265
Tender Checklist for Bidders Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 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 Front Cover which includes: Filling in Contact information for Bidder Filling in the Amount of Tender Acknowledging receipt of Addendums (if applicable) Signed and Sealed Cover by Signing Officer authorized to bind the company Tender Submission Package Forms including: Bid Bond completed, signed and sealed by your company and the Surety Company licensed in the Province of Ontario on the form included City Policies Submission form completed List of Equipment Pricing Form completed 2 of 266 viewing copy only do not submit

viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Tender Checklist for Bidders Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0

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 Front Cover which includes:

• Filling in Contact information for Bidder � • Filling in the Amount of Tender �

• Acknowledging receipt of Addendums (if applicable) �

• Signed and Sealed Cover by Signing Officer authorized to bind the company �

Tender Submission Package Forms including:

• Bid Bond completed, signed and sealed by your company and the Surety Company licensed in the Province of Ontario on the form included

• City Policies Submission form completed �

• List of Equipment �

• Pricing Form completed �

2 of 266

viewing

copy

only

do no

t sub

mit

Page 2: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Table of Contents Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0

Number of Pages

Page No.

Section 1 – Tender Process Terms and Conditions 9

1. Definitions 1-1

2. Bidder’s Responsibility 1-2

3. Tender Submission Package 1-2

4. Bid Bond 1-2

5. Mandatory/Optional Site Meetings 1-2

6. Fair Wage Policy 1-3

7. Questions 1-3

8. Addenda 1-3

9. Omissions, Discrepancies and Interpretations 1-4

10. Incurred Costs 1-4

11. Post-Submission Adjustments 1-4

12. Withdrawal of Bids 1-4

13. Irrevocability 1-4

14. No Collusion 1-5

15. Prohibition against Gratuities 1-5

16. Acceptance of Bids 1-5

17. Informal Bids 1-6

18. Execute Contract 1-7

19. Failure or Default of Bidder 1-7

20. Currency 1-8

21. Tied Bids 1-8

22. Mathematical Errors 1-8

23. Conflicts of Interest 1-8

24. Ownership and Confidentiality of City-Provided Data 1-8

25. Ownership and Disclosure of Bid Documentation 1-9

26. Intellectual Property Rights 1-9

27. Governing Law 1-9

Section 2 – Information for Bidders 6

1. General Information 2-1

2. Mandatory Site Meetings 2-1

Optional Site Meetings 2-1

3. Deadline for Questions 2-2

4. Fair Wage Schedule Information 2-2

5. Payment and Discount Terms 2-2

6. Instructions for Section 3 Tender Submission Package 2-2

6.1 Mandatory Bid Submission Requirements 2-2

A. Tender Call Cover Page 2-3

B. Bid Bond 2-3

3 of 266

viewing

copy

only

do no

t sub

mit

Page 3: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Table of Contents Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0

Number of Pages

Page No.

C. City Policies Submission Form 2-3

D. Pricing Form 2-3

E. Ability and Experience 2-3

F. List of Equipment 2-4

6.2 Mandatory Submission Requirements Prior to Award 2-4

A. List of Subcontractors Form 2-4

B. Corporate Profile Report 2-4

C. Statutory Declaration for the Occupational Health and Safety Act

2-4

7. Electrical Items 2-4

A. Electrical Traffic Control Devices 2-5

B. Electrical Management Devices 2-5

Section 3 – Tender Submission Package

1. Bid Bond 2 3-1

2. Statutory Declaration Form for Occupational Health and Safety

3 3-3

3. City Policies Submission Form 1 3-6

4. Pricing Form 5 3-8

Section 4 – Scope of Work 57

1. Scope of Work 3 4-1

2. Sheet No. 1 Overall Map 1 4-6

3. Figure D1 Map 1 4-7

4. Figure D2 Map 1 4-8

5. Figure D3 Map 1 4-9

6. Figure E1 Map 1 4-10

7. Figure E2 Map 1 4-11

8. Figure E3 Map 1 4-12

9. Figure F1 Map 1 4-13

10. Figure F2 Map 1 4-14

11. Figure F3 Map 1 4-15

12. Figure G2 Map 1 4-16

13. Figure G3 Map 1 4-17

14. Backup Spreadsheet Table – Data 50 4-18

Section 4A – Special Specifications 33 4A-1

Section 5 – General Conditions of Contract 63 5-1

Section 5A – Specific Conditions of Contract 14 5A-1

4 of 266

viewing

copy

only

do no

t sub

mit

Page 4: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Table of Contents Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0

Number of Pages

Page No.

Section 6 – Contract Execution Package

15. Form of Agreement 6 6-2

16. Performance Bond 2 6-8

17. Payment Bond 5 6-11

18. WSIB & Tax Statutory Declaration Form 1 6-16

19. Insurance Certificate 2 6-17

20. Supplementary Statutory Declaration Form for Occupational Health and Safety

2 6-18

Section 7 – City Policies

1. City of Toronto Accessible Customer Service Training Requirements

1

2. Chapter 67 Schedule A – Fair Wage Policy 5

3. Chapter 67 Schedule B – Labour Trades Contractual Obligations in the Construction Industry

2

4. Applicable Chapter 67 Schedule C – Fair Wage 1

5. Right to Reject Debtors and Set-off Policy 6

6. Policy on the Restrictions on the Hiring and Use of Former City of Toronto Management Employees for City Contracts

2

7. Declaration of a Non-Discrimination Policy 2

8. Toronto Licensing Requirements 1

9. Tree Protection Policy and Specifications for Construction Near Trees

12

10. Environmentally Responsible Procurement Statement 1

5 of 266

viewing

copy

only

do no

t sub

mit

Page 5: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 1 – Tender Process Terms and Conditions Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 1-1

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;

“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 Director 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;

“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;

“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;

“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.

“Tender Call” means this Tender Call package in its entirety, inclusive of all appendices 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.

6 of 266

viewing

copy

only

do no

t sub

mit

Page 6: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 1 – Tender Process Terms and Conditions Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 1-2

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 City’s Policies and Legislation set out on the City of Toronto website at: www.toronto.ca/calldocuments/policy.htm

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, 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 Tender Call” in the space provided. This insertion is to facilitate the conduct of the Tender Call 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 specified amount signed by a guarantee surety company, acceptable to the City of Toronto 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 informal. 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

7 of 266

viewing

copy

only

do no

t sub

mit

Page 7: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 1 – Tender Process Terms and Conditions Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 1-3

ascertain the full extent of the work required. Bidders submitting Bids that do not attend the mandatory site meeting SHALL be declared informal. 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 Sheet 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.

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 Schedules. The Fair Wage Schedule that is 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, 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 informal.

7. 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.

8. Addenda

The City reserves the right to revise this Tender Call up to the Closing Date, including extension of the Closing Date. Any such revisions will be made by way of Addenda. Addenda will be faxed or emailed to the Tender Call pick up log. All Bidders must comply with and acknowledge all addenda in their Bid. Failure to acknowledge receipt of Addenda on the Tender Call Cover Page SHALL result in the rejection of the Bid.

8 of 266

viewing

copy

only

do no

t sub

mit

Page 8: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 1 – Tender Process Terms and Conditions Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 1-4

9. 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.

10. Incurred Costs

The City will not be liable for, nor reimburse, any potential Bidder or Bidders, as the case may be, for costs incurred in the preparation and submission of any Bid. The rejection or non-acceptance of any or all Bids shall not render the City liable for any costs or damages to any Bidder that submits a Bid.

11. Post-Submission Adjustments

No unilateral adjustments by Bidders to submitted Bids will be permitted. If the City makes a written 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.

12. Withdrawal of Bids

A) Prior to Submission Deadline

A Bid may be withdrawn at any time prior to the submission deadline by delivery to the City of Toronto Purchasing and Materials Management Division at the address therein specified of a written notice to that effect under the Bidder's duly attested corporate seal (or if the Bidder possesses no corporate seal, accompanied by a sworn statement establishing that the signatory of the notice has authority to bind the Bidder), which notice shall identify the contract Bidder and, if more than one Bid has been submitted by that Bidder, the Bid(s) to be withdrawn, on the basis that the Bid material for any Bid so withdrawn shall be returned to the Bidder as soon after the opening of all Bids as is convenient for the City of Toronto Purchasing and Materials Management Division.

B) During Opening

Not Applicable.

13. Irrevocability

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

9 of 266

viewing

copy

only

do no

t sub

mit

Page 9: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 1 – Tender Process Terms and Conditions Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 1-5

14. No Collusion

No Bidder may discuss or communicate about, directly or indirectly, the preparation or content of its Bid with any other Bidder or the agent or representative of any other Bidder or prospective Bidder. If the City discovers there has been a breach at any time, the City reserves the right to disqualify the Bid or terminate any ensuing contract.

15. Prohibition against Gratuities

No Bidder and no employee, agent or representative of the Bidder, may offer or give any gratuity in the form of entertainment, participation in social events, gifts or otherwise to any officer, director, agent, appointee or employee of the City in connection with or aris-ing from this Tender Call, whether for the purpose of securing a contract or seeking favourable treatment in respect to the award or amendment of the contract or influencing the performance of the contract, including without restriction enforcement of perform-ance standards, or expressing appreciation, or providing compensation, for the award of a contract or for performance of the City's obligations thereunder or for conferring favours or being lenient, or in any other manner whatsoever. If the City determines that this article has been breached by or with respect to a Bidder, the City may exclude its Bid from consideration, or if a Contract has already been enter-ed into, may terminate it without incurring any liability.

16. 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.

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. 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.

H. If, in the opinion of the City, any Bidder has underestimated the value of the

goods and/or services to be provided as reflected in its submitted price/fee, the City may reject its Bid as unbalanced (i.e., not representative of the scope of the goods and/or services). The City may reject a bid if it determines, in its sole discretion, that the bid is materially unbalanced.

10 of 266

viewing

copy

only

do no

t sub

mit

Page 10: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 1 – Tender Process Terms and Conditions Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 1-6

A bid is materially unbalanced when:

(1) it is based on prices which are significantly less than cost for some items of work and prices which are significantly overstated in relation to 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.

17. Informal Bids Bids which are incomplete, conditional or obscure or which contain additions not called for, erasures or alterations of any kind may be rejected. The City reserves the right to waive immaterial defects and 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 informal. The Chief Purchasing Official is not limited to the following list for reasons to declare a Bid informal. 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 informal.

IRREGULARITY ACTION

Late Response Automatic rejection and not read publicly.

Unsealed Envelopes Automatic rejection

Insufficient Financial Security (No deposit or Bid Bond or insufficient deposit or Bid Bond).

Automatic rejection

Response not completed in non-erasable

medium and signed in ink

Automatic rejection

Incomplete Response Automatic rejection unless, in the opinion of the Chief Purchasing Official, the incomplete nature is trivial or insignificant.

Qualified Response (qualified or restricted

by an attached statement unless allowed for).

Automatic rejection unless, in the opinion of the Chief Purchasing Official the qualification or restriction is trivial or not significant

Response received on documents other than those provided by the City

Automatic rejection unless, in the opinion of the Chief Purchasing Official the matter is trivial or insignificant

Execution of Bid Bonds (Financial Security)

• Corporate seal or signature of the bidder missing.

Two (2) business days to correct

11 of 266

viewing

copy

only

do no

t sub

mit

Page 11: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 1 – Tender Process Terms and Conditions Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 1-7

IRREGULARITY ACTION

• Both corporate seal and signature of the bidder missing.

Automatic rejection.

• Corporate seal or signature of authorized agents of bonding company missing.

Automatic rejection.

• Other Bid Security - Uncertified Cheques Automatic rejection.

Documents – Execution:

• Corporate seal or signature missing. Two (2) business days to correct.

• Corporate seal and signature missing Automatic rejection

Erasures, Overwriting or Strike-Outs which

are not Initialed:

• Uninitiated changes to responses which are minor (example: the respondent’s address is amended by over-writing but not initialed)

Two (2) business days to initial.

• Unit prices have been changed but not initialed and the contract totals are consistent with the price as amended.

Two (2) business days to initial

• Unit prices have been changed but not initialed and the contract totals are not consistent with the price as amended.

Automatic Rejection

Minor Irregularities The Chief Purchasing Official shall have the authority to waive irregularities deemed to be minor.

18. Execute Contract

The Successful Bidder will be required to execute the Contract, including executing four original copies of the Form of Agreement, furnish a Performance Bond and Payment Bond, complete the insurance certificate and the Supplementary Statutory Declaration if required, within ten (10) working days, not including Saturday, Sunday or a legal holiday, after being notified by the City that the Contract is ready for signature. Should the Bidder fail or refuse to execute the Contract within ten (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 shall be forfeited to the City as liquidated damages.

19. 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

12 of 266

viewing

copy

only

do no

t sub

mit

Page 12: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 1 – Tender Process Terms and Conditions Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 1-8

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.

20. Currency

Unless otherwise stated herein, prices quoted are to be in Canadian dollars. 21. 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 by way of lottery or coin toss as set out in the Purchasing Procurement Processes Policy.

22. Mathematical Errors

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

23. Conflicts of Interest

In its Bid, the Bidder must disclose to the City any potential conflict of interest that might compromise the performance of the Work. If such a conflict of interest does exist, the City may, at its discretion, refuse to consider the Bid. The Bidder must also disclose whether it is aware of any City employee, Council member or member of a City agency, board or commission or employee thereof having a financial interest in the Bidder and the nature of that interest. If such an interest exists or arises prior to the award on any contract, the City may, at its discretion, refuse to consider the Bid or withhold the awarding of any contract to the Bidder until the matter is resolved to the City’s sole satisfaction. Bidders are cautioned that the acceptance of their Bid may preclude them from participating as a Bidder in subsequent projects where a conflict of interest may arise. The Successful Bidder for this project may participate in subsequent/other City projects provided the Successful Bidder has satisfied pre-qualification requirements of the City, if any, and in the opinion of the City, no conflict of interest would adversely affect the performance and successful completion of an agreement by the Successful Bidder.

24. 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;

13 of 266

viewing

copy

only

do no

t sub

mit

Page 13: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 1 – Tender Process Terms and Conditions Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 1-9

c) must not be used for any purpose other than for replying to this Tender, and for

fulfillment of any related subsequent agreement. 25. 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 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.

26. 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.

27. Governing Law

This Tender Call and any Bid submitted in response to it and the process contemplated by this Tender Call shall be governed by the laws of the Province of Ontario. Any dispute arising out of this Tender Call or this Tender Call process will be determined by a court of competent jurisdiction in the Province of Ontario.

14 of 266

viewing

copy

only

do no

t sub

mit

Page 14: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 2 – Information for Bidders Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 2-1

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 specifications 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. Please 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 of Toronto’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 of the Contract, Performance/Payment Bonds, Insurance Certificate and various Statutory Declarations that will be completed 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. Please see Section 1, Clause 18 for additional information on the execution of the Contract.

Section 7 – City Policies contains specific City Policies related to the Tender Call. It is the responsibility of the Bidder to review all of the City’s Policies related to the Tender Call located in Section 7 and as found on the City’s website at www.toronto.ca/calldocuments/policy.htm

2. Optional Site Meeting

Optional site meeting to be held on: Tuesday November 20, 2012 at: 1:00 PM in the 19th Floor Commissioners Boardroom, Metro Hall, 55 John Street, Toronto, ON M5V 3C6. Meet in the Elevator Area on the 19th Floor in Metro Hall.

15 of 266

viewing

copy

only

do no

t sub

mit

Page 15: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 2 – Information for Bidders Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 2-2

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 three (3) working days before closing time and date.

4. Fair Wage Schedule Information

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

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:

http://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:

• Tel: (416) 392-7300 • Fax:(416) 392-0801 • E-Mail: [email protected]

5. Payment and Discount Terms

Not Applicable

6. Instructions for Section 3 Tender Submission Package

6.1 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 informal.

A. Tender Call Cover Page

16 of 266

viewing

copy

only

do no

t sub

mit

Page 16: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 2 – Information for Bidders Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 2-3

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

Every bidder shall submit with their Bid a Bid Bond in the amount of $150,000.00 to provide a Performance Bond and a Labour and Material Bond for the due and proper performance of the work, each in the amount of 50% 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 bonds shall be in accordance with the City's standard form attached to this document.

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 informal. Should the Bidder fail or refuse to execute the Agreement within ten (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 three statements from different City of Toronto Policies. The complete text of these policies can be found on the City’s website (www.toronto.ca/calldocuments/policy.htm). The Bidder shall answer the questions posed and include the 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. In the event of any discrepancy between the information provided 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 shall be adjusted accordingly.

E. Ability and Experience

Not Applicable

17 of 266

viewing

copy

only

do no

t sub

mit

Page 17: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 2 – Information for Bidders Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 2-4

F. List of Equipment The bidders must have a minimum of Two (2) CCTV inspection units, and Two (2) hydraulic cleaning combination unit (flushing/vacuum combo units) dedicated full-time for the entire duration of this contract. Bidders shall list the equipment available and dedicated full-time to this contract in the List of Equipment table provided in Section 3.

6.2 Mandatory Submission Requirements Prior to Award

The Bidder must submit the following documents within 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. List of Subcontractors Form

If work types are indicated in the table on the List of Subcontractors Form in Section 3, the Bidder shall be required to submit the completed Form. The Bidder is required to comply with the “Labour Trades Contractual Obligations in the Construction Industry” ("Contractual Obligations") attached in Section 7 – City Policies. Failure to comply with the Contractual Obligations will result in disqualification of the Bid or termination of the Contract. The Bidder is advised to review the information provided on the Form.

B. Corporate Profile Report Upon request the Contractor will be required to provide a copy of the contractor's Corporate Profile Report (Ontario), or equivalent official record issued by the appropriate government authority.

The contractor's Corporate Profile Report 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.

C. 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 employees and workers under the Bidder’s

18 of 266

viewing

copy

only

do no

t sub

mit

Page 18: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 2 – Information for Bidders Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 2-5

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 his 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.

7. Electrical Items

Only pre-qualified electrical contractors approved per Request for Pre-qualification No. 1201-09-5186 and No. 1201-11-5094 are eligible to perform the following categories of electrical work on this Contract.

A. Electrical Traffic Control Devices

Work in this area may include the laying and placement of duct, installation and removal of electrical hand wells and electrical maintenance holes, installation and removal of pole and traffic signal controller footings, installation of ground rods and ground plates, installation and removal of traffic poles, installation and removal of traffic signal controller cabinets, installation and removal of traffic cable, installation of vehicle detector loops, installation of electrical services, and installation and removal of traffic signal, pedestrian crossover and flashing beacon hardware and accessories.

The following are the pre-qualified contractors for electrical traffic control device works:

• Beacon Utility Contractors Limited • Black & McDonald Ltd • Fellmore Electrical Contractors Ltd • Guild Electric Limited • Stacey Electric Company Limited

B. Electrical Management Devices

19 of 266

viewing

copy

only

do no

t sub

mit

Page 19: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 2 – Information for Bidders Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 2-6

Work in this area may include the laying and placement of duct, installation and removal of electrical handwells and electrical maintenance holes, installation and removal of power and communication cables, installation of multi-strand single mode/multi mode fibre optic communication cables, installation and modification of CCTV cameras, changeable message signs, digital/analog data/control video/audio communication networks, installation of vehicle detector loops and installation of electrical services.

The following are the pre-qualified electrical contractors for electrical management device works:

• Black & McDonald Ltd • Guild Electric Limited • Stacey Electric Company Limited

20 of 266

viewing

copy

only

do no

t sub

mit

Page 20: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 3-1

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

$150,000.00

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. 244-2012 CONTRACT NO. MCP12-14WP

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.

21 of 266

viewing

copy

only

do no

t sub

mit

Page 21: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 3-2

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 120 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

22 of 266

viewing

copy

only

do no

t sub

mit

Page 22: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

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

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 3-3

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

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

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.

23 of 266

viewing

copy

only

do no

t sub

mit

Page 23: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

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

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 3-4

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 as required by the OHSA and all regulations thereunder, including those with respect to the workplace hazardous materials information system, industrial establishments, construction projects 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) The Bidder designates ***____________________________, a representative of the Contractor 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.

d) In the case where "HAVE NOT YET" has been indicated in either or both of (a) or (b), the Bidder undertakes to provide to the Contract Administrator of the respective division a "Supplementary Statutory Declaration of Bidder" on the form provided following award of the 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 Contract Administrator, 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 ”

24 of 266

viewing

copy

only

do no

t sub

mit

Page 24: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

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

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 3-5

4. 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.

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.

25 of 266

viewing

copy

only

do no

t sub

mit

Page 25: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 3 – Tender Submission Package City Policies Submission Form

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 3-6

Policy to Exclude Bids from External Parties Involved in the Preparation or Development of a Specific Call/Request

To ensure fair and equal treatment in its competitive procurements, the City of Toronto will undertake to:

• disallow bidders/proponent from submitting a Bid to any Tender, Quotation, or Proposal call in which the bidders/proponent has participated in the preparation of the call document; and

• a bidders/proponent who fails to comply will result in disqualification of their response to the call/request.

Did you, the Bidder, assist the City of Toronto in the preparation of this Tender Call Document (this question does not refer to your Bid)?

Yes _ No

************************************************************************************************************* Policy on Restrictions on Hiring and Use of Former City of Toronto Management Employees for City Contracts

Former City of Toronto management employees who took part in a separation program or received a retirement incentive are prohibited from participating in contracts directly or indirectly related to the City of Toronto and its special purpose bodies for a period of two years starting from an employee’s termination date.

Bidders are to state the name(s) of any former City of Toronto management employee(s) hired/used by your firm, if any, who have left the employ of the City or its special purpose bodies within the last two years.

Specify:

************************************************************************************************************* Policy on the Purchase of products manufactured in factories where children are used as slave labour or other exploitive circumstances which impedes child development 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 are 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.

Yes No

26 of 266

viewing

copy

only

do no

t sub

mit

Page 26: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 3 – Tender Submission Package List of Equipment Form

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 3-7

Name of Bidder: Date: Bidder must provide description of equipment dedicated full time to this contract as per Section 2 Clause 6.1(F). Item Description of CCTV Units Dedicated Full-Time to This Contract (Include Vehicle

ID Number, Make, Model, and Year) 1.

2.

Item Description of hydraulic cleaning combination units (flushing/vacuum combo

units) Dedicated Full-Time to This Contract (Include Vehicle ID Number, Make, Model, and Year)

1.

2.

