally by the Owner and the Contractor.

.04 The arbitrator may, in his or her discretion, award reasonable costs, related to the arbitration.

3.15.05 The Decision .01 The reasoned decision shall be made in writing within 90 Days of the

conclusion of the hearing. An extension of time to make a decision may be granted with consent of both parties. Payment shall be made in accordance with the decision of the Arbitrator.

3.16 Archaeological Finds .01 If the Contractor’s operations expose any items that may indicate an

archaeological find, such as building remains, hardware, accumulations of bones, pottery, or arrowheads, the Contractor shall immediately notify the Contract Administrator and suspend operations within the area identified by the Contract Administrator. Initial notification may be verbal provided that such notice is confirmed in writing by the Contractor within 2 Days. Work shall remain suspended within that area until otherwise directed by the Contract Administrator in writing, in accordance with paragraph GC 7.09, Suspension of Work.

.02 Any delay in the completion of the Contract that is caused by such a suspension of Work shall be considered to be beyond the Contractor’s control in accordance with paragraph GC 3.08.01.

.03 Any work directed or authorized in connection with an archaeological find shall be considered as a Change in the Work in accordance with paragraph GC 3.11, Changes in the Work.

.04 The Contractor shall take all reasonable action to minimize additional costs that may accrue as a result of any work stoppage.

3.17 Changed Geotechnical or Subsurface Conditions .01

If the geotechnical or subsurface conditions in the Working Area appear to the Contractor or the Contract Administrator to differ materially from those indicated in the Contract Documents, then the Contractor or the Contract Administrator, respectively, shall immediately notify the other party. Notification may be verbal provided that the notice is confirmed in writing by the party giving the notice within 2 Days. The Contract Administrator shall promptly investigate the apparent changed geotechnical or subsurface conditions and make a finding. Subject to the provisions of GC 2.01, if the finding is that the conditions differ materially and this would cause an increase or decrease in the Contract Price or Contract Time, then the Contract Administrator, with the Owner’s approval, shall provide the Contractor with a Change Directive in accordance with the provisions of GC

276 of 362

VIEW

ING C

OPY

GC #

3.11. If the finding is that the conditions are not materially different or that no change in the Contract Price or the Contract Time is justified, the Contract Administrator shall promptly report the reasons for this finding to the Contractor and Owner in writing.

277 of 362

VIEW

ING C

OPY

Paragraph GC 4.0 Owner’s Responsibilities and Rights

GC #

4.01 Working Area .01 The Owner shall acquire all property rights that are deemed necessary by

the Owner for the construction of the Work, including temporary working easements.

4.02 Approvals and Permits .01 The Owner shall pay for all plumbing and building permits.

.02 The Owner shall obtain and pay for all permits, licenses and certificates

solely required for the design of the Work.

4.03 Management and Disposition of Materials .01 The Owner shall identify in the Contract Documents the materials to be

moved within or removed from the Working Area, and any characteristics of those materials that necessitate special materials management and disposition.

.02 In accordance with regulations under the Occupational Health and Safety Act, R.S.O. 1990, c.O.1, as amended, the Owner advises that,

a) the designated substance arsenic may be present throughout the Working Area occurring naturally, in contaminated soil or in sewage;

b) the designated substance asbestos is typically present throughout the Working Area in cement products, asphalt, and conduits for utilities. Exposure may occur as a result of activities by the Contractor such as cutting, grinding, drilling, blasting, breaking, crushing or removing of cement products, asphalt or conduits;

c) the designated substance lead may be present throughout the Working Area in contaminated soil, in sewage or in lead-containing paints, coatings, or conduits. Exposure may occur during soil excavation, or during removal or high temperature cutting/welding of paints/coatings or during cutting, grinding, drilling or removing of conduits;

d) the designated substance silica is typically present throughout the Working Area in cement materials. Exposure may occur as a result of activities such as sweeping, drilling, cutting, grinding, breaking or removing rock, concrete, masonry, stone or refractory materials; and

e) The designated substances benzene and mercury may be present throughout the Working area in sewage.

.03 Where building records or test results indicate the presence of a designated substance as set out above, specific information on its condition and location shall be provided by the Owner in the Contract Documents.

.04 If the Owner or Contractor discovers or is advised of the presence of designated substances or hazardous materials that are in addition to those listed in paragraph GC 4.03.02, or not clearly identified in the Contract Documents according to paragraph GC 4.03.03, then verbal notice shall be

278 of 362

VIEW

ING C

OPY

GC #

provided to the other party immediately and written confirmation shall be provided within 2 Days. The Contractor shall stop work in the area immediately and shall determine the necessary steps required to complete the Work in accordance with applicable legislation and regulations.

.05 The Owner shall be responsible for any reasonable additional costs of removing, managing and disposing of any Hazardous Materials not identified in the Contract Documents, or where conditions exist that could not have been reasonably foreseen at the time of tendering. All work under this paragraph GC 4.03.05 shall be deemed to be a Change in the Work.

.06 Prior to commencement of the Work, the Owner shall provide to the Contractor a list of those products controlled under the Workplace Hazardous Materials Information System (WHMIS), that the Owner shall supply or use as part of the Work, together with copies of the Safety Data Sheets for these products. The Owner shall notify the Contractor in writing of changes to the list and provide relevant Safety Data Sheets.

4.04 Construction Affecting Railway Property .01 The Owner shall pay the costs of all flagging and other traffic control

measures required and provided by a railway company unless such costs are solely a function of the Contractor’s chosen method of completing the Work.

.02 Every precaution shall be taken by the Contractor to protect all railway property at track crossings or otherwise, on which construction operations are to take place in accordance with the terms of this Contract Documents.

.03 The Contractor shall be required to conduct the construction operations in such a manner as to avoid the possibility of damaging any railway property in the vicinity of the Work. Every reasonable precaution shall be taken by the Contractor to ensure the safety of all workers, Subcontractors, and Equipment, as well as railway property throughout the duration of the Contract.

4.05 Default by the Contractor .01 If the Contractor is adjudged bankrupt, or makes a general assignment for

the benefit of creditors because of the Contractor’s insolvency, or if a receiver is appointed because of the Contractor’s insolvency, the Owner may, without prejudice to any other right or remedy the Owner may have, by giving the Contractor or receiver or trustee in bankruptcy notice in writing, terminate the Contract.

.02 If the Contractor fails to commence the Work within 14 Days of a formal order to commence work signed by the Contract Administrator or, upon commencement of the Work, should neglect to execute the Work properly or otherwise fails to comply with the requirements of the Contract, the Owner may, without prejudice to any other right or remedy the Owner may have, notify the Contractor in writing that the Contractor is in default of the

279 of 362

VIEW

ING C

OPY

GC #

Contractor’s contractual obligations and instruct the Contractor to correct the default in the 5 Working Days immediately following the receipt of such notice.

4.06 Notification of Default .01 The Owner may give written notice of a default to the Contractor, provided

that failure to give such notice in a timely way shall neither constitute nor be construed as waiver of the default. The notice shall include instructions to correct the default within 5 Working Days following receipt of such notice.

4.07 Contractor's Right to Correct a Default .01 The Contractor shall have the right within the 5 Working Days following the

receipt of a notice of default to correct the default and provide the Owner with satisfactory proof that appropriate corrective measures have been taken.

.02 If the Owner determines that the correction of the default cannot be completed within 5 Working Days following receipt of the notice, the Contractor shall not be in default if the Contractor,

a) commences the correction of the default within the 5 Working Days following receipt of the notice;

b) provides the Owner with a schedule satisfactory to the Owner for the progress of such correction; and

c) completes the correction in accordance with such schedule.

4.08 Owner's Right to Correct Default or Terminate the Contract .01 If the Contractor fails to correct the default within the time specified in

paragraph GC 4.07, Contractor's Right to Correct a Default, the Owner may, without prejudice to any other right or remedy:

a) correct such default and deduct the cost thereof, as certified by the Contract Administrator, from any payment then or thereafter due to the Contractor; and

b) terminate the Contractor's right to continue the Work in whole or in part by giving written notice to the Contractor.

.02 If the Owner terminates the Contractor's right to continue with the Work in

whole or in part, the Owner shall be entitled to, a) take possession of the Working Area or that portion of the Working

Area devoted to that part of the Work terminated; b) utilize any Material within the Working Area ; c) withhold further payments to the Contractor with respect to the Work

or the portion of the Work withdrawn from the Contractor until the Work or portion thereof withdrawn is completed;

d) charge the Contractor the additional cost over the Contract Price of completing the Work or portion thereof withdrawn from the Contractor, as certified by the Contract Administrator, which additional cost shall include any additional compensation paid to the Contract Administrator arising from the correction of the default;

e) charge the Contractor a reasonable allowance, as determined by the Contract Administrator, to cover correction to the Work performed by

280 of 362

VIEW

ING C

OPY

GC #

the Contractor that may be required under paragraph GC 7.15, Warranty;

f) charge the Contractor for any damages the Owner may have sustained as a result of or in relation to the default; and

g) charge the Contractor the amount by which the cost of corrections to the Work under paragraph GC 7.15, Warranty, exceeds the allowance provided for such corrections.

4.09 Final Payment to Contractor .01 If the Owner's cost to correct and complete the Work in whole or in part is

less than the amount withheld from the Contractor under paragraph GC 4.08.02, the Owner shall pay the balance to the Contractor as soon as the final accounting for the Contract is complete.

4.10 Continuation of Contractor's Obligations .01 The Contractor's obligation under the Contract as to quality, correction and

warranty of the Work performed prior to the time of termination of the Contract or termination of the Contractor's right to continue with the Work in whole or in part shall continue to be in force after such termination.

4.11 Owner's Right to Request Documents .01 The Contractor shall, at the sole request of the Owner, provide any

documentation requested by the Owner, where that documentation relates to any of the Work. The Contractor shall ensure that all such documentation is provided no later than ten (10) Days following the receipt of any such request.

281 of 362

VIEW

ING C

OPY

Paragraph GC 5.0 Material

GC #

5.01 Supply of Material .01 All Material necessary for the proper completion of the Work, except those

listed as being supplied by the Owner, shall be supplied by the Contractor at its sole expense.

5.02 Quality of Material .01 All Material supplied by the Contractor shall be new, unless otherwise

specified in the Contract Documents.

.02 Material supplied by the Contractor shall conform to the requirements of the Contract Documents.

.03 As specified in the Contract Documents or as otherwise requested by the Contract Administrator, the Contractor shall make available for inspection or testing a sample of any Material to be supplied by the Contractor.

.04 The Contractor shall obtain for the Contract Administrator the right to enter onto the premises of the Material manufacturer or supplier to carry out such inspection, sampling and testing as specified in the Contract Documents or as otherwise requested by the Contract Administrator.

.05 The Contractor shall notify the Contract Administrator of the sources of supply sufficiently in advance of the Material shipping dates to enable the Contract Administrator to perform the required inspection, sampling and testing.

.06 The Owner shall not be responsible for any delays to the Contractor's operations where the Contractor fails to give sufficient advance notice to the Contract Administrator to enable the Contract Administrator to carry out the required inspection, sampling and testing before the scheduled shipping dates.

.07 The Contractor shall not change the source of supply of any Material without the written authorization of the Contract Administrator.

.08 Material that is not specified shall be of a quality best suited to the purpose required, and the use of such Material shall be subject to the approval of the Contract Administrator.

.09 All Material inspection, sampling, and testing shall be carried out on a random basis in accordance with the standard inspection or testing methods required for the Material. Any approval given by the Contract Administrator for the Material that is based upon the random method shall not relieve the Contractor from the responsibility of incorporating Material that conforms to the Contract Documents into the Work or properly performing the Contract and of any liability arising from the failure to properly perform as specified in the Contract Documents.

282 of 362

VIEW

ING C

OPY

GC #

5.03 Rejected Material .01 The Contractor shall remove rejected Material from the Working Area

expeditiously after the notification to that effect from the Contract Administrator. Where the Contractor fails to comply with such notice, the Contract Administrator may cause the rejected Material to be removed from the Working Area and disposed of in what the Contract Administrator considers to be the most appropriate manner, and the Contractor shall pay the costs of disposal and the appropriate overhead charges.

5.04 Substitutions .01 Where the Tender Call requires the Contractor to supply a Material

designated by a trade or other name, the Bid shall be based only upon supply of the Material so designated, which shall be regarded as the standard of quality required by the Tender Call. After the acceptance of the Bid, the Contractor may apply to the Contract Administrator to substitute another Material identified by a different trade or other name for the Material designated in the Tender Call. The application to the Contract Administrator shall be in writing and shall state the price for the proposed substitute Material, and such other information as the Contract Administrator may require.

.02 The Contractor shall not propose any substitute Material prior to the acceptance of the Bid. The Contractor shall not substitute any Material without the prior approval of the Contract Administrator. The approval or rejection of a proposed substitution shall be made at the discretion of the Contract Administrator.

5.05 Owner Supplied Material

5.05.01 Ordering of Excess Material .01 Where Material is supplied by the Owner and where this Material is ordered

by the Contractor in excess of the amount specified to complete the Work, such excess Material shall become the property of the Contractor on completion of the Work and shall be charged to the Contractor at cost plus applicable overheads.

5.05.02 Care of Material .01 The Contractor shall, in advance of receipt of shipments of Material supplied

by the Owner, provide adequate and proper storage facilities acceptable to the Contract Administrator and on the receipt of such Material shall promptly place it in storage except where it is to be incorporated forthwith into the Work.

.02 The Contractor shall be responsible for acceptance of Material supplied by the Owner, at the specified delivery point and for its safe handling and storage. If such Material is damaged while under the control of the Contractor, it shall be replaced or repaired by the Contractor at no expense to the Owner, and to the satisfaction of the Contract Administrator. If such Material is rejected by the Contract Administrator for reasons that are not the

283 of 362

VIEW

ING C

OPY

GC #

fault of the Contractor it shall remain in the care and at the risk of the Contractor until its disposition has been determined by the Contract Administrator.

.03 Where Material supplied by the Owner arrives at the delivery point in a damaged condition or where there are discrepancies between the quantities received and the quantities shown on the bills of lading, the Contractor shall immediately report such damage or discrepancies to the Contract Administrator who shall arrange for an immediate inspection of the shipment and provide the Contractor with a written release from responsibility for such damage or deficiencies. Where damage or deficiencies are not so reported, it shall be assumed that the shipment arrived in good condition and order, and any damage or deficiencies reported thereafter shall be made good by the Contractor at no extra cost to the Owner.

.04 All Material supplied by the Owner in each shipment shall be accounted for by the Contractor and such Material shall be at the risk of the Contractor after taking delivery. Such Material shall not, except with the written permission of the Contract Administrator, be used by the Contractor for purposes other than the performance of the Work under the Contract.

.05 Empty reels, crates, containers and other types of packaging from Material supplied by the Owner shall become the property of the Contractor when they are no longer required for their original purpose and shall be disposed of by the Contractor at the Contractor's expense unless otherwise specified in the Contract Documents.

.06 Immediately upon receipt of each shipment, the Contractor shall provide the Contract Administrator with copies of bills of lading, or such other documentation the Contract Administrator may require to substantiate and reconcile the quantities of Material received.

.07 Where Material supplied by the Owner is ordered and stockpiled prior to the award of the Contract, the Contractor shall, at no extra cost to the Owner, immediately upon commencement of operations, check the Material, report any damage or deficiencies to the Contract Administrator and take charge of the Material at the stockpile site. Where damage or deficiencies are not so recorded by the Contractor, it shall be assumed that the stockpile was in good condition and order when the Contractor took charge of it, and any damage or deficiencies reported thereafter shall be made good by the Contractor at no extra cost to the Owner.

284 of 362

VIEW

ING C

OPY

Paragraph GC 6.0 Insurance, Protection and Damage

GC #

6.01 Protection of Work, Persons and Property .01 The Contractor, the Contractor's agents, and all workers employed by or

under the control of the Contractor, including Subcontractors, shall protect the Work, persons, and property, including but not limited to, structures and utilities that may be impacted by the Work from damage or injury. The Contractor shall be responsible for all losses and damage which may arise as the result of the Contractor's operations under the Contract unless indicated to the contrary below.

.02 The Contractor shall be responsible for the full cost of any necessary temporary protective work or works and the restoration of all damage where the Contractor damages the Work or property in the performance of the Contract. If the Contractor is not responsible for the damage that occurs to the Work or property, the Contractor shall restore such damage, and such work and payment shall be administered according to the Contract Documents.

.03 The Contractor shall immediately inform the Contract Administrator of all damage and injuries that occur during the term of the Contract. The Contractor shall then investigate and report back to the Contract Administrator within 15 Days of the occurrence of the damage or injuries. The Contract Administrator may conduct its own investigation and the Contractor shall provide all assistance to the Contract Administrator as may be necessary for that purpose.

.04 The Contractor shall not be responsible for loss and damage that occurs as a result of,

a) war; b) blockades and civil commotions; c) errors in the Contract Documents; or d) acts or omissions of the Owner, the Contract Administrator, their

agents and employees, or others not under the control of the Contractor, but within the Working Area with the Owner's permission.

.05 The Contractor and its Surety or Sureties shall not be released from any

term or provision of any responsibility, obligation or liability under the Contract or waive or impair any of the rights of the Owner except by a release duly executed by the Owner.

6.02 Indemnification .01 The Contractor shall indemnify and hold harmless the Owner and the

Contract Administrator, and each of their elected officials, officers, employees and agents (hereinafter referred to collectively as the “Indemnitees”) from and against all claims, demands, actions, suits or proceedings which may be brought against or made by third parties, hereinafter called "claims", directly or indirectly arising or alleged to arise out

285 of 362

VIEW

ING C

OPY

GC #

of the performance of or the failure to perform any of its obligations under the Contract Documents.

.02 The Contractor shall indemnify and hold harmless the Owner from all and every claim for damages, royalties or fees for the infringement of any patented invention or copyright occasioned by the Contractor in connection with the Work performed or Material furnished by the Contractor under the Contract.

.03 The Owner shall indemnify and hold harmless the Contractor from and against all claims, demands, actions, suits or proceedings brought against the Contractor by third parties that arise out of the Contractor's direct involvement in this Contract provided such claims are directly caused by the negligent act or omission of the Owner, and then only to the extent the loss or damage was caused by the Owner.

.04 The Owner shall indemnify and hold harmless the Contractor, its agents, officers and employees from and against all claims, demands, losses, expenses, costs, damages, actions, suits, or proceedings arising out of the Contractor's performance of its obligations under the Contract Documents which are attributable to a lack of or defect in title or an alleged lack of or defect in title to the Working Area. The Contractor expressly waives the right to indemnity for claims other than those stated above.

.05 The Contractor shall pay to the Indemnitees, or any of them, on demand any loss, costs, damages and expenses which may be sustained, incurred or paid by the Indemnitees, or any of them, in consequence of any such action, suit, claim, lien, execution or demand pursuant to GC 6.01 and any moneys paid or payable by the Indemnitees in settlement or in discharge or on account thereof. If the Contractor fails to make such payment, all such mentioned loss, costs, damages and expenses and all such moneys so paid or payable may be deducted from any moneys of the Contractor then remaining in the possession of the Owner on account of the Work or from moneys payable by the Owner to the Contractor on any account whatever or may be recovered from the Contractor or its Surety, as the case may be, in any court of competent jurisdiction as moneys paid at their request. The Contractor hereby authorizes and empowers the Owner or the Contract Administrator as the case may be, or their Solicitor, for the time being, to defend, settle or compromise any of such actions, suits, claims, liens, executions or demands as the Owner or the Contract Administrator, as the case may be, or their said Solicitor may deem expedient. The Contractor shall ratify and confirm all the acts of the Owner or the Contract Administrator or their Solicitor in that behalf, and shall pay to such Solicitor on demand his or her reasonable costs of any such defense, settlement and/or compromise, and that in default of such payment the same may be deducted from any moneys payable by the Owner to the Contractor on any account whatever.

286 of 362

VIEW

ING C

OPY

GC #

6.03 Contractor's Insurance .01 Without restricting the generality of paragraph GC 6.02, Indemnification, the

Contractor shall, at no additional cost to the Owner, at all times until the Work has been completed and handed over to the Owner, obtain and maintain insurance policies for the Work as outlined in the Contract Documents and as described below.

.02 The Contractor shall obtain Commercial General Liability Insurance such that the policy:

a) is in the amount of not less than Five Million Dollars ($5,000,000.00), per occurrence;

b) adds the Contract Administrator, the City, its boards, agencies and commissions and subsidiary operations, as applicable, as additional insured(s) but only with respect to liability arising out of the operation of the Contractor for which a contract is issued by the City;

c) has provisions for cross-liability and severability of interest, blanket form contractual liability, owner's and contractor's protective liability, broad form property damage, contingent and/or employer's liability, products/completed operations, non-owned automobile liability and and any other provision relevant as detailed in the proposal/contract documents, and if applicable, including coverage for blasting, pile driving and collapse; and

.03 The Contractor shall provide the following policies of insurance:

a) Standard Automobile Liability Insurance for all owned or leased licensed motorized vehicles that will be used in the performance of the Work with a limit of not less than TWO Million Dollars ($2,000,000.00);

b) Contractor’s Equipment Insurance – All-Risk property insurance on the Contractor’s equipment, materials and supplies used in the performance of the contract, including temporary boilers and pressure vessels in an amount to reflect replacement cost. The Contractor shall have no claim against the Owner or the Owner's insurers for any damage or loss to its property and shall require its property insurers to waive any right of subrogation against the Owner.

.04 The Contractor shall, if requested by the City, provide the following policies of insurance as described below:

a) Contractor's Pollution with a limit of $1,000,000 for sudden and gradual pollution occurrences associated with the Work, if applicable;

.05 All policies taken out by the Contractor shall be placed with an insurance company licensed to write in the Province of Ontario.

.06 The insurance policies required pursuant to this paragraph GC 6.03 shall be primary and shall not call into contribution any insurance available to the Owner.

287 of 362

VIEW

ING C

OPY

GC #

.07 Prior to the commencement of the Work, the Contractor shall deliver to the City an original certificate of insurance in the City's standard form, signed by the insurer or an authorized agent of the insurer. The Contractor shall provide original signed Certificates evidencing renewals or replacements to the Owner prior to the expiration date of the original policies, without notice or request by the Owner.

.08 The Contractor agrees that the insurance policies may be subject to reasonable deductible amounts, which deductible amounts shall be borne entirely by the Contractor. The amount of the deductible for the purpose of this Contract shall not be more than $25,000.00.

.09 Unless specified otherwise the duration of each insurance policy shall be from the date of commencement of the Work until 10 Days after the date of Final Acceptance of the Work, as set out in the Final Acceptance Certificate.

.10 It is understood and agreed that the coverage and limits of liability noted

above are not to be construed as the limit of liability of the Contractor in the performance of the Work.

.11 The Contractor shall maintain completed operations coverage for a period of six (6) years from Substantial Performance, unless otherwise indicated in the Contract Documents. On an annual basis the Contractor shall submit to the City a renewal certificate or a replacement policy prior to the expiration date of the existing policy without notice or demand by the City. If the Contractor fails to do so, any limitation period for claiming indemnity described in the Contract Documents shall not be binding on the Owner.

.12 Each policy (except for the policy of automobile insurance required under paragraph 1 of GC 6.03.03) shall contain an endorsement requiring the insurer(s) to notify the City of Toronto in writing, by registered mail, at least thirty (30) Days, (fifteen (15) Days if cancellation is due to non-payment of premium), prior to any cancellation of the Contractor’s insurance.

6.04 Bonding .01 The Contractor shall provide the Owner with any bonds required by the

Tender Call, which bonds shall be addressed to the correct obligee, in the amount and for the duration set out in the Tender Call.

.02 Such bonds shall be issued by a Surety and shall be maintained in good standing until the fulfillment of all obligations set out in the Contract Documents.

288 of 362

VIEW

ING C

OPY

Paragraph GC 7.0 Contractor’s Responsibilities and Control of the Work

GC #

7.01 General .01 The Contractor warrants that the site of the Work has been visited during or

prior to the preparation of the Bid and the character of the Work and all local conditions which may affect the performance of the Work are known.

.02 The Contractor shall not commence the Work nor deliver anything to the Working Area until the Contractor has received a written order to commence the Work, signed by the Contract Administrator.

.03 The Contractor shall effectively direct and supervise the Work so as to ensure conformity with the Contract Documents. The Contractor shall be responsible for construction means, methods, techniques, sequences and procedures and for coordinating the various parts of the Work. The Contractor shall provide adequate labour, Equipment, and Material to ensure the completion of the Work in accordance with the Contract Documents. The Work shall be performed as vigorously and as continuously as weather conditions or other interferences may permit.

.04 The Contractor, so as to ensure conformity with the Contract Documents shall, except where otherwise required by the Owner, have the sole responsibility for the design, erection, operation, maintenance and removal of temporary structures and other temporary facilities and the design and execution of construction methods required in their use.

.05 Notwithstanding paragraph GC 7.01.04, where the Contract Documents include designs for temporary structures and other temporary facilities or specify a method of construction in whole or part, such facilities and methods shall be considered to be part of the design of the Work, and the Contractor shall not be held responsible for that part of the design or the specified method of construction. The Contractor shall, however, be responsible for the execution of such design or specified method of construction in the same manner that the Contractor is responsible for the execution of the Work.

.06 The Contractor shall execute the terms of the Contract in strict compliance with the requirements of the Occupational Health and Safety Act, R.S.O. 1990, c. O.1 (the “Act”) and Ontario Regulation 213/91 (which regulates Construction Projects) and any other regulations under the Act (the “Regulations”) which may affect the performance of the Work, as the “constructor” or “employer”, as defined by the Act, as the case may be. The Contractor shall ensure that:

a) worker safety is given first priority in planning, pricing and performing the Work;

b) its officers and supervisory employees have a working knowledge of the duties of a “constructor” and “employer” as defined by the Act and the provisions of the Regulations applicable to the Work, and a personal commitment to comply with them;

289 of 362

VIEW

ING C

OPY

GC #

c) a copy of the most current version of the Act and the Regulations are available at the Contractor’s office within the Working Area, or, in the absence of an office, in the possession of the supervisor responsible for the performance of the Work;

d) workers employed to carry out the Work possess the knowledge, skills and protective devices required by law or recommended for use by a recognized industry association to allow them to work in safety;

e) its supervisory employees are "Competent Persons" as defined in the Act, and carry out their duties in a diligent and responsible manner with due consideration for the health and safety of the workers; and

f) all Subcontractors and their workers are properly protected from injury while in the Working Area.

.07 The Contractor, when requested, shall provide the Owner with a copy of its

health and safety policy and program and shall respond promptly to requests from the Owner for confirmation that its methods and procedures for carrying out the Work comply with the Act and Regulations. The Contractor shall cooperate with inspectors appointed to enforce the Act and the Regulations in any investigations of worker health and safety in the performance of the Work. The Contractor shall indemnify and save the Owner harmless from any additional expense which the Owner may incur to have the Work performed in compliance with the Act or in respect of any fine incurred or claim made as a result of the Contractor’s failure to comply with the requirements of the Act and the Regulations.

.08 Prior to commencement of the Work the Contractor shall provide to the Contract Administrator a list of those products controlled under the Workplace Hazardous Materials Information System (WHMIS), which the Contractor expects to use for the Work. Related Safety Data Sheets shall accompany the submission. All containers used in the application of products controlled under WHMIS shall be labelled. The Contractor shall notify the Contract Administrator, in writing, of changes in the products to be used and provide relevant Safety Data Sheets.

.09 The Contractor shall have a Superintendent on the site while any Work is being performed, to supervise the Work and to act for or on the Contractor's behalf. Prior to commencement of construction, the Contractor shall notify the Contract Administrator of the names, addresses, positions and cell phone, pager and telephone numbers of the Superintendent who can be contacted at any time to deal with matters relating to the Contract and update as necessary.

.10 The Contractor shall designate a person to be responsible for traffic control and work zone safety. The designated person shall be a competent worker who is qualified because of knowledge, training, and experience to perform the duties, is familiar with Book 7 of the OTM and has knowledge of all potential or actual danger to workers and motorists. Prior to the commencement of construction, the Contractor shall notify the Contract

290 of 362

VIEW

ING C

OPY

GC #

Administrator of the name, address, position, cell phone, pager, and telephone numbers of the designated person, and update as necessary. The designated person may have other responsibilities, including other construction sites, and need not be present in the Work Area at all times.

.11 The Contractor shall, at no additional cost to the Owner, furnish all reasonable aid, facilities and assistance required by the Contract Administrator for the proper inspection and examination of the Work or the taking of measurements for the purpose of payment.

.12 The Contractor shall prepare, and update as required, a construction schedule of operations, indicating the proposed methods of construction and sequence of work and the time the Contractor proposes to complete the various items of work within the Contract Time. The schedule shall be designed to ensure conformity with the specified Contract Time. The schedule shall be submitted to the Contract Administrator within 7 Days from the date of the Contract award, unless otherwise required by the Contract. If the Contractor’s schedule is materially affected by changes, the Contractor shall submit an updated construction schedule, if requested by the Contract Administrator, within 7 Days of the request. This updated schedule shall show how the Contractor proposes to perform the balance of the Work, so as to complete the Work within the time specified in the Contract Documents. The Owner shall at its sole discretion be entitled to decide to not issue an order to commence work, until such a schedule has been received.

.13 Where the Contractor finds any error, inconsistency or omission relating to the Contract Documents or the Work, the Contractor shall promptly report it to the Contract Administrator and shall not proceed with the activity affected until receiving advice from the Contract Administrator.

.14 The Contractor shall arrange with the appropriate utility authorities for the stake out of all underground utilities and service connections that may be affected by the Work. The Contractor shall observe the location of the stake outs, prior to commencing the Work, and in the event that there is a discrepancy between the location of the stake outs and the locations shown on the Contract Documents, that may affect the Work, the Contractor shall immediately notify the Contract Administrator and the affected utility companies, in order to resolve the discrepancy. The Contractor shall be responsible for any damage done to the underground Utilities and service connections by the Contractor's forces during construction.

291 of 362

VIEW

ING C

OPY

GC #

.15 The Contractor shall comply with and conform to all statutes, laws, by-laws, regulations, requirements, ordinances, notices, rulings, orders, directives and policies of the municipal, provincial and federal governments and any other lawful authority and all court orders, judgments and declarations of a court of competent jurisdiction (collectively referred to as the “Laws”), applicable to the Work to be provided by, and the undertakings and obligations of, the Contractor under this Contract.

7.02 Layout

7.02.01 Layout by Contractor .01 Where the Contract Documents provide for the Contractor to lay out the

Work, sub paragraphs .02 to .08 of paragraph 7.02.01 shall apply.

.02 Prior to commencement of construction, the Contract Administrator and the Contractor shall locate on site those property bars, baselines and benchmarks that are necessary to delineate the Working Area and to lay out the Work, all as shown on the Contract Drawings.

.03 The Contractor shall be responsible for the preservation of all property bars while the Work is in progress, except those property bars that must be removed to facilitate the Work. Any other property bars disturbed, damaged or removed by the Contractor's operations shall be replaced by an Ontario Land Surveyor, at the Contractor’s expense.

.04 At no extra cost to the Owner, the Contractor shall provide the Contract Administrator with such materials and devices as may be necessary to lay out the baseline and benchmarks, and as may be necessary for the inspection of the Work.

.05 The Contractor shall provide qualified personnel to lay out and establish all lines and grades necessary for construction. The Contractor shall notify the Contract Administrator of any layout work carried out, so that the same may be checked by the Contract Administrator.

.06 The Contractor shall install and maintain substantial alignment markers and secondary benchmarks as may be required for the proper execution and inspection of the Work. The Contractor shall supply one copy of all alignment and grade sheets to the Contract Administrator.

.07 The Contractor shall assume full responsibility for alignment, elevations and dimensions of each and all parts of the Work, regardless of whether the Contractor's layout work has been checked by the Contract Administrator.

.08 All stakes, marks and reference points shall be carefully preserved by the Contractor. In the case of their destruction or removal, for any reason, before the end of the Contract Time, such stakes, marks and reference points shall be replaced, to the satisfaction of the Contract Administrator, at the Contractor’s expense.

292 of 362

VIEW

ING C

OPY

GC #

7.02.02 Layout by Owner .01 .02

Where the Contract Documents provide for the Owner to layout the Work, sub paragraphs .02 to .09 of paragraph 7.02.02 shall apply. The Owner shall be responsible for setting out the line and setting out the Grade for the project.

.03 The Owner shall supply a copy of the alignment and grade sheets to the Contractor to facilitate the construction of the Work according to the Contract Drawings.

.04 The Owner shall install and maintain substantial alignment markers and secondary benchmarks as may be required for the proper execution and inspection of the Work.

.05 All stakes, marks and reference points provided by the Owner shall be carefully preserved by the Contractor. In the case of the destruction or removal as a result of the Contractor’s operations, such stakes, marks and reference points shall be replaced by the Owner at the Contractor’s expense.

.06 The Contractor shall give the Owner at least 24 hours notice before requiring levels, lines or stakes, on any portion of the Work and the Contractor shall clearly state in such notice the exact locality or localities where such are needed for use.

.07 The Contractor must satisfy itself before commencing work at any point as to the meaning and accuracy of all stakes and marks, and no claim shall be considered by the Owner for or on account of any alleged inaccuracies or for any alternations subsequently rendered necessary on account of any such alleged inaccuracies, unless the Contractor notifies the Owner thereof in writing before commencing the Work.

.08 .09

The Contractor shall be responsible for the preservation of all property bars while the Work is in progress, except those property bars which must be removed to facilitate the Work. Any other property bars disturbed, damaged or removed by the Contractor’s operations shall be replaced by an Ontario Land Surveyor, at the Contractor’s expense. All stakes, marks and reference points shall be carefully preserved by the Contractor. In the case of their destruction or removal as a result of the Contractor’s operations, such stakes, marks and reference points shall be replaced, to the satisfaction of the Contract Administrator, at the Contractor’s expense.

7.03 Damage by Vehicles or Other Equipment .01 If at any time, in the opinion of the Contract Administrator, damage is being

done or is likely to be done to any Roadway or any improvement thereon, outside the Working Area, by the Contractor's vehicles or other Equipment, whether licensed or unlicensed Equipment, the Contractor shall, on the

293 of 362

VIEW

ING C

OPY

GC #

direction of the Contract Administrator, and at no extra cost to the Owner, make changes or substitutions for such vehicles or Equipment, and shall alter loadings, or in some other manner, remove the cause of such damage to the satisfaction of the Contract Administrator.

7.04 Excess Loading of Motor Vehicles .01 Where a vehicle is hauling Material for use on the Work, in whole or in part,

upon a Highway, and where motor vehicle registration is required for such vehicle, the Contractor shall not cause or permit such vehicle to be loaded beyond the legal limit specified in the Highway Traffic Act, R.S.O. 1990, c.H.8, as amended, whether such vehicle is registered in the name of the Contractor or otherwise, except where there are designated areas within the Working Area where overloading is permitted. The Contractor shall bear the onus of weighing disputed loads.

7.05 Condition of the Working Area .01 The Contractor shall maintain the Working Area in a tidy condition and free

from the accumulation of debris and prevent nuisance, mud and ponding water, other than that caused by the Owner or others.

7.06 Maintaining Roadways and Detours .01 Where an existing Roadway is affected by construction, it shall, at all times,

be kept open to traffic. The Contractor shall, at no additional cost to the Owner, be responsible for providing and maintaining, for the duration of the Work an alternative route for both pedestrian and vehicular traffic through the Working Area in accordance with the OTM, whether along the existing Highway under construction or on a detour road beside or adjacent to the Highway under construction.

.02 Subject to the approval of the Contract Administrator, the Contractor may block traffic for short periods of time to facilitate construction of the Work in accordance with the OTM. Any temporary lane closures shall be kept to a minimum.

.03 The Contractor shall not be required to maintain a road through the Working Area until such time as the Contractor has commenced operations or during seasonal shut down or on any part of the Work that has been accepted in accordance with the Contract Documents. The Contractor shall not be required to apply de-icing chemicals or abrasives or carry out snowplowing unless otherwise specified in the Contract Documents.

.04 Where localized and separated sections of a Highway are affected by the Contractor's operations, the Contractor shall not be required to maintain intervening sections of that Highway until such times as these sections are located within the limits of the Highway affected by the Contractor's general operations under the Contract. Nothing in this section shall be taken as limiting the Contractor's obligation to maintain all areas of a Highway affected by the traffic control measures undertaken in relation to the Work and to fulfill all traffic control responsibilities thereon.

294 of 362

VIEW

ING C

OPY

GC #

.05 Where the Contract Documents provide for, or the Contract Administrator requires, detours at specific locations, payment for the construction of the detours, and if required, for the subsequent removal of the detours, shall be made at the Contract Prices appropriate to such work.

.06 The Contractor shall maintain, to the satisfaction of the Owner and the Contract Administrator, a road through the Working Area. The road through the Working Area shall include any detour constructed in accordance with the Contract Documents or required by the Contract Administrator. Compensation for all labour, Equipment and Materials to do this Work shall be at the Contract prices appropriate to the Work or, where there are no such prices, at negotiated prices. Notwithstanding the foregoing, the cost of blading required to maintain the surface of such roads and detours shall be deemed to be included in the prices bid for the various tender items and no additional payment shall be made.

.07 Where Work is discontinued for any extended period including seasonal shutdown, the Contractor shall, when directed by the Contract Administrator, open and place the Highway and detours in a passable, safe and satisfactory condition for public travel.

.08 Where the Contractor constructs a detour that is not specifically provided for in the Contract Documents or required by the Contract Administrator, the construction of the detour and, if required, the subsequent removal shall be performed at the Contractor's sole expense. The detour shall be constructed and maintained to structural and geometric standards approved by the Contract Administrator. Removal and site restoration shall be performed as directed by the Contract Administrator.

.09 Where, with the prior written approval of the Contract Administrator, a Highway is closed and the traffic diverted entirely off the Highway to any other Highway, the Contractor shall, at no extra cost to the Owner, supply, erect and maintain traffic control devices in accordance with the OTM.

.10 Compliance with the foregoing provisions shall in no way relieve the Contractor of obligations under paragraph GC 6.01, Protection of Work, Persons and Property, dealing with the Contractor's responsibility for damage claims, except for claims arising on sections of a Highway within the Working Area that are being maintained by others.

7.07 Access to Properties Adjoining the Work and Interruption of Utility Services

.01 The Contractor shall provide, at all times, and at no extra cost to the Owner, a) safe and adequate pedestrian and vehicular access; and b) continuity of Utility services; and c) access for any and all emergency response vehicles and services,

to any and all properties adjoining the Working Area.

295 of 362

VIEW

ING C

OPY

GC #

.02 The Contractor shall provide, at all times and at no extra cost to the Owner,

access to fire hydrants, water and gas valves, and all other Utilities located in the Working Area.

.03 Where any interruptions in the supply of Utility services are required and are authorized by the Contract Administrator, the Contractor shall give the affected property owners notice in accordance with paragraph GC 7.11, Notices by the Contractor, and shall arrange such interruptions so as to create a minimum of interference to those affected.

7.08 Approvals and Permits .01 Except as specified in paragraph GC 4.02, Approval and Permits, the

Contractor shall obtain and pay for any permits, licenses, and certificates that are required for the performance of the Work.