27 of 266

viewing

copy

only

do no

t sub

mit

Page 27: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 3-8

The Bidder must provide the following prices:

• Unit PriceA

• Total Per ItemA

• Total for each part / sectionA

• 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 Tender Call Herein”. All spaces for the aforementioned information must be completed in ink ensuring the printing is clear and legible. Notes:

A

exclusive of all taxes

28 of 266

viewing

copy

only

do no

t sub

mit

Page 28: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. MCP12-14WP

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.244-2012

Total Per Item

Part A - Analog CCTV Inspection of Sewer Pipes and Associated Maintenance Holes

1 SS CCTV Inspection of ROUND Sanitary/Storm/Combined Sewer Pipes 200mm up to and including 450mm Diameter located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys

m$_________

65,500.00$___________

2 SS CCTV Inspection of ROUND Sanitary/Storm/Combined Sewer Pipes 451mm up to and including 600mm Diameter located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys

m$_________

12,000.00$___________

3 SS CCTV Inspection of ROUND Sanitary/Storm/Combined Sewer Pipes 601mm up to and including 900mm Diameter located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys

m$_________

14,720.00$___________

4 SS CCTV Inspection of ROUND Sanitary/Storm/Combined Sewer Pipes 901mm up to and including 1200mm Diameter located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys

m$_________

8,700.00$___________

5 SS CCTV Inspection of EGG Sanitary/Storm/Combined Sewer Pipes (900mm x 600mm; 975mm x 650mm; 1050mm x 675mm; 1200 x 825mm) located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys

m$_________

500.00$___________

6 SS CCTV Inspection of Miscellaneous Shapes Other Than ROUND or EGG Shaped Sanitary/Storm/Combined Sewer Pipes located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys

m$_________

615.00$___________

7 SS CCTV Inspection of Sanitary/Storm/Combined Sewer Maintenance Holes located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys

each$_________

1,853.00$___________

Total For Part A - Analog CCTV Inspection of Sewer Pipes and Associated Maintenance Holes

Part B - Hydraulic Flushing and Cleaning of Sanitary/Storm/Combined Sewer Pipes and Associated Maintenance Holes

Oct 31, 2012 9 Page 3 -29 of 266

viewing

copy

only

do no

t sub

mit

Page 29: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. MCP12-14WP

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.244-2012

Total Per Item

8 SS Hydraulic Flushing and Cleaning of ROUND Sanitary/Storm/Combined Sewer Pipes 200mm up to and including 450mm Diameter located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys. Low-Medium (0 to 50%) Debris Accumulation

m$_________

65,500.00$___________

9 SS Hydraulic Flushing and Cleaning of ROUND Sanitary/Storm/Combined Sewer Pipes 451mm up to and including 600mm Diameter located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys. Low-Medium (0 to 50%) Debris Accumulation

m$_________

12,000.00$___________

10 SS Hydraulic Flushing and Cleaning of ROUND Sanitary/Storm/Combined Sewer Pipes 601mm up to and including 900mm Diameter located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys. Low-Medium (0 to 50%) Debris Accumulation

m$_________

14,720.00$___________

11 SS Hydraulic Flushing and Cleaning of ROUND Sanitary/Storm/Combined Sewer Pipes 901mm up to and including 1200mm Diameter located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys. Low-Medium (0 to 50%) Debris Accumulation

m$_________

8,700.00$___________

12 SS Hydraulic Flushing and Cleaning of EGG Sanitary/Storm/Combined Sewer Pipes (900mm x 600mm; 975mm x 650mm; 1050mm x 675mm; 1200 x 825mm) located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys. Low-Medium (0 to 50%) Debris Accumulation

m$_________

500.00$___________

13 SS Hydraulic Flushing and Cleaning of Miscellaneous Shapes Other Than ROUND or EGG Shaped Sanitary/Storm/Combined Sewer Pipes located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys. Low-Medium (0 to 50%) Debris Accumulation

m$_________

615.00$___________

Total For Part B - Hydraulic Flushing and Cleaning of Sanitary/Storm/Combined Sewer Pipes and Associated Maintenance Holes

Part C - Miscellaneous Items

Oct 31, 2012 10 Page 3 -30 of 266

viewing

copy

only

do no

t sub

mit

Page 30: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. MCP12-14WP

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.244-2012

Total Per Item

14 SS Supply of Pay Duty Police Officer for Traffic Control including all Associated Administration and Overhead Costs

hr$_________

200.00$___________

15 SS Disposal of Decanted Debris Including all Travelling and all other Disposal Costs

t$_________

500.00$___________

16 SS Additional Costs above and over Items 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, and 13 for Coordination with TTC and Carrying Out Work with TTC Track Allowance

m$_________

1,000.00$___________

17 SS Additional Costs above and over Items 8, 9, 10, and 11 for Hydraulic Flushing and Cleaning of ROUND Sanitary/Storm/Combined Sewer Pipes located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys. Heavy (50% to 100%) Debris Accumulation

m$_________

30,000.00$___________

18 SS Additional Costs above and over Items 12 for Hydraulic Flushing and Cleaning of EGG Sanitary/Storm/Combined Sewer Pipes located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys. Heavy (50% to 100%) Debris Accumulation

m$_________

250.00$___________

19 SS Additional Costs above and over Item 13 for Hydraulic Flushing and Cleaning of Miscellaneous Shapes other than ROUND or EGG Sanitary/Storm/Combined Sewer Pipes located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys. Heavy (50% to 100%) Debris Accumulation

m$_________

300.00$___________

Total For Part C - Miscellaneous Items

Part D - Provisional Allowance Items and Contingency

20 SS Hydraulic Flushing and Cleaning of Sanitary/Storm/Combined Sewer Pipes on an Hourly Rate, Excluding Disposal of Decanted Debris, located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys, with or without TTC Street Car Tracks. Item to be used in the event it is determined to be necessary by the City's Contract Administrator

hr$_________

500.00$___________

Oct 31, 2012 11 Page 3 -31 of 266

viewing

copy

only

do no

t sub

mit

Page 31: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. MCP12-14WP

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.244-2012

Total Per Item

21 SS CCTV Inspection of Sanitary/Storm/Combined Sewer Pipes on an Hourly Rate, Excluding Disposal of Decanted Debris, located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys, with or without TTC Street Car Tracks. Item to be used in the event it is determined to be necessary by the City's Contract Administrator

hr$_________

500.00$___________

22 SS Allowance for Abandoned or Unsuccessful CCTV Inspection of Sanitary/Storm/Combined Sewer Maintenance Holes located on Local/Collector Class Roads/Major or Minor Arterial Roads/River Valleys with or without TTC Track Allowance. Cost to be Paid Out at 25% of Unit Rate for Item 8 per Maintenance Hole.

PS$25,000.00

1.00$25,000.00

23 SS Contingency Allowance PS$150,000.00

1.00$150,000.00

Total For Part D - Provisional Allowance Items and Contingency

Summary of Tender Total

Part A - Analog CCTV Inspection of Sewer Pipes and Associated Maintenance Holes

Part B - Hydraulic Flushing and Cleaning of Sanitary/Storm/Combined Sewer Pipes and Associated Maintenance Holes

Part C - Miscellaneous Items

Part D - Provisional Allowance Items and Contingency

Total Bid Price = $X

Company GST/HST Registration number:

HST Amount (13%) = $Y

Total Amount of Tender Call = $X + $Y

Please indicate this amount on the Tender Call Cover Page next to "Amount of Tender Call Herein".

Oct 31, 2012 12 Page 3 -32 of 266

viewing

copy

only

do no

t sub

mit

Page 32: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4 – Scope of Work Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 4-1

Table of Contents 1. Project Title ..................................................................................................................... 4-2

2. Project Location and Ward Number ................................................................................. 4-2

3. Project Description .......................................................................................................... 4-2

4. Completion Date .............................................................................................................. 4-2

5. Construction Survey and Layout – N/A ............................................................................ 4-2

6. Construction Staging and Phasing – N/A ......................................................................... 4-2

7. Contract Drawings and Associated Data ......................................................................... 4-2

8. Standard Specifications and Drawings – N/A .................................................................. 4-3

9. Geotechnical / Subsurface Reports – N/A ....................................................................... 4-3

10. Designated Substances List – N/A .................................................................................. 4-4

11. Permits and Approvals .................................................................................................... 4-4

12. List of Confined Spaces – N/A ......................................................................................... 4-4

33 of 266

viewing

copy

only

do no

t sub

mit

Page 33: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4 – Scope of Work Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 4-2

1. Project Title

Provision of Hydraulic Flushing, Cleaning, and CCTV of Sanitary/Storm/Combined Sewer Pipes and Associated Maintenance Holes located throughout the Etobicoke Area

2. Project Location and Ward Number

Etobicoke Area as indentified in the attached Figures D1, D2, D3, E1, E2, E3, F1, F2, F3, G2, G3, and associated spreadsheets.

3. Project Description

Sewer flushing/cleaning and CCTV inspection work under this contract will be located in the Etobicoke area. Some sewer lines are located in the boundary with former municipalities of Toronto York and North York. Some statistics, approximate length and number, of the sewer system to be inspected are presented below. The Contractor is responsible to review all the attached figures complete with the associated data spreadsheets in their entirety which identify all sewers and maintenance holes to be inspected, their location, service type, material type, shape, length, upstream/downstream maintenance holes, height/width, road type, and whether or not pipes/maintenance holes are in close proximity to TTC streetcar tracks.

• Approximately 1550 segments are to be flushed, cleaned, CCTV inspected,

assessed with a total length of 102 km with sizes ranging from 75 mm to 1,200 mm in size (height of the sewer.)

• Approximately 1 km of the 102 km is affect by TTC streetcar tracks. • Approximately 101 km of sewers are circular/round in shape. • Approximately 500 m of sewers are egg in shape. • Approximately 610 m of sewers are shapes other than egg or circular/round.

• The total number of maintenance holes is approximately 1853.

4. Completion Date

This Contract, including rectification of all known deficiencies, must be completed [within 52 Weeks 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.

5. Construction Survey and Layout – N/A

6. Construction Staging and Phasing – N/A

7. Contract Drawings and Associated Data

The following drawings/figures form part of this Contract:

34 of 266

viewing

copy

only

do no

t sub

mit

Page 34: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4 – Scope of Work Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 4-3

Drawing/Figure No. Title

Sheet No. 1 Water Infrastructure Management Sewer Asset Planning

Flushing and CCTV Inspection 2013 – Toronto, Tender 244-2012, Contract MCP12-14WP

Overall Map

Figure D1 Map Identifying Sewers to be inspected in Area D1

Figure D2 Map Identifying Sewers to be inspected in Area D2

Figure D3 Map Identifying Sewers to be inspected in Area D3

Figure E1 Map Identifying Sewers to be inspected in Area E1

Figure E2 Map Identifying Sewers to be inspected in Area E2

Figure E3 Map Identifying Sewers to be inspected in Area E3

Figure F1 Map Identifying Sewers to be inspected in Area F1

Figure F2 Map Identifying Sewers to be inspected in Area F2

Figure F3 Map Identifying Sewers to be inspected in Area F3

Figure G2 Map Identifying Sewers to be inspected in Area G2

Figure G3 Map Identifying Sewers to be inspected in Area G3

Backup Spreadsheet Table

Backup Data for Figures D1, D2, D3, E1, E2, E3, F1, F2, F3, G2, and G3 indentifying the Asset ID, Flow Type, Upstream/Downstream Maintenance Hole, Pipe Shape, Pipe Height/Width, Pipe Material, Pipe Length, Road Name, Road Type, and Whether or not affected by TTC Streetcar Tracks

8. Standard Specifications and Drawings – N/A

9. Geotechnical / Subsurface Reports – N/A

35 of 266

viewing

copy

only

do no

t sub

mit

Page 35: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4 – Scope of Work Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 4-4

10. Designated Substances List – N/A

11. 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.

12. List of Confined Spaces – N/A

36 of 266

viewing

copy

only

do no

t sub

mit

Page 36: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

TES Unit Price Rev5.0

Maps/Figures

Overall Map (Sheet No. 1) D1, D2, D3, E1, E2, E3, F1, F2, F3, G2, and G3

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-5

37 of 266

viewing

copy

only

do no

t sub

mit

Page 37: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Sheet No. 1Drawn By:Checked by:Date:

Scale: WATER INFRASTRUCTURE MANAGEMENT SEWER ASSET PLANNING

FLUSHING AND CCTV INSPECTION 2013- ETOBICOKETENDER 244-2012

CONTRACT MCP12-14WP

F2F6F4F3F1 F5

E7E6E4E3E1 E5E2

A8

B9B7B6B5 B8

C6 C7 C9C4C3C1

D7D6D4D3D1

C5C2

D5 D8D2

C8

G2 G6G4G3

G5

Scarborough District

North York District

Toronto-East York DistrictEtobicoke-York District

±

LegendSewer to be inspected

BoundariesNAME

Etobicoke-York DistrictNorth York DistrictScarborough DistrictToronto-East York District

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-6

38 of 266

viewing

copy

only

do no

t sub

mit

Page 38: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Etobicoke-York District

ALBION RDFINCH AVE W

HIGHWAY 27 N

STEELES AVE W

KIPLING AVE

REXDALE BLVD

MARTIN GROVE RD

CARRIER DR

WESTMORE DR

WESTHUMBER BLVD

FIGURE D1

F2F1 F4 F6F5F3

E4 E7E1 E3 E6E2 E5

A8

B7 B9B6B5 B8

C7C4 C9C3C1

D6

C6

D7D1 D4D3

C2 C5

D5

C8

D2 D8

G2 G6G4G3 G5

C1

D2

E1

0 190 380 570 76095Meters

FLUSHING AND CCTV INSPECTION - 2013TENDER No. 244-2012

CONTRACT No. MCP-12-14WPLegend

Sewer to be inspectedTTC_tracks

BoundariesNAME

Etobicoke-York DistrictNorth York DistrictScarborough DistrictToronto-East York District

±

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-7

39 of 266

viewing

copy

only

do no

t sub

mit

Page 39: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Etobicoke-York District

North York District

WESTON RD

FINCH AVE W

ALBION RD

ISLINGTON AVE

JANE ST

KIPLING AVE

MILVAN DR TORYORK DRTORBARRIE RD

WILSON AVE

ELMHURST DR

RACINE RD

FENMAR DR

TABER RD

EDDYSTONE AVE

LANYARD RD

MILLWICK DR

RIVALDA RD

STANLEY RD

WALSH AVE

CLAIR RD

FIGURE D2

F2F1 F4 F6F5F3

E4 E7E1 E3 E6E2 E5

A8

B7 B9B6B5 B8

C7C4 C9C3C1

D6

C6

D7D1 D4D3

C2 C5

D5

C8

D2 D8

G2 G6G4G3 G5

C2

D3D1

E2

0 190 380 570 76095Meters

FLUSHING AND CCTV INSPECTION - 2013TENDER No. 244-2012

CONTRACT No. MCP-12-14WPLegend

Sewer to be inspectedTTC_tracks

BoundariesNAME

Etobicoke-York DistrictNorth York DistrictScarborough DistrictToronto-East York District

±

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-8

40 of 266

viewing

copy

only

do no

t sub

mit

Page 40: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

North York District

Etobicoke-York District

JANE ST

KEELE ST

WILSON AVE

SHEPPARD AVE W

BLACK CREEK

DUFFERIN ST

FINCH AVE W

SENTINEL RD

RUSTIC RD

EXBURY RD CALVINGTON DR

WILLIAM R ALLEN RD

ORFUS RD

FALSTAFF AVE

GILTSPUR DR

PLEWES RD

LEXFIELD AVE

WILSON HEIGHTS BLVD

KODIAK CRES

BEFFORT RD

FIGURE D3

F2F1 F4 F6F5F3

E4 E7E1 E3 E6E2 E5

A8

B7 B9B6B5 B8

C7C4 C9C3C1

D6

C6

D7D1 D4D3

C2 C5

D5

C8

D2 D8

G2 G6G4G3 G5

C3

D4D2

E3

0 190 380 570 76095Meters

FLUSHING AND CCTV INSPECTION - 2013TENDER No. 244-2012

CONTRACT No. MCP-12-14WPLegend

Sewer to be inspectedTTC_tracks

BoundariesNAME

Etobicoke-York DistrictNorth York DistrictScarborough DistrictToronto-East York District

±

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-9

41 of 266

viewing

copy

only

do no

t sub

mit

Page 41: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Etobicoke-York District

HIGHWAY 27 S

HIGHWAY 27 N

DIXON RD

CARLINGVIEW DR

REXDALE BLVD

DISCO RDRENFORTH DR

QUEEN S PLATE DR

EGLINTON AVE W

FASKEN DR

FIGURE E1

F2F1 F4 F6F5F3

E4 E7E1 E3 E6E2 E5

A8

B7 B9B6B5 B8

C7C4 C9C3C1

D6

C6

D7D1 D4D3

C2 C5

D5

C8

D2 D8

G2 G6G4G3 G5

D1

E2

F1

0 190 380 570 76095Meters

FLUSHING AND CCTV INSPECTION - 2013TENDER No. 244-2012

CONTRACT No. MCP-12-14WPLegend

Sewer to be inspectedTTC_tracks

BoundariesNAME

Etobicoke-York DistrictNorth York DistrictScarborough DistrictToronto-East York District

±

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-10

42 of 266

viewing

copy

only

do no

t sub

mit

Page 42: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Etobicoke-York District

KIPLING AVE

DIXON RD

EGLINTON AVE W

ISLINGTON AVE

HUMBER RIVER

MARTIN GROVE RD

HUMBER CREEK

SCARLETT RD

GARY DR

REXDALE BLVD

WESTON RD

RONS

ON DR

CHURCH ST

LA ROSE AVE

RACINE RD WENDELL AVEBETHRIDGE RD

OAK ST

LONGBOURNE DR

FIGURE E2

F2F1 F4 F6F5F3

E4 E7E1 E3 E6E2 E5

A8

B7 B9B6B5 B8

C7C4 C9C3C1

D6

C6

D7D1 D4D3

C2 C5

D5

C8

D2 D8

G2 G6G4G3 G5

D2

E3E1

F2

0 190 380 570 76095Meters

FLUSHING AND CCTV INSPECTION - 2013TENDER No. 244-2012

CONTRACT No. MCP-12-14WPLegend

Sewer to be inspectedTTC_tracks

BoundariesNAME

Etobicoke-York DistrictNorth York DistrictScarborough DistrictToronto-East York District

±

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-11

43 of 266

viewing

copy

only

do no

t sub

mit

Page 43: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Etobicoke-York District

North York District

JANE ST

EGLINTON AVE W

LAWRENCE AVE W

KEELE ST

HUMB

ER RI

VER

BLACK CREEK DR

DUFFERIN ST

CULFORD RD

ST CLAIR AVE W

MAPLE LEAF DR

WESTON RD

TYCOS DR

CASTLEFIELD AVE

PINE ST

EAST DR

CHURCH ST

LAMBTON AVE SILVERTHORN AVE

RUSTIC RD

EDEN

BRIDG

E DR

BICKNELL AVERA

Y AVE

INDUSTRY ST

FOXWELL ST

SHEFFIELD ST

BROOKHAVEN DR

RONALD AVE

HUMB

ER BL

VD

PELMO CRES

KEELE ST

FIGURE E3

F2F1 F4 F6F5F3

E4 E7E1 E3 E6E2 E5

A8

B7 B9B6B5 B8

C7C4 C9C3C1

D6

C6

D7D1 D4D3

C2 C5

D5

C8

D2 D8

G2 G6G4G3 G5

D3

E4E2

F3

0 190 380 570 76095Meters

FLUSHING AND CCTV INSPECTION - 2013TENDER No. 244-2012

CONTRACT No. MCP-12-14WPLegend

Sewer to be inspectedTTC_tracks

BoundariesNAME

Etobicoke-York DistrictNorth York DistrictScarborough DistrictToronto-East York District

±

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-12

44 of 266

viewing

copy

only

do no

t sub

mit

Page 44: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Etobicoke-York District

MILL RD

EGLINTO

N AVE W

ELMCREST CREEK

RENFORTH DR

GENTIAN DR

RENFORTH DR

FIGURE F1

F2F1 F4 F6F5F3

E4 E7E1 E3 E6E2 E5

A8

B7 B9B6B5 B8

C7C4 C9C3C1

D6

C6

D7D1 D4D3

C2 C5

D5

C8

D2 D8

G2 G6G4G3 G5

E1

F2

0 190 380 570 76095Meters

FLUSHING AND CCTV INSPECTION - 2013TENDER No. 244-2012

CONTRACT No. MCP-12-14WPLegend

Sewer to be inspectedTTC_tracks

BoundariesNAME

Etobicoke-York DistrictNorth York DistrictScarborough DistrictToronto-East York District

±

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-13

45 of 266

viewing

copy

only

do no

t sub

mit

Page 45: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Etobicoke-York District

KIPLING AVE

MIMICO CREEK

ISLINGTON AVE

BLOOR ST W

DUNDAS ST W

THE KINGSWAY

RENFORTH DRNORSEMAN ST

THE EAST MALL

JUTLAND RD

ADVANCE RD

TITAN RD

RATHBURN RD

MONTGOMERY RD

SHAVER AVE S

FIELD

WAY RD

BERING AVEEVA RD

HUMB

ER R

IVER

GIBBS RD

BLOOR ST W

FIGURE F2

F2F1 F4 F6F5F3

E4 E7E1 E3 E6E2 E5

A8

B7 B9B6B5 B8

C7C4 C9C3C1

D6

C6

D7D1 D4D3

C2 C5

D5

C8

D2 D8

G2 G6G4G3 G5

E2

F3F1

G2

0 190 380 570 76095Meters

FLUSHING AND CCTV INSPECTION - 2013TENDER No. 244-2012

CONTRACT No. MCP-12-14WPLegend

Sewer to be inspectedTTC_tracks

BoundariesNAME

Etobicoke-York DistrictNorth York DistrictScarborough DistrictToronto-East York District

±

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-14

46 of 266

viewing

copy

only

do no

t sub

mit

Page 46: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Etobicoke-York District

BLOOR ST W

JANE ST

DUNDAS ST W

KEELE ST

PARKSIDE DR

ELLIS AVE

PARK LAWN RD

BERRY RD

GLENLAKE AVE

PRINCE EDWARD DR S

OSLER ST

VARSITY RD

STEPHEN DR

NORSEMAN ST

DUPONT ST

FOXWELL ST

COLBECK ST INDIAN RD

ST JOHNS RD

FIGURE F3

F2F1 F4 F6F5F3

E4 E7E1 E3 E6E2 E5

A8

B7 B9B6B5 B8

C7C4 C9C3C1

D6

C6

D7D1 D4D3

C2 C5

D5

C8

D2 D8

G2 G6G4G3 G5

E3

F4F2

G3

0 190 380 570 76095Meters

FLUSHING AND CCTV INSPECTION - 2013TENDER No. 244-2012

CONTRACT No. MCP-12-14WPLegend

Sewer to be inspectedTTC_tracks

BoundariesNAME

Etobicoke-York DistrictNorth York DistrictScarborough DistrictToronto-East York District

±

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-15

47 of 266

viewing

copy

only

do no

t sub

mit

Page 47: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Etobicoke-York District

EVANS AVE

KIPLING AVE

THE QUEENSWAY

LAKE SHORE BLVD W

VALERMO DR

THIRTIETH ST ELDER AVE

VANSCO RD

FIGURE G2

F2F1 F4 F6F5F3

E4 E7E1 E3 E6E2 E5

A8

B7 B9B6B5 B8

C7C4 C9C3C1

D6

C6

D7D1 D4D3

C2 C5

D5

C8

D2 D8

G2 G6G4G3 G5

F2

G3

0 190 380 570 76095Meters

FLUSHING AND CCTV INSPECTION - 2013TENDER No. 244-2012

CONTRACT No. MCP-12-14WPLegend

Sewer to be inspectedTTC_tracks

BoundariesNAME

Etobicoke-York DistrictNorth York DistrictScarborough DistrictToronto-East York District

±

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-16

48 of 266

viewing

copy

only

do no

t sub

mit

Page 48: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Etobicoke-York DistrictISLINGTON AVE

JUDSON ST

THE QUEENSWAY

DWIGHT AVENEW TORONTO ST

GRAND AVE

PARK LAWN RD

PORTLAND ST

FIGURE G3

F2F1 F4 F6F5F3

E4 E7E1 E3 E6E2 E5

A8

B7 B9B6B5 B8

C7C4 C9C3C1

D6

C6

D7D1 D4D3

C2 C5

D5

C8

D2 D8

G2 G6G4G3 G5

F3

G4G2

0 190 380 570 76095Meters

FLUSHING AND CCTV INSPECTION - 2013TENDER No. 244-2012

CONTRACT No. MCP-12-14WPLegend

Sewer to be inspectedTTC_tracks

BoundariesNAME

Etobicoke-York DistrictNorth York DistrictScarborough DistrictToronto-East York District