.02 The Contractor shall arrange for all necessary inspections required by the approvals and permits specified in paragraph GC 7.08.01

7.09 Suspension of Work .01 The Contractor shall, upon written notice from the Contract Administrator,

discontinue or delay any or all of the Work and Work shall not be resumed until the Contract Administrator so directs in writing. Delays, in these circumstances, shall be administered according to paragraph GC 3.08, Delays.

7.10 Contractor's Right to Stop the Work or Terminate the Contract .01

The Contractor may notify the Owner in writing, with a copy to the Contract Administrator, that the Owner is in default of contractual obligations if,

a) the Contract Administrator fails to issue certificates in accordance with the provisions of paragraph GC 8.0 Measurement and Payment;

b) the Owner fails to pay the Contractor, within 30 Days of the due dates identified in paragraph GC 8.02.03, Certification and Payment, the amounts certified by the Contract Administrator or within 30 Days of an award by an arbitrator or court; or

c) the Owner commits a major default of the requirements of the Contract.

.02 The Contractor's written notice to the Owner shall advise that if the default

is not corrected in the 15 Days immediately following the receipt of the written notice the Contractor may, without prejudice to any other right or remedy the Contractor may have, stop the Work or terminate the Contract.

.03 If the Contractor terminates the Contract under the conditions set out in paragraph GC 7.10, above, the Contractor shall only be entitled to be paid for that portion of the Work that is, in the Contract Administrator's opinion, satisfactorily performed.

296 of 362

VIEW

ING C

OPY

GC #

7.11 Notices by the Contractor .01 Before Work is carried out that may affect the property or operations of any

Ministry or agency of government or any person, company, partnership or corporation, including a municipal corporation or any board or commission thereof, and in addition to such notices of the commencement of specified operations as are prescribed elsewhere in the Contract Documents, the Contractor shall give at least 48 hours’ advance written notice of the date of commencement of such work to the person, company, partnership, corporation, board, or commission so affected.

.02 In the case of a spill as defined in section 91 of the Environmental Protection Act, R.S.O. 1990, c.E.19, as amended and any successor legislation, or any damage to, or interference with any Utilities, pole lines, pipe lines, conduits, farm tiles, or other public or privately owned works or property, the Contractor shall immediately notify the Owner and the Contract Administrator of the location and details of such spill, damage or interference. In the case of spills, the Contractor shall also, immediately, report the spill to the Ministry of the Environment and Climate Change (Ontario).

7.12 Obstructions .01 Except as otherwise noted in the Contract Documents, the Contractor

assumes all the risks and responsibilities arising out of any obstruction encountered in the performance of the Work and any traffic conditions, including traffic conditions on any Highway or road giving access to the Working Area caused by such obstructions, and the Contractor shall not make any claim against the Owner for any loss, damage or expense occasioned thereby.

.02 Where the obstruction is a Utility or other man-made object, the Contractor shall not be required to assume the risks and responsibilities arising out of such obstruction, unless the location of the obstruction is shown on the plans or described in the Contract Documents and the location so shown is within the tolerance specified in paragraph GC 2.01.01(a) or unless the presence and location of the obstruction has otherwise been made known to the Contractor or could have been determined by the visual site investigation made by the Contractor in accordance with the Contract Documents.

.03 During the course of the Contract, it is the Contractor's responsibility to consult with Utility companies or other appropriate authorities for further information in regard to the exact location of these Utilities, to exercise the necessary care in construction operations, and to take such other precautions as are necessary to safeguard the Utilities from damage.

297 of 362

VIEW

ING C

OPY

GC #

7.13 Limitations of Operations .01 Except for such work as may be required by the Contract Administrator to

maintain the Work in a safe and satisfactory condition, the Contractor shall not carry on operations under the Contract Documents on days other than Working Days without permission in writing from the Contract Administrator, unless otherwise required by the Contract Documents.

.02 The Contractor shall cooperate and coordinate the Work with other contractors, Utility companies and the Owner and they shall be allowed access to their work or plant at all reasonable times.

7.14 Cleaning Up Before Acceptance .01 Upon attaining Substantial Performance of the Work, the Contractor shall

remove any surplus materials, tools, construction machinery and Equipment not required for the performance of the remaining Work. The Contractor shall also remove all temporary works and debris other than that caused by the Owner, and leave the Work and Working Area clean and suitable for occupancy by the Owner unless otherwise specified.

.02 Notwithstanding any other terms or conditions set out herein, the Contract Administrator shall not be under any obligation to issue a Completion Certificate until such time as the Contractor has removed all surplus materials, tools, construction machinery, debris and Equipment from the Working Area.

7.15 Warranty .01 The Contractor shall be responsible for the proper performance of the Work

only to the extent that the design and specifications permit such performance.

.02 Subject to the previous paragraph, the Contractor shall correct promptly, at no additional cost to the Owner, defects or deficiencies in the Work that appear, prior to and during the period of 24 months after the date of Substantial Performance or such longer or shorter periods as may be specified elsewhere in the Contract Documents for certain Equipment, Materials or components of Work. The Contract Administrator shall promptly give the Contractor written notice of observed defects or deficiencies.

.03 The Contractor shall correct or pay for damage resulting from corrections made under the requirements of paragraph GC 7.15.02

298 of 362

VIEW

ING C

OPY

GC #

7.16 Contractor's Workers .01 The Contractor shall employ only orderly, competent and skillful workers to

do the Work and whenever the Contract Administrator shall inform the Contractor in writing that any worker or workers involved in the Work are, in the opinion of the Contract Administrator, incompetent, or disorderly, such worker or workers shall be removed from the Work and shall not again be employed on the Work without the consent in writing of the Contract Administrator.

7.17 Resident or Property Owner Complaints or Claims .01 The Contractor shall immediately upon becoming aware of a complaint or

claim made by a resident or property owner, inform the Contract Administrator.

7.18 Contractor’s Responsibility for Drainage .01 The Contractor shall keep all portions of the Work well, properly and

efficiently drained, to at least the same degree as that of the existing drainage conditions, during construction and until the Work is completed. The Contractor shall be solely responsible for all damages caused by, or resulting from, water backing up or flowing over, under, through, from, on or along any part of the Work or which any of his or her operations may cause to flow elsewhere and shall bear such costs, make such provisions and provide such indemnity as required in the Contract Documents.

7.19 Blasting .01 The Contractor shall not carry out any blasting operation except with the

written consent of the Contract Administrator, provided that any consent so granted shall not, under any circumstances, relieve the Contractor of the liabilities and obligations assumed by him under this Contract.

.02 The Contractor shall comply with all laws, regulations and directions of the Contract Administrator, respecting the handling, storage and use of explosives.

299 of 362

VIEW

ING C

OPY

Paragraph GC 8.0 Measurement and Payment

GC #

8.01 Measurement

8.01.01 Quantities .01 The Contract Administrator shall make an Estimate once a month, in writing,

of the quantity of Work performed. The first Estimate shall be the quantity of Work performed since the Contractor commenced the Contract, and every subsequent Estimate, except the final one, shall be of the quantity of Work performed since the preceding Estimate was made. The Contract Administrator shall provide the copy of each Estimate to the Contractor within 15 Days of the last Day of the period covered by the Estimate.

.02 Progress Payments based on Estimates shall be construed and held to be approximate. The final quantities for the issuance of the Completion Certificate shall be based on the Actual Measurement of the Work completed.

8.01.02 Variations in Tender Call .01 Where it appears that the quantity of Work to be done and/or Material to be

supplied by the Contractor under a unit price Tender Call item will exceed or be less than the Tender Call quantity, the Contractor shall proceed to do the Work and/or supply the Material required to complete the Tender Call item and payment will be made for the actual amount of Work done and/or Materials supplied at the unit prices stated in the Tender Call except as provided below:

a) In the case of a Major Item where the quantity of Work performed and/or Material supplied by the Contractor exceeds the tender quantity by more than 30%, the City shall have the right, in its sole discretion, to require that the portion of the Work performed and/or Material supplied which exceeds 130% of the tender quantity be paid as Work on a Time and Material Basis, in accordance with GC 8.02.04.

8.02 Payment

8.02.01 Payment for Work .01 Payment for the Work shall be full compensation for all labour, Equipment

and Material required in its performance, including, but not limited to, Hand Tools, supplies and other incidentals.

.02 Payment for Work not specifically detailed as part of any one item and without specified details of payment shall be deemed to be included in the items with which it is associated.

300 of 362

VIEW

ING C

OPY

GC #

8.02.02 Advance Payments for Material .01 The Owner may make advance payments for Material intended for

incorporation in the Work upon the written request of the Contractor and according to the following terms and conditions:

a) The Contractor shall deliver the Material to a site approved by the Contract Administrator and the Contractor shall, in advance of receipt of the shipment of the Material, arrange for adequate and proper storage facilities.

b) The value of aggregates, processed and stockpiled, shall be assessed by the following procedure:

i. Sources Other Than Commercial (1) Granular 'A', 'B' and 'M' shall be assessed at the rate of 60%

of the Contract Price. (2) Coarse and fine aggregates for hot mix asphaltic concrete,

surface treatment and Portland cement concrete shall be assessed at the rate of 25% of the Contract Price for each aggregate stockpiled.

ii. Commercial Sources Payment for separated coarse and fine aggregates shall be

considered at the above rate when such materials are stockpiled at a commercial source where further processing is to be carried out before incorporating such materials into a final product. Advance payments for other materials located at a commercial source shall not be made.

c) Payment for all other materials, unless otherwise specified elsewhere in the Contract, shall be based on the invoice Price, and the Contractor shall submit proof of cost to the Contract Administrator before payment will be made by the Owner.

d) The payment for all Materials shall be prorated against the appropriate tender item by paying for sufficient units of the item to cover the value of the Material. Such payment shall not exceed 80% of the Contract Price for the item.

e) All Materials for which the Contractor wishes to receive advance payment shall be placed in the designated storage location immediately upon receipt of the material and shall thenceforth be held by the Contractor in trust for the Owner as collateral security for any monies advanced by the Owner and for the due completion of the Work. The Contractor shall not exercise any act of ownership inconsistent with such security, or remove any Material from the storage locations, except for inclusion in the Work, without the consent, in writing, of the Contract Administrator.

f) Such Materials shall remain at the risk of the Contractor who shall be responsible for any loss, damage, theft, improper use or destruction of the material however caused.

.02 Where the Owner makes advance payments subject to the conditions listed in paragraph GC 8.02.02.01, such payment shall not constitute acceptance of the Material by the Owner. Acceptance shall only be determined when the Material meets the requirements of the appropriate specifications.

301 of 362

VIEW

ING C

OPY

GC #

8.02.03 Certification and Payment

8.02.03.01 Progress Payment Certificate .01 The Contract Administrator shall issue a Progress Payment Certificate in

accordance with the Contract Documents and paragraph GC 8.01.01, Quantities.

.02 The Progress Payment Certificate shall show,

a) the quantities of Work performed; b) the value of Work performed; c) any advanced payment for Material; d) the amount of statutory holdback, liens, Owner’s set-off; e) the amount of any applicable taxes; and f) the amount due the Contractor.

.03 One copy of the Progress Payment Certificate shall be sent to the

Contractor.

.04 .05

Payment shall be made within 30 Days of the approval of the Progress Payment Certificate by the Contract Administrator. The Owner shall retain from funds owing under the Contract the statutory holdbacks required under the Construction Act. Unless otherwise specified in the Contract Documents, no letter of credit or demand-worded holdback will be accepted or used to retain any part of the statutory holdbacks required under the Construction Act.

8.02.03.02 Certification of Subcontract Completion .01 Before Substantial Performance, the Contractor may notify the Contract

Administrator, in writing that a subcontract is completed satisfactorily to the Contractor and ask that the Contract Administrator certify the completion of such subcontract.

.02 The Contract Administrator shall issue a Certificate of Subcontract Completion if the subcontract has been completed in a form satisfactory to the Contract Administrator, and all required inspection and testing of the works covered by the subcontract have been carried out and the results are satisfactory to the Contract Administrator.

.03 The Contract Administrator shall set out in the Certificate of Subcontract Completion the date on which the subcontract was completed and within 7 Days of the date the subcontract is certified complete, the Contract Administrator shall give a copy of the certificate to the Contractor and to the Subcontractor concerned.

8.02.03.03 Subcontract Statutory Holdback Release Certificate and Payment .01

Following receipt of the Certificate of Subcontract Completion, the Owner may release and pay the Contractor the statutory holdback retained in respect of the subcontract. Such release shall be made 61 Days after the

302 of 362

VIEW

ING C

OPY

GC #

date the subcontract was certified complete and providing the Contractor submits the following to the Contract Administrator:

a) a document satisfactory to the Contract Administrator that shall release the Owner from all further claims relating to the subcontract, qualified by stated exceptions such as holdback monies;

b) evidence satisfactory to the Contract Administrator that the Subcontractor has discharged all liabilities incurred in carrying out the subcontract;

c) a satisfactory clearance certificate or letter from the Workplace Safety and Insurance Board relating to the subcontract; and

d) a copy of the contract between the Contractor and the Subcontractor and a satisfactory statement showing the total amount due the Subcontractor from the Contractor.

.02 Paragraph GC 8.02.03.03.01(d) shall apply to Lump Sum Items only and then only when the Contract Administrator specifically requests it.

.03 Upon receipt of the statutory holdback, the Contractor shall forthwith give the Subcontractor the payment due under the subcontract.

.04 Release of statutory holdback by the Owner in respect of a subcontract shall not relieve the Contractor, or the Contractor's Surety, of any of their responsibilities.

8.02.03.04 Certification of Substantial Performance .01 Upon application by the Contractor and when the Contract Administrator has

verified that the Contract has been substantially performed, the Contract Administrator shall issue a Certificate of Substantial Performance.

.02 The Contract Administrator shall set out in the Certificate of Substantial Performance the date on which the Contract was substantially performed and within 7 Days after signing the said certificate the Contract Administrator shall provide a copy to the Contractor.

.03 Upon receipt of a copy of the Certificate of Substantial Performance, the Contractor shall forthwith, as required by Section 32(1) paragraph 5 of the Construction Act, R.S.O. 1990, c.C.30, as amended, publish a copy of the certificate in the manner set out in the regulations.

.04 Where the Contractor fails to publish a copy of the Certificate of Substantial Performance as required above within 7 Days after receiving a copy of the certificate signed by the Contract Administrator, the Owner may publish a copy of the certificate at the Contractor's expense.

.05 Except as otherwise provided for in Section 31 of the Construction Act, the 60-Day lien period prior to the release of holdback as referred to in paragraph GC 8.02.03.05, Substantial Performance Payment and Statutory Holdback Release Payment Certificates, shall commence from the date of publication of the Certificate of Substantial Performance as provided for above.

303 of 362

VIEW

ING C

OPY

GC #

8.02.03.05 Substantial Performance Payment and Substantial Performance

Statutory Holdback Release Payment Certificates .01 When the Contract Administrator issues the Certificate of Substantial

Performance, the Contract Administrator shall also issue the Substantial Performance Payment Certificate and the Substantial Performance Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate.

.02 The Substantial Performance Payment Certificate shall show, a) the value of Work performed to the date of Substantial Performance; b) the value of outstanding or incomplete Work; c) the amount of the statutory holdback, allowing for any previous

releases of statutory holdback to the Contractor in respect of completed subcontracts and deliveries of pre-selected equipment;

d) the amount of maintenance security required; and e) the amount due the Contractor.

.03 Subject to paragraph GC 8.02.03.05.05, payment of the amount certified

shall be made within 30 Days of the date of issuance of the Substantial Performance Payment Certificate.

.04 The Substantial Performance Statutory Holdback Release Payment Certificate shall be a payment certificate releasing to the Contractor the statutory holdback due in respect of Work performed up to the date of Substantial Performance. Payment of such statutory holdback shall be due 61 Days after the date of publication of the Certificate of Substantial Performance but subject to the provisions of the Construction Act and GC 8.02.03.05.05.

.05 .06

Despite anything to the contrary in the Contract Documents, the Owner shall be entitled to reduce the amount of the Statutory Holdback paid to the Contractor to account for any amounts that may be owed by the Contractor to the Owner. Subject to the Construction Act, as of the twenty-fifth calendar day before the expiry of the lien period after Substantial Performance is declared or published as provided in the Construction Act, the Contractor waives and releases the Owner from all claims which the Contractor has or reasonably ought to have knowledge of that could be advanced by the Contractor against the Owner arising from the Contractor’s involvement in the Work, including, without limitation claims for delay, claims for an increase in the Contract Price, and those arising from negligence or breach of contract in respect to which the cause of action is based upon acts or omissions which occurred prior to or on the date of Substantial Performance of the Work except as follows:

a) claims arising prior to or on the date of Substantial Performance of the Work for which Notice in Writing of Claim has been received by the Owner from the Contractor no later than the twenty-sixth calendar

304 of 362

VIEW

ING C

OPY

GC #

.07 .08 .09 .10

day before the expiry of the lien period after Substantial Performance is declared or published as provided in the Construction Act;

b) indemnification for claims advanced against the Contractor by third parties for which a right of indemnification may be asserted by the Contractor against the Owner pursuant to the provisions of this Contract;

c) claims resulting from acts or omissions which occur after the date of Substantial Performance of the Work.

The Contractor waives and releases the Owner from all claims referenced in GC 8.02.03.05.06(c) except for those referred in GC 8.02.03.05.06(b) and Claims for which Notice in Writing of Claim has been received by the Owner from the Contractor within 395 calendar days following the date of Substantial Performance of the Work. “Notice in Writing of Claim” as provided for in GC 8.02.03.05.06 and GC 8.02.03.05.07 to preserve a claim or right of action which would otherwise, by the provisions of GC 8.02.03.05.06 and GC 8.02.03.05.07, be deemed to be waived, must include the following:

a) a clear and unequivocal statement of the intention to claim; b) a statement as to the nature of the claim and the grounds upon which

the claim is based; and c) a statement of the estimated quantum of the claim.

The Contractor giving “Notice in Writing of Claim” as provided for in GC 8.02.03.05.08 shall submit within a reasonable time a detailed account of the amount claimed. Where the event or series of events giving rise to a claim made under GC 8.02.03.05.06 has a continuing effect, the detailed account submitted under GC 8.02.03.05.09 shall be considered to be an interim account and the Contractor shall, when making the claim, submit further interim accounts, at reasonable intervals, giving the accumulated amount of the claim and any further grounds upon which it is based. The Contractor, when making the claim, shall submit a final account after the end of the effects resulting from the event or series of events.

8.02.03.06 Certification of Completion .01 Upon application by the Contractor and when the Contract Administrator has

verified that the Contract has reached Completion, the Contract Administrator shall issue a Completion Certificate.

.02 The Contract Administrator shall set out in the Completion Certificate the date of Completion and, within 7 Days of signing the said certificate, the Contract Administrator shall provide a copy to the Contractor.

305 of 362

VIEW

ING C

OPY

8.02.03.07 Completion Payment and Completion Statutory Holdback Release Payment Certificates

.01 When the Contract Administrator issues the Completion Certificate, the Contract Administrator shall also issue the Completion Payment Certificate and the Completion Statutory Holdback Release Payment Certificate or where appropriate, a combined payment certificate.

.02 The Completion Payment Certificate shall show,

a) measurement and value of Work at Completion; b) the amount of the further statutory holdback based on the value of

further work completed over and above the value of work completed shown in the Substantial Performance Payment Certificate referred to above; and

c) the amount due the Contractor.

.03 The Completion Statutory Holdback Release Payment Certificate shall be a payment certificate releasing to the Contractor the further statutory holdback. Payment of such statutory holdback shall be due 61 Days after the date of Completion of the Work as established by the Completion Certificate but subject to the provisions of the Construction Act and any right of set-off the Owner may have.

8.02.03.08 Owner's Set-off .01 Pursuant to Section 12 of the Construction Act, the Owner may retain from

monies owing to the Contractor under this Contract Document an amount sufficient to cover any outstanding or disputed liabilities including the cost to remedy deficiencies, the reduction in value of substandard portions of the Work, claims for damages by third parties that have not been determined in writing by the Contractor's insurer, undetermined claims by the Owner, any assessment due the Workplace Safety and Insurance Board and any monies to be paid to workers in accordance with paragraph GC 8.02.06, Payment of Workers.

.02 Where the Owner intends to retain money under paragraph GC 8.02.03.08.01, the Owner shall give the Contractor appropriate notice of such action.

8.02.04 Payment on a Time and Material Basis

8.02.04.01 Definitions .01 For the purpose of paragraph GC 8.02.04 the following definitions shall

apply: 127 Rate: means the rate for a unit of Equipment as listed in OPSS.PROV 127, Schedule of Rental Rates for Construction Equipment Including Model and Specification Reference, that is current at the time the Work is carried out or for Equipment that is not so listed, the rate that has been calculated by the Owner, using the same principles as used in determining the 127 Rates.

306 of 362

VIEW

ING C

OPY

Cost of Labour: means the amount of wages, salary and Payroll Burden paid or incurred directly by the Contractor to or in respect of labour and supervision actively and necessarily engaged on the Work based on the recorded time and hourly rates of pay for such labour and supervision, but shall not include any payment or costs incurred for general supervision, administration and management time spent on the entire Work or any wages, salary or Payroll Burden for which the Contractor is compensated by any payment made by the Owner for Equipment. Cost of Material: means the cost of Material purchased or supplied from stock, and valued at current market prices, for the purpose of carrying out Work on a Time and Material Basis, by the Contractor, or by others when such arrangements have been made by the Contractor for completing the Work, as shown by itemized invoices. Operated Rented Equipment: means Rented Equipment for which an operator is provided by the supplier of the equipment and for which the rent or lease includes the cost of the operator. Payroll Burden: means the payments in respect of workplace insurance, vacation pay, employment insurance, sickness and accident insurance, pension fund, and such other welfare and benefit payments forming part of the Contractor's normal labour costs. Rented Equipment: means equipment that is rented or leased for the special purpose of Work on a Time and Material Basis from a person, firm or corporation that is not an associate of the lessee as defined by the Securities Act, R.S.O. 1990, c.S.5, as amended, and is approved by the Contract Administrator. Road Work: means the preparation, construction, finishing and construction maintenance of roads, streets, Highways and parking lots and includes all work incidental thereto other than work on structures. Sewer and Watermain Work: means the preparation, construction, finishing and construction maintenance of sewer systems and watermain systems, and includes all work incidental thereto other than work on structures. Standby Time: means any period of time that is not considered Working Time and which together with the Working Time does not exceed 10 hours in any one Working Day and during which time a unit of equipment cannot practically be used on other work but must remain on the site in order to continue with its assigned task and during which time the unit is in fully operable condition. Structure Work: means the construction, reconstruction, repair, alteration, remodelling, renovation or demolition of any bridge, building, tunnel or retaining wall and includes the preparation for and the laying of the foundation of any bridge, building, tunnel or retaining wall and the installation of equipment and appurtenances incidental thereto.

307 of 362

VIEW

ING C

OPY

Work on a Time and Material Basis: means a Change in the Work, approved by the Contract Administrator for payment on a Time and Material basis. The Work on a Time and Material Basis shall be subject to all the terms, conditions, specifications and provisions of the Contract Documents. Working Time: means each period of time during which a unit of Equipment is actively and of necessity engaged on a specific operation and the first 2 hours of each immediately following period during which that unit is not so engaged but during which the operation is otherwise proceeding and during which time the unit cannot practically be transferred to other work but must remain on the site in order to continue with its assigned tasks and during which time the unit is in a fully operable condition.

8.02.04.02 Daily Work Records .01 Daily Work Records prepared, as the case may be, by either the

Contractor's representative or the Contract Administrator and reporting the labour and Equipment employed and the Material used for Work on a Time and Material Basis, shall be reconciled and signed each day by both the Contractor's representative and the Contract Administrator. If it is not possible to reconcile the Daily Work Records, then the Contractor shall submit the un-reconciled Daily Work Records with its claim, whereby the resolution of the dispute about the Daily Work Records shall not be resolved until there is a resolution of the claim

8.02.04.03 Payment for Work .01 Payment as herein provided shall be full compensation for all labour,

Equipment and Material to do the Work on a Time and Material Basis except where there is agreement to the contrary prior to the commencement of the Work on a Time and Material Basis. The payment adjustments on a Time and Material basis shall apply to each individual Change Order authorized by the Contract Administrator.

8.02.04.04 Payment for Labour .01 The Owner shall pay the Contractor for labour employed on each Time and

Material project at 135% of the Cost of Labour up to $3000, then at 120% of any portion of the Cost of Labour in excess of $3000.

.02 At the Owner’s discretion, an audit may be conducted in which case the actual Payroll Burden so determined shall be applied to all Work on Time and Material Basis on the Contract

8.02.04.05 Payment for Material .01 Where payments are to be made on a Time and Material Basis, the Owner

shall pay the Contractor for Material used at 120% of the Cost of Material up to $3,000, then at 115% of any portion of the Cost of Material in excess of $3,000.

308 of 362

VIEW

ING C

OPY

8.02.04.06 Payment for Equipment

8.02.04.06.01 Working Time .01 The Owner shall pay the Contractor for the Working Time of all Equipment

other than Rented Equipment and Operated Rented Equipment used on the Work on a Time and Material basis at the 127 Rates with a cost adjustment as follows:

a) Cost $10,000 or less - no adjustment; b) Cost greater than $10,000 but not exceeding $20,000 -

payment $10,000 plus 90% of the portion in excess of $10,000; and

c) Cost greater than $20,000 - $19,000 plus 80% of the portion in excess of $20,000.

.02 The Owner shall pay the Contractor for the Working Time of Rented

Equipment used on the Work on a Time and Material Basis at 110% of the invoice price approved by the Contract Administrator up to a maximum of 110% of the 127 Rate. This constraint may be waived when the Contract Administrator approves the invoice price prior to the use of the Rented Equipment.

.03 The Owner shall pay the Contractor for the Working Time of Operated Rented Equipment used on the Work on a Time and Material Basis at 110% of the Operated Rented Equipment invoice price approved by the Contract Administrator prior to the use of the Equipment on the Work on a Time and Material Basis.

8.02.04.06.02 Standby Time .01 The Owner shall pay the Contractor for Standby Time of Equipment at 35%

of the 127 Rate or 35% of the invoice price whichever is appropriate. The Owner shall pay reasonable costs for Rented Equipment where this is necessarily retained in the Working Area for extended periods agreed to by the Contract Administrator. This shall include Rented Equipment intended for use on other work, but has been idled due to the circumstances giving rise to the Work on a Time and Material Basis.

.02 In addition, the Owner shall include the Cost of Labour of operators or associated labourers who cannot be otherwise employed during the Standby Time or during the period of idleness caused by the circumstances giving rise to the Work on a Time and Material Basis.

.03 The Contract Administrator may require Rented Equipment idled by the circumstances giving rise to the Work on a Time and Material Basis to be returned to the lessor until the Work requiring the Equipment can be resumed. The Owner shall pay such costs as result directly from such return.

.04 When Equipment is transported, solely for the purpose of the Work on a Time and Material Basis, to or from the Working Area on a Time and Material basis, payment shall be made by the Owner only in respect of the transporting units. When Equipment is moved under its own power it shall be

309 of 362

VIEW

ING C

OPY

deemed to be working. The method of moving Equipment and the rates shall be subject to the approval of the Contract Administrator.

8.02.04.07 Payment for Hand Tools .01 Notwithstanding any other provision of this paragraph, no payment shall be

made to the Contractor for, or in respect of, Hand Tools or Equipment that are tools of the trade.

8.02.04.08 Payment for Work by Subcontractors .01 For Changes in the Work, where the Work is performed by a Subcontractor

the Owner shall pay the Contractor a markup in the amount of 10% of the first $10,000 plus 5% of the amount in excess of $10,000.

.02 No further markup shall be applied regardless of the extent to which the Work is assigned or sublet to others. If Work is assigned or sublet to an associate, as defined by the Securities Act no markup whatsoever shall be applied

8.02.04.09 Submission of Invoices .01 At the start of the Work on a Time and Material Basis, the Contractor shall

provide the applicable labour and Equipment rates not already submitted to the Contract Administrator during the course of such Work.

.02 Separate summaries shall be completed by the Contractor and each such summary shall include the Change Directive or Change Order number and covering dates of the Work and shall itemize separately labour, Materials and Equipment. Invoices for Materials, Rented Equipment and other charges incurred by the Contractor on the Work on a Time and Material Basis shall be included with each summary.

.03 Each month the Contract Administrator shall include with the monthly Progress Payment Certificate, the costs of the Work on a Time and Material Basis incurred during the preceding month all in accordance with the contract administrative procedures and the Contractor's invoice of the Work on a Time and Material Basis.

.04 The final summary required under 8.02.04.09.02 shall be submitted by the Contractor within 60 Days after the completion of the Work on a Time and Material Basis.

8.02.04.10 Payment Other Than on a Time and Material Basis .01 Paragraph GC 8.02.04 shall not preclude the option of the Contract

Administrator and the Contractor negotiating a Lump Sum or Unit Price payment for Changes in the Work.

8.02.04.11 Payment Inclusions .01 Except where there is agreement in writing to the contrary, the payments

described herein shall be accepted by the Contractor as compensation in full for profit and all costs and expenses arising out of the Work including all cost of general supervision, administration and management time spent on the Work and no other payment or allowance shall be made in respect of such Work.

310 of 362

VIEW

ING C

OPY

8.02.05 Final Acceptance Certificate .01 After the acceptance of the Work the Contract Administrator shall issue the

Final Acceptance Certificate, or, where applicable, after the Warranty Period has expired. The Contract Administrator shall have no obligation to issue the Final Acceptance Certificate until all known deficiencies have been adjusted or corrected, as the case may be, and the Contractor has discharged all obligations under the Contract Documents.

8.02.06 Payment of Workers .01 The Contractor shall, in addition to any fringe benefits, pay the workers

employed on the Work in accordance with the labour conditions set out in the Contract Documents and at intervals of not less than twice a month.

.02 The Contractor shall require each Subcontractor doing any part of the Work to pay the workers employed by the Subcontractor on the Work in the same manner as set out in paragraph GC 8.02.06.01.

.03 Where any person employed by the Contractor or any Subcontractor or other person on the Work is paid less than the amount required to be paid under the Contract Documents, the Owner may set off monies owing to the Contractor to reflect the amount required to be paid under the Contract Documents.

8.02.07 Records .01 The Contractor shall maintain and keep accurate Records relating to the

Work, including any Changes in the Work, and claims arising therefrom. Such Records shall be of sufficient detail to support the total cost of the Work, and any Changes in the Work. The Contractor shall preserve all such original Records until 12 months after the Final Acceptance Certificate is issued or until all claims have been settled, whichever is longer. The Contractor shall require that Subcontractors employed by the Contractor preserve all original Records pertaining to the Work, or any Changes in the Work and claims arising therefrom for the same period of time.

.02 If, in the opinion of the Contract Administrator, Daily Work Records are required, the Contractor's Daily Work Records shall include the labour and Equipment employed and the Material used on any specific portion of the Work. The Daily Work Records shall be reconciled with and signed by the Contractor's representative each day.

.03 The Owner may inspect and audit the Contractor's Records relating to the Work, and any Changes in the Work at any time during the period of the Contract. The Contractor shall supply certified copies of any part of its Records required whenever requested by the Owner.

311 of 362

VIEW

ING C

OPY

8.02.08 Taxes and Duties .01 Where a change in Canadian Federal or Provincial taxes occurs after the

date of the Tender Call closing for this Contract, and this change could not have been anticipated at the time of bidding, the Owner shall increase or decrease Contract payments to account for the exact amount of tax change involved.

.02 Claims for compensation for additional tax cost shall be submitted by the Contractor to the Contract Administrator on forms provided by the Contract Administrator to the Contractor. Such claims for additional tax costs shall be submitted not less than 30 Days after the date of Final Acceptance.

.03 Where the Contractor benefits from a change in Canadian Federal or Provincial taxes, the Contractor shall submit to the Contract Administrator, on forms provided by the Contract Administrator, a statement of such benefits. This statement shall be submitted not later than 30 Days after Final Acceptance.

.04 Changes in Canadian Federal or Provincial taxes that impact upon commodities, which when left in place form part of the finished Work, or the provision of services, where such services form part of the Work and where the manufacture or supply of such commodities or the provision of such services is carried out by the Contractor or a Subcontractor, are subject to a claim or benefit as detailed above. Services in the latter context means the supply and operation of equipment, the provision of labour and the supply of commodities, which do not form part of the Work.

8.02.09 Liquidated Damages .01 It is agreed by the parties to the Contract that if all the Work is not completed

within the time specified or any extension thereof by the Contract Administrator, damage will be sustained by the Owner, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the Owner will sustain in the event of and by reason of such delay and the parties hereto agree that the Contractor will pay to the owner Five Hundred Dollars ($500.00), or as otherwise indicated in the Contract Documents, for liquidated damages for each and every Working Day’s delay in finishing the Work beyond the date of completion or number of days prescribed. It is agreed that this amount is an estimate of actual damage to the Owner which will accrue during the period in excess of the prescribed date of Completion, and is not a penalty.

The Owner may deduct any amount under this paragraph from any monies that may be due or payable to the Contractor on any account with respect to the Contract Documents. The liquidated damages payable under this paragraph are in addition to and without prejudice to any other remedy action or other alternative that may be available to the Owner.

312 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-1

Section 5A – Specific Conditions of Contract

Table of Contents Page No. 5A- 1.  Specification Reference Numbers ....................................................................................... 2 

2.  Emergency During Construction ......................................................................................... 2 

3.  Certificate of Recognition (COR™) Requirement .............................................................. 2 

4.  Workplace Safety and Insurance Act .................................................................................. 2 

5.  Occupational Health and Safety Act ................................................................................... 2 

6.  Workforce Development Plan .............................................................................................. 7 

7.  Organization of Work and Work Restrictions ..................................................................... 7 

8.  Other Contractors ................................................................................................................. 8 

9.  Contractor's Liability ............................................................................................................ 8 

10. Construction Survey and Layout ......................................................................................... 8 

11. Disposal of Surplus Excavated Material and Removals .................................................... 9 

12. Smog Alert Response Plans .............................................................................................. 10 

13. Security and Construction Signs ...................................................................................... 11 

14. Material and Truck Weighing ............................................................................................. 11 

15. Noise Regulations ............................................................................................................... 12 

16. Fair Wage and Labour Trades Policy ................................................................................ 12 

17. Liquidated Damages ........................................................................................................... 12 

18. Spills Reporting ................................................................................................................... 13 

19. Taxes .................................................................................................................................... 13 

20. Insurance ............................................................................................................................. 13 

21. Co-ordination and Meetings ............................................................................................... 13 

22. Communication ................................................................................................................... 13 

23. Payment Schedule .............................................................................................................. 14 

24. Material Price Adjustment .................................................................................................. 14 

25. Standard Specifications and Standard Drawings ............................................................ 14 

26. Construction Schedule ....................................................................................................... 14 

27. Performance Evaluation ..................................................................................................... 14 

28. Payroll Burden Rate for Work on a Time and Material Basis .......................................... 14 

29. Traffic Signal and Street Lighting Installations ................................................................ 15 

30. Hot Work and Red Tag Permit Training ............................................................................ 16 

31. Service Standards for Contractors in Responding to Third Party Claims .................... 16 

32. Confined Spaces ................................................................................................................. 17 

313 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-2

1. Specification Reference Numbers

All index and reference numbers in the Tender Submission Package, Plans and/or Specifications, or Index are given for the convenience of the Contractor and as such must be taken only as a general guide to the items referred to. It must not be assumed that such numbering is the only reference to each item, but the Contract as a whole must be fully read in detail for each item.

2. Emergency During Construction

The Contractor is requested to furnish the phone number and name of a representative who can be contacted on a 24 hour basis in case of emergency during construction, upon request by the Contract Administrator after the award of the Contract. Those nominated shall have a cellular phone and/or pager to ensure that potential contact with them can be sustained over 24 hours, seven days a week throughout the duration of the Contract.

3. Certificate of Recognition (COR™) Requirement

Where required in the Contract Documents, the Contractor shall possess and maintain a valid Certificate of Recognition (COR™) or equivalent OHS Certification satisfactory to the City (in the City's sole discretion) at all times for the duration of the Contract. The Contractor shall provide the Consultant or Contract Administrator with a new Certificate of Recognition (COR™) or equivalent OHS Certification immediately upon the expiry of the previous Certificate of Recognition or equivalent OHS Certification or otherwise upon demand by the Consultant or Contract Administrator.

4. Workplace Safety and Insurance Act

Before commencing Work, the Contractor shall provide the City with a valid clearance certificate from the Workplace Safety & Insurance Board (WSIB), and shall continue to provide valid clearance certificates from the WSIB for the duration of the Contract. Prior to the release of final monies owing by the City of Toronto, the Contractor will be required to produce a certificate issued by the Board to the effect that she/he has paid in full their assessment based on a true statement of the amount of payrolls. If such a certificate cannot be provided because the Contractor is considered by WSIB to be an independent operator without coverage, a letter to this effect from the WSIB shall be provided by the Contractor.

5. Occupational Health and Safety Act

5.1 Nothing in this section shall be deemed or construed as making the City the "employer" of any workers employed or engaged by the Contractor to perform the Work and/or supply services to the project, including any part thereof, or the "constructor", either instead of or jointly with the Contractor. “Employer” and “constructor” shall have the same meaning as in section 1 of the Occupational Health and Safety Act, R.S.O. 1990, Chapter O.1, as amended from time to time, including any regulations thereunder and successor legislation (hereinafter collectively referred to as the “OHSA”).

5.2 Unless specifically advised otherwise in writing by the Contract Administrator or otherwise directed by the Ministry of Labour, where the Work consists of or includes construction, the Contractor shall for the purposes of the OHSA be

314 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-3

deemed, construed and designated as the "constructor" for the project comprising the Work and shall:

(a) assume all of the responsibilities of that constructor as set out in the OHSA and its regulations including, without restricting the generality of the foregoing,

(i) registration as a constructor with the Director of the Construction Health and Safety Branch in accordance with the OHSA and, in particular section 5 of Regulation 213/91 or any successor provision;

(ii) posting/compliance with any applicable notice-filing and notice-posting/availability requirements of the OHSA and, in particular section 6 of Regulation 213/91 under or any successor provision;

(b) provide the City with adequate written proof of the registration referred to in subsection (a) (i) of this section before commencing the Work; and

(c) where the notice requirements referred to in subsection (a) (ii) of this section are applicable, provide a copy of such notice to the City concurrently with the filing thereof pursuant to the OHSA.

5.3 In accordance with the OHSA, as amended, a list of designated substances found at the project site is appended to hereto under Section 4 – Scope of Work and forms part of this Contract.

5.4 The Contractor shall ensure that each prospective Subcontractor engaged by the Contractor for the project has received a copy of the list of designated substances that are present at the site, provided to the Contractor by the City, before each prospective Subcontractor enters into a binding contract for the supply of Work on the project, and the Contractor shall perform all other obligations as the constructor under the Contract and for the project.

5.5 The Contractor shall conform to and enforce strict compliance with the OHSA including, without restricting the generality of the foregoing, the Contractor's duties and obligations as an "employer" under section 25 and 26 thereof, and OHSA regulations with respect to construction, designated substances and asbestos. “Designated substance” and “hazardous material” shall have the same meaning as in the OHSA.