±

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-17

49 of 266

viewing

copy

only

do no

t sub

mit

Page 49: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

TES Unit Price Rev5.0

Spreadsheet Backup Data

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-18

50 of 266

viewing

copy

only

do no

t sub

mit

Page 50: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

CCTV 2013 ETOBICOKE - TENDER NO. 244-2012, CONTRACT No. MCP12-14WP

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

D1D1D1D1

2307406 STM 4366496642 4363996650 REC 250 150 CONP 25.7 WESTMORE DR Collector NO

2305380 SAN 4387797402 4380997426 RND 200 <null> AC 73 MARTIN GROVE RD Major Arterial NO

2310186 SAN 4235497483 4235697546 RND 200 <null> CONC 63.6 MILLVIEW CRT Local NO

2305560 SAN 4433897687 4435797596 RND 250 <null> AC 93.1 ALBION RD Major Arterial NO

2309793 SAN 4245497447 4250897483 RND 250 <null> AC 65 MERCURY RD Local NO

2305281 STM 4388497430 4390297485 RND 250 <null> AC 57.7 FINCH AVE W Major Arterial NO

2313495 SAN 4250897483 4253797520 RND 250 <null> CONC 46.2 MERCURY RD Local NO

2311013 SAN 4225897550 4235697546 RND 250 <null> CONC 98.3 MILLVIEW CRES Local NO

2311179 SAN 4247397517 4250897483 RND 250 <null> CONC 48.3 MILLVIEW CRES Local NO

2311019 SAN 4235697546 4238897544 RND 250 <null> CONC 31.2 MILLVIEW CRES Local NO

2311169 SAN 4238897544 4247397517 RND 250 <null> CONC 89.9 MILLVIEW CRES Local NO

2307299 SAN 4461098138 4461098168 RND 250 <null> PVC 30.9 WEST HUMBER RIVER Trail NO

TRL

2304711 SAN 4379397139 4382197225 RND 250 <null> UNK 90.8 FINCH AVE W Major Arterial NO

2306090 SAN 4468597972 4470998049 RND 250 <null> UNK 81.2 STEVENSON RD Local NO

2308381 SAN 4427997605 2305577 RND 250 <null> UNK 32.6 FINCH AVE W Major Arterial NO

2307322 SAN 4425097530 2305144 RND 250 <null> UNK 32.7 FINCH AVE W Major Arterial NO

2306573 SAN 4461497745 4460297705 RND 250 <null> UNK 42.5 STEVENSON RD Local NO

2306106 SAN 4468397722 4461497745 RND 250 <null> UNK 73.3 SILVERSTONE DR Collector NO

2304499 SAN 4343798571 4346298561 RND 250 <null> UNK 26.8 KIPLING AVE Major Arterial NO

2304714 SAN 4376897060 4379397139 RND 250 <null> VIT 82.3 FINCH AVE W Major Arterial NO

2303826 SAN 4371896907 4374296982 RND 250 <null> VIT 78.4 FINCH AVE W Major Arterial NO

2305745 STM 4390297485 4394897531 RND 300 <null> CONC 65.7 FINCH AVE W Major Arterial NO

2310188 STM 4235197480 4235397543 RND 300 <null> CONC 62.9 MILLVIEW CRT Local NO

2306709 SAN 4442297598 4441697615 RND 300 <null> PVC 18.4 FINCH AVE W Major Arterial NO

2305545 SAN 4437797516 4435997590 RND 375 <null> CONC 75.8 ALBION RD Major Arterial NO

2306662 SAN 4435997590 4435797596 RND 375 <null> CONC 6.7 ALBION RD Major Arterial NO

2311000 STM 4225497547 4235397543 RND 375 <null> CONC 99.3 MILLVIEW CRES Local NO

2303290 SAN 4481998097 4473498124 RND 375 <null> CONC 89.7 KIPLING AVE Major Arterial NO

Page 1 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-19

51 of 266

viewing

copy

only

do no

t sub

mit

Page 51: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2307367 SAN 4473498124 4466498148 RND 375 <null> CONC 73.6 KIPLING AVE Geostatistical line NO

2307377 SAN 4466498148 4461098168 RND 375 <null> CONC 57.6 KIPLING AVE Major Arterial NO

2307383 SAN 4461098168 4458798176 RND 375 <null> CONC 24.5 KIPLING AVE Major Arterial NO

2311024 STM 4235397543 4238797542 RND 375 <null> CONC 33.6 MILLVIEW CRES Local NO

2305577 SAN 4427197568 4435797596 RND 375 <null> VIT 90.7 FINCH AVE W Major Arterial NO

2305144 SAN 4419197552 4427197568 RND 375 <null> VIT 81.4 FINCH AVE W Major Arterial NO

2303898 SAN 4365796643 4364196647 RND 375 <null> VIT 16 WESTMORE DR Collector NO

2304712 STM 4387297115 4378997137 RND 450 <null> CONC 86.1 SILVERSTONE DR Collector NO

2307589 STM 4472798121 4464398150 RND 450 <null> CONC 89.2 KIPLING AVE Major Arterial NO

2305529 STM 4389197371 4387497400 RND 450 <null> CONC 33.7 MARTIN GROVE RD*EAS Minor Arterial NO

2305567 STM 4433497687 4435397599 RND 450 <null> CONC 90 ALBION RD Major Arterial NO

2303555 STM 4377596928 4372096923 RND 450 <null> CONC 55.2 FINCH AVE W Major Arterial NO

2311175 STM 4247297515 4250997480 RND 450 <null> CONC 50.4 MILLVIEW CRES Local NO

2311171 STM 4238797542 4247297515 RND 450 <null> CONC 89.2 MILLVIEW CRES Local NO

2306632 SAN 4435797596 4441697615 RND 450 <null> VIT 61.4 FINCH AVE W Major Arterial NO

2306813 SAN 4441697615 4446097663 RND 450 <null> VIT 64.9 FINCH AVE W Major Arterial NO

2308382 STM 4428497603 4429297579 RND 525 <null> CONC 25.5 FINCH AVE W Major Arterial NO

2306840 STM 4456197722 2307733 RND 525 <null> CONC 24.7 FINCH AVE W Major Arterial NO

2306103 STM 4468097720 4461097743 RND 525 <null> CONC 73 SILVERSTONE DR Collector NO

2307659 STM 4459698166 4457298174 RND 525 <null> RC 25.3 KIPLING AVE Major Arterial NO

2307595 STM 4464398150 4459698166 RND 525 <null> RC 50.1 KIPLING AVE Major Arterial NO

2306087 STM 4464697861 4462097773 RND 600 <null> CONC 91.1 STEVENSON RD Local NO

2305266 STM 4386997385 4387497400 RND 600 <null> CONC 16.3 FINCH AVE W Major Arterial NO

2309791 STM 4245897447 4250997480 RND 600 <null> RC 60.3 MERCURY RD Local NO

2313491 STM 4250997480 4254097519 RND 600 <null> RC 50.3 MERCURY RD Local NO

2306085 STM 4462097773 4461097743 RND 675 <null> CONC 31.4 STEVENSON RD Local NO

2307392 SAN 4458798176 4453798193 RND 675 <null> RC 52.5 KIPLING AVE Major Arterial NO

2307395 SAN 4455298075 4458798176 RND 675 <null> UNK 107.5 FINCH AVE W Major Arterial NO

2307796 SAN 4456397683 4448797747 RND 675 <null> UNK 100.1 FINCH AVE W*EAS Major Arterial NO

2303815 SAN 4360996558 4362596653 RND 825 <null> RC 104.8 FINCH AVE W Major Arterial NO

2304128 SAN 4359296504 4360996558 RND 825 <null> RC 56.6 FINCH AVE W Major Arterial NO

2303338 SAN 4357996464 4359296504 RND 825 <null> RC 42 FINCH AVE W Major Arterial NO

Page 2 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-20

52 of 266

viewing

copy

only

do no

t sub

mit

Page 52: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2303330 SAN 4357596425 4357996464 RND 825 <null> RC 40 FINCH AVE W Major Arterial NO

2303869 SAN 4364196647 2303815 RND 825 <null> VIT 10 FINCH AVE W Major Arterial NO

2305248 STM 4384497310 4386997385 RND 900 <null> CONC 79.2 FINCH AVE W Major Arterial NO

2304225 STM 4363696662 2303680 RND 900 <null> RC 12.4 FINCH AVE W Major Arterial NO

2303768 STM 4366696755 4363696662 RND 900 <null> RC 98 FINCH AVE W Major Arterial NO

2306835 STM 4451297660 2307733 RND 1050 <null> CONC 58.7 FINCH AVE W Major Arterial NO

2306673 STM 4435597592 4435397599 RND 1200 <null> CONC 7.4 ALBION RD Major Arterial NO

2304410 STM 4438197478 4435597592 RND 1200 <null> RC 116.2 ALBION RD Major Arterial NO

2303823 STM 4361096549 4363996650 RND 1200 <null> RC 106.4 FINCH AVE W Major Arterial NO

2304151 STM 4357796449 4361096549 RND 1200 <null> RC 105.6 FINCH AVE W Major Arterial NO

D2D2D2D2

2307539 SAN 4365200074 4358800042 RND 150 <null> UNK 71.9 LUND AVE Major Arterial NO

2308087 SAN 4302000024 4297099912 RND 200 <null> CI 123 WEST HUMBER RIVER River NO

TRL*EAS

2311811 SAN 4280899374 4284199446 RND 200 <null> CONC 79.1 HINTON RD Local NO

2305753 SAN 4303099536 4295399595 RND 200 <null> CONC 96.4 KINGSKNOWE RD Local NO

2304257 SAN 4352299898 4345499920 RND 200 <null> CONC 71.3 RIVERDALE DR Local NO

2304956 SAN 4351299935 4353800016 RND 200 <null> CONC 84.5 LUND AVE Local NO

2313143 SAN 4267598857 4275198830 RND 200 <null> CONC 79.9 KIPLING AVE Major Arterial NO

2307179 SAN 4322300172 4324500237 RND 200 <null> CONC 68.6 SANDERSON RD Local NO

2308026 SAN 4305800186 4303300122 RND 200 <null> CONC 69.2 JASON RD Local NO

2308043 SAN 4303300122 4299300042 RND 200 <null> CONC 89.5 JASON RD Local NO

2308045 SAN 4324500237 4318700260 RND 200 <null> CONC 62.4 GIBSON AVE Local NO

2307241 SAN 4303700038 4302000024 RND 200 <null> CONC 22.4 RIVERDALE DR Local NO

2308086 SAN 4309600037 4303700038 RND 200 <null> CONC 58.5 RIVERDALE DR Local NO

2306902 SAN 4353800016 4358800042 RND 200 <null> CONC 56.6 LUND AVE Local NO

2307238 SAN 4316300016 4309600037 RND 200 <null> CONC 70.3 RIVERDALE DR Local NO

2310344 SAN 4273700895 4267700911 RND 200 <null> CONC 61.1 BEATTIE AVE Local NO

2307017 SAN 4358800042 4355200109 RND 200 <null> CONC 75.9 ALBION RD Major Arterial NO

2306797 SAN 4387800625 4389600563 RND 200 <null> CONC 64.2 ATTERCLIFF CRT Local NO

2306887 SAN 4360600111 4368600153 RND 200 <null> CONC 90 CALSTOCK DR Local NO

2311776 SAN 4284899557 4289799520 RND 200 <null> CONC 61.1 RESTEVER GT Local NO

2305749 SAN 4325399986 4316300016 RND 200 <null> CONC 94.6 RIVERDALE DR Local NO

Page 3 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-21

53 of 266

viewing

copy

only

do no

t sub

mit

Page 53: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2311844 SAN 4282698804 4291198774 RND 200 <null> CONC 91.1 KIPLING AVE Major Arterial NO

2311854 SAN 4275198830 4282698804 RND 200 <null> CONC 79.3 KIPLING AVE Major Arterial NO

2304146 SAN 4362099983 4358800042 RND 200 <null> CONC 67.2 ALBION RD Major Arterial NO

2307079 SAN 4371300457 4371900515 RND 200 <null> CONC 58.3 BUCKHORN PL Local NO

2304288 SAN 4412300514 4408200533 RND 200 <null> CONC 45.9 BRIDGENORTH CRES Local NO

2307143 SAN 4362100152 4359600201 RND 200 <null> CONC 54.7 ALHART DR Local NO

2307147 SAN 4359600201 4355600281 RND 200 <null> CONC 89.4 ALHART DR Local NO

2306490 SAN 4355600281 4357400340 RND 200 <null> CONC 61.8 ALHART DR Local NO

2306503 SAN 4357400340 4359000391 RND 200 <null> CONC 53.7 ALHART DR Local NO

2306543 SAN 4367000366 4359000391 RND 200 <null> CONC 84.1 BANKFIELD DR Local NO

2307434 SAN 4310000269 4308100256 RND 200 <null> CONC 22.8 SIMS CRES Local NO

2307437 SAN 4308100256 4305800186 RND 200 <null> CONC 73.8 JASON RD Local NO

2307442 SAN 4318700260 4316500252 RND 200 <null> CONC 23.7 SIMS CRES Local NO

2307446 SAN 4316500252 4310000269 RND 200 <null> CONC 67.3 SIMS CRES Local NO

2310384 SAN 4262600750 4264000797 RND 200 <null> CONC 49 BEATTIE AVE Local NO

2312556 SAN 4299300042 4302000024 RND 200 <null> CONC 32.3 JASON RD Local NO

2305782 SAN 4304899560 4303099536 RND 200 <null> UNK 30.5 FALLOWFIELD RD Local NO

2308890 SAN 4239398963 4228499000 RND 200 <null> UNK 115.2 KIPLING AVE Major Arterial NO

2309146 SAN 4242599067 4239398963 RND 200 <null> UNK 108.7 GENTHORN AVE Local NO

2312025 SAN 4280499474 4284199446 RND 250 <null> AC 46.7 ELMHURST DR Collector NO

2311585 SAN 4286899425 4284699453 RND 250 <null> CONC 40.7 ELMHURST DR Collector NO

2312167 SAN 4284699453 4289799520 RND 250 <null> CONC 84.1 HINTON RD Local NO

2308334 SAN 4473499240 4474099259 RND 250 <null> CONC 19.9 ISLINGTON AVE*EAS Major Arterial NO

2308034 SAN 4305398722 4298098748 RND 250 <null> CONC 77.5 KIPLING AVE Major Arterial NO

2308032 SAN 4317898677 4312598696 RND 250 <null> CONC 56.2 KIPLING AVE Major Arterial NO

2308033 SAN 4312598696 4305398722 RND 250 <null> CONC 77 KIPLING AVE Major Arterial NO

2312389 SAN 4289799520 4295399595 RND 250 <null> CONC 93.5 HINTON RD Local NO

2312005 SAN 4298098748 4291198774 RND 250 <null> CONC 73 KIPLING AVE Major Arterial NO

2307403 SAN 4325198651 4317898677 RND 250 <null> CONC 77.1 KIPLING AVE Major Arterial NO

2304007 SAN 4404800432 4408200533 RND 250 <null> CONC 107.2 THISTLE DOWN BLVD Collector NO

2307356 SAN 4385900501 4384900549 RND 250 <null> CONC 48.8 CALSTOCK DR Local NO

2304356 STM 4409600560 4408400530 RND 250 <null> CONC 32.5 THISTLE DOWN BLVD Collector NO

Page 4 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-22

54 of 266

viewing

copy

only

do no

t sub

mit

Page 54: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2307435 SAN 4363100518 4364400529 RND 250 <null> CONC 17.4 ALHART DR Local NO

2307436 SAN 4364400529 4371900515 RND 250 <null> CONC 76.6 ALHART DR Local NO

2304350 SAN 4409400562 4408200533 RND 250 <null> CONC 30.6 THISTLE DOWN BLVD Collector NO

2306609 SAN 4361200461 4363100518 RND 250 <null> CONC 60.2 ALHART DR Local NO

2306599 SAN 4359000391 4361200461 RND 250 <null> CONC 73.2 ALHART DR Local NO

2306778 STM 4387600618 4388900577 RND 250 <null> CONC 43.6 ATTERCLIFF CRT Local NO

2306783 STM 4388900577 4389400559 RND 250 <null> CONC 18 ATTERCLIFF CRT Local NO

2312148 SAN 4284199446 4284699453 RND 250 <null> UNK 8.9 HINTON RD Local NO

2304494 SAN 4329898618 4337898592 RND 250 <null> UNK 84.1 KIPLING AVE Major Arterial NO

2308900 SAN 4246898930 4239198956 RND 250 <null> UNK 81.4 KIPLING AVE Major Arterial NO

2308908 SAN 4239198956 4230498985 RND 250 <null> UNK 91.7 KIPLING AVE Major Arterial NO

2306395 SAN 4450599327 4457199304 RND 300 <null> AC 70 ISLINGTON AVE Major Arterial NO

2305625 SAN 4440799359 4450599327 RND 300 <null> AC 103.1 ISLINGTON AVE Major Arterial NO

2308141 SAN 4457199304 4464599282 RND 300 <null> CONC 77 ISLINGTON AVE Major Arterial NO

2308142 SAN 4464599282 4474099259 RND 300 <null> CONC 97.8 ISLINGTON AVE Major Arterial NO

2308143 SAN 4474099259 4484499222 RND 300 <null> CONC 110.1 ISLINGTON AVE Major Arterial NO

2305049 STM 4329098649 4336498621 RND 300 <null> CONC 78.8 KIPLING AVE Major Arterial NO

2305768 STM 4306599586 4302699535 RND 300 <null> CONC 64.4 FALLOWFIELD RD Local NO

2313414 SAN 4295399595 4300299706 RND 300 <null> CONC 121.3 RIVERHEAD DR*EAS Geostatistical line NO

2313055 STM 4270798839 4262098869 RND 300 <null> CONC 91.4 KIPLING AVE Major Arterial NO

2313060 STM 4262098869 4253798898 RND 300 <null> CONC 88.5 KIPLING AVE Major Arterial NO

2313066 STM 4253798898 4247598919 RND 300 <null> CONC 65 KIPLING AVE Major Arterial NO

2309061 STM 4247598919 4246498927 RND 300 <null> CONC 14.2 KIPLING AVE Major Arterial NO

2304640 SAN 4408200533 4401900554 RND 300 <null> CONC 66.3 ALHART DR Local NO

2306732 SAN 4393600575 4389600563 RND 300 <null> CONC 40.9 ALHART DR Local NO

2310343 STM 4273900891 4267400909 RND 300 <null> CONC 67.2 BEATTIE AVE Local NO

2304660 SAN 4401900554 4393600575 RND 300 <null> CONC 86.7 ALHART DR Local NO

2304286 STM 4411900513 4408400530 RND 300 <null> CONC 39.6 BRIDGENORTH CRES Local NO

2306734 SAN 4389600563 4384900549 RND 300 <null> CONC 49.8 ALHART DR Local NO

2306735 SAN 4384900549 4377500526 RND 300 <null> CONC 76.8 ALHART DR Local NO

2306759 SAN 4377500526 4371900515 RND 300 <null> CONC 57.3 ALHART DR Local NO

2311858 SAN 4298399475 4303099536 RND 300 <null> UNK 76.2 FALLOWFIELD RD Local NO

Page 5 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-23

55 of 266

viewing

copy

only

do no

t sub

mit

Page 55: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2310413 SAN 4267200895 4267700911 RND 300 <null> UNK 17.1 BEATTIE AVE Local NO

2310286 SAN 4267700911 4270100992 RND 300 <null> VIT 84.2 BEATTIE AVE Local NO

2310402 SAN 4264000797 4267200895 RND 300 <null> VIT 102.7 BEATTIE AVE Local NO

2310442 SAN 4270100992 4280500961 RND 300 <null> VIT 108.2 BEATTIE AVE Geostatistical line NO

2313476 SAN 4295399595 4302299686 RND 350 <null> AC 114.6 RIVERHEAD DR*EAS Geostatistical line NO

2305754 STM 4302699535 4294999594 RND 375 <null> CONC 96.3 KINGSKNOWE RD Local NO

2312285 STM 4298399480 4302699535 RND 375 <null> CONC 70.1 FALLOWFIELD RD Local NO

2304166 STM 4362099991 4358900046 RND 375 <null> CONC 63.3 ALBION RD Major Arterial NO

2307404 STM 4330498629 4323498654 RND 375 <null> CONC 74.7 KIPLING AVE Major Arterial NO

2308365 STM 4325899982 4316800012 RND 375 <null> CONC 95.6 RIVERDALE DR Local NO

2306906 STM 4357300037 4358900046 RND 375 <null> CONC 18.7 LUND AVE Local NO

2308093 STM 4307500247 4305600187 RND 375 <null> CONC 62.8 JASON RD Local NO

2308101 STM 4305600187 4303400129 RND 375 <null> CONC 61.6 JASON RD Local NO

2311799 STM 4284999553 4289299520 RND 375 <null> CONC 53.9 RESTEVER GT Local NO

2311141 STM 4291098781 4293398842 RND 375 <null> CONC 64.6 BROOKMERE RD Collector NO

2304668 STM 4408400530 4401500552 RND 375 <null> CONC 72.5 ALHART DR Local NO

2307945 STM 4323498654 4317498676 RND 375 <null> CONC 63 KIPLING AVE Major Arterial NO

2307501 STM 4309900266 4307500247 RND 375 <null> CONC 30.7 JASON RD Local NO

2307517 SAN 4371900515 4371900566 RND 375 <null> CONC 51.3 ALHART DR*EAS Local NO

2307532 STM 4365200079 4360200055 RND 375 <null> CONC 55.7 ALBION RD Major Arterial NO

2307541 STM 4360200055 4357800101 RND 375 <null> CONC 51.4 ALBION RD Major Arterial NO

2307502 STM 4318700258 4316300249 RND 375 <null> CONC 25 SIMS CRES Local NO

2307504 STM 4316300249 4309900266 RND 375 <null> CONC 66.8 SIMS CRES Local NO

2311007 SAN 4291198774 4293698844 RND 375 <null> UNK 74.8 BROOKMERE RD Collector NO

2308003 STM 4311698696 4317498676 RND 450 <null> CONC 61.6 KIPLING AVE Major Arterial NO

2304671 STM 4401500552 4393600572 RND 450 <null> CONC 82 ALHART DR Local NO

2306718 STM 4393600572 4389400559 RND 450 <null> CONC 43.6 ALHART DR Local NO

2308098 STM 4303400129 4299700055 RND 450 <null> CONC 83.5 JASON RD Local NO

2306900 STM 4360100113 4363000127 RND 450 <null> CONC 31.7 CALSTOCK DR Local NO

2307027 STM 4363000127 4359200203 RND 450 <null> CONC 84.6 ALHART DR Local NO

2307158 STM 4359200203 4355200281 RND 450 <null> CONC 87.3 ALHART DR Local NO

2308004 STM 4305898717 4311698696 RND 450 <null> CONC 61.7 KIPLING AVE Major Arterial NO

Page 6 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-24

56 of 266

viewing

copy

only

do no

t sub

mit

Page 56: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2307641 STM 4351999896 4349699830 RND 450 <null> CONC 70.2 MCGILLIVRAY AVE Local NO