5.6 The Contractor shall:

(a) ensure that no work will commence, and that those engaged by the Contractor are aware of and comply with the requirements of the OHSA and shall not commence work, without first reporting their arrival and intent at the Work site on the first day to the Contract Administrator;

(b) establish and maintain at each Work site, in a manner easily available to all workers, other staff and authorized City staff, a copy of all relevant Safety Data Sheets (“SDS”);

(c) deliver to the Contract Administrator a list of all designated substances and a copy of the SDS for each hazardous material, both as defined in the OHSA,

315 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-4

that will be brought to the Project site and/or used in the performance of the Work, no later than Five (5) working days following execution of the Contract and at least Ten (10) working days prior to commencement of the Work;

(d) not bring onto the Work site any designated substance or hazardous material without the prior written authorization of the Contract Administrator;

(e) strictly conform to and comply with, all applicable laws, statutes, regulations, orders, directives and rulings from any federal, provincial or municipal governmental authority pertaining to lead and any other designated substance(s) or hazardous material(s), including without limitation, the OHSA and all regulations thereunder, and also cause its Subcontractors to do so;

(f) submit to the Contract Administrator a copy of the Notice of Project issued to the Ministry of Labour;

(g) should the Contractor be issued a notice/directive as either an "order to comply" or a "stop work order", immediate corrective measures shall be taken by the Contractor. A copy of the notice/directive shall be delivered to the Contract Administrator immediately.

(h) promptly report to the Contract Administrator all accidents involving personal injury or property damage that occur in connection with the work; and

(i) take all steps necessary to prevent the spread of lead-containing dust/particles and any other designated substance(s) or hazardous material(s) from the Work site when performing Work involving, but not limited to, lead-containing paint, and to protect the Contractor, those engaged by the Contractor in performance of the Work, City employees and all others, including the general public, likely to be at or near the Work site.

5.7 Where the Work includes removal of asbestos, the Contractor shall:

(a) conform to and enforce strict compliance with all applicable laws, statutes, regulations, orders, directives and rulings from any federal, provincial or municipal governmental authority governing workplace safety or asbestos on construction projects and in building and repair operations with respect to the removal of asbestos, air testing and removal of barriers, including without limitation, OHSA Reg. 278/05 (Designated Substance – Asbestos on Construction Projects and in Buildings and Repairs Operations), hereinafter referred to as the “Asbestos Regulation”, as may be amended from time to time;

(b) ensure, through appropriate air testing and such other measures as may be appropriate and necessary, that the Work site and adjacent areas not been contaminated with asbestos during the performance of the Work; and

(c) prior to dismantling any barriers erected to contain asbestos and asbestos-containing materials, the Contractor shall provide written confirmation to the Contract Administrator that, after conducting proper air testing and other due

316 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-5

diligence measures, the area is safe in accordance with the requirements of the OHSA.

5.8 Asbestos

(a) If, during the course of the Work, the Contractor or any of the Subcontractors or suppliers engaged by the Contractor, disturb material that is believed to be asbestos containing material, separate and apart from asbestos abatement work forming part of the Contract, the Contractor shall act in strict compliance with the OHSA, including but not limited to the Asbestos Regulation, and without limiting the generality of the foregoing, shall:

(i) Stop work and evacuate the area where the asbestos containing material is believed to have been disturbed and take all precautions or actions mandated by the OHSA and notify the City immediately;

(ii) Notify the Contract Administrator via telephone, with written notification to follow as soon as possible; and

(iii) Refrain from entering the work area for any reason whatsoever until safe to do so, in accordance with the requirements of the OHSA and, prior to re-entry, notify the Contract Administrator for approval to recommence Work.

(b) The Contractor shall ensure that all employees, including the employees of any Subcontractors, are trained on the City’s asbestos management program (the “Program”) prior to the commencement of the work. The training will include the specific requirements of the Program and the record containing the City’s inventory report, including,

(i) the location of all asbestos containing material described in the record for the work location, including drawings, plans and specifications;

(ii) whether the material is friable or non-friable;

(iii) a description of the condition of the material.

(c) Prior to the commencement of the Work, the Contractor shall confirm to the City in writing that the training described in section 5.8(b) has been completed.

(d) The Contractor shall ensure that all employees, including the employees of any Subcontractors, are trained on the City’s asbestos report prepared in accordance with section 10 of the Asbestos Regulation. The training shall include the specific requirements of the report including,

(i) the location of all asbestos containing material described in the record for the work location, including drawings, plans and specifications;

(ii) whether the material is friable or non-friable;

(iii) a description of the condition of the material.

317 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-6

(e) Prior to the commencement of the work, the Contractor shall confirm to the City in writing that the training described in paragraph 5.8(d) has been completed.

5.9 The Contractor shall use all reasonable and due care to avoid spilling or disturbing any designated substance(s) or hazardous material(s) of which the City notifies the Contractor are or may be on the site; and shall not remove or interfere with any designated substance(s) or hazardous material(s) except in full compliance with the OHSA and, after notifying the Contract Administrator, being authorized to do so by the Contract Administrator. The Contractor shall, following discovery that any designated substance or hazardous material has been removed or interfered with other than in compliance with this subsection, forthwith report same to the Contract Administrator and ensure that no further such non-complying removal or interference occurs.

5.10 Where the Contractor encounters designated substance(s) or hazardous material(s) at the site or has reasonable grounds to believe that designated substance(s) or hazardous material(s) are or may be present at the site, the Contractor shall take all reasonable steps as deemed necessary to comply with the OHSA, including stopping the Work, to ensure that no person suffers injury, sickness, or death and that no property is injured or destroyed as a result of exposure to or the presence of such substance(s) or material(s), and immediately report the circumstances to the Contract Administrator and any other appropriate authority, in writing. Where there is a delay by reason of so doing, the Contractor shall be entitled to its reasonable costs, to the extent directly incurred by reason of that delay and directly related to designated substance(s) or hazardous material(s) which existed at the site prior to the commencement of the Work which were not disclosed by the City.

5.11 Authorized representatives of the City shall, at all times, have access to the Work site to monitor the Contractor’s compliance with the terms of the Contract.

5.12 During the course of the Work, the Contractor shall furnish forthwith to the City of Toronto Health and Safety Manager, via the Contract Administrator, a copy of all correspondence, reports, compliance orders or charges arising from or issued in respect to the requirements of the OHSA which are received or which come to the notice of the Contractor that apply or are relevant to any of the Work or activities conducted under the terms of the Contract.

5.13 Without limiting any other right, remedy or privilege of the City under this Contract or otherwise provided by law, statute or in equity, where the Contractor has failed to strictly comply with the OHSA or any other health and safety duty, obligation or requirement of the Contractor, whether express or implied, the City shall have the right to:

(a) Require the Contractor to remedy such default, by the removal of any workers from the Work that fail to comply with the OHSA (or any other health and safety plan, policy or program requirement of the Contract) or the taking of such other measures as may be necessary to remedy such default;

(b) Suspend or stop the Work;

318 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-7

(c) Cancel or terminate the Contract; and/or

(d) Exercise any other right, remedy or privilege available to the City for default or breach of this Contract available under the terms of this Contract, or may be available in law, by statute or in equity.

5.14 In the event that the City exercises the right to suspend or stop the Work or an affected part thereof, as a result of the failure by the Contractor to strictly comply with the OHSA or any other health and safety duty, obligation or requirement of the Contractor, such Work or part thereof shall not resume until any such violation has been completely rectified to the satisfaction of the Contract Administrator.

5.15 The Contractor shall be responsible for any delay in the progress of the Work as a result of any violation of a health and safety requirements of any federal, provincial or municipal governmental authority, it being understood that no such delay shall be deemed or construed as an "Unavoidable Delay" for the purposes of extending the time for performance for the Work or entitling the Contractor to additional compensation whatsoever, and the Contractor shall take all necessary steps to avoid delay in the final completion of the Work without additional cost to the City. The City shall not be responsible for any compensation, expense or liability resulting from any such delay.

5.16 Nothing in this Contract shall be construed as requiring the City to monitor or approve the workplace health and safety practices of the Contractor. The City shall not be liable to any person by reason of a breach by the Contractor or any Subcontractor of any applicable health and safety standard or requirement.

6. Workforce Development Plan

Where required in the Contract Documents, the Contractor shall implement and document the Workforce Development Plan described in Section 2, Article 5 to the satisfaction of the City (in its sole discretion).

7. Organization of Work and Work Restrictions

Before work commences, the Contractor shall expedite the ordering and delivery of all materials and equipment required, and shall co-ordinate the sequence of the work stages. No claim shall be allowed for delays and/or additional expense resulting from failure to order and accept the delivery of materials from suppliers in a timely manner and subsequent failure to maintain the contract schedule.

It is the Contractor's responsibility to implement all required measures (e.g. fences, enclosures, etc.) in order to strictly control the pedestrian traffic in the construction area and to prevent any pedestrian approaching into the areas of construction hazard, or any other dangerous area.

The Contractor shall be attentive to the needs of pedestrians that are visually or physically impaired, and the Contractor must be prepared at all times to assist in the safe and comfortable passage of these pedestrians.

The Contractor shall note that a number of existing utilities and services are located below the area of reconstruction and others in the near vicinity. The Contractor shall examine the

319 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-8

site to identify potential problems associated with the accessibility, transportability and constructability of their proposed methods.

8. Other Contractors

The Contractor is advised that existing utility relocation and other work, survey, testing, sampling and quality control estimates may take place within the construction limits prior to and possibly during the work to facilitate the new construction. The Contractor shall co-ordinate its activities with those of any particular utility, testing companies, City crew and other contractor working within the project construction limits at a particular work location in order that all work can take place expeditiously and without conflict.

There shall be no consideration for additional payment to the Contractor related to work activity co-ordination as described above.

9. Contractor's Liability

The Contractor will be held responsible by the City of Toronto for damages caused by the Contractor's work to utilities, properties, structures near to or in the general area of the Work, through the Contractor's or its Subcontractor's intentional or negligent action or omission, or through settlement of ground, vibration or shock etc., resulting from causes relating to the Work performed under the Contract. Additionally, the Contractor will be required to make good all damage at its expense and to the satisfaction of the Contract Administrator.

10. Construction Survey and Layout

If Section 4 – Scope of Work requires the Contractor to perform the survey and layout of the project, the service shall be performed in accordance with GC 3.05, GC 7.02.01 and the Special Specifications in Section 4A of this document. Sub-clauses pertaining to layout by the Owner are not applicable.

The survey and layout shall be performed or supervised by a competent surveyor with a minimum of five years related field experience (the "Surveyor"). The Contractor shall ensure the Surveyor attends a pre-construction meeting and other meetings as requested by the Contract Administrator.

The Contractor shall be responsible for ensuring the Surveyor prepares grade sheets and keeps proper digital records, notes and sketches of the survey and layout. A copy of the records (including but not limited to survey notes and sketches) shall be kept on site and accessible to the Contract Administrator at any time. The grade sheets shall be submitted to the Contract Administrator within 7 calendar days of production.

The Contractor shall produce a set of redlined Contract Drawings ("As-Built Field Record") marked with as-built information of the Project. The As-Built Field Record and all other records produced must be submitted to the Contract Administrator within 60 calendar days of Substantial Performance.

The compensation for the survey and layout shall be based on the lump sum amount for the tender item for the survey and layout identified in the Pricing Form. The lump sum amount for survey and layout shall not exceed 5 per cent of the Total Bid Price in the Pricing Form.

320 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-9

Eighty percent (80%) of the lump sum amount for the survey and layout shall be paid over the duration of the Contract in proportion to the value of the works completed as a percentage of the Total Bid Price. No payment will be made until the grade sheets are received by the Contract Administrator.

Twenty percent (20%) of the lump sum amount for the survey and layout shall be withheld and paid upon receipt and acceptance of the As-built Field Record. Should the Contractor fail to submit the As-built Field Record or if the submitted As-Built Field Record is not satisfactory to the Contract Administrator, this withheld amount may be used by the Contract Administrator to pay for an independent contractor to produce the As-built Field Record. If the cost to produce the As-built Field Record by the independent contractor exceeds the withheld amount, the Owner may exercise its right of set off under GC 8.02.03.08 and deduct the additional cost from funds due and payable to the Contractor.

The Contractor must report to the Contract Administrator immediately any conflict, inconsistencies, errors, omissions, and/or discrepancies found between the Contract Drawing(s) and the existing physical conditions. Immediately upon becoming aware of such conflict, inconsistencies, errors, omissions and/or discrepancies, the Contractor shall stop survey and layout work until further directed by the Contract Administrator. The City shall not be responsible for any additional cost or time delay due to a failure of the Contractor or the Contractor's Surveyor to report in a timely manner such conflict or inconsistencies found, or due to a failure to suspend the survey and layout work pending direction from the Contract Administrator.

The Owner may conduct quality assurance verifications of the survey and layout as it deems necessary. The Owner's quality assurance process shall not relieve the Contractor of its responsibilities and obligations under this Contract. Any deficiency, omission or error identified by the Owner in the quality assurance process will be reported to the Contractor within two (2) Working Days. The Contractor shall verify the information provided by the Owner, and make adjustments or corrections where necessary. There shall be no additional compensation or extension of Contract Time for correction of the Contractor's deficiencies, omissions or errors.

Adjustments or corrections to the survey and layout required due to conflicts, inconsistencies, errors, omissions, and/or discrepancies between the Contract Drawing(s) provided by the Owner and the existing physical conditions will be compensated on a Time and Material basis in accordance with GC 8.02.04. This compensation shall be limited to the cost of survey crew only.

If construction survey and layout is not identified as a tender item in the Pricing Form and it is required during construction, or if Changes in the Work result in additional or a reduction in the service, adjustments in compensation shall be made on a Time and Material basis in accordance with GC 8.02.04.

11. Disposal of Surplus Excavated Material and Removals

All surplus excavated materials, removals, grindings and all other debris, including that from sewer flushing and catch basin cleaning, shall be disposed of, off site. No separate payment shall be made for the costs associated with this work.

321 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-10

The City will not make arrangements for the disposal of surplus materials or supply bills of lading.

The Contractor shall assume full ownership of the surplus excavated material and shall be solely responsible for its removal and disposal. The Contractor shall indemnify and hold harmless the City and each of its elected officials, officers, employees and agents from and against all claims, demands, actions, suits or proceeding which may arise in connection with the excavated material and the handling and disposal thereof.

The Contractor shall comply with the requirements of all federal, provincial and municipal laws, acts, ordinances, regulations, orders-in-council and bylaws, which could in any way pertain to the work outlined in the Contract.

Stockpiling of excavated material within the City street allowance is not permitted. The Contractor shall dispose of all excavated material off site immediately upon removal. No additional payment will be made for costs incurred as a result of this requirement.

12. Smog Alert Response Plans

The Contractor, when notified by the Contract Administrator that the City’s Smog Alert Response Plan has been implemented, shall, where applicable:

suspend use of oil based products except for roadway line painting required to address safety concerns or to reduce traffic congestion;

suspend all pesticide spraying;

suspend grass cutting operations;

not allow refuelling during daytime hours;

reduce equipment and vehicle idling as much as practical;

curtail the use of two-stroke engines as much as practical;

suspend normal street sweeping of all roadways during daytime hours except where there is an urgent need for clean-up, such as following a special event such as Caribana;

suspend the operation of loop cutting tar pots; and

suspend any non-essential planned traffic control device installation or modification work which will require lane closures or require complete deactivation of the traffic control device. Work that is required to address safety concerns or to reduce traffic congestion may continue.

Asphalt paving operations using SS-1 tack coat (water based) may continue.

A Smog Alert may be preceded by a Smog Watch. A Smog Watch is issued when there is a 50 per cent chance that a smog day is coming within the next three (3) days. The Contractor shall not be entitled to any additional payment or extension of Contract Time due to the implementation of the Smog Alert Response Plans.

Notwithstanding the above, if it is necessary and the Contract Administrator ordered the suspension of paving operations, payment and/or extension of the Contract for the suspension of asphalt paving operations shall only be made if notification by the Chief

322 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-11

Engineer and Executive Director or General Manager to suspend work is made in less than four hours prior to starting of such operations, and if such suspension has detrimentally impacted on the Contractor's work schedule. The Contractor shall provide supporting documentation identifying the impact and associated fair and reasonable costs in accordance with the General Conditions of Contract section 8.02.07 Records and any delay in accordance with the General Conditions of Contract section 3.07 Extension of Contract Time and section 3.08 Delays.

Payment for this work, at actual costs incurred, shall be made under the appropriate provisional item(s) identified in the Pricing Form and in accordance with the General Conditions of Contract 8.02.04 Payment on a Time and Material Basis with the exception of any mark ups.

13. Security and Construction Signs

The Contractor shall be responsible for the security of the work of this Contract from the time the job site is turned over to him until all work has been completed.

The Contractor shall take all necessary precautions to ensure that the construction site does not pose a hazard to the public for the duration of the project. Appropriate safety and warning signs must be posted. All such site security measures shall be removed from the site at the completion of the project.

The Contractor shall supply a Capital Improvement/Project Information Sign that shall be posted in a prominent area. The specifications for the sign can be found at www.toronto.ca/ecs-standards under Construction Information Sign Specifications.

Project information for the sign, if not specified in this Tender Call, shall be provided by the Contract Administrator. The number of signs required is specified in the Pricing Form.

The costs for providing, installing, removing and disposing the signs shall be included in the Bidder’s Pricing Form submission. No additional separate payment shall be made in connection with the signs.

14. Material and Truck Weighing

The City reserves the right to randomly verify the quantity of materials supplied in connection with this Contract. Prior to unloading of materials that are priced on a unit weight basis (“unit weight materials”), the weight tickets must be provided to the Contract Administrator (or in their absence, the City’s inspector). Material weight tickets that are not provided to the Contract Administrator or the City’s inspector prior to unloading will not be accepted later for payment.

When directed by the Contract Administrator or the City’s inspector, trucks carrying unit weight materials shall proceed immediately to a City’s weighing facility as specified by the Contractor Administrator or the inspector. After passing through the City’s weight scale and unloading the materials, the empty truck shall return to the same facility to verify the vehicle tare if so directed by the Contract Administrator or the City’s inspector.

Should the weight verification show that the verified weight of the material is less than what is shown on the Contractor’s weight ticket by more than 1.0 per cent, the payment for the affected load shall be made based on the weight measured by the City’s weighing facility.

323 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-12

City staff will also adjust the method of measurement for all following loads that are not weight-verified but have been delivered to the site before a new weight verification process can prove the Contractor had rectified the weight inconsistency. The weight of the following loads will be adjusted based on an adjustment factor determined from the most recently weight-verified load

The City will not compensate the Contractor for any cost associated with the weight verification process.

15. Noise Regulations

The Contractor shall comply with all City noise bylaws. In addition, the Contractor shall ensure the following:

Equipment shall be maintained in an operating condition that prevents unnecessary noise, including but not limited to proper muffler systems, properly secured components and the lubrication of all moving parts; and

Idling of equipment shall be restricted to the minimum necessary for the proper performance of the specified work.

16. Fair Wage and Labour Trades Policy

The Contractor and all associated Subcontractors, shall be subject to the City's Fair Wage Policy and Labour Trades Obligations, as adopted by the City from time to time, and any of the City's or legislated labour trades requirements. Failure to comply with this policy and/or these requirements, may lead to termination of the Contract, or termination or rejection of a Subcontractor, as the case may be, with no recourse by the Contractor in respect of such termination or rejection.

The Fair Wage Schedule that is applicable to this Contract is set out in Section 2 – Information for Bidders – of this Tender Call.

17. Liquidated Damages

The Contractor recognizes and agrees that the City will suffer financial loss if the Work is not completed within the time specified in this Contract. The Contractor also recognizes the delays, expenses and difficulties involved in proving the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the Contractor agrees that as liquidated damages for delay (but not as penalty) the Contractor shall pay to the City the sum of $1,200.00 per day as liquidated damages for each and every calendar day’s delay from the specified time for completion of the Work until actual completion of the Work, and it is further expressly acknowledged and agreed by the Contractor that:

(a) this amount is a reasonable estimate of the actual damage that will be incurred by the City due to any failure to complete the Work within the time required by this Contract;

(b) the City may deduct the amount due under this section from any monies that may be due or payable to the Contractor, whether under this Contract or any other agreement; and,

324 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-13

(c) the liquidated damages provided for in this section shall be without prejudice to any other remedy to which the City is entitled at law or in equity.