2306497 STM 4355200281 4357100337 RND 450 <null> CONC 59.4 ALHART DR Local NO

2306508 STM 4357100337 4358600389 RND 450 <null> CONC 54.1 ALHART DR Local NO

2308367 STM 4299700055 4299700035 RND 450 <null> CONC 19.9 JASON RD Local NO

2308103 STM 4316800012 4309500035 RND 450 <null> CONC 75.9 RIVERDALE DR Local NO

2308104 STM 4309500035 4303900036 RND 450 <null> CONC 56 RIVERDALE DR Local NO

2308105 STM 4303900036 4301400025 RND 450 <null> CONC 27.8 RIVERDALE DR Local NO

2306719 STM 4389400559 4384600544 RND 450 <null> CONC 50.7 ALHART DR Local NO

2304309 STM 4358799874 4351999896 RND 525 <null> CONC 72.1 RIVERDALE DR Local NO

2304313 STM 4351999896 4339999936 RND 525 <null> CONC 126.8 RIVERDALE DR Local NO

2311786 STM 4280499373 4283799445 RND 525 <null> CONC 79.3 HINTON RD Local NO

2307172 STM 4319800104 4316800012 RND 525 <null> CONC 97.2 SANDERSON RD Local NO

2306921 STM 4358900046 4355800104 RND 525 <null> CONC 65.5 ALBION RD Major Arterial NO

2306018 STM 4317498676 4319298722 RND 525 <null> CONC 49.6 HENLEY CRES Local NO

2308110 STM 4301400025 4299700035 RND 525 <null> CONC 19.7 JASON RD Local NO

2306730 STM 4384600544 4377800524 RND 525 <null> CONC 71 ALHART DR Local NO

2306756 STM 4377800524 4371700511 RND 525 <null> CONC 62.3 ALHART DR Local NO

2305642 STM 4449899316 4450299331 RND 525 <null> RC 15.6 BEAUMONDE HEIGHTS Local NO

DR

2310280 STM 4267400909 4269700990 RND 525 <null> RC 84.3 BEATTIE AVE Local NO

2306542 STM 4366500365 4358600389 RND 600 <null> CONC 83.3 BANKFIELD DR Local NO

2310446 STM 4269700990 4278000965 RND 600 <null> RC 86.8 BEATTIE AVE Geostatistical line NO

2306258 STM 4450299331 4459099304 RND 675 <null> AC 92.2 ISLINGTON AVE Major Arterial NO

2306292 STM 4459099304 4467599284 RND 675 <null> CONC 86.6 ISLINGTON AVE Major Arterial NO

2306294 STM 4467599284 4476599269 RND 675 <null> CONC 92 ISLINGTON AVE Major Arterial NO

2305483 STM 4444399349 4450299331 RND 675 <null> CONC 61.8 ISLINGTON AVE Major Arterial NO

2306009 STM 4476599269 4485599260 RND 675 <null> CONC 89.9 ISLINGTON AVE Major Arterial NO

2307433 STM 4363200528 4371700511 RND 675 <null> RC 87 ALHART DR Local NO

2306602 STM 4358600389 4360900459 RND 675 <null> RC 73.4 ALHART DR Local NO

2306606 STM 4360900459 4363200528 RND 675 <null> RC 73 ALHART DR Local NO

2306012 STM 4485599260 4488999288 RND 750 <null> CONC 43.6 ISLINGTON AVE Major Arterial NO

2308916 STM 4246498927 4238798954 RND 825 <null> CONC 81.2 KIPLING AVE Major Arterial NO

2308921 STM 4238798954 4230098983 RND 825 <null> CONC 91.3 KIPLING AVE Major Arterial NO

Page 7 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-25

57 of 266

viewing

copy

only

do no

t sub

mit

Page 57: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2308370 STM 4299700035 4299000029 RND 825 <null> CONC 9.8 JASON RD Geostatistical line NO

2311677 STM 4286699422 4283799445 RND 900 <null> RC 36.5 ELMHURST DR Collector NO

2312104 STM 4283799445 4289299520 RND 1050 <null> CONC 92.4 HINTON RD Local NO

2312450 STM 4289299520 4294999594 RND 1050 <null> CONC 93.7 HINTON RD Local NO

2313419 STM 4294999594 4299999705 RND 1200 <null> CONC 122.1 KINGSKNOWE RD*EAS Geostatistical line NO

2307089 STM 4371000454 4371700511 RND 1200 <null> RC 56.6 BUCKHORN PL Local NO

D3D3D3D3

4003642 SAN 4255004014 4248104026 RND 250 <null> CONC 70.1 JANE ST Major Arterial NO

4003643 SAN 4248104026 4236904047 RND 250 <null> CONC 113.5 JANE ST Major Arterial NO

4003644 SAN 4236904047 4227904063 RND 250 <null> CONC 91.3 JANE ST Major Arterial NO

4003595 SAN 4234604037 4227004052 RND 250 <null> CONC 77 JANE ST Major Arterial NO

4005291 STM 4261104006 4255304017 RND 250 <null> CONC 59.2 JANE ST Major Arterial NO

4005119 SAN 4239903937 4238303876 RND 300 <null> CONC 63.4 BLACK CREEK TRL River NO

4005120 SAN 4238303876 4004620 RND 300 <null> CONC 4.9 BLACK CREEK TRL River NO

4005617 STM 4255304017 4006064 RND 450 <null> CONC 94.8 JANE ST Major Arterial NO

4006064 STM 4246204042 4245904032 RND 900 <null> CONC 10.5 JANE ST Major Arterial NO

4006065 STM 4245904032 4236904048 RND 900 <null> CONC 91.4 JANE ST Major Arterial NO

4007330 STM 4236904048 4227804070 RND 900 <null> CONC 94.2 JANE ST Major Arterial NO

4006062 STM 4227304067 4223804075 RND 1050 <null> CONC 35.8 JANE ST Major Arterial NO

4006063 STM 4223804075 4222304086 RND 1050 <null> CONC 18.4 JANE ST Major Arterial NO

4005618 STM 4246204042 4245704034 RND 1050 <null> CONC 9.3 JANE ST Major Arterial NO

4005619 STM 4245704034 4236804050 RND 1050 <null> CONC 90 JANE ST Major Arterial NO

4005620 STM 4236804050 4227804070 RND 1050 <null> CONC 92.5 JANE ST Major Arterial NO

4006343 STM 4256603936 4244403958 RND 1200 <null> CONC 124.3 MARLINGTON CRES Local NO

4006344 STM 4244403958 4239303929 RND 1200 <null> CONC 59.1 BLACK CREEK TRL Trail NO

E2E2E2E2

2200016 STM 3958802893 3958302922 REC 900 610 CONC 29 LAWRENCE AVE W Major Arterial NO

2200557 STM 3931500577 3934300664 RND 75 <null> CONC 91.7 DIXON RD Major Arterial NO

23620 COMB 4053203452 4054603489 RND 200 <null> <null> 40.2 CHURCH ST Collector NO

23621 COMB 4057203570 4054603489 RND 200 <null> <null> 85.2 CHURCH ST Collector NO

2102583 SAN 3671999767 3670799724 RND 200 <null> CONC 45.7 NOTTINGHILL GT Local NO

2200240 SAN 3962302337 3965102426 RND 200 <null> CONC 92.9 LOCKHEED BLVD Local NO

Page 8 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-26

58 of 266

viewing

copy

only

do no

t sub

mit

Page 58: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2200215 SAN 3958602572 3961002655 RND 200 <null> CONC 86.6 RIVERLEA DR Local NO

2200207 SAN 3961002655 3963802749 RND 200 <null> CONC 97.8 RIVERLEA DR Local NO

2201564 SAN 3954603061 3961203004 RND 200 <null> CONC 87.5 RIVERSTONE DR Local NO

2200199 SAN 3963802749 3966502843 RND 200 <null> CONC 97.4 RIVERLEA DR Local NO

2202133 SAN 3973002899 3969502915 RND 200 <null> CONC 38.8 RIVERLEA RD Local NO

2201045 SAN 3971202353 3978302332 RND 200 <null> CONC 74.4 ROXALINE ST Local NO

2201040 SAN 3978302332 3985302310 RND 200 <null> CONC 73.3 ROXALINE ST Local NO

2200673 SAN 3968602263 3971202353 RND 200 <null> CONC 93.8 ROYALEIGH AVE Local NO

2200548 SAN 3983202234 3985302310 RND 200 <null> CONC 79 DIXON RD Major Arterial NO

2200545 SAN 3985302310 3985902330 RND 200 <null> CONC 20.9 DIXON RD Major Arterial NO

2202403 SAN 3962502528 3955302550 RND 200 <null> CONC 75.9 WESTONA ST Local NO

2200050 SAN 3954802808 3957302902 RND 200 <null> CONC 96.8 LAWRENCE AVE W Minor Arterial NO

2202137 SAN 3969502915 3966002954 RND 200 <null> CONC 52.1 RIVERLEA RD Local NO

2202138 SAN 3966002954 3962902988 RND 200 <null> CONC 45.8 RIVERLEA RD Local NO

2202140 SAN 3962902988 3961702998 RND 200 <null> CONC 16.5 RIVERLEA RD Local NO

2202149 STM 3972502899 3969002916 RND 200 <null> CONC 39.2 RIVERLEA RD Local NO

2202163 SAN 3967402872 3969502915 RND 200 <null> CONC 47.4 RIVERLEA DR Local NO

2202171 STM 3967002871 3969002916 RND 200 <null> CONC 49 RIVERLEA DR Local NO

2202195 SAN 3975202772 3966502843 RND 200 <null> CONC 112 SCARLETT RD Major Arterial NO

2202196 SAN 3966502843 3966202854 RND 200 <null> CONC 11.9 RIVERLEA DR Local NO

2206914 SAN 3819301857 3811901904 RND 200 <null> CONC 87.9 NORBY CRES Local NO

2206916 SAN 3811901904 3809201917 RND 200 <null> CONC 30.3 NORBY CRES Local NO

2206919 SAN 3809201917 3804201929 RND 200 <null> CONC 51.4 NORBY CRES Local NO

2100666 SAN 3693300293 3692100311 RND 200 <null> CONC 21.4 LLOYD MANOR RD Collector NO

25156 STM 4056503555 4054703500 RND 200 <null> CONC 57.1 CHURCH ST Collector NO

2103510 STM 3681099736 3681299728 RND 250 <null> CONC 8.3 MARTIN GROVE RD Minor Arterial NO

2103519 STM 3682699730 3681099736 RND 250 <null> CONC 17.1 MARTIN GROVE RD Minor Arterial NO

2103504 STM 3673399765 3671799771 RND 250 <null> CONC 16.6 WINTERTON DR Local NO

2103501 STM 3677899745 3681099736 RND 250 <null> CONC 33.4 MARTIN GROVE RD Minor Arterial NO

2202233 SAN 3958202917 3961702998 RND 250 <null> CONC 88.5 LAWRENCE AVE W Major Arterial NO

2201088 SAN 3961203004 3962803038 RND 250 <null> CONC 37.5 LAWRENCE AVE W Major Arterial NO

2202143 SAN 3961702998 3961203004 RND 250 <null> CONC 7.2 RIVERSTONE DR Local NO

Page 9 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-27

59 of 266

viewing

copy

only

do no

t sub

mit

Page 59: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2202198 SAN 3966202854 3958202917 RND 250 <null> CONC 101.2 SCARLETT RD Major Arterial NO

2206884 STM 3817301828 3818901855 RND 250 <null> CONC 32.4 NORBY CRES Local NO

2100713 SAN 3692100311 3688700331 RND 250 <null> CONC 39.5 LLOYD MANOR RD Collector NO

2100439 SAN 3695000344 3692100311 RND 250 <null> CONC 44 WARRENDER AVE Local NO

2100422 SAN 3697700446 3696400395 RND 250 <null> CONC 53.1 WARRENDER AVE Local NO

2100434 SAN 3696400395 3695000344 RND 250 <null> CONC 52.6 WARRENDER AVE Local NO

2100373 SAN 3700100586 3693200608 RND 250 <null> CONC 72.2 WARRENDER AVE Local NO

2100390 SAN 3700900574 3700100586 RND 250 <null> CONC 13.9 WARRENDER AVE Local NO

2100386 SAN 3686100632 3682200631 RND 250 <null> CONC 39.2 WARRENDER AVE Local NO

2100372 SAN 3693200608 3686100632 RND 250 <null> CONC 75.7 WARRENDER AVE Local NO

2100319 SAN 3673400626 3682200631 RND 250 <null> CONC 87.2 ASHFORD DR Local NO

23772 STM 4054503501 4050703452 RND 250 <null> CONC 61.5 CHURCH ST Collector NO

25157 STM 4054703500 4054503501 RND 250 <null> CONC 2.3 CHURCH ST Collector NO

4004223 SAN 4107703482 4110503574 RND 250 <null> CONC 96 GARY DR Collector NO

21969 SAN 3980103470 3977403388 RND 300 <null> <null> 86.4 LAWRENCE AVE W Major Arterial NO

21973 SAN 3982503551 3980103470 RND 300 <null> <null> 84.7 LAWRENCE AVE W Major Arterial NO

23792 COMB 4044203523 4044303521 RND 300 <null> <null> 2.3 ELM ST Local NO

2201118 STM 3962903003 3964603036 RND 300 <null> CONC 36.9 LAWRENCE AVE W Major Arterial NO

2200068 STM 3955502841 3957202905 RND 300 <null> CONC 66 LAWRENCE AVE W Minor Arterial NO

2100665 STM 3693600293 3692100315 RND 300 <null> CONC 27.2 LLOYD MANOR RD Collector NO

2100510 SAN 3682200631 3682600583 RND 300 <null> CONC 48.1 LONGFIELD RD Local NO

2202150 STM 3969002916 3962602988 RND 300 <null> CONC 96.6 RIVERLEA RD Local NO

2202151 STM 3962602988 3962903003 RND 300 <null> CONC 15.3 RIVERLEA RD Local NO

2209037 SAN 3851401321 3852001340 RND 300 <null> UNK 20.1 ISLINGTON AVE Major Arterial NO

21812 STM 4004002870 4002002909 RND 375 <null> <null> 43.7 WESTON RD Minor Arterial NO

21813 STM 4002002909 3999502957 RND 375 <null> <null> 54.8 WESTON RD Minor Arterial NO

21819 STM 3996703025 3994603080 RND 375 <null> <null> 57.6 WESTON RD Minor Arterial NO

21861 STM 3994603080 3993503108 RND 375 <null> <null> 31.3 WESTON RD Minor Arterial NO

21862 STM 3993503108 3992903127 RND 375 <null> <null> 20.1 KING STREET CRES Local NO

21818 STM 3999502957 3996703025 RND 375 <null> <null> 72.7 WESTON RD Minor Arterial NO

2103518 STM 3684199718 3681299728 RND 375 <null> CONC 30.6 MARTIN GROVE RD Minor Arterial NO

2103057 SAN 3674299830 3672599778 RND 375 <null> CONC 54.8 WINTERTON DR Local NO

Page 10 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-28

60 of 266

viewing

copy

only

do no

t sub

mit

Page 60: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2200713 STM 3969102278 3971402351 RND 375 <null> CONC 76.6 ROYALEIGH AVE Local NO

2200029 STM 3983802692 3974602765 RND 375 <null> CONC 117.1 SCARLETT RD Major Arterial NO

2200020 STM 3974602765 3965902836 RND 375 <null> CONC 111.9 SCARLETT RD Major Arterial NO

2200917 STM 3981702245 3984002312 RND 375 <null> CONC 71 DIXON RD Major Arterial NO

2201583 STM 3963402375 3964802421 RND 375 <null> CONC 47.9 LOCKHEED BLVD Local NO

2206897 STM 3818901855 3811601902 RND 375 <null> CONC 87.1 NORBY CRES Local NO

2206903 STM 3811601902 3809001914 RND 375 <null> CONC 28.8 NORBY CRES Local NO

2206904 STM 3809001914 3803801927 RND 375 <null> CONC 53 NORBY CRES Local NO

2209025 STM 3851701340 2208687 RND 375 <null> CONC 7.2 THE WESTWAY Minor Arterial NO

24053 STM 3984403595 3983503604 RND 375 <null> CONC 20.7 LAWRENCE AVE W Major Arterial NO

2103006 SAN 3672599778 3673799755 RND 375 <null> RC 25.6 MARTIN GROVE RD Minor Arterial NO

2103222 SAN 3688399692 3689899682 RND 375 <null> VIT 18 MARTIN GROVE RD*EAS Minor Arterial NO

2103230 SAN 3689999747 3688399692 RND 375 <null> VIT 57.5 MARTIN GROVE RD*EAS Minor Arterial NO

21800 COMB 4004802872 4003602874 RND 450 <null> <null> 10.2 WESTON RD Minor Arterial NO

2102591 STM 3671799771 3670499727 RND 450 <null> CONC 46.1 NOTTINGHILL GT Local NO

2200117 STM 3964002747 3966302825 RND 450 <null> CONC 81.5 RIVERLEA DR Local NO

2200111 STM 3966302825 3965902836 RND 450 <null> CONC 10.9 RIVERLEA DR Local NO

2103016 SAN 3673799755 3681399729 RND 450 <null> RC 80.1 MARTIN GROVE RD Minor Arterial NO

2103020 SAN 3681399729 3689099695 RND 450 <null> RC 85.2 MARTIN GROVE RD Minor Arterial NO

2102998 SAN 3689099695 3689899682 RND 450 <null> RC 14.9 MARTIN GROVE RD Minor Arterial NO

2103505 STM 3665999788 3671799771 RND 450 <null> RC 61.4 MARTIN GROVE RD Minor Arterial NO

2100322 STM 3673100623 3681900628 RND 450 <null> RC 87.8 ASHFORD DR Local NO

2200175 STM 3957602546 3960502646 RND 525 <null> CONC 104 RIVERLEA DR Local NO

2200176 STM 3960502646 3963402747 RND 525 <null> CONC 104.7 RIVERLEA DR Local NO

2200178 STM 3963402747 3965902836 RND 525 <null> CONC 92.5 RIVERLEA DR Local NO

2200561 STM 3945200985 3939600811 RND 525 <null> CONC 183.2 DIXON RD Major Arterial NO

2200555 STM 3934300664 3939600811 RND 525 <null> CONC 155.6 DIXON RD Major Arterial NO

2202347 STM 3961802334 3963402375 RND 525 <null> CONC 44.1 LOCKHEED BLVD Local NO

2201051 STM 3963402375 3971402351 RND 525 <null> CONC 83.2 ROXALINE ST Local NO

2201048 STM 3971402351 3977802332 RND 525 <null> CONC 67.3 ROXALINE ST Local NO

2201046 STM 3977802332 3984002312 RND 525 <null> CONC 65.5 ROXALINE ST Local NO

4006375 STM 4108103484 4110903576 RND 525 <null> CONC 96.5 GARY DR Collector NO

Page 11 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-29

61 of 266

viewing

copy

only

do no

t sub

mit

Page 61: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2200130 STM 3973602719 3964002747 RND 525 <null> RC 100.1 FREEMONT AVE Local NO

2100723 STM 3692100315 3688900335 RND 525 <null> RC 37.5 LLOYD MANOR RD Collector NO

2100420 STM 3696100392 3694800346 RND 525 <null> RC 47.9 WARRENDER AVE Local NO

2100440 STM 3694800346 3692100315 RND 525 <null> RC 40.8 WARRENDER AVE Local NO

2100410 STM 3698400484 3700600572 RND 525 <null> RC 90.9 WARRENDER AVE Local NO

2100424 STM 3697400445 3696100392 RND 525 <null> RC 55.1 WARRENDER AVE Local NO

2100392 STM 3700600572 3700000583 RND 525 <null> RC 12.6 WARRENDER AVE Local NO

2100379 STM 3700000583 3692900606 RND 525 <null> RC 74.4 WARRENDER AVE Local NO

2200894 STM 3984002312 3985502359 RND 600 <null> RC 49.6 DIXON RD Major Arterial NO

2209098 STM 3857101305 3852301320 RND 600 <null> RC 50.9 ISLINGTON AVE Major Arterial NO

2209102 STM 3852301320 3852501326 RND 600 <null> RC 6.2 ISLINGTON AVE Major Arterial NO

2100393 STM 3685900629 3681900628 RND 600 <null> RC 40.2 WARRENDER AVE Local NO

2100394 STM 3692900606 3685900629 RND 600 <null> RC 73.5 WARRENDER AVE Local NO

2209106 STM 3852501326 3852301335 RND 600 <null> RC 9.2 THE WESTWAY Minor Arterial NO

2202387 STM 3950302567 3957602546 RND 675 <null> RC 75.5 WESTONA ST Local NO

2208163 SAN 3770601088 3774201102 RND 675 <null> RC 44.8 WINCOTT DR Local NO

2208291 SAN 3774201102 3774501168 RND 675 <null> RC 66.6 STRATHDEE DR Local NO

2208295 SAN 3774501168 3774801242 RND 675 <null> RC 74.1 STRATHDEE DR Local NO

2208296 SAN 3774801242 3776101316 RND 675 <null> RC 74.5 STRATHDEE DR Local NO

23782 STM 4050703452 4044603517 RND 750 <null> CONC 89.3 ELM ST Local NO

2208956 STM 3862201306 3852301335 RND 750 <null> RC 103.2 ISLINGTON AVE Major Arterial NO

2202243 STM 3958302922 3963703047 RND 825 <null> CONC 136.5 LAWRENCE AVE W Major Arterial NO

2200026 STM 3965902836 3958802893 RND 825 <null> RC 92 SCARLETT RD Major Arterial NO

21926 STM 3969803172 3968203137 RND 900 <null> <null> 37.8 LAWRENCE AVE W <null> NO

21927 STM 3972503255 3969803172 RND 900 <null> <null> 88.1 LAWRENCE AVE W Major Arterial NO

21971 STM 3980003478 3977603402 RND 900 <null> CONC 80 LAWRENCE AVE W Major Arterial NO

23807 STM 4044603517 4040003532 RND 900 <null> CONP 49.3 ELM ST Local NO

2100497 STM 3681900628 3682300582 RND 900 <null> RC 45.9 LONGFIELD RD Local NO

2208206 STM 3768801086 3773801088 RND 1050 <null> RC 51.8 WINCOTT DR Local NO

2103419 STM 3700399661 3691599681 RND 1200 <null> RC 93.6 EGLINTON AVE W Major Arterial NO

E3E3E3E3

20293 SAN 3943904112 3942604076 RND 200 <null> <null> 38.4 ARTHUR ST Local NO

Page 12 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-30

62 of 266

viewing

copy

only

do no

t sub

mit

Page 62: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

21258 SAN 3914504112 3919404266 RND 200 <null> <null> 162 CLOUSTON AVE Local NO

21254 SAN 3911804024 3914504112 RND 200 <null> <null> 92.3 CLOUSTON AVE Local NO

4019850 SAN 4013305176 3993505211 RND 200 <null> CONC 201 BROOKHAVEN DR Collector NO

21234 SAN 3905904131 3908104200 RND 200 <null> VIT 72.9 EDMUND AVE Local NO

21289 SAN 3908104200 3916604174 RND 200 <null> VIT 89.3 MONKLANDS AVE Local NO

9146 STM 3788606657 9136 RND 200 <null> VIT 15.5 HYDE AVE*EAS Local NO

9149 SAN 3788606658 9136 RND 200 <null> VIT 13.5 HYDE AVE*EAS Local NO

4164370 SAN 5512528450 3793006638 RND 200 <null> VIT 12 HYDE AVE Local NO

9157 STM 3785106670 3788606657 RND 225 <null> CONC 56.2 NASHVILLE AVE Local NO

24260 COMB 3657804543 3654604565 RND 225 <null> CONP 39.2 SCARLETT RD Minor Arterial NO

21235 SAN 3908104200 3910004260 RND 225 <null> VIT 63.3 EDMUND AVE Local NO

21512 SAN 3732404270 3728204283 RND 225 <null> VIT 44.3 SCARLETT RD Local NO

21521 SAN 3728004277 3721304306 RND 225 <null> VIT 72.9 SCARLETT RD Minor Arterial NO

21522 SAN 3721304306 3719504294 RND 225 <null> VIT 22 SCARLETT RD Minor Arterial NO

22608 SAN 3719504294 3713604298 RND 225 <null> VIT 59.2 SCARLETT RD Minor Arterial NO

9063 SAN 3803306488 3804706467 RND 225 <null> VIT 24 HYDE AVE Geostatistical line NO

9054 SAN 3804706467 3802506436 RND 225 <null> VIT 41.8 HYDE AVE*EAS River NO

21555 SAN 3724104394 3721304306 RND 225 <null> VIT 91.6 EAST DR Collector NO

9091 SAN 3793006638 3798406560 RND 225 <null> VIT 94.8 HYDE AVE Local NO

9068 SAN 3798406560 3803306488 RND 225 <null> VIT 87.2 HYDE AVE Local NO

9159 SAN 3785806669 3788606658 RND 225 <null> VIT 34.1 NASHVILLE AVE Local NO

20267 STM 3943804062 3948704018 RND 250 <null> <null> 65.3 WESTON RD Minor Arterial NO

21233 STM 3910404265 3906304134 RND 250 <null> <null> 136.7 MONKLANDS AVE Local NO

20263 COMB 3943604067 3948504026 RND 250 <null> <null> 63.7 WESTON RD Minor Arterial NO

4018771 SAN 4141205530 4146905519 RND 250 <null> AC 58.2 CULFORD RD Collector NO

2207998 SAN 3802003819 3807003832 RND 250 <null> CONC 51.4 SCARLETT RD <null> NO

4004930 SAN 4096104933 4089004951 RND 250 <null> CONC 73.5 VENICE DR Local NO

4003039 SAN 4097704931 4097304929 RND 250 <null> CONC 4.6 MAPLE LEAF DR Collector NO

4004701 SAN 4106004882 4097704931 RND 250 <null> CONC 96.3 LISCOMBE RD Local NO

4004563 SAN 4109604985 4099405003 RND 250 <null> CONC 103.3 MAPLE LEAF DR Geostatistical line NO

4004012 SAN 4089503641 4081003668 RND 250 <null> CONC 89.9 FARNSWORTH DR Local NO

4004224 SAN 4110503574 4113403667 RND 250 <null> CONC 97.4 GARY DR Collector NO

Page 13 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-31

63 of 266

viewing

copy

only

do no

t sub

mit

Page 63: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

4005230 SAN 4025204960 4027905047 RND 250 <null> CONC 91.7 LAWRENCE AVE W Major Arterial NO

4004702 SAN 4097404933 4097304929 RND 250 <null> CONC 3.7 MAPLE LEAF DR Collector NO

4018212 SAN 4153405508 4146905519 RND 250 <null> CONC 66.2 CULFORD RD Collector NO

4018183 SAN 4152405705 4150305633 RND 250 <null> CONC 75 RUSTIC RD Collector NO

4018855 SAN 4110905434 4108605364 RND 250 <null> CONC 74.5 MAPLE LEAF DR Collector NO

4018860 SAN 4103805142 4102005084 RND 250 <null> CONC 61 MAPLE LEAF DR Collector NO

4018864 SAN 4117905661 4115505577 RND 250 <null> CONC 87.6 MAPLE LEAF DR Collector NO

4017153 SAN 4115505577 4113205505 RND 250 <null> CONC 75.3 MAPLE LEAF DR Collector NO

4018865 SAN 4109705598 4114905585 RND 250 <null> CONC 53.3 CULFORD RD Collector NO

4018866 SAN 4114905585 4115505577 RND 250 <null> CONC 10.8 CULFORD RD Collector NO

4019183 SAN 4121205566 4115505577 RND 250 <null> CONC 57.9 CULFORD RD Collector NO

4017672 SAN 4102005084 4100005019 RND 250 <null> CONC 68.7 MAPLE LEAF DR Collector NO

4018264 SAN 4141805792 4139505713 RND 250 <null> CONC 82.3 BROME RD Local NO

4017182 SAN 4040205534 4037805453 RND 250 <null> CONC 84.4 LAWRENCE AVE W Major Arterial NO

4017928 SAN 4047405662 4044605570 RND 250 <null> CONC 96.9 LAWRENCE AVE W Major Arterial NO

4019427 SAN 4056105943 4053105848 RND 250 <null> CONC 99.3 LAWRENCE AVE W Major Arterial NO

4019428 SAN 4053105848 4050405755 RND 250 <null> CONC 97.5 LAWRENCE AVE W Major Arterial NO

4018149 SAN 4027905047 4029205082 RND 250 <null> CONC 37 LAWRENCE AVE W Major Arterial NO

4018150 SAN 4029205082 4031805100 RND 250 <null> CONC 32.3 LAWRENCE AVE W Major Arterial NO

4017412 SAN 4042505533 4039905448 RND 250 <null> CONC 88.6 LAWRENCE AVE W Major Arterial NO

4017227 SAN 4043105574 4042005536 RND 250 <null> CONC 38.8 LAWRENCE AVE W Major Arterial NO

4017228 SAN 4042005536 4042505533 RND 250 <null> CONC 5.7 LAWRENCE AVE W Major Arterial NO

2210276 SAN 3811503790 3812403809 RND 250 <null> UNK 21 SCARLETT RD <null> NO

4017188 SAN 4022105144 4019905072 RND 250 <null> UNK 74.6 BROOKHAVEN DR Collector NO

4017653 SAN 4019905072 4027905047 RND 250 <null> UNK 84.2 BROOKHAVEN DR Collector NO

4017654 SAN 4008705187 4012605180 RND 250 <null> UNK 39.6 BROOKHAVEN DR Collector NO

4017655 SAN 4012605180 4013305176 RND 250 <null> UNK 8.8 BROOKHAVEN DR Collector NO

4017656 SAN 4013305176 4013405179 RND 250 <null> UNK 2.9 BROOKHAVEN DR Collector NO

4017183 SAN 4024105062 4020205074 RND 250 <null> UNK 40.4 BROOKHAVEN DR Collector NO

4017184 SAN 4020205074 4022505148 RND 250 <null> UNK 77.3 BROOKHAVEN DR Collector NO

4017185 SAN 4022505148 4013305176 RND 250 <null> UNK 96 BROOKHAVEN DR Collector NO

4017186 SAN 4013405179 4021705153 RND 250 <null> UNK 86.9 BROOKHAVEN DR Collector NO

Page 14 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-32

64 of 266

viewing

copy

only

do no

t sub

mit

Page 64: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

4017187 SAN 4021705153 4022105144 RND 250 <null> UNK 10.5 BROOKHAVEN DR Collector NO

21509 SAN 3743104258 3734904268 RND 250 <null> VIT 82.4 SCARLETT RD Local NO

21511 SAN 3734904268 3732404270 RND 250 <null> VIT 24.9 SCARLETT RD Local NO

21259 SAN 3916604174 3919004252 RND 300 <null> <null> 81.5 LN W WESTON N Laneway NO

CLOUSTON

20300 COMB 3943604116 3946304200 RND 300 <null> <null> 88.5 ARTHUR ST Local NO

21256 SAN 3913604078 3916604174 RND 300 <null> <null> 100.4 CLOUSTON AVE Local NO

2206654 SAN 3815603704 3817403762 RND 300 <null> CONC 59.8 RICHVIEW RD Local NO

4004610 STM 4086303654 4082103668 RND 300 <null> CONC 45 FARNSWORTH DR Local NO

21541 STM 3738804508 3732504478 RND 300 <null> CONC 69.3 BRENDWIN RD*EAS Local NO

21542 STM 3732504478 3730304463 RND 300 <null> CONC 27.3 BRENDWIN RD*EAS Local NO

21543 STM 3730304463 3726704435 RND 300 <null> CONC 44.7 EAST DR*EAS Collector NO

20898 STM 3778805294 3776505220 RND 300 <null> CONC 77.6 LAMBTON AVE Collector NO

20888 STM 3775105224 3776505220 RND 300 <null> CONC 14.4 LAMBTON AVE Collector NO

21516 STM 3732704268 3734704270 RND 300 <null> CONP 19.9 SCARLETT RD Local NO

21507 STM 3743104260 3734704270 RND 300 <null> CONP 84.7 SCARLETT RD Local NO

21508 STM 3734704270 3734904254 RND 300 <null> CONP 15.7 SCARLETT RD Local NO

2210278 SAN 3818003787 3819803789 RND 300 <null> UNK 18.6 HUMBER RIVER TRL <null> NO

21357 COMB 3881804722 3878004790 RND 300 <null> VIT 77.9 WESTON RD Minor Arterial NO

20823 COMB 3812905944 3807906015 RND 300 <null> VIT 86.4 WESTON RD Minor Arterial NO

20824 COMB 3812005938 3807406005 RND 300 <null> VIT 81.2 WESTON RD Minor Arterial NO

24386 COMB 3821705816 3817305881 RND 300 <null> VIT 78.5 BARR AVE Local NO

20892 COMB 3774305176 3772305151 RND 300 <null> VIT 31.9 LAMBTON AVE Collector NO

23313 COMB 3807906015 3803706077 RND 300 <null> VIT 75.2 WESTON RD Minor Arterial NO

1438843 SAN 3684206551 3677306572 RND 300 <null> VIT 84.9 SYMES RD <null> NO

1438699 COMB 3658906565 3655906574 RND 300 <null> VIT 31.6 SYMES RD Local NO

4020122 STM 4109505170 4105905180 RND 350 <null> AC 38.1 MAPLE LEAF DR Collector NO

20290 STM 3942904069 3937104119 RND 375 <null> <null> 76 WESTON RD Minor Arterial NO

20301 COMB 3946304200 3941504270 RND 375 <null> <null> 84.1 LN E WESTON N Laneway NO

DENISON

4020123 STM 4105905180 4105105190 RND 375 <null> AC 12.4 MAPLE LEAF DR Collector NO

2207404 SAN 3819803789 3820303806 RND 375 <null> CONC 17.3 HUMBER RIVER TRL <null> NO

4006216 STM 4082103668 4071903702 RND 375 <null> CONC 107 FARNSWORTH DR Local NO

Page 15 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-33

65 of 266

viewing

copy

only

do no

t sub

mit

Page 65: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

4003348 STM 4086303654 4091203638 RND 375 <null> CONC 51.5 FARNSWORTH DR Local NO

4020769 STM 4155905613 4150505629 RND 375 <null> CONC 55.8 BLUE SPRINGS RD Local NO

21547 STM 3726704435 3723604359 RND 375 <null> CONC 82 EAST DR*EAS Collector NO

20889 STM 3776505220 3775405182 RND 375 <null> CONC 39.7 LAMBTON AVE Collector NO

20876 STM 3767405081 3768805076 RND 375 <null> CONC 15.6 GRANDVILLE AVE Local NO

21549 STM 3722404348 3721404312 RND 375 <null> CONP 36.9 EAST DR Collector NO

25247 COMB 3878004790 3873104877 RND 375 <null> VIT 100 WESTON RD Minor Arterial NO

20893 COMB 3772305151 3761805184 RND 375 <null> VIT 110.1 CHRYESSA AVE Local NO

21241 COMB 3927904187 3936604112 RND 450 <null> <null> 115 WESTON RD Minor Arterial NO

4019996 STM 4115305560 4112205458 RND 450 <null> CONC 107 MAPLE LEAF DR Collector NO

4018856 SAN 4108605364 4106405291 RND 450 <null> CONC 76.4 MAPLE LEAF DR Collector NO

4018857 SAN 4106405291 4104305218 RND 450 <null> CONC 75.5 MAPLE LEAF DR Collector NO

4018858 SAN 4104305218 4105705203 RND 450 <null> CONC 20.4 MAPLE LEAF DR Collector NO

4017032 STM 4142605806 4139705711 RND 450 <null> CONC 98.8 BROME RD Local NO

4021767 STM 4139705711 4138905708 RND 450 <null> CONC 9.4 BROME RD Local NO

20890 STM 3775405182 3772705147 RND 450 <null> CONC 43 LAMBTON AVE Collector NO

20885 STM 3771105127 3769205083 RND 450 <null> CONC 47.7 LAMBTON AVE Collector NO

20886 STM 3772705147 3771105127 RND 450 <null> CONC 26.6 LAMBTON AVE Collector NO

21514 STM 3731704265 3734904254 RND 450 <null> CONP 33.6 SCARLETT RD Local NO

21515 STM 3728204275 3731704265 RND 450 <null> CONP 36.6 SCARLETT RD Local NO

21506 STM 3734904254 3740704221 RND 450 <null> CONP 67.3 SCARLETT RD Local NO

21561 STM 3722404308 3721404312 RND 450 <null> CONP 11.3 EAST DR Collector NO

9053 SAN 3808206424 3802506436 RND 450 <null> VIT 58.1 HYDE AVE*EAS River NO

9044 SAN 3801606438 3797206408 RND 450 <null> VIT 53.5 BLACK CREEK DR River NO

9055 SAN 3802506436 3801606438 RND 450 <null> VIT 8.8 HYDE AVE River NO

20897 COMB 3777905274 3780705364 RND 450 <null> VIT 94.3 LAMBTON AVE Collector NO

20764 COMB 3780705364 3783405452 RND 450 <null> VIT 92 LAMBTON AVE Collector NO

9028 SAN 3797206408 3792206373 RND 450 <null> VIT 60.8 WESTON RD River NO

21257 STM 3919704267 3914804111 RND 500 <null> <null> 163.9 CLOUSTON AVE Local NO

20289 COMB 3936604112 3948004014 RND 525 <null> <null> 149.6 SYKES AVE Local NO

20295 COMB 3937204134 3936604112 RND 525 <null> <null> 23 WESTON RD Minor Arterial NO

2210277 STM 3810903793 3811903821 RND 525 <null> CONC 30.2 SCARLETT RD <null> NO

Page 16 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-34

66 of 266

viewing

copy

only

do no

t sub

mit

Page 66: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

4006079 STM 4101403606 4110903576 RND 525 <null> CONC 99.8 FARNSWORTH DR Local NO

4003349 STM 4091203638 4101403606 RND 525 <null> CONC 106.7 FARNSWORTH DR Local NO

4020485 STM 4112205458 4109705386 RND 525 <null> CONC 76.1 MAPLE LEAF DR Collector NO

4019757 STM 4122205567 4116205576 RND 525 <null> CONC 60.5 CULFORD RD Collector NO

4020673 STM 4138905708 4138105627 RND 525 <null> CONC 81.1 BROME RD <null> NO

7926 STM 3822705861 3819505839 RND 525 <null> CONC 39 BARR AVE Local NO

24417 STM 3768705056 3768104996 RND 525 <null> CONC 60.4 LAMBTON AVE Collector NO

20877 STM 3768805076 3768705056 RND 525 <null> CONC 19.9 LAMBTON AVE Collector NO

20878 STM 3769205083 3768805076 RND 525 <null> CONC 7.5 LAMBTON AVE Collector NO

2206651 STM 3815603706 3817303764 RND 525 <null> RC 59.9 RICHVIEW RD Local NO

20781 COMB 3785505521 3787005564 RND 525 <null> VIT 45.1 LAMBTON AVE Collector NO

20782 COMB 3787005564 3786205578 RND 525 <null> VIT 15.8 GREENDALE AVE Local NO

20265 COMB 3948004014 3956003930 RND 600 <null> <null> 116.5 WESTON RD Minor Arterial NO

4003360 STM 4110903576 4113803668 RND 600 <null> CONC 96.2 GARY DR Collector NO

4005532 STM 4021704871 4024904977 RND 600 <null> CONC 110.6 LAWRENCE AVE W Major Arterial NO

4005533 STM 4024904977 4027605064 RND 600 <null> CONC 91.4 LAWRENCE AVE W Major Arterial NO

4020486 STM 4109705386 4107705323 RND 600 <null> CONC 66.2 MAPLE LEAF DR Collector NO

4020836 STM 4027605064 4029805138 RND 600 <null> CONC 76.5 LAWRENCE AVE W Major Arterial NO

20266 COMB 3956003930 3958903871 RND 600 <null> CONC 66.2 WESTON RD Minor Arterial NO

7914 STM 3819505839 3822005802 RND 600 <null> CONC 45.1 WESTON RD Minor Arterial NO

22610 STM 3721404312 3716304312 RND 600 <null> CONP 51 SCARLETT RD Geostatistical line NO

21548 STM 3723604359 3722604334 RND 600 <null> CONP 27.7 EAST DR*EAS Collector NO

21560 STM 3722604334 3722404308 RND 600 <null> CONP 25.7 EAST DR*EAS Collector NO

4021623 STM 4099305004 4097104930 RND 675 <null> CONC 78 MAPLE LEAF DR Collector NO

4021622 STM 4101805082 4099305004 RND 675 <null> CONC 81.7 MAPLE LEAF DR Collector NO

4020487 STM 4107705323 4104905227 RND 675 <null> CONC 99.8 MAPLE LEAF DR Collector NO

4020488 STM 4104905227 4105105190 RND 675 <null> CONC 37.4 MAPLE LEAF DR Collector NO

4020489 STM 4105105190 4101805082 RND 675 <null> CONC 112.5 MAPLE LEAF DR Collector NO

4020548 STM 4147105540 4147305524 RND 675 <null> CONC 15.8 RUSTIC RD Collector NO

4019758 STM 4116205576 4113805584 RND 675 <null> CONC 25.6 CULFORD RD Collector NO

4020197 STM 4147305524 4147605522 RND 675 <null> CONC 3.4 RUSTIC RD Collector NO

4017022 STM 4043205570 4041905528 RND 675 <null> CONC 43.9 LAWRENCE AVE W Major Arterial NO

Page 17 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-35

67 of 266

viewing

copy

only

do no

t sub

mit

Page 67: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

1438054 COMB 3674106550 3669806530 RND 675 <null> CONC 47.1 SYMES RD <null> NO

1438082 COMB 3669806530 3664606543 RND 675 <null> CONC 53 SYMES RD Local NO

1438457 COMB 3664606543 3659506556 RND 675 <null> CONC 53.6 SYMES RD Local NO

1438055 COMB 3659506556 3649406586 RND 675 <null> CONC 104.8 SYMES RD Local NO

21308 COMB 3904804402 3899004453 RND 675 <null> CONP 77.1 WESTON RD Minor Arterial NO

2208025 STM 3811903821 3819703790 RND 675 <null> RC 84 HUMBER RIVER TRL <null> NO

2208000 STM 3801703824 3807503840 RND 675 <null> RC 60.3 SCARLETT RD <null> NO

2208021 STM 3807503840 3811903821 RND 675 <null> RC 48 HUMBER RIVER TRL <null> NO

4022567 STM 4152505695 4150505629 RND 750 <null> CONC 68.3 RUSTIC RD Collector NO

4020198 STM 4147605522 4152605512 RND 750 <null> CONC 50.6 CULFORD RD Collector NO

24326 COMB 3768704974 3767505075 RND 750 <null> CONC 106 LAMBTON AVE Collector NO

2209251 STM 3800003852 3797703895 RND 750 <null> RC 48.5 EGLINTON AVE WEST Trail NO

TRL

2209252 STM 3798203785 3800003852 RND 750 <null> RC 69.4 EGLINTON AVE W Major Arterial NO

20284 COMB 3962603799 3965403740 RND 825 <null> <null> 65.5 WESTON RD Minor Arterial NO

10791 COMB 3873104877 3872204871 RND 825 <null> <null> 10.8 WESTON RD Minor Arterial NO

4005073 SAN 4150304193 4147404198 RND 825 <null> CONC 29.5 JANE ST Major Arterial NO

4005074 SAN 4147404198 4138404220 RND 825 <null> CONC 92.5 JANE ST Major Arterial NO

4005075 SAN 4138404220 4129304237 RND 825 <null> CONC 92.4 JANE ST S 400 N RAMP Expressway Ramp NO

4005076 SAN 4129304237 4119004256 RND 825 <null> CONC 104.6 JANE ST S 400 N RAMP Expressway Ramp NO

4020646 STM 4150505629 4146905505 RND 825 <null> CONC 129.1 RUSTIC RD Collector NO

4020647 STM 4146905505 4142905368 RND 825 <null> CONC 142.8 RUSTIC RD Local NO

4005072 SAN 4158004178 4150304193 RND 825 <null> CONC 78.8 JANE ST Major Arterial NO

21338 COMB 3891704539 3886904626 RND 825 <null> CONP 100.2 WESTON RD Minor Arterial NO

21366 COMB 3886904626 3882104715 RND 825 <null> CONP 101.1 WESTON RD Minor Arterial NO

4007207 STM 4097104930 4094504847 RND 900 <null> CONC 86.2 MAPLE LEAF DR Collector NO

4021317 STM 4033105238 4029905136 RND 900 <null> CONC 106.7 LAWRENCE AVE W Major Arterial NO

2207391 STM 3819703790 3820203806 RND 900 <null> RC 17.2 HUMBER RIVER TRL <null> NO

21355 COMB 3882104715 3880904722 RND 975 <null> CONP 13.6 WESTON RD Minor Arterial NO

21358 COMB 3880904722 3877204788 RND 975 <null> CONP 76.1 WESTON RD Minor Arterial NO

4022423 STM 4117605657 4113805584 RND 1050 <null> CONC 89.3 MAPLE LEAF DR Collector NO

7796 COMB 3866804959 3858705099 RND 1050 <null> CONC 161.7 WESTON RD Minor Arterial NO

10814 COMB 3872204871 3866804959 RND 1050 <null> CONC 103.6 WESTON RD Minor Arterial NO

Page 18 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-36

68 of 266

viewing

copy

only

do no

t sub

mit

Page 68: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

24371 COMB 3877204788 3872204871 RND 1050 <null> CONP 96.4 WESTON RD Minor Arterial NO

23096 COMB 3655105860 3672105810 RND 1150 <null> BRK 177.9 GAFFNEY PARK TRL <null> NO

4019731 STM 4113805584 4104905569 RND 1200 <null> CONC 98 CULFORD RD Collector NO

4004376 SAN 4101603603 4110503574 UNK <null> <null> UNK 94.4 FARNSWORTH DR Local NO

4004787 SAN 4092303633 4101603603 UNK <null> <null> UNK 97.1 FARNSWORTH DR Local NO

F1F1F1F1

2001027 SAN 3249798285 3245198332 RND 200 <null> UNK 66.1 SILVERTHORNE BUSH Local NO

DR

2000889 SAN 3227298025 3228098112 RND 200 <null> UNK 86.9 GOLF VALLEY LANE Local NO

2000954 SAN 3238298051 3237598109 RND 200 <null> UNK 57.8 MAPLE GATE CRT Local NO

2000981 SAN 3243198237 3249798285 RND 200 <null> UNK 82 BURNT LOG CRES Local NO

2001014 SAN 3251798258 3249798285 RND 200 <null> UNK 34.4 SILVERTHORNE BUSH Local NO

DR

2000852 SAN 3206998283 3201198227 RND 250 <null> AC 81 SILVERTHORNE BUSH Local NO

DR

2000886 SAN 3234798105 3228098112 RND 250 <null> AC 67.2 MARKLAND DR Local NO

2000919 SAN 3217698359 3212398321 RND 250 <null> AC 65.3 SILVERTHORNE BUSH Local NO

DR

2000957 SAN 3242798127 3237598109 RND 250 <null> AC 55.2 MARKLAND DR Local NO

2000960 SAN 3237598109 3234798105 RND 250 <null> AC 28.1 MARKLAND DR Local NO

2001507 STM 3248498518 3244298471 RND 250 <null> CONC 63.1 FIELDSTONE RD Local NO

2001013 STM 3251598254 3249198286 RND 250 <null> CONC 39.8 SILVERTHORNE BUSH Local NO

DR

2000850 SAN 3204498191 3201198227 RND 250 <null> UNK 48.8 MARKLAND DR Local NO

2001499 SAN 3244598469 3240398422 RND 250 <null> UNK 62.6 FIELDSTONE RD Local NO

2000940 SAN 3229598286 3221698293 RND 250 <null> UNK 79.1 BURNT LOG CRES Local NO

2000942 SAN 3237498366 3228398375 RND 250 <null> UNK 91 SILVERTHORNE BUSH Local NO

DR

2000945 SAN 3221698293 3220098303 RND 250 <null> UNK 19.5 BURNT LOG CRES Local NO

2000904 SAN 3240398422 3237498366 RND 250 <null> UNK 64 FIELDSTONE RD Local NO

2001524 SAN 3248598515 3244598469 RND 250 <null> UNK 61 FIELDSTONE RD Local NO

2000820 SAN 3213198142 3207798166 RND 250 <null> UNK 58.3 MARKLAND DR Local NO

2000827 SAN 3207798166 3204498191 RND 250 <null> UNK 41.4 MARKLAND DR Local NO

2000931 SAN 3237498278 3229598286 RND 250 <null> UNK 78.8 BURNT LOG CRES Local NO

2000874 SAN 3219698120 3213198142 RND 250 <null> UNK 68.8 MARKLAND DR Local NO

Page 19 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-37

69 of 266

viewing

copy

only

do no

t sub

mit

Page 69: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2000887 SAN 3228098112 3219698120 RND 250 <null> UNK 85 MARKLAND DR Local NO