18. Spills Reporting

Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations that cause or are likely to cause adverse effects shall forthwith be reported to the Contract Administrator. Spills or discharges and their adverse effects shall be as defined in the Environmental Protection Act R.S.O. 1990, c. E.19, as may be amended.

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

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

19. Taxes

Harmonized Sale Tax (HST) is to be applied to the prices submitted as specified in the relevant sections of the Tender Call document or in the Price Schedule provided in the Tender Call.

HST for the supply and delivery of materials/goods is to be shown as additional/separate line items on the Price Schedule and any subsequent invoices.

20. Insurance

This clause is supplementary to clause GC 6.03 of the General Conditions of Contract in Section 5. The limit of Commercial Liability Insurance is $5,000,000 as specified in GC 6.03.02. The limit of Automobile Liability Insurance is $5,000,000 as specified in GC 6.03.03. The Contractor shall provide Pollution Insurance with a limit of $1,000,000 for sudden and accidental and gradual pollution occurrences associated with the Work.

21. Co-ordination and Meetings

The Contractor shall attend regular meetings with the City of Toronto and others, including but not limited to, Toronto Transit Commission, Bell Canada, Enbridge, Toronto Hydro, and business organizations as may be required by the Contract Administrator to co-ordinate services affected by the Contract and to monitor on-going administration and progress of the contract.

22. Communication

Not applicable.

325 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-14

23. Payment Schedule

Not applicable.

24. Material Price Adjustment

Not applicable.

25. Standard Specifications and Standard Drawings The City's Standard Specifications and Standard Drawings that apply to the Work shall be those that can be found on-line at www.toronto.ca/ecs-standards as of the date the tender for the Work is issued.

This Contract may also refer to Ontario Provincial Standards (OPS) specifications and drawings. In such case, Bidders shall acquire the applicable specifications and drawings from OPS. Information about OPS can be found at www.ops.on.ca.

26. Construction Schedule

This clause is supplementary to clause GC 7.01.12 of the General Conditions of Contract.

Payments of Contractor’s invoices will not be made prior to the receipt of the required construction schedule satisfactory to the Contract Administrator.

The construction schedule shall be in the form of a Gantt chart in weekly intervals, and shall show, as a minimum, the milestones for each phase and major work items, reflecting the sequence of construction and identifying the critical path.

The Contractor shall update the schedule biweekly, or at a period or frequency agreed to by the Contract Administrator, and provide the updated schedule to the Contract Administrator.

Failure to submit updated construction schedules may result in payments not being made or being delayed.

27. Performance Evaluation

The Contractor’s performance will be monitored and evaluated as necessary. Unsatisfactory performance, including failure to rectify defective works as requested by the Contract Administrator throughout the Contract (including Warranty Period), may lead to the Contractor not being awarded for future City contracts.

28. Payroll Burden Rate for Work on a Time and Material Basis

Standard Rate (40%)

The Owner will pay the Contractor’s Payroll Burden at a standard 40 per cent of the wages and salary portion of the Cost of Labour for change in the work in the Contract that is carried out on a Time and Material basis.

Option for Contractor’s Actual Payroll Burden Rate

326 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-15

Alternatively, the Owner will consider paying at the Contractor’s actual payroll burden rate. To be considered for this option, the Contractor MUST submit their actual payroll burden rate on the Owner’s prescribed Contractor’s Payroll Burden Form ("Form") prior to the commencement of any work on a Time and Material basis, preferably at the pre-construction meeting.

The Form is available from the Contract Administrator upon request and it shall be completed, certified and signed by the Contractor’s external auditor. The Payroll Burden rate shall be calculated from the total expenditures of wages, salaries and benefits for all of the Contractor's employees paid during the previous 12 month calendar year (i.e. January 1st to December 31st). All permitted expenses in relation to labour costs are included on the prescribed Form.

If accepted, the submitted Form shall be effective until January 31st of the following year and the payroll burden rate will apply to all Time and Material works carried out within the effective period of the Form. If the Contractor fails to submit a signed Form before the commencement of any work on a Time and Material basis, or if the submitted Form is not acceptable to the Owner, the Owner will apply the 40 per cent standard payroll burden rate for all works that are carried out on a Time and Material basis under this Contract until a Form is submitted by the Contractor and accepted by the Owner.

During the Contract period, the Contractor must submit an updated Form by January 31st of a new calendar year. If accepted, the updated Form shall be effective until January 31st of the following year. If the Contractor failed to submit an updated Form or the submitted Form is not accepable, the Owner will apply the standard 40 per cent payroll burden rate to all Time and Material works carried out under this Contract until an updated Form is submitted by the Contractor and accepted by the Owner.

The Owner reserves the right to terminate the application of the Contractor’s actual payroll burden rate and apply the standard 40 per cent payroll burden rate if the Form is found to be not accurately completed after its acceptance.

Contractor’s labour rates used in the work based on a Time and Material basis are subject to verification by the City’s Fair Wage Office.

All information in relation to Contractor’s Payroll Burden may be audited at the Owner’s discretion. The Contractor agrees to keep complete and accurate books, payrolls, accounts and employment records and make the records available for audit by the Owner upon request. The Owner reserves the right to recover any overpayment to the Contractor affected by the audit.

29. Traffic Signal and Street Lighting Installations

The Ontario Electrical Safety Code requires all “electrical installations”, as defined in Ontario Amendments To The Canadian Electrical Code Part I C22.1-02, be inspected by the Electrical Safety Authority (ESA).

The Contractor shall file an application with the inspection department of the ESA 48 hours prior to the commencement of the work that requires the inspections. Information on inspection requirements and application for inspection can be found at www.esasafe.com/Contractors/ or by calling ESA at 1-877-esa-safe.

327 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-16

The Contractor shall provide an ESA issued “Certificate of Inspection” to the Contract Administrator prior to the Substantial Performance of the Contract.

The inspection fee shall be included in the appropriate bid items.

30. Hot Work and Red Tag Permit Training

Not Applicable.

31. Service Standards for Contractors in Responding to Third Party Claims

1. Without limiting the obligations of the Contractor under section 2, the Contractor, or the Contractor's insurer, shall:

(a) respond to all third party claimants in a timely manner, (b) ensure that third party claimants are provided with accurate information about

the status of their claim, and (c) where appropriate, notify third party claimants of the relevant activity on their

claims and provide them with information.

2. (1) If the Contractor receives notice of a third party claim from a claimant relating to or arising out of the Contract, the Contractor shall immediately forward the notice of claim to the City Clerk's office at [email protected].

(2) Once the Contractor receives notice of a third party claim from the City's

adjuster, relating to or arising out of the Contract, the Contractor, or the Contractor's insurer, shall:

(a) within 5 Working Days of receiving notice of the claim, send a letter to the

claimant acknowledging receipt of the claim and provide the claimant with the contact information of the Contractor's Superintendent, or another person representing the Contractor, to whom the claimant can refer questions regarding the claim.

(b) conduct an investigation of the claim and make a decision regarding the claim that is based on a proper consideration of the facts.

(c) within 25 Working Days of receiving notice of the claim, provide the claimant with a letter advising of the results of the investigation and clearly explaining the Contractor's decision regarding the claim or should the contractor require the involvement of their insurance company to resolve the claim, this shall be forwarded to the insurance company and the claimant notified within the allotted time above.

An extension of time for responding to the claimant may be provided in writing by the Contract Administrator, if the Contractor or the Contractor's insurer, in writing, provides the Contract Administrator with a request for an extension as well as the reasons for the extension. In considering whether to provide an extension under this section, the Contract Administrator shall consider the Contractor's, or the Contractor's insurer's, reasons for the request and all of the surrounding circumstances including good customer service standards. Once the Contractor

328 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-17

forwards the claim to their respective insurer, the resolution of the claim shall follow the insurance industry standards for claim investigation.

(3) If an extension of time is provided under subsection 2(2), the Contractor, or

the Contractor's insurer, shall write to the claimant advising that the investigation is on-going, advise of the date by which the Contractor or its insurer will report the results of the investigation to the claimant, and explain the reasons why additional time is required to make a decision on the claim.

(4) A copy of all letters sent to the claimant by or on behalf of the Contractor, including letters sent by the Contractor's insurer, pursuant to this section shall be copied to the Contract Administrator, and the City's adjuster.

3. (1) If the Contractor fails to meet any of its obligations under section 1 or 2, the City

shall provide the Contractor with notice that these obligations must be fulfilled.

(2) If the Contractor does not meet its obligations under section 1 or 2 within 5 Working Days from receipt of the notice provided to the Contractor pursuant to subsection 3(1), the City may hold back an amount of $10,000.00 from monies payable to the Contractor under this Agreement.

(3) Subject to its right to exercise any other right of hold back or set-off, including

the City's rights under GC 8.02.03.08, the City will release the monies held back pursuant to subsection 3(2) once it has received evidence that the Contractor has sent the claimant a letter(s) in accordance with subsections 2(2)(a) and (c).

4. Where appropriate, the Contractor shall ensure its insurer takes all of the

appropriate steps to meet the obligations under sections 1 to 3, failing which the Contractor shall be responsible for undertaking these obligations itself.

5. The Contractor shall provide to the City monthly updates on the status of all third

party claims received until claim resolution.

32. Confined Spaces

The list of spaces that the City has identified as “confined spaces” as defined under the regulations under the OHSA can be found in Section 4-Scope of Work. This list of confined spaces was developed by the City for its own internal purposes in accordance with requirements related to confined spaces under the OHSA. The City makes no representations or warranties regarding the accuracy or completeness of this list of confined spaces. Without limiting the foregoing, the identification of confined spaces by the City was based on certain conditions that existed at the time the assessment was conducted, which conditions may be different or may change during the course of the performance of the Work under the Contract. The City assumes no liability whatsoever arising out of or in connection with this list of confined spaces or any reliance thereon. The provision of this list of confined spaces in no way limits the Contractor's obligations as employer and, where applicable, as constructor under the OHSA, in particular those obligations with respect to confined spaces. The Contractor, at no additional cost to the City, shall be responsible for making its own assessment as to which spaces are confined

329 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-18

spaces at the project site, including any new confined spaces that are created from time to time as construction progresses. Without limiting the foregoing, the Contractor shall not make any claims for delays or extra costs as a result of having to perform its obligations under the OHSA with respect to confined spaces.

The Contractor shall keep available for inspection at the project site every assessment, plan, co-ordination document, training record, entry permit, inspection record, and test record as required under the OHSA. Such documents shall be made available to designated City staff and consultants at the project site in the event that any City staff or consultants wish to enter any confined spaces at the project site for inspection and quality control purposes. The Contractor shall also provide to the Contract Administrator its own list of any confined spaces it has identified at the project site before the Work begins, and shall immediately notify the Contract Administrator in writing of any changes to this list from time to time during the course of the construction, and on completion of the project.

330 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-1

Schedule "A" – Schedule of Prices for Changes in the Work

331 of 362

VIEW

ING C

OPY

Schedule "A" – Schedule of Prices for Changes in the Work

HST Excluded

ECS Linear Rev. 6.01 Page A-1

Only applicable for items which are not already included in tendered unit prices. Payment at the unit prices listed below shall be full compensation, including all labour, equipment, materials, delivery, traffic control, incidentals to complete the works, overhead and profits, contractor and subcontractor markups and coordination. References to Specifications and Drawings is for construction and material information only and does not change the measurement and basis of payment noted below.

ITEM UNIT $/UNIT SPECIFICATIONS & DRAWINGS

SURFACE

Hot Mixed Asphalt, padding Superpave 9.5 with PGAC 58-28, Traffic Category B, Machine laid, when done in a separate operation

t 120.00 TS 310 / TS 3.10 / TS 1003 / TS 1101 / TS 1151

Rubberized asphalt joints in asphaltic concrete pavement joints incl. routing - 100 m or less

m 7.50 GN106SS / TS 310 / T-216.02-4

Rubberized asphalt joints in asphaltic concrete pavement joints incl. routing - more than 100 m

m 5.50 GN106SS / TS 310 / T-216.02-4

WALK

150 mm concrete walk, reconstructed including removal

m2 115.00

TS 3.70 / TS 510 / TS 1350 / GN106SS / T-310.010-1 / T-310.010-2 / T-310.010-5 / T-310.010-6 / T-310.010-7 / T-310.010-9

Box-out in sidewalk for TTC shelter pad, etc. including 250mm Granular A and 50mm Superpave 12.5 with PGAC 58-28, Traffic Category B asphalt

each 150.00

GUTTER

Gutter adjustment in areas when pavement not reconstructed, including replacement of all materials

m 44.00 RD407SS / GN106SS

One-Row Brick gutter on 20 mm mortar cushion

m 33.00 TS 3.55 / GN106SS / T-600.11-1

CURB

Retaining curb at back of walk up to 150 mm in height

m 66.00 TS 1350 / TS 1010 / T-310.010-3

332 of 362

VIEW

ING C

OPY

Schedule "A" – Schedule of Prices for Changes in the Work

HST Excluded

ECS Linear Rev. 6.01 Page A-2

Only applicable for items which are not already included in tendered unit prices. Payment at the unit prices listed below shall be full compensation, including all labour, equipment, materials, delivery, traffic control, incidentals to complete the works, overhead and profits, contractor and subcontractor markups and coordination. References to Specifications and Drawings is for construction and material information only and does not change the measurement and basis of payment noted below.

ITEM UNIT $/UNIT SPECIFICATIONS & DRAWINGS

REMOVAL AND DISPOSAL

Grade cut/Soft spot removal - including removal (except rock, concrete, pavement)

m3 44.00 RD408SP

Break out pavement including removal small quantities, equal to or less than 300 m3

m3 55.00 TS 510 / GN106SS

Break out and remove existing concrete walk (125 mm to 180 mm)

m2 22.00 TS 510 / GN106SS

Break out and remove existing curb

m 22.00 TS 510 / GN106SS

Break out and remove reinforced concrete by hand (125 mm to 180 mm in thickness)

m2 45.00 TS 510 / GN106SS

Break out and remove reinforced concrete by machine (125 mm to 180 mm in thickness)

m2 24.00 TS 510 / GN106SS

Break out and remove and dispose of abandoned TTC track allowance pavement or railway tracks in pavement, including all materials

m3 110.00 TS 2.20 / GN106SS / T-216.02-09 / T-216.02-10

TEST PITS

Test Pit Excavation (1.2 m max. depth) including backfill with unshrinkable fill as directed Contract Administrator

each 275.00 TS 13.10 / GN122SP

Test Pit Excavation (1.2 m to 2.0 m max. depth) including backfill with unshrinkable fill as directed Contract Administrator

each 385.00 TS 13.10 / GN122SP

Test Pit Excavation (2.0 m to 3.0 m max. depth) including backfill with unshrinkable fill as directed Contract Administrator

each 495.00 TS 13.10 / GN122SP

333 of 362

VIEW

ING C

OPY

Schedule "A" – Schedule of Prices for Changes in the Work

HST Excluded

ECS Linear Rev. 6.01 Page A-3

Only applicable for items which are not already included in tendered unit prices. Payment at the unit prices listed below shall be full compensation, including all labour, equipment, materials, delivery, traffic control, incidentals to complete the works, overhead and profits, contractor and subcontractor markups and coordination. References to Specifications and Drawings is for construction and material information only and does not change the measurement and basis of payment noted below.

ITEM UNIT $/UNIT SPECIFICATIONS & DRAWINGS

Test Pit Excavation (3.0 m to 4.0 m max. depth) including backfill with unshrinkable fill as directed Contract Administrator

each 605.00 TS 13.10 / GN122SP

DRAINAGE

Break out up to 1.20 m in depth and abandon catch basin, including backfill with unshrinkable fill

each 875.00 TS 510 / TS 13.10

Adjust existing catch basin frame and/or maintenance hole frame and cover complete with up to 300 mm of adjustments

each 550.00 TS 4.50 / T-704.010-1

Supply & install catch basin chamber (Single) sumpless, including up to 300 mm adjustments and frame and grate including connections

each 2,000.00 TS 407 / T-705.010-1 / OPSD 400.070

Supply & install catch basin chamber (Single) with sump, including up to 300 mm adjustments and frame and grate including connections

each 2,750.00 TS 407 / T-705.010-1 / OPSD 400.070

Supply and install woven geotextile filter fabric, Class II m2 4.50 OPSS 1860

Service connection, 100 mm, supply, install including connections up to 3.5 m deep,

m 660.00

Service connection, 150 mm, supply, install including connections up to 3.5 m deep

m 685.00

Catch basin conn, 250 mm, supply, install including connections up to 3.5 m deep

m 710.00 TS 407

Catch basin conn, 300 mm, supply, install including connections up to 3.5 m deep

m 740.00 TS 407

334 of 362

VIEW

ING C

OPY

Schedule "A" – Schedule of Prices for Changes in the Work

HST Excluded

ECS Linear Rev. 6.01 Page A-4

Only applicable for items which are not already included in tendered unit prices. Payment at the unit prices listed below shall be full compensation, including all labour, equipment, materials, delivery, traffic control, incidentals to complete the works, overhead and profits, contractor and subcontractor markups and coordination. References to Specifications and Drawings is for construction and material information only and does not change the measurement and basis of payment noted below.

ITEM UNIT $/UNIT SPECIFICATIONS & DRAWINGS

Catch basin riser complete m 1,100.00 TS 407

Catch basin stack complete m 1,650.00 TS 407

Perforated subdrain 150 mm diameter, complete

m 27.50 TS 405 / T-216.02-8

Core into structure for subdrain - including connection

each 55.00 TS 405

Removal and disposal CSP subdrain

m 15.00 TS 510

Supply & install new catch basin or maintenance hole frame and cover complete with up to 300 mm adjustments including removal of existing

each 1,100.00 TS 407 / OPSD 400.070 / OPSD 401.010

Supply and place silicone waterproof sealant

m 13.50

Break out and remove and dispose of abandoned cast in place catch basin, double catch basin, or maintenance hole structures up to 2.5 m in depth

each 1,100.00 TS 510

VARIOUS

Sodding - No. 1 grade sod, supplying, placing and maintaining until rooted, including 100 mm top soil, unstaked

m2 15.50 TS 5.00 / TS 5.10

Sodding - No. 1 grade sod, supplying, placing and maintaining until rooted, including 100 mm top soil, staked

m2 17.50 TS 5.00 / TS 5.10

Supply and place Type 2 - Planting Bed Mix

m3 66.00 TS 5.10

Chipping face of existing curb to remove excess concrete including disposal

m 16.50

Steel plates, supply and place kg 5.00

335 of 362

VIEW

ING C

OPY

Schedule "A" – Schedule of Prices for Changes in the Work

HST Excluded

ECS Linear Rev. 6.01 Page A-5

Only applicable for items which are not already included in tendered unit prices. Payment at the unit prices listed below shall be full compensation, including all labour, equipment, materials, delivery, traffic control, incidentals to complete the works, overhead and profits, contractor and subcontractor markups and coordination. References to Specifications and Drawings is for construction and material information only and does not change the measurement and basis of payment noted below.

ITEM UNIT $/UNIT SPECIFICATIONS & DRAWINGS

Steel Reinforcement Bars – stainless steel, supply and place

kg 5.00 OPSS 1442

Reconstruct private concrete steps, and similar structures including using 32 MPa concrete, including removal. To be paid as follows:

- for the first quantity of up to 1.00 m3

m3 1,650.00 TS 1350

- for quantities in excess of 1.00 m3 thereafter

m3 820.00 TS 1350

Removal, storage and resetting of existing parking meter posts, traffic signs, TTC Bus stop signage, bicycle rings, and bollards.

each 66.00 RD409SS

Remove and replace box and rod curb stop assembly

each 220.00 TS 510 / WM207SS / WM209SS / WM211SS

Wood Sheathing left in place new lumber; when used Wood is used this rate will be paid as 50% of rate

m3 875.00 OPSS 404

Cost to supply and install Dowels in concrete road base, complete

each 27.50 TS 3.45 / T-508.010-1

Remove, store and reinstate pavers to grade including Limestone screening bedding or grout

m2 110.00 TS 3.80 / TS 510 / RD411SS / RD412SS / T-561.030-2

Abatement of asbestos conduits up to 150 mm in diameter, including removal and disposal from site

m 220.00

Supply, install, relocate and removal of Precast Jersey Barrier:

- up to 10 days m/day 11.00 OPSD 911.140

- 11 to 30 days m/day 5.50 OPSD 911.140

- more than 31 days m/day 2.75 OPSD 911.140

336 of 362

VIEW

ING C

OPY

Schedule "A" – Schedule of Prices for Changes in the Work

HST Excluded

ECS Linear Rev. 6.01 Page A-6

Only applicable for items which are not already included in tendered unit prices. Payment at the unit prices listed below shall be full compensation, including all labour, equipment, materials, delivery, traffic control, incidentals to complete the works, overhead and profits, contractor and subcontractor markups and coordination. References to Specifications and Drawings is for construction and material information only and does not change the measurement and basis of payment noted below.

ITEM UNIT $/UNIT SPECIFICATIONS & DRAWINGS

Supply and install hydrant extensions complete - 150 mm

each 660.00

TS 7.22 / TS 7.30 / TS 7.40 / TS 401 / TS 441 / TS 518 / WM209SS / WM211SS / T-1103.01 / T-1103.020 / T-1105.01 / T-1106.04

Supply and install hydrant extensions complete - 300 mm

each 710.00

TS 7.22 / TS 7.30 / TS 7.40 / TS 401 / TS 441 / TS 518 / WM209SS / WM211SS / T-1103.01 / T-1103.020 / T-1105.01 / T-1106.04

Supply and install hydrant extensions complete - 450 mm

each 765.00

TS 7.22 / TS 7.30 / TS 7.40 / TS 401 / TS 441 / TS 518 / WM209SS / WM211SS / T-1103.01 / T-1103.020 / T-1105.01 / T-1106.04

SPEED HUMPS

To be paid for the supply and installation per m. measured width from curb to curb

Reconstruct 75 mm asphalt speed hump as per City specifications, including reflective pavement markings

m 465.00 TS 310 / TS 1101 / T-504.02

Install 65 mm high by 300 mm wide rubber speed bump m 440.00

EXCAVATION

Additional cost for boulders and rock excavation in open trench over 0.5 m3 (to be paid only where additional hand work involved)

m3 440.00 SW307SP

Additional cost for breaking out additional thickness of concrete in maintenance hole structure

m3 550.00

Additional cost for removing concrete in open trench by hand

m3 440.00

TUNNELLING

Tunnelling shaft shall not be considered as tunnel, but as open cut

Additional costs to Tender items for short heading up to 1.2 m

m3 550.00

337 of 362

VIEW

ING C

OPY

Schedule "A" – Schedule of Prices for Changes in the Work

HST Excluded

ECS Linear Rev. 6.01 Page A-7

Only applicable for items which are not already included in tendered unit prices. Payment at the unit prices listed below shall be full compensation, including all labour, equipment, materials, delivery, traffic control, incidentals to complete the works, overhead and profits, contractor and subcontractor markups and coordination. References to Specifications and Drawings is for construction and material information only and does not change the measurement and basis of payment noted below.

ITEM UNIT $/UNIT SPECIFICATIONS & DRAWINGS

Additional cost for boulders and rock excavation in tunnel over 0.5 m3 (to be paid only where additional hand work involved)

m3 930.00 SW307SP

Additional cost to Tender item for tunnel construction (cap and leg method) including grouting

m 2,000.00 TS 415

UNSHRINKABLE FILL

Supply and place up to 8.0 m3 m3 120.00 TS 401 / TS 13.10

Supply and place, 8.0 m3 or greater in same location

m3 98.50 TS 401 / TS 13.10

CONCRETE

Additional cost for 24 hour high early strength 32 MPa concrete over regular concrete mix

m3 55.00

Additional cost for 24 hour high early strength 32 MPa concrete over 7 days concrete mix

m3 55.00

GRANULAR FILL

Granular ‘A’ including delivery, placement grading and compaction

t 22.00 TS 1010 / TS 206 / TS 401 / TS 501

Granular ‘B’ including delivery, placement grading and compaction

t 19.50 TS 1010 / TS 206 / TS 401 / TS 501

Crusher run limestone including delivery, placement, grading and compaction

t 33.00 TS 1010 / TS 206 / TS 401 / TS 501

Supply and place 50 mm clear stone to stabilize sub-grade

t 22.00 TS 1010 / TS 206 / TS 401 / TS 501

TRAFFIC SIGNAL AND STREET LIGHTING PLANT

Supply and install rigid PVC pipe – 25 mm concrete encased, unshrinkable backfill

m 85.00 TS 401 / TS 13.10

338 of 362

VIEW

ING C

OPY

Schedule "A" – Schedule of Prices for Changes in the Work

HST Excluded

ECS Linear Rev. 6.01 Page A-8

Only applicable for items which are not already included in tendered unit prices. Payment at the unit prices listed below shall be full compensation, including all labour, equipment, materials, delivery, traffic control, incidentals to complete the works, overhead and profits, contractor and subcontractor markups and coordination. References to Specifications and Drawings is for construction and material information only and does not change the measurement and basis of payment noted below.

ITEM UNIT $/UNIT SPECIFICATIONS & DRAWINGS

Supply and install rigid PVC pipe – 50 mm concrete encased, unshrinkable backfill

m 110.00 TS 401 / TS 13.10

Supply and install rigid pipe – 75/100 mm rigid PVC duct concrete encased, unshrinkable backfill

m 140.00 TS 401 / TS 13.10

Supply and install rigid PVC pipe – 25 mm in boulevard, unshrinkable backfill

m 87.50 TS 401 / TS 13.10

Supply and install rigid PVC pipe – 50 mm in boulevard, unshrinkable backfill

m 90.00 TS 401 / TS 13.10

Supply and install rigid pipe – 75/100 mm rigid PVC duct in boulevard, unshrinkable backfill

m 100.00 TS 401 / TS 13.10

Construct TRAFFIC sidewalk well (Non-metallic) 450 mm dia. Complete (including material pick up)

each 650.00 TTS 802 / TTD 802.005

Construct reinforced circular footing pole base, including 35 MPa concrete and anchor as specified

each 1,500.00

Construct reinforced spread footing pole base, including 35 MPa concrete and anchor as specified

each 1,750.00

Supply and install ground plates or rods for hand wells, including copper wire for grounding.

each 250.00 TTS 806 / TTS 813 / TTD 813.001 / TTD 813.005

Remove existing pole bases all types

each 600.00

NOTE: Any alteration to the Schedule of Prices "A" by the bidder shall result in the tender being declared non-compliant

339 of 362

VIEW

ING C

OPY

Section 5A – Specific Conditions of Contract Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 5A-2

Attachement "B" – Capital Construction/ Improvement Sign

340 of 362

VIEW

ING C

OPY

All dimensions are in millimetres and inches.

Building a great cityCreating jobs

Expected completion: Contract #Season+Year or Month+Year ########

toronto.ca

515

(+/-

20.

25”)

2.24

”)0

(+/-

131 240

(+/-

9.5”

)

2

3

4

1200 (+/- 48”)

Header:�xed Toronto Logo and standard text

Pantone 647 (35%)

0 (+

/- 4

8”)

120

Body

Footer: Fixed standard Call 311 identi�er and web address

Header: Fixed Toronto Primary Logo (Corporate Identity Program 2.1) and slogan text Pantone 647 blue (with reversed white logos/text)Body: 1 Project Title (one to three lines possible) Univers 65 bold - 250 pt, Pantone 647 blue, upper/lower case e.g., “Watermain Replacement” = 28 characters maximum per line2 Project Details (one to three lines possible) Univers 55 Roman - 200 pt, Black, upper/lower case e.g., “Watermain & water services improvement”= 34 characters maximum per line3 Additional Project Details, if neccessary (one line) Univers 55 Roman - 200 pt, Black, upper/lower case e.g., “Poplar Road to Fairwood Crescent” = 34 characters per line4 Expected Completion Date Univers 65 Bold - 150 pt, Black, upper/lower case “Spring”or”Summer”or “Fall”or “Winter” or Month + Year5 Contract Number (two lines) Univers 55 Roman - 150 pt, Black, upper/lower caseFooter: Fixed standard Call 311 identi�er and City of Toronto web address, Pantone 647 Blue (with reversed white logo/text)

750

(+/-

29.

5”)

1

Additional Project Title AProject Details Project Details PrAdditional Project Details Additio

50(+/- 2”)

Notes: Only 1, 2, 3, 4, 5 are �elds in which text can be speci�c to each job. Project title and information should use clear language and avoid technical jargon. All white areas are white engineering grade re�ective sheeting. All blue areas are Pantone 647 blue. If vinyl is used, Avery product for example is 3M Shadow Blue. Size can be 48”x 48”(1200mm x 1200mm) or 24”x 24“(600mm x 600mm). See also section 12.3.2 Signboards will be constructed out of 19mm exterior grade plywood or 19mm PVC foamboard.

Drawing speci�cations also found at: http://www.toronto.ca/techservices/conspecs_signs.htm

5

50(+/- 2”)

341 of 362

VIEW

ING C

OPY

rklimas
Rectangle

Section 6 – Contract Execution Package Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-1

Schedule A Section 6 - Contract Execution Package

Note: Bidders are not required to complete the following listed documents as part of the Bid

Submissions.

The successful Bidder shall complete these documents upon notification by the City.

Form of Agreement

Form 32, Performance Bond under Section 85.1 of the Act, as prescribed in O.Reg 303/18 of the Construction Act

Form 31, Labour and Material Payment Bond under Section 85.1 of the Act, as prescribed in O.Reg 303/18 of the Construction Act

WSIB & Tax Statutory Declaration

Insurance Certificate

SUPPLEMENTARY STATUTORY DECLARATION FOR OHSA With Asbestos Awareness Training

342 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-2

Section 6 – Contract Execution Package – Form of Agreement

THIS CONTRACT, made in triplicate this [ ] day of [ ], 20[ ] B E T W E E N:

[ enter Contractor's Full Legal Name ] (hereinafter called the “Contractor”)

Of The First Part - and -

CITY OF TORONTO

(hereinafter called the “City”) Of The Second Part

WHEREAS the City issued a Tender Call for [ enter project title ] (hereinafter referred to as the “Project”), being Tender Call No. 249-2019, Contract No. 19ECS-LU-03TT and further issued [ enter # of addenda issued ] Addenda, with respect thereto; AND WHEREAS the Contractor submitted a Bid dated [ enter date of Bid ] in response to the Tender Call and Addenda, a copy of which is hereto annexed to this Contract and constitutes a part thereof; and AND WHEREAS at its meeting held on [ enter date ], the Public Works and Infrastructure Committee, Item No. [ enter report no. ], adopted the recommendations of the Report of the Chief Engineer and Executive Director of Engineering & Construction Services Division and the Chief Purchasing Officer of Purchasing and Materials Management, dated [ enter date ], and authorized the retention of the Contractor to provide the Work in connection with the Project in accordance with all the terms and conditions of the Tender Call and the Contract Documents (including the Specifications and General Conditions hereto annexed or referred to, and of the Drawings referred to and listed in such Specifications), with payment therefore to be in accordance with the prices set out in this Contract, but not to exceed the total amount of $[ enter amount ] including all taxes and contingencies; or AND WHEREAS at its meeting held on [ enter date ], the Bid Award Panel adopted the recommendations of the Report of the Chief Purchasing Officer, Purchasing and Materials Management, dated [ enter date ], and authorized the retention of the Contractor to provide the Work in connection with the Project in accordance with all the terms and conditions of the Tender Call and the Contract Documents (including the Specifications and General Conditions hereto annexed or referred to, and of the Drawings referred to and listed in such Specifications), with payment therefore to be in accordance with the prices set out in this Contract, but not to exceed the total amount of $[ enter amount ] including all taxes and contingencies; NOW THEREFORE, in consideration of the mutual covenants herein contained, the parties agree as follows:

343 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-3

1. Interpretation

The Interpretation provisions of and definitions contained in the Tender Call are incorporated into and form part of this Contract. In addition to the foregoing, the following terms shall have the meanings herein specified unless the context otherwise specifies or requires:

“City Personnel” means its mayor, elected officials, officers, employees, servants, agents, volunteers and contracted personnel (excluding the Contractor);

“Claims” or “Claim” means any demands, claims, actions, causes of action, suits, proceedings, executions, liens and otherwise for, without limitation, liabilities, damages and loss of any kind and any nature whatsoever including but not limited to property damage or loss, bodily injury and death, loss of reputation, loss of opportunity, economic loss, royalties, judgments, fines, penalties, interest, charges, expenses and costs (including legal costs on a substantial indemnity basis);

“Contract Documents” means all of the following documents:

(a) this Contract between the City and the Contractor, upon execution, including all schedules and amendments thereto;

(b) the Tender Call;

(c) Contractor’s Bid, dated [ enter date ]; and

(d) any other document agreed by the parties, in writing, to constitute one of the Contract Documents;

"Division Head" means Chief Engineer and Executive Director, Engineering & Construction Services Division; “Specifications” means all written or printed descriptions, instructions or parameters within this Contract pertaining to the method and manner of supplying the Work or performing the scope and requirements related to such supply, including those pertaining to the qualities of the Work and includes, without limitation, any other technical, functional and warranty requirements set out in this Contract and includes any Standard Specifications and Special Specifications contained in the Tender Call.

Any reference to a Division Head or an officer or representative of the City shall be construed to mean the person holding that office from time to time and any person holding a successor office, and shall be deemed to include a reference to any person delegated, in accordance with any applicable by-laws and policies of the City, the authority of that Division Head, officer or representative of the City so referenced or otherwise duly authorized as a representative of that person to the extent of such authorization.

A reference to any Act, bylaw, rule or regulation or to a provision thereof shall be deemed to include a reference to any Act, bylaw, rule or regulation or provision enacted in substitution thereof or amendment thereof.

Where there is conflict, inconsistency, ambiguity or incongruity between the interpretation provisions and definitions contained in this Contract and those in the Tender Call, the interpretations and definitions in this section shall apply and prevail to the extent of such conflict, inconsistency, ambiguity or incongruity.

344 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-4

2. Incorporation of Contract Documents

The Contract Documents are incorporated into and form part of this Contract to the same extent, effect and fully as if each of them was set out and specifically repeated in this Contract, even if said documents are not physically attached hereto. The Contractor acknowledges receipt of all Contract Documents. 3. Performance

The Contractor shall execute and perform the whole of the Work with all due expedition and in a thoroughly worker-like manner in all respects in strict accordance with all terms and conditions of the Contract Documents and will maintain and guarantee the Work as provided for in the Contract Documents, all to the entire satisfaction of the Division Head, and that in the execution and performance of the Work the Contractor will carry out, perform, observe, fulfill and abide by all the covenants, agreements, stipulations, provisos and conditions mentioned and contained in the Contract Documents on the part of the Contractor to be carried out, performed, observed and fulfilled.

The Contractor shall furnish all materials, equipment, tools, plant, machinery, labour, and workmanship required for the Work, together with transportation of the same, and all other things necessary for the due and proper execution of the Work in the manner aforesaid and will do all such Work and furnish all such materials according to the directions and to the satisfaction of the Contract Administrator for the Division Head. The Contractor shall proceed with the provision of Work diligently and at a rate of progress that, in the reasonable opinion of the Division Head, will ensure entire completion within the time provided for in the Contract. 4. Payment

If the Contractor shall duly and properly execute and perform this Contract and the Work and shall carry out, perform, observe, fulfill, keep and abide by all the covenants, agreements, stipulations, provisos, terms and conditions herein and in the Contract Documents, the City will pay the Contractor for the Work (exclusive of all Extra Work or Additional Work and subject to any alterations or deductions in Work ordered by the said Division Head in connection therewith) in accordance with the prices set out in the Contractor’s Bid and the terms of payment in the Contract Documents and for such alterations, deductions, Extra Work or Additional Work at the unit rates set out in the Contractor’s Price Form of its Tender or the amounts, as the case may be, stipulated in a written order or written orders of the said Division Head authorizing the Extra Work, Additional Work, alterations or deductions. All such payments shall be made in the manner and subject to the forfeitures and deductions set out in the Contract Documents upon estimates or certificates signed by the said Division Head and subject to the provisions of all applicable by-laws of the City; PROVIDED

(a) that no money shall become due or payable under this Contract unless and until an estimate or certificate therefore shall have been signed as herein provided, the possession of which is hereby made a condition precedent to the right of the Contractor to be paid or to maintain any action for such money or for any part thereof;

(b) that the City shall not be liable or compelled to pay for any Extra Work or Additional Work except in the manner and as provided for herein and in the Contract Documents, or to grant or issue any estimate or certificate for any of the Work or Material rejected as unsatisfactory or deficient by the said Division Head or to pay any money therefore until the Work or

345 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-5

material so rejected has been replaced by new material and proper workmanship to the written satisfaction of the said Division Head, and

(c) that the granting of any estimate or certificate or the payment of any moneys thereunder shall not be construed as an acceptance by the City of any bad or defective Work or Material to which the same relates, or as an admission of liability by the City to pay any money in respect thereof, and shall not in any manner lessen the liability of the Contractor to replace such Work or Material, although the condition of the same may not have been known to or discovered by the said Division Head at the time such estimate or certificate was granted, or moneys paid thereon.

5. Indemnification

The Contractor agrees that it will from time to time, and at all times hereafter, well and truly save, defend and keep harmless and fully indemnify the City, its City Personnel and successors and assigns of, from and against any and all Claims which may be brought against or made upon the City, its City Personnel and successors and assigns, or any of them, and of, from and against all loss, liability, judgements, costs, charges, damages, liens and expenses which the City, City Personnel and its successors and assigns, or any of them, may sustain, incur or be put to by reason or arising out of or in consequence of the City entering into this Contract, the execution and performance of the Work or the non-execution, or imperfect execution of the Work or the supply or non-supply of plant and Material for the Work, including any injury, loss or damage arising out of or incidental to this Contract, including passage of persons, vehicles and property over any lands of the City, including lands which do not form part of the Contractor’s hoarded construction area. The Contractor further agrees that it will pay to the City and to each such City Personnel and its successors and assigns on demand any loss, costs, damages and expenses which may be sustained, incurred or paid by the City or by any of its City Personnel, successors or assigns in consequence of any such Claim and any moneys paid or payable by the City or any of the City Personnel in settlement or in discharge or on account thereof, PROVIDED that on default of such payment all such last mentioned loss, costs, damages and expenses and all such moneys so paid or payable may be deducted from any moneys of the Contractor then remaining in the possession of the City on account of the Work or from moneys payable by the City to the Contractor on any account whatever or may be recovered from the Contractor or its Surety in any court of competent jurisdiction as moneys paid at their request; and the Contractor hereby authorizes and empowers the City, or its Solicitors for the time being, to defend, settle or compromise any of such actions, suits claims, liens, executions or demands as the City or its said Solicitors may deem expedient, and hereby agrees to ratify and confirm all the acts of the City or its Solicitors in that behalf, and to pay to such Solicitors on demand their reasonable costs of any such defence, settlement and/or compromise, and that in default of such payment the same may be deducted from any moneys payable by the City to the Contractor; PROVIDED, HOWEVER, that the Contractor at the expense of the Contractor may take charge of and conduct the defence in the name of the City to any such action, suit, claim, lien, execution or demand.