2000907 SAN 3220098303 3217698359 RND 250 <null> UNK 60.4 BURNT LOG CRES Local NO

2000908 SAN 3214198230 3207798166 RND 250 <null> UNK 90.7 CHERRY POST CRES Local NO

2000818 SAN 3199098136 3204498191 RND 250 <null> UNK 77.5 GOLF VALLEY LANE Local NO

2000988 SAN 3241198252 3237498278 RND 250 <null> UNK 45.7 BURNT LOG CRES Local NO

2000991 SAN 3241398351 3237498366 RND 250 <null> UNK 41.6 SILVERTHORNE BUSH Local NO

DR

2000916 SAN 3222998377 3217698359 RND 250 <null> UNK 55.5 SILVERTHORNE BUSH Local NO

DR

2001501 SAN 3256798469 3250398537 RND 300 <null> CONC 92.8 MILL RD Collector NO

2001026 STM 3249198286 3244698331 RND 300 <null> CONC 64.3 SILVERTHORNE BUSH Local NO

DR

2000888 STM 3225798111 3219598117 RND 300 <null> CONC 62.7 MARKLAND DR Local NO

2000819 STM 3198798137 3204098191 RND 300 <null> CONC 75.8 GOLF VALLEY LANE Local NO

2001508 STM 3244298471 3240098424 RND 300 <null> CONC 62.8 FIELDSTONE RD Local NO

2000979 STM 3242798238 3249198286 RND 300 <null> CONC 80.3 BURNT LOG CRES Local NO

2000980 STM 3241498248 3237498275 RND 300 <null> CONC 48.4 BURNT LOG CRES Local NO

2000958 STM 3237998051 3237198111 RND 300 <null> CONC 61.1 MAPLE GATE CRT Local NO

2000847 SAN 3201198227 3198798270 RND 300 <null> UNK 49 MARKLAND DR Local NO

2000862 SAN 3196598313 3193598343 RND 300 <null> UNK 42.1 MARKLAND DR Local NO

2000832 SAN 3198798270 3196598313 RND 300 <null> UNK 49.1 MARKLAND DR Geostatistical line NO

2000941 STM 3229598283 3221698290 RND 375 <null> CONC 78.6 BURNT LOG CRES Local NO

2000944 STM 3221698290 3219898301 RND 375 <null> CONC 20.7 BURNT LOG CRES Local NO

2000902 STM 3240098424 3237298368 RND 375 <null> CONC 62.8 FIELDSTONE RD Local NO

2000821 STM 3213098139 3207298166 RND 375 <null> CONC 63.7 MARKLAND DR Local NO

2000932 STM 3237498275 3229598283 RND 375 <null> CONC 79.7 BURNT LOG CRES Local NO

2000875 STM 3219598117 3213098139 RND 375 <null> CONC 68.6 MARKLAND DR Local NO

2000906 STM 3219898301 3217498353 RND 375 <null> CONC 57.9 BURNT LOG CRES Local NO

2000998 STM 3237298368 3236998363 RND 375 <null> CONC 5.9 FIELDSTONE RD Local NO

2001535 SAN 3250398537 3245598580 RND 375 <null> CONC 64.7 MILL RD Collector NO

2000909 STM 3213698229 3207298166 RND 450 <null> CONC 89.7 CHERRY POST CRES Local NO

2000837 STM 3199598408 3194298354 RND 450 <null> CONC 75.8 BLOOR ST W Major Arterial NO

2000990 STM 3241298349 3236998363 RND 450 <null> CONC 45.6 SILVERTHORNE BUSH Local NO

DR

Page 20 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-38

70 of 266

viewing

copy

only

do no

t sub

mit

Page 70: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2000851 STM 3204098191 3200798228 RND 525 <null> CONC 49.4 MARKLAND DR Local NO

2001500 STM 3256198471 3249898537 RND 525 <null> CONC 91.4 MILL RD Collector NO

2000824 STM 3207298166 3204098191 RND 525 <null> CONC 40.6 MARKLAND DR Local NO

2000995 STM 3238898362 3237298368 RND 525 <null> CONC 16.9 SILVERTHORNE BUSH Local NO

DR

2001536 STM 3249898537 3245098580 RND 525 <null> CONC 64.3 MILL RD Collector NO

2000939 STM 3236998363 3228398371 RND 600 <null> CONC 86.2 SILVERTHORNE BUSH Local NO

DR

2000849 STM 3206898286 3200798228 RND 675 <null> CONC 83.8 SILVERTHORNE BUSH Geostatistical line NO

DR

2000917 STM 3222998372 3217498353 RND 675 <null> CONC 58.5 SILVERTHORNE BUSH Local NO

DR

2000918 STM 3217498353 3214398338 RND 675 <null> CONC 34.3 SILVERTHORNE BUSH Local NO

DR

2000848 STM 3200798228 3198498269 RND 750 <null> CONC 47 MARKLAND DR Local NO

2000926 STM 3217498353 3216598365 RND 750 <null> CONC 14.4 SILVERTHORNE BUSH Local NO

DR

2000833 STM 3198498269 3196298312 RND 750 <null> CONC 48.8 MARKLAND DR Local NO

2000841 STM 3196298312 3193098343 RND 750 <null> CONC 44.2 MARKLAND DR Local NO

2000903 STM 3227098377 3216598365 RND 900 <null> CONC 107 SILVERTHORNE BUSH Local NO

DR

2000938 STM 3237298368 3227098377 RND 900 <null> CONC 102.4 SILVERTHORNE BUSH Local NO

DR

2000883 STM 3227698095 3225598024 RND 1050 <null> CONC 79.7 GOLF VALLEY LANE Local NO

2000831 STM 3202798437 3194298354 RND 1050 <null> CONC 119.2 BLOOR ST W Major Arterial NO

2000890 STM 3232098105 3227698095 RND 1050 <null> CONC 51.4 MARKLAND DR Local NO

2000842 STM 3194298354 3193098343 RND 1050 <null> CONC 15.9 BLOOR ST W Major Arterial NO

2000921 STM 3216598365 3209798391 RND 1050 <null> CONC 85.3 SILVERTHORNE BUSH Geostatistical line NO

DR*EAS

2000956 STM 3242798130 3237198111 RND 1050 <null> CONC 59.3 MARKLAND DR Local NO

2000959 STM 3237198111 3232098105 RND 1050 <null> CONC 51.2 MARKLAND DR Local NO

2000814 STM 3193098343 3180098212 RND 1200 <null> CONC 184.6 BLOOR ST W Major Arterial NO

F2F2F2F2

2111378 STM 3415903163 3417303123 RND 150 <null> CONC 42.8 MIMICO CREEK TRL Trail NO

2102957 SAN 3643499858 3636199882 RND 200 <null> CONC 76.7 MARTIN GROVE RD Minor Arterial NO

2103189 SAN 3628699906 3624299920 RND 200 <null> CONC 46 MARTIN GROVE RD Minor Arterial NO

2103175 SAN 3624299920 3618199942 RND 200 <null> CONC 64.8 MARTIN GROVE RD Minor Arterial NO

Page 21 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-39

71 of 266

viewing

copy

only

do no

t sub

mit

Page 71: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2103193 SAN 3636199882 3628699906 RND 200 <null> CONC 78.4 MARTIN GROVE RD Minor Arterial NO

2103514 SAN 3631799998 3628699906 RND 200 <null> CONC 97.2 HEDGES BLVD Local NO

2105428 SAN 3360699328 3361199358 RND 200 <null> CONC 30.4 BURNHAMTHORPE RD Major Arterial NO

2001777 SAN 3250499360 3251499391 RND 200 <null> CONC 32 BLOOR ST W Major Arterial NO

2001782 SAN 3249599332 3250499360 RND 200 <null> CONC 29.3 BLOOR ST W Major Arterial NO

2002579 SAN 3268499620 3259999650 RND 200 <null> CONC 90.6 RENFORTH DR Collector NO

2101376 SAN 3613600916 3610000866 RND 200 <null> CONC 61.6 PRINCE GEORGE DR Local NO

2101377 SAN 3616300956 3613600916 RND 200 <null> CONC 48.1 PRINCE GEORGE DR Local NO

2101397 SAN 3617900987 3616300956 RND 200 <null> CONC 34.8 PRINCE GEORGE DR Local NO

2101348 SAN 3600800600 3602600658 RND 200 <null> CONC 61.1 PRINCE GEORGE DR Local NO

2101714 SAN 3612500969 3616300956 RND 200 <null> CONC 39.8 BILSTON CRT Local NO

2104574 SAN 3560100918 3552300942 RND 200 <null> CONC 82.5 LLOYD MANOR RD Local NO

2104567 SAN 3543500970 3552300942 RND 200 <null> CONC 91.4 LLOYD MANOR RD Local NO

2106086 SAN 3462200430 3463900475 RND 200 <null> CONC 47.5 DONALBERT RD Local NO

2106087 SAN 3460500374 3462200430 RND 200 <null> CONC 59.3 DONALBERT RD Local NO

2104377 SAN 3533303315 3534003337 RND 200 <null> CONC 22.8 CANTERBURY CRES Local NO

2104378 SAN 3534003337 3532803345 RND 200 <null> CONC 15.2 CANTERBURY CRES Local NO

2104387 SAN 3532803345 3523803361 RND 200 <null> CONC 90.7 CANTERBURY CRES Local NO

2104397 SAN 3513903249 3514103257 RND 200 <null> CONC 8.6 CANTERBURY CRES Local NO

2104398 SAN 3514103257 3516703338 RND 200 <null> CONC 84.7 CANTERBURY CRES Local NO

2104399 SAN 3516703338 3518403370 RND 200 <null> CONC 36.9 CANTERBURY CRES Local NO

2103617 SAN 3537401078 3546001048 RND 200 <null> CONC 91.8 VASSAR DR Local NO

2103626 SAN 3546001048 3554801021 RND 200 <null> CONC 91.2 VASSAR DR Local NO

2103637 SAN 3549401154 3558101127 RND 200 <null> CONC 91.2 THORNLY CRES Local NO

2104353 SAN 3508203238 3513903249 RND 200 <null> CONC 57.6 THE KINGSWAY Collector NO

2104385 SAN 3518403370 3523803361 RND 200 <null> CONC 54.8 CANTERBURY CRES Local NO

2104410 STM 3523103030 3520603092 RND 200 <null> CONC 67.1 CANTERBURY RD Local NO

2106466 SAN 3458500676 3464700657 RND 200 <null> CONC 64.9 MARTIN GROVE RD Collector NO

2106459 SAN 3449500704 3458500676 RND 200 <null> CONC 94.3 MARTIN GROVE RD Collector NO

2106108 SAN 3454300456 3462200430 RND 200 <null> CONC 83.8 NORTHGLEN AVE Local NO

2111383 STM 3405903091 3408503060 RND 200 <null> CONC 39.7 MIMICO CREEK TRL Trail NO

2106178 SAN 3452700486 3455700580 RND 200 <null> CONC 98.4 COWLEY AVE Local NO

Page 22 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-40

72 of 266

viewing

copy

only

do no

t sub

mit

Page 72: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2106177 SAN 3455700580 3458500676 RND 200 <null> CONC 99.7 COWLEY AVE Local NO

2105945 SAN 3408100597 3402700615 RND 200 <null> CONC 56.6 SHAVER AVE N Local NO

2108404 SAN 3301001743 3296301714 RND 200 <null> CONC 54.5 DUNDAS ST W Major Arterial NO

2108401 SAN 3316701842 3310101800 RND 200 <null> CONC 77.7 DUNDAS ST W Major Arterial NO

2108402 SAN 3310101800 3304201764 RND 200 <null> CONC 69.6 DUNDAS ST W Major Arterial NO

2108403 SAN 3304201764 3301001743 RND 200 <null> CONC 38.6 DUNDAS ST W Major Arterial NO

2106837 STM 3424701636 3413201672 RND 200 <null> CONC 121 KIPLING AVE Major Arterial NO

2107004 SAN 3304201692 3301001743 RND 200 <null> CONC 60.4 JOPLING AVE S Local NO

2108400 SAN 3324501790 3316701842 RND 200 <null> CONC 93.9 BEAMISH DR Collector NO

2111930 SAN 3338402100 3341302161 RND 200 <null> CONC 67.2 BLOOR ST W Major Arterial NO

2111931 SAN 3341302161 3343902216 RND 200 <null> CONC 61.6 BLOOR ST W Major Arterial NO

2110326 SAN 3313502815 3322402788 RND 200 <null> CONC 93.6 WILLROD RD Local NO

2002195 SAN 3253099827 3247199845 RND 200 <null> CONC 61.1 THE WEST MALL Minor Arterial NO

2107251 SAN 3359200112 3357700063 RND 200 <null> PVC 50.9 CANTLE PATH <null> NO

2107252 SAN 3357700063 3358100051 RND 200 <null> PVC 12.3 CANTLE PATH <null> NO

2002141 SAN 3252499672 3250799641 RND 200 <null> UNK 35.3 BASKERVILLE CRES Local NO

2001919 SAN 3185499821 3187499884 RND 200 <null> UNK 66.1 TERRYELLEN CRES Local NO

2002087 SAN 3222899863 3221599822 RND 200 <null> UNK 43.1 SEVILLE AVE Local NO

2001930 SAN 3187499884 3189099934 RND 200 <null> UNK 52.7 TERRYELLEN CRES Local NO

2001994 SAN 3189199979 3188099940 RND 200 <null> UNK 40 RAYSIDE DR Local NO

2103616 SAN 3529301103 3537401078 RND 200 <null> UNK 84.8 VASSAR DR Local NO

2103099 SAN 3517703085 3520703096 RND 200 <null> UNK 32.6 ST GEORGES RD Local NO

2103080 SAN 3509303048 3517703085 RND 200 <null> UNK 91.8 ST GEORGES RD Local NO

2103091 SAN 3513003012 3509303048 RND 200 <null> UNK 52.1 WIMBLETON RD Local NO

2104476 SAN 3523403029 3520703096 RND 200 <null> UNK 72.2 CANTERBURY RD Local NO

2104672 SAN 3543603278 3532003273 RND 200 <null> UNK 116 THE KINGSWAY Collector NO

2104688 SAN 3532003273 3516503235 RND 200 <null> UNK 159 THE KINGSWAY Collector NO

2104675 SAN 3527003123 3520703096 RND 200 <null> UNK 67.9 ST GEORGES RD Local NO

2104679 SAN 3516503235 3514103257 RND 200 <null> UNK 32.6 THE KINGSWAY Collector NO

2109495 SAN 3323502822 3326202911 RND 200 <null> UNK 92.7 VAN DUSEN BLVD Local NO

2109496 SAN 3326202911 3329002996 RND 200 <null> UNK 89.8 VAN DUSEN BLVD Local NO

2109489 SAN 3314102514 3315202553 RND 200 <null> UNK 41 VAN DUSEN BLVD Local NO

Page 23 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-41

73 of 266

viewing

copy

only

do no

t sub

mit

Page 73: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2109490 SAN 3315202553 3318002642 RND 200 <null> UNK 93.3 VAN DUSEN BLVD Local NO

2109492 SAN 3318002642 3320702732 RND 200 <null> UNK 93.6 VAN DUSEN BLVD Local NO

2109493 SAN 3320702732 3322402788 RND 200 <null> UNK 58.3 VAN DUSEN BLVD Local NO

2109494 SAN 3322402788 3323502822 RND 200 <null> UNK 36.2 VAN DUSEN BLVD Local NO

2109911 SAN 3333602888 3326202911 RND 200 <null> UNK 77.2 CLISSOLD RD Local NO

2110062 SAN 3328403003 3319403029 RND 200 <null> UNK 93.9 ISLINGTON AVE Major Arterial NO

2109665 SAN 3328202709 3320702732 RND 200 <null> UNK 78.3 KENWAY RD Local NO

2109568 SAN 3326102617 3318002642 RND 200 <null> UNK 84.98 CARYSFORT RD Local NO

2109577 SAN 3322702530 3315202553 RND 200 <null> UNK 78.8 ALLERTON RD Local NO

2109675 SAN 3330802799 3323502822 RND 200 <null> UNK 76.7 GREEN LANES Local NO

2109862 SAN 3336002979 3328403003 RND 200 <null> UNK 79 ISLINGTON AVE Major Arterial NO

2003297 SAN 3168502431 3159502458 RND 200 <null> UNK 94.5 KIPLING AVE Major Arterial NO

2003310 SAN 3177802404 3168502431 RND 200 <null> UNK 96.3 KIPLING AVE Major Arterial NO

2100113 SAN 3520703096 3517303175 RND 200 <null> UNK 86.1 CANTERBURY RD Local NO

2001873 SAN 3210299604 3208499547 RND 200 <null> VIT 59.9 JEFF DR Local NO

2002020 SAN 3208499547 3206899496 RND 200 <null> VIT 53.1 JEFF DR Local NO

2002033 SAN 3211599639 3206699654 RND 200 <null> VIT 51.6 JEFF DR Local NO

2001889 SAN 3206699654 3201699670 RND 200 <null> VIT 52.3 JEFF DR Local NO

2003241 SAN 3167801350 3167801349 RND 225 <null> VIT 1 SHORNCLIFFE RD Minor Arterial NO

2003242 SAN 3167801348 3167801349 RND 225 <null> VIT 1 SHORNCLIFFE RD Minor Arterial NO

2113675 SAN 3266802519 3260602541 RND 225 <null> VIT 65.4 SHAWBRIDGE AVE Major Railway NO

2113677 SAN 3260602541 3254102561 RND 225 <null> VIT 68.3 SHAWBRIDGE AVE Major Railway NO

2113678 SAN 3254102561 3247602581 RND 225 <null> VIT 67.4 SHAWBRIDGE AVE Major Railway NO

2001898 SAN 3201299655 3201699670 RND 250 <null> AC 14.9 RICKSHAW AVE Local NO

2001891 SAN 3201699670 3203199716 RND 250 <null> AC 48.7 RICKSHAW AVE Local NO

2001886 SAN 3198999583 3201299655 RND 250 <null> AC 75.6 NEILSON DR Collector NO

2102969 SAN 3656399816 3650599835 RND 250 <null> CONC 60.3 MARTIN GROVE RD Minor Arterial NO

2102972 SAN 3650599835 3643499858 RND 250 <null> CONC 75.3 MARTIN GROVE RD Minor Arterial NO

2103174 SAN 3618199942 3610199969 RND 250 <null> CONC 84.9 MARTIN GROVE RD Minor Arterial NO

2103172 SAN 3610199969 3601099999 RND 250 <null> CONC 95.8 MARTIN GROVE RD Minor Arterial NO

2105645 SAN 3418499301 3416599241 RND 250 <null> CONC 62.6 HOLIDAY DR Collector NO

2001773 SAN 3252499419 3254399478 RND 250 <null> CONC 62.2 BLOOR ST W Major Arterial NO

Page 24 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-42

74 of 266

viewing

copy

only

do no

t sub

mit

Page 74: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2002017 SAN 3216199468 3206899496 RND 250 <null> CONC 97 NEILSON DR Collector NO

2001789 SAN 3201299655 3192899685 RND 250 <null> CONC 89.2 NEILSON DR Collector NO

2002034 STM 3211399643 3207099656 RND 250 <null> CONC 45.8 JEFF DR Local NO

2001783 SAN 3251499391 3252499419 RND 250 <null> CONC 30.4 BLOOR ST W Major Arterial NO

2001917 STM 3186099829 3187699880 RND 250 <null> CONC 52.8 TERRYELLEN CRES Local NO

2002619 SAN 3269299846 3264399755 RND 250 <null> CONC 103.2 BLOOR ST W Major Arterial NO

2001812 STM 3185999816 3178699836 RND 250 <null> CONC 76.5 TERRYELLEN CRES Local NO

2101201 SAN 3592200029 3583200059 RND 250 <null> CONC 95.5 MARTIN GROVE RD Minor Arterial NO

2101202 SAN 3601099999 3592200029 RND 250 <null> CONC 92.8 MARTIN GROVE RD Minor Arterial NO

2101203 SAN 3583200059 3578800074 RND 250 <null> CONC 46.4 MARTIN GROVE RD Minor Arterial NO

2101207 SAN 3578800074 3580700135 RND 250 <null> CONC 65.1 AGATHA RD Local NO

2109048 STM 3405502434 3406102438 RND 250 <null> CONC 6.4 DUNDAS ST W Major Arterial NO

2104358 STM 3533603316 3534303338 RND 250 <null> CONC 22.6 CANTERBURY CRES Local NO

2104420 STM 3520603092 3517003176 RND 250 <null> CONC 91.6 CANTERBURY RD Local NO

2109049 STM 3403602421 3405502434 RND 250 <null> CONC 23.1 DUNDAS ST W Major Arterial NO

2109050 STM 3402902416 3403602421 RND 250 <null> CONC 8.9 DUNDAS ST W Major Arterial NO

2109051 STM 3400602402 3402902416 RND 250 <null> CONC 27.2 DUNDAS ST W Major Arterial NO

2104687 STM 3523703107 3520603092 RND 250 <null> CONC 34.2 ST GEORGES RD Local NO

2105540 STM 3431200660 3430700646 RND 250 <null> CONC 14.8 THE KEANEGATE Local NO

2108466 STM 3321601875 3316401843 RND 250 <null> CONC 61 DUNDAS ST W Major Arterial NO

2107133 SAN 3349800175 3347600089 RND 250 <null> CONC 88.9 MAYDOLPH RD*EAS <null> NO

2107196 STM 3370500013 3373600063 RND 250 <null> CONC 58.9 CANTLE PATH <null> NO

2111876 STM 3387902318 3385602303 RND 250 <null> CONC 27 DUNDAS ST W Major Arterial NO

2111878 STM 3395102365 3387902318 RND 250 <null> CONC 85.9 DUNDAS ST W Major Arterial NO

2111879 STM 3395102365 3396502376 RND 250 <null> CONC 17.8 DUNDAS ST W Major Arterial NO

2111880 STM 3396502376 3400602402 RND 250 <null> CONC 48.5 DUNDAS ST W Major Arterial NO

2103893 SAN 3549800857 3552300942 RND 250 <null> CONC 88.7 BEAVERBROOK AVE Local NO

2103149 SAN 3608699940 3610199969 RND 250 <null> UNK 32.6 SABINE RD Local NO

2002143 SAN 3252499672 3249299701 RND 250 <null> UNK 43.3 LEAVENWORTH CRES Local NO

2002155 SAN 3247499740 3239499766 RND 250 <null> UNK 83.8 RAYSIDE DR Local NO

2002186 SAN 3249299701 3247499740 RND 250 <null> UNK 43.3 LEAVENWORTH CRES Local NO

2002062 SAN 3226899805 3221599822 RND 250 <null> UNK 54.9 RAYSIDE DR Local NO

Page 25 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-43

75 of 266

viewing

copy

only

do no

t sub

mit

Page 75: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2002181 SAN 3247999790 3247499740 RND 250 <null> UNK 49.9 LEAVENWORTH CRES Local NO

2001925 SAN 3189099934 3183999950 RND 250 <null> UNK 52.5 RAYSIDE DR Geostatistical line NO

2002067 SAN 3221599822 3214799843 RND 250 <null> UNK 71.6 RAYSIDE DR Local NO

2001931 SAN 3192299924 3189099934 RND 250 <null> UNK 34 RAYSIDE DR Local NO

2107134 SAN 3347600089 2107050 RND 250 <null> UNK 12.8 THE EAST MALL*EAS Minor Arterial NO

2001874 SAN 3206899496 3201099515 RND 250 <null> VIT 61.7 NEILSON DR Collector NO

2103001 STM 3631500000 3628599909 RND 300 <null> CONC 95.5 HEDGES BLVD Local NO

2102976 STM 3645399855 3635999885 RND 300 <null> CONC 98.6 MARTIN GROVE RD Minor Arterial NO

2102977 STM 3654799824 3645399855 RND 300 <null> CONC 99 MARTIN GROVE RD Minor Arterial NO

2103169 STM 3600900003 3609999973 RND 300 <null> CONC 95.2 MARTIN GROVE RD Minor Arterial NO

2106654 SAN 3389899921 3382999942 RND 300 <null> CONC 72 THE EAST MALL Minor Arterial NO

2001890 STM 3207099656 3201499673 RND 300 <null> CONC 58.4 JEFF DR Local NO

2002140 STM 3257999649 3253099665 RND 300 <null> CONC 51.8 LEAVENWORTH CRES Local NO

2002128 STM 3258699601 3256499533 RND 300 <null> CONC 71.6 BLOOR ST W Major Arterial NO

2001933 STM 3187699880 3189299930 RND 300 <null> CONC 52.8 TERRYELLEN CRES Local NO

2101690 STM 3602500552 3600100576 RND 300 <null> CONC 35.8 PRINCE GEORGE DR Local NO

2100082 STM 3541300190 3534600212 RND 300 <null> CONC 69.9 MARTIN GROVE RD Minor Arterial NO

2100070 STM 3566700111 3559400136 RND 300 <null> CONC 77 MARTIN GROVE RD <null> NO

2104196 STM 3528300270 3528500233 RND 300 <null> CONC 36.7 SAVALON CRT Local NO

2104202 STM 3537100283 3534600212 RND 300 <null> CONC 75.5 HILLAVON DR Local NO

2103635 STM 3544401052 3546201045 RND 300 <null> CONC 19.2 VASSAR DR Local NO

2106236 STM 3413201672 3413401681 RND 300 <null> CONC 9.14 KIPLING AVE Major Arterial NO

2104359 STM 3534303338 3532803348 RND 300 <null> CONC 17.8 CANTERBURY CRES Local NO

2105996 STM 3430700646 3424300666 RND 300 <null> CONC 66.5 EASTGLEN CRES Local NO

2105990 STM 3439700618 3430700646 RND 300 <null> CONC 94.3 EASTGLEN CRES Local NO

2106235 STM 3413401681 3416401770 RND 300 <null> CONC 92.66 GOSWELL RD Local NO

2111379 STM 3417303123 3414303105 RND 300 <null> CONC 34.9 MIMICO CREEK TRL Major Railway NO

2111380 STM 3414303105 3411003081 RND 300 <null> CONC 41.1 MIMICO CREEK TRL Major Railway NO

2111381 STM 3411003081 3408503060 RND 300 <null> CONC 32.6 MIMICO CREEK TRL Major Railway NO

2111382 STM 3408503060 3402103008 RND 300 <null> CONC 82 MIMICO CREEK TRL Major Railway NO

2110897 STM 3337502105 3341302180 RND 300 <null> CONC 85.1 BLOOR ST W Major Arterial NO

2106034 STM 3320901820 3318001841 RND 300 <null> CONC 36.2 BEAMISH DR Collector NO

Page 26 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-44

76 of 266

viewing

copy

only

do no

t sub

mit

Page 76: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2101228 STM 3600900003 3591800033 RND 300 <null> CONC 95.7 MARTIN GROVE RD Minor Arterial NO

2101215 STM 3591800033 3583000063 RND 300 <null> CONC 93.3 MARTIN GROVE RD Minor Arterial NO

2109497 SAN 3329002996 3328403003 RND 300 <null> UNK 14.05 ISLINGTON AVE Major Arterial NO

2109666 SAN 3328403003 3331103095 RND 300 <null> UNK 95.6 VAN DUSEN BLVD Local NO

2003214 SAN 3176501321 3167801349 RND 300 <null> VIT 91.4 SHORNCLIFFE RD Minor Arterial NO

2003215 SAN 3167801349 3160801369 RND 300 <null> VIT 72.5 SHORNCLIFFE RD Minor Arterial NO

2003230 SAN 3185001295 3176501321 RND 300 <null> VIT 89 SHORNCLIFFE RD Minor Arterial NO

2003255 SAN 3193101287 3185001295 RND 300 <null> VIT 81.4 SHORNCLIFFE RD Minor Arterial NO

2003261 SAN 3194501286 3193101287 RND 300 <null> VIT 13.7 SHORNCLIFFE RD Minor Arterial NO

2106065 SAN 3414499140 3417499238 RND 350 <null> AC 102.8 THE WEST MALL <null> NO

2103196 STM 3635999885 3628599909 RND 375 <null> CONC 77.3 MARTIN GROVE RD Minor Arterial NO

2103197 STM 3628599909 3627399913 RND 375 <null> CONC 12.7 MARTIN GROVE RD Minor Arterial NO

2103192 STM 3627399913 3618099946 RND 375 <null> CONC 98.6 MARTIN GROVE RD Minor Arterial NO

2106689 SAN 3380299950 3372199982 RND 375 <null> CONC 87.5 THE EAST MALL Minor Arterial NO

2106690 SAN 3372199982 3364500032 RND 375 <null> CONC 90.8 THE EAST MALL Minor Arterial NO

2105322 STM 3377399323 3379599320 RND 375 <null> CONC 22.2 THE WEST MALL Minor Arterial NO

2105323 STM 3368099342 3377399323 RND 375 <null> CONC 94.8 THE WEST MALL Minor Arterial NO

2001888 STM 3201499673 3199099596 RND 375 <null> CONC 81.3 NEILSON DR Collector NO

2002096 SAN 3260899679 3263499759 RND 375 <null> CONC 84.4 BLOOR ST W Major Arterial NO

2001770 STM 3262299450 3254599475 RND 375 <null> CONC 80.9 PEACOCK AVE Local NO

2002580 SAN 3257599577 3259999650 RND 375 <null> CONC 76.8 BLOOR ST W Major Arterial NO

2002584 SAN 3259999650 3260899679 RND 375 <null> CONC 29.9 BLOOR ST W Major Arterial NO

2001608 SAN 3254399478 3257599577 RND 375 <null> CONC 103.8 BLOOR ST W Major Arterial NO

2002127 STM 3256499533 3254599475 RND 375 <null> CONC 61.3 BLOOR ST W Major Arterial NO

2001937 STM 3188099937 2001935 RND 375 <null> CONC 3.3 RAYSIDE DR Local NO

2101026 SAN 3610600629 3602600658 RND 375 <null> CONC 85.6 LLOYD MANOR RD Local NO

2101390 SAN 3604800726 3607000795 RND 375 <null> CONC 72.5 PRINCE GEORGE DR Local NO

2101375 SAN 3610000866 3607000795 RND 375 <null> CONC 77.5 PRINCE GEORGE DR Local NO

2101389 SAN 3602600658 3604800726 RND 375 <null> CONC 71.2 PRINCE GEORGE DR Local NO

2101687 STM 3600100576 3602200655 RND 375 <null> CONC 82.2 PRINCE GEORGE DR Local NO

2101754 STM 3607200808 3606900799 RND 375 <null> CONC 9.2 PRINCE GEORGE DR Local NO

2100083 STM 3559400136 3549200168 RND 375 <null> CONC 106.2 MARTIN GROVE RD <null> NO

Page 27 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-45

77 of 266

viewing

copy

only

do no

t sub

mit

Page 77: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2104602 STM 3545100962 3552700938 RND 375 <null> CONC 80.5 LLOYD MANOR RD Local NO

2104206 STM 3528500233 3534600212 RND 375 <null> CONC 64.9 MARTIN GROVE RD Minor Arterial NO

2315131 STM 3526101113 3529301211 RND 375 <null> CONC 102.5 RATHBURN RD Minor Arterial NO

2103620 STM 3546201045 3555201016 RND 375 <null> CONC 94.8 VASSAR DR Local NO

2105744 STM 3449200709 3458500679 RND 375 <null> CONC 97.4 MARTIN GROVE RD Collector NO

2104360 STM 3532803348 3525903360 RND 375 <null> CONC 70.4 CANTERBURY CRES Local NO

2106001 STM 3424300666 3417400687 RND 375 <null> CONC 72.2 EASTGLEN CRES Local NO

2106003 STM 3415000578 3413900581 RND 375 <null> CONC 11.5 SHAVER CRT Local NO

2110894 STM 3333602099 3339502177 RND 375 <null> CONC 97.9 BLOOR ST W Major Arterial NO

2110895 STM 3339502177 3341302180 RND 375 <null> CONC 18.8 BLOOR ST W Major Arterial NO

2110899 STM 3346002135 3341302180 RND 375 <null> CONC 65.2 DUNBLOOR RD Collector NO

2107047 SAN 3364500032 3358100051 RND 375 <null> CONC 66.5 THE EAST MALL Minor Arterial NO

2107048 SAN 3358100051 3350900066 RND 375 <null> CONC 73.8 THE EAST MALL Minor Arterial NO

2107050 SAN 3350900066 3343400088 RND 375 <null> CONC 78.3 THE EAST MALL Minor Arterial NO

2109498 STM 3313602511 3314902552 RND 375 <null> CONC 43.7 VAN DUSEN BLVD Local NO

2110893 STM 3327702042 3333602099 RND 375 <null> CONC 81.6 BLOOR ST W Major Arterial NO

2108480 STM 3318001841 3324201883 RND 375 <null> CONC 75.1 DUNDAS ST W Major Arterial NO

2108481 STM 3324201883 3330901923 RND 375 <null> CONC 78.2 DUNDAS ST W Major Arterial NO

2109897 STM 3334102982 3328002998 RND 375 <null> CONC 62.9 ISLINGTON AVE Major Arterial NO

2101976 SAN 3607000795 3597800825 RND 375 <null> CONC 97 APPLEDALE RD Local NO

2315128 SAN 3552300942 3554801021 RND 375 <null> RC 82.2 BEAVERBROOK AVE Local NO

2103600 SAN 3554801021 3556301070 RND 375 <null> RC 51.2 BEAVERBROOK AVE Local NO

2001774 SAN 3262699451 3254399478 RND 375 <null> VIT 86.7 PEACOCK AVE Local NO

2002144 STM 3253099665 3249099700 RND 450 <null> CONC 53 LEAVENWORTH CRES Local NO

2002021 STM 3207499504 3207099493 RND 450 <null> CONC 11.6 JEFF DR Local NO

2001871 STM 3209299562 3207499504 RND 450 <null> CONC 61.4 JEFF DR Local NO

2002028 STM 3211499631 3209299562 RND 450 <null> CONC 72.1 JEFF DR Local NO

2002029 STM 3217099659 3211499631 RND 450 <null> CONC 62.5 JEFF DR Local NO

2002581 STM 3268299618 3260299646 RND 450 <null> CONC 85.4 RENFORTH DR Collector NO

2002139 STM 3260299646 3261999700 RND 450 <null> CONC 57 BLOOR ST W Major Arterial NO

2002621 STM 3261999700 3263799755 RND 450 <null> CONC 57 BLOOR ST W Major Arterial NO

2104606 STM 3559600916 3552700938 RND 450 <null> CONC 72.1 LLOYD MANOR RD Local NO

Page 28 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-46

78 of 266

viewing

copy

only

do no

t sub

mit

Page 78: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2103639 STM 3549501150 3558601122 RND 450 <null> CONC 95.7 THORNLY CRES Local NO

2103573 SAN 3562801048 3556301070 RND 450 <null> CONC 69.2 APPLEDALE RD Local NO

2104356 STM 3525903360 3519503372 RND 450 <null> CONC 65 CANTERBURY CRES Local NO

2108467 STM 3316401843 3306501781 RND 450 <null> CONC 117 DUNDAS ST W Major Arterial NO

2107250 STM 3358900109 3357000048 RND 450 <null> CONC 64 CANTLE PATH <null> NO

2109516 STM 3309402571 3314902552 RND 450 <null> CONC 48.77 ALLERTON RD Local NO

2106296 STM 3417599243 3408699270 RND 450 <null> CONC 93 THE WEST MALL Minor Arterial NO

2002194 STM 3253099823 3247399841 RND 450 <null> CONC 58.9 THE WEST MALL Minor Arterial NO

2101357 STM 3583000063 3582700056 RND 450 <null> CONC 7.3 MARTIN GROVE RD Minor Arterial NO

2101346 STM 3582700056 3581400011 RND 450 <null> CONC 46.2 MILLBURN DR Local NO

2106643 STM 3389999918 3382399940 RND 450 <null> RC 78.5 THE EAST MALL Minor Arterial NO

2103601 SAN 3556301070 3558101127 RND 450 <null> RC 60.5 BEAVERBROOK AVE Local NO

2111921 SAN 3340702206 3337702165 RND 450 <null> UNK 50.5 BLOOR ST W Major Arterial NO

2111922 SAN 3337702165 3333402118 RND 450 <null> UNK 63.7 BLOOR ST W Major Arterial NO

2111923 SAN 3333402118 3327002063 RND 450 <null> UNK 84.2 BLOOR ST W Major Arterial NO

2111924 SAN 3327002063 3321802020 RND 450 <null> UNK 67.6 KIPLING N BLOOR E Major Arterial Ramp NO

RAMP

2111925 SAN 3321802020 3314802041 RND 450 <null> UNK 72.4 KIPLING N BLOOR E Major Arterial Ramp NO

RAMP

2111926 SAN 3314802041 3305902065 RND 450 <null> UNK 92.5 ST ALBANS BLOOR E Major Arterial Ramp NO

RAMP

2107053 SAN 3343400088 3335400113 RND 450 <null> VIT 83.1 THE EAST MALL Minor Arterial NO

2107054 SAN 3335400113 3328700135 RND 450 <null> VIT 71 THE EAST MALL Minor Arterial NO

2107055 SAN 3328700135 3319900163 RND 450 <null> VIT 92.4 THE EAST MALL Minor Arterial NO

2103132 STM 3609999973 3609699968 RND 525 <null> CONC 5.5 MARTIN GROVE RD Minor Arterial NO

2002154 STM 3247299738 3239099764 RND 525 <null> CONC 86.2 RAYSIDE DR Local NO

2001869 STM 3207099493 3199799516 RND 525 <null> CONC 77.6 NEILSON DR Collector NO

2001772 STM 3251999394 3249599321 RND 525 <null> CONC 77.1 BLOOR ST W Major Arterial NO

2002187 STM 3249099700 3247299738 RND 525 <null> CONC 42.2 LEAVENWORTH CRES Local NO

2002016 STM 3215799465 3207099493 RND 525 <null> CONC 91 NEILSON DR Collector NO

2001771 STM 3254599475 3251999394 RND 525 <null> CONC 84.8 BLOOR ST W Major Arterial NO

2105571 STM 3426200414 3423500423 RND 525 <null> CONC 28.2 WESTGLEN CRES Local NO

2111892 STM 3341302180 3343602218 RND 525 <null> CONC 44.1 BLOOR ST W Major Arterial NO

2103133 STM 3609699968 3608299939 RND 525 <null> RC 32.3 SABINE RD Local NO

Page 29 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-47

79 of 266

viewing

copy

only

do no

t sub

mit

Page 79: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2103171 STM 3618099946 3609999973 RND 525 <null> RC 85.3 MARTIN GROVE RD Minor Arterial NO

2002159 STM 3247399841 3240999861 RND 525 <null> RC 67.8 THE WEST MALL Minor Arterial NO

2101327 SAN 3619701041 3617900987 RND 525 <null> RC 56.8 PRINCE GEORGE DR Local NO

2105997 STM 3415500634 3413900581 RND 525 <null> RC 55.3 EASTGLEN CRES Local NO

2105998 STM 3417400687 3415500634 RND 525 <null> RC 56.3 EASTGLEN CRES Local NO

2105985 STM 3423500423 3416700441 RND 525 <null> RC 70 WESTGLEN CRES Local NO

2106857 STM 3422501650 3413401681 RND 525 <null> RC 91.4 KIPLING AVE Major Arterial NO

2106858 STM 3413401681 3404701709 RND 525 <null> RC 91.44 KIPLING AVE Major Arterial NO

2107007 STM 3304201695 3300901747 RND 525 <null> RC 61.8 JOPLING AVE S Local NO

2106293 SAN 3423899218 3417499238 RND 525 <null> RC 66.8 THE WEST MALL Minor Arterial NO

2105415 SAN 3363399351 3361199358 RND 600 <null> AC 22.7 BURNHAMTHORPE RD Major Arterial NO

2105416 SAN 3370699331 3363399351 RND 600 <null> AC 75.6 THE WEST MALL Minor Arterial NO

2105417 SAN 3378999315 3370699331 RND 600 <null> AC 84.7 THE WEST MALL Minor Arterial NO

2105419 SAN 3386299310 3378999315 RND 600 <null> AC 72.7 THE WEST MALL Minor Arterial NO

2105409 SAN 3391899309 3386299310 RND 600 <null> AC 55.9 THE WEST MALL Minor Arterial NO

2105411 SAN 3399699295 3391899309 RND 600 <null> AC 77.7 THE WEST MALL Minor Arterial NO

2106299 SAN 3417499238 3416599241 RND 600 <null> AC 9.8 THE WEST MALL Minor Arterial NO

2106292 SAN 3416599241 3408599266 RND 600 <null> AC 83.4 THE WEST MALL Minor Arterial NO

2106307 SAN 3408599266 3399699295 RND 600 <null> AC 93.9 THE WEST MALL Minor Arterial NO

2106116 STM 3458700308 3462600428 RND 600 <null> CONC 126.8 DONALBERT RD Local NO

2106117 STM 3462600428 3466200538 RND 600 <null> CONC 115.3 DONALBERT RD Local NO

2110871 STM 3344202023 3345502051 RND 600 <null> CONC 30.4 DUNDAS ST W Major Arterial NO

2108469 STM 3306501781 3300901747 RND 600 <null> CONC 65.5 DUNDAS ST W Major Arterial NO

2108484 STM 3338001979 3344202023 RND 600 <null> CONC 76.3 DUNDAS ST W Major Arterial NO

2106642 STM 3382399940 3379799947 RND 600 <null> RC 26.9 THE EAST MALL Minor Arterial NO

2104545 STM 3534600212 3531100085 RND 600 <null> RC 132.4 MIMICO CREEK TRL <null> NO

2104339 STM 3506803241 3513803254 RND 600 <null> RC 70.6 THE KINGSWAY Collector NO

2105984 STM 3416700441 3410200463 RND 600 <null> RC 68.4 WESTGLEN CRES Local NO

2106261 STM 3440200098 3443000191 RND 600 <null> RC 97.2 COWLEY AVE Local NO

2107132 STM 3349800180 3347000071 RND 600 <null> RC 112.2 THE EAST MALL*EAS <null> NO

2109560 STM 3324602619 3317702640 RND 600 <null> RC 74.49 CARYSFORT RD Local NO

2106297 STM 3408699270 3399699297 RND 600 <null> RC 93.3 THE WEST MALL Minor Arterial NO

Page 30 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-48

80 of 266

viewing

copy

only

do no

t sub

mit

Page 80: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2002182 SAN 3263499759 3257099782 RND 675 <null> CONC 67.7 THE WEST MALL Minor Arterial NO

2002157 SAN 3251999818 3242999847 RND 675 <null> CONC 94.7 THE WEST MALL Minor Arterial NO

2002066 STM 3221199819 3214999839 RND 675 <null> CONC 65.2 RAYSIDE DR Local NO

2104453 STM 3523303259 3532303282 RND 675 <null> CONC 93.5 THE KINGSWAY Collector NO

2104454 STM 3532303282 3532703278 RND 675 <null> CONC 4.9 THE KINGSWAY Collector NO

2104455 STM 3532703278 3542603283 RND 675 <null> CONC 99.6 THE KINGSWAY Collector NO

2101974 SAN 3602600658 3594800684 RND 675 <null> CONC 81.9 LLOYD MANOR RD Local NO

2106687 STM 3379799947 3374899962 RND 675 <null> RC 51.8 THE EAST MALL Minor Arterial NO

2105331 STM 3399699297 3392099313 RND 675 <null> RC 78.2 THE WEST MALL Minor Arterial NO

2105749 STM 3458500679 3466900654 RND 675 <null> RC 88.1 MARTIN GROVE RD Collector NO

2104386 STM 3513803254 3515103299 RND 675 <null> RC 47.1 CANTERBURY CRES Local NO

2104395 STM 3515103299 3516403339 RND 675 <null> RC 42.2 CANTERBURY CRES Local NO

2104403 STM 3516403339 3517903365 RND 675 <null> RC 30.5 CANTERBURY CRES Local NO

2104404 STM 3517903365 3519503372 RND 675 <null> RC 17.4 CANTERBURY CRES Local NO

2105982 STM 3411900521 3413900581 RND 675 <null> RC 63 WESTGLEN CRES Local NO

2105983 STM 3410200463 3411900521 RND 675 <null> RC 61 WESTGLEN CRES Local NO

2113743 STM 3274602098 3268202118 RND 675 <null> RC 67 KIPLING AVE Major Arterial NO

2113744 STM 3268202118 3261902139 RND 675 <null> RC 66.9 KIPLING AVE Major Arterial NO

2113745 STM 3261902139 3256102158 RND 675 <null> RC 61.1 KIPLING AVE Major Arterial NO

2113746 STM 3256102158 3250202175 RND 675 <null> RC 61.1 KIPLING AVE Major Arterial NO

2113747 STM 3250202175 3243402195 RND 675 <null> RC 71.3 KIPLING AVE Major Arterial NO

2113749 STM 3236102217 3226602246 RND 675 <null> RC 99.8 KIPLING AVE Major Arterial NO

2001920 SAN 3194499920 3188099940 RND 675 <null> UNK 67 RAYSIDE DR Local NO

2001924 SAN 3188099940 3183999950 RND 675 <null> UNK 42.3 RAYSIDE DR Geostatistical line NO

2002061 STM 3231399788 3221199819 RND 750 <null> CONC 106.4 RAYSIDE DR Local NO

2110335 STM 3448302514 3447202533 RND 750 <null> CONC 21.6 HATTON CRT <null> NO

2110336 STM 3447202533 3444502542 RND 750 <null> CONC 27.9 HATTON CRT Local NO

2107059 STM 3329300126 3328400129 RND 750 <null> CONC 9.14 THE EAST MALL Minor Arterial NO

2108471 STM 3300901747 3295801715 RND 750 <null> CONC 60.1 DUNDAS ST W Major Arterial NO

2101975 STM 3602200655 3594800680 RND 750 <null> CONC 78 LLOYD MANOR RD Local NO

2106688 STM 3374899962 3364600028 RND 750 <null> RC 121.2 THE EAST MALL Minor Arterial NO

2106009 STM 3405000609 3402500619 RND 750 <null> RC 26.7 SHAVER AVE N Local NO

Page 31 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-49

81 of 266

viewing

copy

only

do no

t sub

mit

Page 81: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2106010 STM 3413900581 3405000609 RND 750 <null> RC 93.1 SHAVER AVE N Local NO