346 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-6

6. Insurance, OHSA and WSIB Compliance

The Contractor shall comply with all of the insurance, Ontario Health and Safety Act and Workplace Safety and Insurance Board provisions of this Contract and legislative requirements, as applicable, prior to the commencement of Work. The Contractor shall bear all costs, expenses, losses and damages of its own and those of the City which may arise as a result of the Contractor failing to or delaying in promptly complying with this condition. 7. City Policies, Declarations and Forms

The Contractor shall comply with all City policies, contained in the Contract Documents, and acknowledges execution of the applicable declarations and forms attached thereto. The Contractor represents and warrants that it is in compliance with all such policies and acknowledges that the City is relying on such representation and warranty. 8. Non-Waiver

No condoning, excusing or overlooking by the City of any default, breach or non-observance by the Contractor at any time or times in respect of any provision herein contained shall operate as a waiver of the City's right hereunder in respect of any continuing or subsequent default, breach or non-observance, or so as to defeat or affect in any way the rights of the City herein in respect of any such continuing or subsequent default or breach. No waiver shall be inferred from or implied by anything done or omitted by the City save only by express waiver in writing. 9. Contract in Writing

No verbal arrangement or agreement, relating to the Work will be of any force or effect unless it is in writing and signed by duly authorized representative of the City. The City shall not be bound by any oral communication or representation whatsoever, including but not limited to any instruction, amendment or clarification of this Contract or any of the Contract Documents, or any representation, information, advice, inference or suggestion, from any person (including but not limited to an elected official, employee, agent, independent contractor or any other person acting on the behalf of or at the direction of the City or other representative of the City) concerning this Contract, the Contract Documents, or any other matter concerning the Contract or Work. Where in this Contract a reference is made to the express written agreement, approval or consent of the City or the Division Head, it shall be understood that the City or Division Head shall not be deemed or construed to have agreed to any stipulation, specification, exclusion, limitation or other term or condition that deviates from a provision set out in any of the Contract Documents, unless that deviation is expressly confirmed in the executed Contract or in a written and express amendment to this Contract. 10. Entire Contract

This Contract, including the Contract Documents, embodies and constitutes the sole and entire agreement between the parties hereto. There are no terms, obligations, covenants or conditions between the parties hereto, other than as contained herein. No alteration, amendment or modification hereof shall be valid unless executed by an instrument in writing by the parties. Neither this Contract, nor any term hereof, can be changed, modified or abandoned, in whole or in part, except by such instrument in writing, and no subsequent oral agreement shall have any validity whatsoever. The Contract Documents are complementary and what is required by any part thereof shall be considered as being required by the whole.

347 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-7

11. Successors and Assigns This Contract and all terms, covenants, conditions and provisions herein shall be binding upon and shall ensure to the benefit of the City and the Contractor and their respective permitted assigns, successors and legal representatives.

The Contractor shall not assign, transfer or encumber in any manner or part this Contract without the prior written consent of the City, which consent shall not be unreasonably withheld. The Contractor shall not sub-contract this Contract or change any approved Subcontractor without the prior written consent of the City. No assignment or sub-contracting shall, in any circumstances, relieve the Contractor of its responsibilities, obligations and liabilities under this Contract.

12. Set-Off

The City shall have the right to satisfy any amount from time to time owing by it to the Contractor by way of a set-off against any amount from time to time owing by the Contractor to the City, including but not limited to any amount owing to the City pursuant to the Contractor’s indemnification of the City in the Contract. 13. Precedence In the event of any inconsistency or conflict in the contents of the following documents, such documents shall take precedence and govern in the following order:

1. this Form of Agreement; 2. Addenda; 3. Pricing Form, which forms part of the Bid; 4. Special Specifications; 5. Contract Drawings; 6. Scope of Work 7. Standard Specifications; 8. Specific Conditions; 9. General Conditions; 10. Working Drawings;

Later dates shall govern within each of the above categories of documents.

348 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-8

IN WITNESS WHEREOF the Contractor and the City of Toronto have hereunto affixed their respective corporate seals attested to by the hands of their respective proper officers in that behalf duly authorized. SIGNED, SEALED ) [ Contractor's Full Legal Name ] AND DELIVERED ) ) ) ) Name - ) Title - ) ) ) Name - ) Title - ) ) I/We have the authority to bind the corporation. ) ) CITY OF TORONTO ) ) )

) City Clerk ) )

) ) Chief Engineer and Executive Director, ) Engineering & Construction Services

APPROVED AS TO FORM

Confirmed by Division Head: Delete this line and the Alternate Wording that is not applicable ----- Alternate Wording # 1 ----- Authorized by Division Head pursuant to Municipal Code Chapters 71 and 195.

------ Alternate Wording # 2 ------

Authorized by Minute No. [ENTER #] of the Bid Award Panel on the ______ day of ______________.

------ Alternate Wording # 3 ------

Authorized by name of standing Committee, Item No. [ENTER #], as adopted by City of Toronto Council on

the ______ day of _________________.

349 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package Performance Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-9

Section 6 – Contract Execution Package – Performance Bond

Successful Proponent is to provide Form 32, Performance Bond under Section 85.1 of the

Act, as prescribed in O.Reg 303/18 of the Construction Act.

Form 32 is available for download at http://ontariocourtforms.on.ca/en/construction-lien-act-forms/

350 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package Labour and Material Payment Bond

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-10

Section 6 – Contract Execution Package – Labour and Material Bond

Successful Proponent is to provide Form 31, Labour and Material Payment Bond under Section 85.1 of the Act, as prescribed in O.Reg 303/18 of the Construction Act.

Form 31 is available for download at http://ontariocourtforms.on.ca/en/construction-lien-act-forms/

351 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package WSIB & Tax Statutory Declaration Form

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-11

Section 6 – Contract Execution Package - WSIB & Tax Statutory Declaration Form

CANADA, ) IN THE MATTER OF the annexed Agreement PROVINCE OF ONTARIO, ) made between JUDICIAL DISTRICT OF YORK ) ) ) ) – and – ) ) CITY OF TORONTO ) ) this day of , 20 . ) with respect to ) I, , of the CITY / TOWN / VILLAGE of in the Province of , do solemnly declare as follows: 1. I am of (If an incorporated Company, state "President", (Company Name) “Secretary”, or as the case may be) referred to above (hereinafter called “the Contractor”), and as such have knowledge of

the matters hereinafter declared to. 2. The Contractor has paid all assessment or compensation payable to the Workplace

Safety and Insurance Board as provided for in the article of the General Conditions entitled “Certification and Payment”, attached to the said Agreement.

3. The Contractor has paid all taxes and/or penalties imposed on it by the Corporation Tax

Act, R.S.O. 1990, c. C.40, as may be amended. AND I MAKE this solemn Declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath. DECLARED before me at } } the of } } in the Province of Ontario } } this day } Signing Officer of Company } of 20 } A Commissioner, etc.

352 of 362

VIEW

ING C

OPY

33-0003 2014-02 1 of 2

Certificate of Insurance Linear Infrastructure and General Construction

To be completed only by the insurer or by its representative.

Name of Insured:

Address and Telephone Number of Insured:

City of Toronto Contact Name, Address, and Telephone Number:

Provide City of Toronto contract number or specific project information referencing the agreement:

1. Commercial General Liability – Deductible $ _________________________

Insuring Company Policy Number ($ per occurrence) Effective Date (yyyy-mm-dd)

Expiry Date (yyyy-mm-dd)

Primary Insurer:

Umbrella/Excess Insurer:

Contractor's Pollution Liability, Sudden and Accidental and Gradual, if applicable

Policy Limit(s)

Commercial General Liability policy provisions:

a) The CITY OF TORONTO, ITS BOARDS, AGENCIEAND CONTRACT ADMINISTRATOR are included

S, COMMISSIONS OR SUBSIDIARY OPERATIONS, AS APPLICABLE, as Additional Insureds but only with respect to liability arising out of the

operations of the Insured for which a contract or proposal is issued by the City of Toronto.

b) The policy includes a Cross-Liability and Severability of Interest, Blanket Form Contractual Liability, Owner’s and Contractor’s Protective Liability, Broad Form Property Damage, Contingent and/or Employer’s Liability, Non-Owned Automobile Liability, Products/Completed Operations and any other provision relevant to the contract work. If applicable to the insured operations, coverage for Blasting, Pile Driving and Collapse.

c) The Commercial General Liability Policy(ies) identified above shall apply as primary insurance and not excess to any other insurance available to the City.

d) If cancelled during the period of coverage as stated herein, thirty (30) days, (fifteen (15) days if cancellation is due to non-payment of premium), prior written notice by registered mail will be given by the Insurer(s) to the CITY OF TORONTO at the address provided on this Certificate.

353 of 362

VIEW

ING C

OPY

llau
Typewritten Text
Applicable to Auto Coverage

2. Automobile Liability, if applicable - Deductible - $______________________________

Insuring Company Policy Number Policy Limit(s)

($) Effective Date (yyyy-mm-dd)

Expiry Date (yyyy-mm-dd)

3. All-Risk Property - Deductible – $__

Contractor's Tools & Equipment and Materials & Supplies in an amount to reflect the replacement cost, as applicable. Policy includes a Waiver of Subrogation Clause in favour of the City.

___________________________________

Insuring Company Policy Number All-Risk Property Limit(s)

Effective Date (yyyy-mm-dd)

Expiry Date (yyyy-mm-dd)

CERTIFICATION I certify that the insurance is in effect as stated in this Certificate and that I have authorization to issue this Certificate for and on behalf of the Insurer(s). This Certificate is valid until the expiration date(s) stated in the “Expiry Date” provision, unless notice is given in writing in accordance with the provision of this Certificate.

Date

Broker’s or Insurer’s Name and Address

Signature and Stamp of Certifying Official

354 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Awareness Training

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-14

Section 6 – Contract Execution Package - Supplementary Statutory Declaration Form for Occupational Health and Safety

DOMINION OF CANADA } IN THE MATTER of a proposed Contract for } PROVINCE OF ONTARIO } } JUDICIAL DISTRICT } } OF YORK; } } TO WIT: } Contract No.

as hereinbefore described on the first page of the Tender.

I/we

of the city / town / village of

in the province of do solemnly declare as follows:

IF AN INDIVIDUAL STRIKE OUT "OF"

1. I am (If an incorporated Company, state "President", “Secretary”, or as

the case may be) of

(State Firm Name)

the Contractor herein.

IF AN INDIVIDUAL CARRYING ON A BUSINESS UNDER A FIRM NAME, USE THIS PARAGRAPH

I am the Contractor herein contracted to carry out the work under contract no. ____ and I carry on business at

under the name of and (State Firm Name)

there is no other person associated with me in partnership.

IF A PARTNERSHIP, USE THIS PARAGRAPH

We are the Contractors contracted to carry out the work under Contract no.____ and we carry on business at

in partnership, under the name of

and (state firm name)

we are the only members of such partnership.

2. I/we have a health and safety policy and a programme to implement such policy as required by clause 25 (2) (j) of the Occupational Health and Safety Act. R.S.O., 1990, c. o.1, as may

355 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Awareness Training

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-15

be amended (hereinafter “OHSA”), and the said policy does not conflict with the health and safety policy of the City of Toronto.

3. With respect to the goods and services contemplated in the above Contract, the Contractor and its proposed Subcontractors

a) Have conducted training, for all personnel to be involved in providing such goods and services (including but not limited to employees and workers as well as the employees and workers of all sub-contractors), as required by the OHSA and all regulations thereunder, including those with respect to the workplace hazardous materials information system, industrial establishments, construction projects, confined spaces and designated substances.

b) Have, without limiting the generality of the foregoing, provided its personnel (including but not limited to employees and workers as well as the employees and workers of all sub-contractors) with Asbestos Awareness Training which meets the requirements of Ontario Regulation 278/05 (Designated Substance – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “A”.

c) Have put into effect all programs and plans related to confined spaces as required by the regulations under the OHSA.

d) Have put into effect all programmes relating to designated substances as required by the regulations under the OHSA.

4. Without limiting the generality of the foregoing, the Contractor’s supervisors have received, in addition to Asbestos Awareness Training set out in 3(b), a program of Asbestos Management Training which meets the requirements of Ontario Regulation 278/05 (Designated Substances – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “B”.

5. I am/we are each of the full age of twenty-one years or over.

And I/we make this solemn declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath and by virtue of “the Canada Evidence Act”.

SEVERALLY DECLARED before me at the }

} of in } the Province of Ontario } } this day } Signing Officer of Company } of 20 }

A Commissioner, etc.

356 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Awareness Training

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-16

APPENDIX “A”

“ASBESTOS AWARENESS TRAINING”

history of asbestos and asbestos-containing materials

how to identify asbestos

the hazards of asbestos exposure

methods of controlling asbestos hazards

the use, care and disposal of protective equipment and clothing to be used and worn when doing the work

use and maintenance of respiratory protective equipment (RPE)

personal hygiene to be observed when doing the work

Ontario legislation regarding asbestos

the measures and procedures prescribed by the Occupational Health and Safety Act and Ontario Regulation 278/05 regarding asbestos

overview of Type 1, Type 2 and Type 3 abatement methods and procedures

Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request.

357 of 362

VIEW

ING C

OPY

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Awareness Training

Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 6-17

APPENDIX “B”

“ASBESTOS MANAGEMENT TRAINING”

Occupational Health and Safety Act and Regulations and Ontario Regulation 278/05 regarding Asbestos

Identification of health hazards

Legislated employer duties

Responsibilities of Workers

Legislated constructor duties

Legislated Asbestos Management Plans

Ongoing Asbestos Management in Buildings, O Reg 278/05

Asbestos Records

Asbestos Management Program

Building Surveys

Control considerations including management plan, encapsulation / encasement, enclosure, removal

Asbestos Waste Disposal

Environmental Protection Act

Ontario Regulation 347

Packaging Waste

Transporting Asbestos

Legislation Requirements

General Respirator Limitations

Types of Respirators

Parts of a Respirator

Visual Inspection

Fit Checks

Particulate Filters

General Guidelines for Abatement Activities

Classifying Activities

Work Procedures – Type 1, Type 2 and Type 3 abatement methods and procedures

Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request.

358 of 362

VIEW

ING C

OPY

Section 7 – City Policies Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 7-1

Section 7 – City Policies

SECTION 7 – CITY POLICIES

359 of 362

VIEW

ING C

OPY

Section 7 – City Policies Tender Call No. 249-2019 Contract No. 19ECS-LU-03TT

ECS Linear Rev. 6.01 Page 7-2

For a copy of the City of Toronto Procurement Policies, download a copy of the policy by clicking any of the links as provided below or by visiting the following website https://www.toronto.ca/business-economy/doing-business-with-the-city/understand-the-procurement-process/purchasing-policies-legislation/

Fair Wage Policy*

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07). The policy and schedules are available on the Fair Wage Office website: www.toronto.ca/fairwage .

Labour Trades Contractual Obligations In The Construction Industry*

Labour Trades Contractual Obligations – (extracted from Schedule B of the City of Toronto Municipal Code, Chapter 67)

Accessiblity Standards For Customer Service Training Requirements

Social Procurement Program

Right to Reject Debtors and Set Off Policy

Tree Protection Policy and Specifications for Construction Near Trees

Contractor Performance Evaluation Form

360 of 362

VIEW

ING C

OPY

Contractor Performance Evaluation 1

START DATE:COMPLETION DATE: U I ME EE EX N/A

A. sub-score 25%1. 2. 3.

B. sub-score 25%1. 2. 3.

C. sub-score 12.5%1. 2. 3. 4. 5. 6. 7. 8. 9.

D. sub-score 25%1. 2. 3. 4. 5. 6. 7. 8.

8.1 8.2 8.3 8.4 8.5 8.6

E. sub-score 12.5%1. 2. 3. 4. 5. 6. 7.

version 1.1 - 8-Aug-14

Did a person with decision-making authority represent the contractor at pay/progress meetings?

QUALITY - Compliance with Contract Standards & Specifications

Did the contractor commence the work on time?

Did the contractor promptly & effectively correct defective work as the project progressed?

Did the contractor submit a satisfactory baseline schedule in compliance with the contract?

Did the contractor comply with standards and specifications in the contract?

ORGANIZATION - Work Plan and Management

Did the contractor take adequate precautions with any hazardous materials and designated substances?

CONTRACTOR: PROJECT NAME:

SAFETY & COMPLIANCE - Laws & Standards CONTRACT VALUE:

DESCRIPTION:

Was the quality and workmanship in compliance with the contract documents?

3.00

3.00

Did the contractor adhere to environmental, (non-OHSA) safety requirements, and other laws & policies?

For definitions refer to Backup sheets

Ranking

Did the contractor complete the project on time?

Accurate and complete record documents (as-builts)

Did the contractor effectively coordinate and manage the work of its subcontractors?

Secure and/or closed applicable municipal permits

Did the contractor comply with OHSA requirements?

Did the contractor submit schedule updates in accordance with the contract?

Did the contractor provide adequate & competent site supervision?

3.00

Did the contractor adequately staff and resource the project in compliance with the contract?

Did the contractor keep the site clean and free of trash and debris in compliance with the contract?

CONTRACT No.:

Did the contractor promptly comply with change orders, change directives, site instructions, and RFQs?

Weight

Weight

Weight

Weight

Weight

Did the contractor submit accurate, complete invoices in a timely manner?

Date

Project Manager:

SignatureName (Print or Type)

Director: (required for Final only)

Did the contractor coordinate to minimize disruption to the public and City operations?

Manager:

Total Score (weighted)

DATE:

Did the contractor submit timely, relevant requests for information (RFIs) as needed?Were shop drawings submitted according to shop drawing schedule and in compliance with the contract?EXECUTION - Work Performance

3.00

Did the contractor adequately address disputes, damages and claims with third parties to City PM's knowledge?

Look ahead schedules or work plans

Did the contractor seek authorization to perform extra or additional work?

Note: if the contractor disagrees with the evaluation, it is to follow the claims dispute procedure in the contract with necessary modifications. 3.00

3.00

Did the contractor follow the approved schedule and meet milestones?Did the contractor provide effective quality control?

Was the quality and submission timelines of the following items acceptable?

Did the contractor provide competitive change order pricing?Did the contractor accept responsibility for the full scope and extent of the contract?

Did the contractor participate in resolving project problems and display initiative to implement solutions?Did the contractor demonstrate accountability for problems for which they where responsible?

Complete operations and maintenance manuals and closeout documents

Did the contractor communicate, cooperate, collaborate with the contract administrator, project team & stakeholders?

Training plan and manualsStartup testing and commissioning reports

ADMINISTRATION - Contractor Performance and Diligence

Interim # Final

361 of 362

VIEW

ING C

OPY

IMPORTANT - PLEASE READ THIS It is important to the City of Toronto to receive a reply from all invited Bidders. There is no obligation to submit a Bid; however, should you choose not to submit, completion of this form will assist the City in determining the type of services you are interested in submitting a Bid in the future.

INSTRUCTIONS: If you are unable, or do not wish to submit a Bid on this Request for Tender, please complete the following portions of this form. State your reason for not submitting a Tender by checking applicable box(es) or by explaining briefly in the space provided. It is not necessary to return any other Request for Tender documents. 1. We do not offer this service.

Other reasons or additional comments.

2. We do not offer services to these requirements.

3. Unable to offer services competitively.

4. Cannot handle due to present commitments.

5. Quantity/project too large.

6. Cannot meet delivery/completion requirements.

7. Tender restrictions.

Do you wish to participate in Request for Tenders for services in the future? YES ____ NO ____

For City’s use only - Do not write in this space.

Company Name: Address: Signature of Company Representative: Position: Date:

Tel. No.: Fax No.:

Please return completed form by facsimile to 416-397-7779 or by e-mail to [email protected]

TENDER #: 249-2019

CLOSING DATE: October 4, 2019

NOTICE OF “NO BID”

362 of 362

VIEW

ING C

OPY