2107094 STM 3328400129 3319400158 RND 750 <null> RC 94 THE EAST MALL Minor Arterial NO

2110337 STM 3444502542 3436602539 RND 825 <null> CONC 79.8 HATTON CRT Local NO

2110338 STM 3436602539 3434402557 RND 825 <null> CONC 27.9 RIVERBANK DR Local NO

2109500 STM 3314902552 3317702640 RND 825 <null> CONC 92.1 VAN DUSEN BLVD Local NO

2109501 STM 3317702640 3320402730 RND 825 <null> CONC 93.7 VAN DUSEN BLVD Local NO

2109502 STM 3320402730 3323202819 RND 825 <null> CONC 93 VAN DUSEN BLVD Local NO

2109503 STM 3323202819 3325902909 RND 825 <null> CONC 94.4 VAN DUSEN BLVD Local NO

2109505 STM 3325902909 3328402988 RND 825 <null> CONC 83.2 VAN DUSEN BLVD Local NO

2109506 STM 3328402988 3328002998 RND 825 <null> CONC 11.1 VAN DUSEN BLVD Local NO

2105326 STM 3392099313 3384799314 RND 825 <null> RC 72.8 THE WEST MALL Minor Arterial NO

2105321 STM 3384799314 3379599320 RND 825 <null> RC 53.3 THE WEST MALL Minor Arterial NO

2104522 STM 3519503372 3520303415 RND 825 <null> RC 43.9 CANTERBURY CRES Local NO

2100051 STM 3622401012 3609801056 RND 900 <null> CONC 133.7 KIPLING AVE Major Arterial NO

2110731 STM 3331702018 3339202029 RND 900 <null> CONC 76.2 DUNDAS ST W Major Arterial NO

2110732 STM 3339202029 3345502051 RND 900 <null> CONC 66.5 DUNDAS ST W Major Arterial NO

2105481 STM 3379599320 3382099412 RND 900 <null> RC 96.2 THE WEST MALL*EAS Geostatistical line NO

2002620 STM 3263799755 3265799817 RND 900 <null> RC 65.5 BLOOR ST W Major Arterial NO

2001935 STM 3189299930 3184399946 RND 975 <null> CONC 51 RAYSIDE DR Local NO

2001929 STM 3192399921 3189299930 RND 975 <null> CONC 33.2 RAYSIDE DR Local NO

2106193 STM 3448800373 3451700459 RND 975 <null> CONC 90.9 COWLEY AVE Local NO

2106198 STM 3443000191 3446000283 RND 975 <null> CONC 96.2 COWLEY AVE Local NO

2106192 STM 3446000283 3448800373 RND 975 <null> CONC 94.5 COWLEY AVE Local NO

2002627 STM 3265799817 3267499827 RND 975 <null> RC 19.8 BLOOR ST W Major Arterial NO

2002630 STM 3267499827 3269599873 RND 975 <null> RC 50.6 BLOOR ST W Major Arterial NO

2106194 STM 3451700459 3455000566 RND 1050 <null> CONC 111.5 COWLEY AVE Local NO

2106197 STM 3455000566 3458500679 RND 1050 <null> CONC 118.9 COWLEY AVE Local NO

2110733 STM 3345502051 3353402105 RND 1050 <null> CONC 95.7 DUNDAS ST W Major Arterial NO

2111845 STM 3390602323 3395602472 RND 1050 <null> CONC 157.5 DUNDAS ST W*EAS Major Arterial NO

2101008 STM 3610200627 3602200655 RND 1050 <null> RC 85 LLOYD MANOR RD Local NO

2107062 STM 3350700060 3347000071 RND 1050 <null> RC 38.1 THE EAST MALL Minor Arterial NO

2107063 STM 3364600028 3358300046 RND 1050 <null> RC 65.7 THE EAST MALL Minor Arterial NO

Page 32 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-50

82 of 266

viewing

copy

only

do no

t sub

mit

Page 82: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2107248 STM 3358300046 3357000048 RND 1050 <null> RC 13.4 THE EAST MALL Minor Arterial NO

2107249 STM 3357000048 3350700060 RND 1050 <null> RC 64 THE EAST MALL Minor Arterial NO

2106054 STM 3414099138 3417599243 RND 1050 <null> RC 110.2 THE WEST MALL Minor Arterial NO

2103585 STM 3557601072 3555201016 RND 1200 <null> CONC 62.9 BEAVERBROOK AVE Local NO

2103595 STM 3555201016 3552700938 RND 1200 <null> CONC 82.1 BEAVERBROOK AVE Local NO

2103580 STM 3557601072 3558601122 RND 1200 <null> CONC 54.8 BEAVERBROOK AVE Local NO

2107081 STM 3329300126 3328000120 RND 1200 <null> CONC 14.9 VALHALLA INN RD Collector NO

2103963 STM 3552700938 3551600899 RND 1200 <null> CONC 40.8 BEAVERBROOK AVE Local NO

2100161 STM 3604900736 3606900799 RND 1200 <null> RC 66.7 PRINCE GEORGE DR Local NO

2101362 STM 3602200655 3604900736 RND 1200 <null> RC 85.2 PRINCE GEORGE DR Local NO

2103574 STM 3563201054 3557601072 RND 1200 <null> RC 58.9 APPLEDALE RD Local NO

2107060 STM 3340900091 3329300126 RND 1200 <null> RC 121 THE EAST MALL Minor Arterial NO

2107061 STM 3347000071 3340900091 RND 1200 <null> RC 64.5 THE EAST MALL Minor Arterial NO

2107082 STM 3328000120 3324500008 RND 1200 <null> RC 117.9 VALHALLA INN RD Collector NO

2113375 STM 3247202579 3250302684 RND 1200 <null> RC 109 ADVANCE RD Collector NO

2101970 STM 3606900799 3597600829 RND 1200 <null> RC 97.4 APPLEDALE RD Local NO

2112296 STM 3376399212 3379199304 UNK 375 <null> CONC 96.1 ELDERFIELD CRES*EAS Local NO

2112297 STM 3379199304 3379599320 UNK 375 <null> CONC 17.1 THE WEST MALL*EAS Minor Arterial NO

F3F3F3F3

1450782 COMB 3487407093 3480207114 EGG 900 600 BRK 74.9 CLENDENAN AVE Collector NO

1450795 COMB 3480207114 3478107121 EGG 900 600 BRK 21.9 CLENDENAN AVE Collector NO

22301 COMB 3647705336 3640005367 EGG 900 600 CONP 82.7 JANE ST Major Arterial NO

1444777 COMB 3531206286 3534506399 EGG 975 650 BRK 116.6 ANNETTE ST Minor Arterial NO

1451057 COMB 3461006086 3463606173 EGG 1050 675 BRK 90.9 COLBECK ST Collector NO

1451056 COMB 3463606173 3466206261 EGG 1200 825 BRK 91.6 COLBECK ST Collector NO

52766 SCSO 3556205615 3553105515 HOR 1200 <null> RC 105 ST JOHNS RD Local NO

1455422 STM 3357406387 3356106386 RND 150 <null> PVC 16.9 EASSON AVE*EAS Local NO

1455423 STM 3356106386 1455616 RND 150 <null> VIT 46.3 EASSON AVE*EAS Local NO

2103552 SAN 3523003586 3525503633 RND 200 <null> CONC 52.6 DUNDAS W ROYAL Major Arterial Ramp NO

YORK N RAMP

2103561 SAN 3525503633 3529903717 RND 200 <null> CONC 95.7 DUNDAS ST W Major Arterial NO

2110606 SAN 3307005198 3301205217 RND 200 <null> PVC 60.7 PARK LAWN RD Local NO

2103571 SAN 3529903717 3535603827 RND 200 <null> UNK 123.6 DUNDAS ST W Major Arterial NO

Page 33 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-51

83 of 266

viewing

copy

only

do no

t sub

mit

Page 83: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2103557 SAN 3535603827 3541903946 RND 200 <null> UNK 134.6 DUNDAS ST W Major Arterial NO

2100417 SAN 3542703961 3548804077 RND 200 <null> UNK 131.1 DUNDAS ST W Major Arterial NO

2102936 SAN 3553004158 3552804175 RND 200 <null> UNK 17.2 DUNDAS ST W Major Arterial NO

2102937 SAN 3548804077 3553004158 RND 200 <null> UNK 91 DUNDAS ST W Major Arterial NO

2110607 SAN 3301205217 3302705261 RND 200 <null> UNK 46.9 KINGS POINT DR Local NO

2109067 SAN 3423904995 3422105087 RND 200 <null> UNK 93.6 BLOOR ST W Major Arterial NO

2113951 SAN 3232205807 3234405879 RND 200 <null> VIT 75.3 WANISKA AVE Local NO

1458544 SAN 3273807273 3274007258 RND 200 <null> VIT 14.9 WINDERMERE AVE Local NO

1457334 SAN 3274007258 3280507208 RND 200 <null> VIT 82.4 WINDERMERE AVE Local NO

2114042 SAN 3231205659 3228105668 RND 225 <null> VIT 32.8 GUTHRIE AVE Local NO

2114226 SAN 3201405957 3204306056 RND 225 <null> VIT 103.5 THE QUEENSWAY Major Arterial NO

2114717 SAN 3208806204 3210006244 RND 225 <null> VIT 41.8 THE QUEENSWAY Major Arterial NO

2113939 SAN 3228305557 3231205659 RND 225 <null> VIT 106.1 WANISKA AVE Local NO

2113944 SAN 3228105668 3230605753 RND 225 <null> VIT 87.9 WANISKA AVE Local NO

1441045 STM 3636606602 1438069 RND 225 <null> VIT 7.3 RYDING AVE Collector NO

1446250 COMB 3533106401 3529806411 RND 225 <null> VIT 34 RUNNYMEDE RD Minor Arterial NO

1440627 STM 3637806643 1438069 RND 225 <null> VIT 7.9 RYDING AVE Local NO

1455623 SAN 3341506429 3336906372 RND 225 <null> VIT 73.6 WORTHINGTON CRES Local NO

1455822 SAN 3327306550 3322706496 RND 225 <null> VIT 71 WORTHINGTON CRES Local NO

1456366 SAN 3352206203 3357106239 RND 225 <null> VIT 61 MORNINGSIDE AVE Local NO

1457565 SAN 3285606717 3288806693 RND 225 <null> VIT 40.7 SOUTH KINGSWAY Minor Arterial NO

1457566 SAN 3288806693 3292006683 RND 225 <null> VIT 33 SOUTH KINGSWAY Minor Arterial NO

2112131 STM 3427604771 3425904835 RND 250 <null> CONC 66.6 THE KINGSWAY Collector NO

2112130 STM 3429004700 3427604771 RND 250 <null> CONC 72.6 THE KINGSWAY Collector NO

2109036 SAN 3419705080 3422105087 RND 250 <null> CONC 25.5 BLOOR ST W Major Arterial NO

2114368 STM 3266805328 3258605354 RND 250 <null> CONC 85.34 PARK LAWN RD Collector NO

2115295 STM 3264705238 3266205234 RND 250 <null> CONC 15.2 GLENN ARTHUR DR Local NO

2113321 STM 3267905289 3266205234 RND 250 <null> CONC 57.5 BERRY RD Collector NO

2109068 SAN 3422105087 3420005160 RND 250 <null> UNK 76.3 BLOOR ST W Major Arterial NO

1456680 SAN 3307406769 3305306744 RND 250 <null> VIT 33 ORMSKIRK AVE Local NO

1457558 SAN 3290307314 3285007331 RND 250 <null> VIT 55.4 COE HILL DR Local NO

1458605 STM 3267706853 3263406886 RND 300 <null> CONC 54.2 SOUTH KINGSWAY Minor Arterial NO

Page 34 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-52

84 of 266

viewing

copy

only

do no

t sub

mit

Page 84: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

23016 COMB 3606606143 3606206046 RND 300 <null> CONP 97.4 RUNNYMEDE RD Major Railway NO

1457572 STM 3270506893 3268906934 RND 300 <null> OTH 44.1 GARDINER QUEENSWAY <null> NO

W RAMP

2110614 STM 3306805194 3300705214 RND 300 <null> PVC 63.4 PARK LAWN RD Local NO

1455921 SAN 3300106656 3299406658 RND 300 <null> PVC 7.7 SOUTH KINGSWAY Minor Arterial NO

1455918 SAN 3310306612 3306206638 RND 300 <null> PVC 48.6 SOUTH KINGSWAY Minor Arterial NO

1455919 SAN 3306206638 3300606662 RND 300 <null> PVC 60.9 SOUTH KINGSWAY Minor Arterial NO

1455920 SAN 3300606662 3299406658 RND 300 <null> PVC 13 SOUTH KINGSWAY Minor Arterial NO

1457560 SAN 3285007331 3284407332 RND 300 <null> PVC 6.5 COE HILL DR Local NO

1441791 STM 3639006487 3641306563 RND 300 <null> RC 79.5 LN S ST CLAIR E Laneway NO

RUNNYMEDE

1457282 STM 3281506738 3285606714 RND 300 <null> RC 46.7 SOUTH KINGSWAY Minor Arterial NO

1455169 SAN 3364706204 3357106239 RND 300 <null> UNK 83.4 SOUTH KINGSWAY Minor Arterial NO

1455240 SAN 3357106239 3348706273 RND 300 <null> UNK 91.2 SOUTH KINGSWAY Minor Arterial NO

1455161 SAN 3336906372 3335906381 RND 300 <null> UNK 13.5 SOUTH KINGSWAY Minor Arterial NO

1455162 SAN 3342006327 3336906372 RND 300 <null> UNK 68.2 SOUTH KINGSWAY Minor Arterial NO

1455241 SAN 3348706273 3342006327 RND 300 <null> UNK 85.3 SOUTH KINGSWAY Minor Arterial NO

23181 COMB 3633506092 3631206018 RND 300 <null> VIT 78 ST CLAIR AVE W Major Arterial NO

22311 COMB 3638305367 3630105395 RND 300 <null> VIT 86.7 JANE ST Major Arterial NO

23018 COMB 3595406201 3595506118 RND 300 <null> VIT 82.3 DUNDAS ST W Major Arterial NO

1438796 COMB 3638206666 3640606744 RND 300 <null> VIT 81.4 RYDING AVE Local NO

1439985 COMB 3631106711 3637406644 RND 300 <null> VIT 92.4 GOURLAY CRES Collector NO

1440542 COMB 3649706593 1440541 RND 300 <null> VIT 9.5 ST CLAIR AVE W Major Arterial NO

1445869 COMB 3596806487 3595306499 RND 300 <null> VIT 18.3 DUNDAS ST W Major Arterial NO

1445542 COMB 3595506750 3596406941 RND 300 <null> VIT 195.2 DUNDAS ST W Major Arterial NO

1447107 COMB 3595906330 3595806416 RND 300 <null> VIT 86.1 DUNDAS ST W Major Arterial NO

1446710 COMB 3502507444 3502207465 RND 300 <null> VIT 21.8 HIGH PARK AVE Collector NO

1452180 STM 3404906307 3408006406 RND 300 <null> VIT 102.7 MAYFIELD AVE Local NO

1438876 STM 3641306563 3641406571 RND 300 <null> VIT 8.4 LN S ST CLAIR E Laneway NO

RUNNYMEDE

1439984 COMB 3641606573 3635806591 RND 300 <null> VIT 60.7 COBALT AVE Collector NO

1445551 COMB 3595706632 3595506738 RND 300 <null> VIT 106.5 DUNDAS ST W Major Arterial NO

1448763 STM 3413306283 3416306388 RND 300 <null> VIT 108.7 OSTEND AVE Local NO

1448767 STM 3417806468 3410206506 RND 300 <null> VIT 94.5 MAYFIELD AVE Local NO

Page 35 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-53

85 of 266

viewing

copy

only

do no

t sub

mit

Page 85: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

1449372 STM 3420106377 3416306388 RND 300 <null> VIT 39.6 WINDERMERE AVE Collector NO

1452355 STM 3412906592 3410206506 RND 300 <null> VIT 89.9 MAYFIELD AVE Local NO

1452362 STM 3406206414 3391106459 RND 300 <null> VIT 157.1 WINDERMERE AVE Collector NO

1455462 STM 3391206444 3388606358 RND 300 <null> VIT 89.8 BRIARCROFT RD Local NO

1455629 STM 3388606358 3388406351 RND 300 <null> VIT 7.9 BRIARCROFT RD Geostatistical line NO

1455414 SAN 3335906381 3328506445 RND 300 <null> VIT 98.2 SOUTH KINGSWAY Minor Arterial NO

1455415 SAN 3328506445 3322706496 RND 300 <null> VIT 77.1 SOUTH KINGSWAY Minor Arterial NO

1455848 STM 3357306258 1455911 RND 300 <null> VIT 11 MORNINGSIDE AVE <null> NO

1455847 STM 3359106313 3357306258 RND 300 <null> VIT 58.2 MORNINGSIDE AVE <null> NO

1455416 SAN 3322706496 3321106510 RND 300 <null> VIT 21.5 SOUTH KINGSWAY Minor Arterial NO

1455417 SAN 3321106510 3313706574 RND 300 <null> VIT 97.6 SOUTH KINGSWAY Minor Arterial NO

1456824 STM 3341906475 3340906494 RND 300 <null> VIT 21.6 WORTHINGTON CRES Local NO

1456825 STM 3340906494 3333906522 RND 300 <null> VIT 75.9 WORTHINGTON CRES Local NO

1456826 STM 3333906522 3326906550 RND 300 <null> VIT 75.2 WORTHINGTON CRES Local NO

1456827 STM 3326906550 3321806579 RND 300 <null> VIT 58.7 INNISFREE CRT Local NO

1457323 SAN 3284407332 3286707421 RND 300 <null> VIT 91.7 THE QUEENSWAY Major Arterial NO

1457019 STM 3295007438 3287507477 RND 300 <null> VIT 84.6 ELLIS AVE Collector NO

1458643 STM 3293307316 3294907368 RND 300 <null> VIT 54.1 ELLIS GDNS Local NO

1458644 STM 3294907368 3296707426 RND 300 <null> VIT 60.4 ELLIS GDNS Local NO

1457453 SAN 3269906875 3268606903 RND 300 <null> VIT 31.6 GARDINER QUEENSWAY <null> NO

W RAMP

1457458 STM 3285606714 3288306691 RND 300 <null> VIT 35.8 SOUTH KINGSWAY Minor Arterial NO

1457459 STM 3288306691 3291706681 RND 300 <null> VIT 36 SOUTH KINGSWAY Minor Arterial NO

1457562 SAN 3299406658 3297706666 RND 300 <null> VIT 18.7 SOUTH KINGSWAY Minor Arterial NO

1457451 SAN 3276506785 3269606848 RND 300 <null> VIT 94.3 SOUTH KINGSWAY <null> NO

1457452 SAN 3269606848 3269906875 RND 300 <null> VIT 26.5 QUEENSWAY S <null> NO

KINGSWAY RAMP

1457311 STM 3284807323 3281907334 RND 300 <null> VIT 31.8 COE HILL DR Local YES

1457333 SAN 3292407123 3280507208 RND 300 <null> VIT 146.2 WINDERMERE AVE Collector NO

1457335 STM 3275307243 3278207222 RND 300 <null> VIT 36.2 WINDERMERE AVE Local NO

1457336 STM 3278207222 3280307208 RND 300 <null> VIT 24.8 WINDERMERE AVE Local YES

1458666 STM 3283707432 1458663 RND 350 <null> UNK 6.1 THE QUEENSWAY Major Arterial NO

2113598 STM 3276305293 3276305310 RND 375 <null> CONC 16.8 PARK LAWN RD*EAS Local NO

Page 36 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-54

86 of 266

viewing

copy

only

do no

t sub

mit

Page 86: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2113595 STM 3276305310 3278105369 RND 375 <null> CONC 62 PARK LAWN RD*EAS Local NO

1440017 STM 3629706723 3637106644 RND 375 <null> RC 109.2 GOURLAY CRES Collector NO

1457324 SAN 3286707421 3286207423 RND 375 <null> RC 6.3 THE QUEENSWAY Major Arterial YES

1457325 SAN 3286207423 3283707432 RND 375 <null> RC 25.8 THE QUEENSWAY Major Arterial YES

1457312 STM 3282807290 3284007332 RND 375 <null> RC 43.3 THE QUEENSWAY Major Arterial YES

52831 COMB 3567905583 3556005618 RND 375 <null> VIT 123.5 JANE ST Major Arterial NO

22391 COMB 3631206018 3628205940 RND 375 <null> VIT 82.9 ST CLAIR AVE W Major Arterial NO

1447108 COMB 3595806416 3595306499 RND 375 <null> VIT 82.6 DUNDAS ST W Major Arterial NO

1438999 COMB 3638206666 3637406644 RND 375 <null> VIT 24.1 RYDING AVE Local NO

1439000 COMB 3637406644 3635806591 RND 375 <null> VIT 55 RYDING AVE Collector NO

1439002 COMB 3635306573 3632606486 RND 375 <null> VIT 91.3 RYDING AVE Local NO

1453451 STM 3308307204 3302707246 RND 375 <null> VIT 69.9 COE HILL DR Local NO

1456365 STM 3351706203 3355906236 RND 375 <null> VIT 53.3 MORNINGSIDE AVE Local NO

1455418 SAN 3313706574 3304806638 RND 375 <null> VIT 109 SOUTH KINGSWAY Minor Arterial NO

1455419 SAN 3304806638 3300106656 RND 375 <null> VIT 51 SOUTH KINGSWAY Minor Arterial NO

1457561 SAN 3297706666 3301406709 RND 375 <null> VIT 56.5 ORMSKIRK AVE Local NO

1457564 SAN 3292006683 3297706666 RND 375 <null> VIT 59.2 SOUTH KINGSWAY Minor Arterial NO

1457579 SAN 3276906917 3271706943 RND 375 <null> VIT 57.9 QUEENSWAY S <null> NO

KINGSWAY RAMP*EAS

1457580 SAN 3271706943 3269706927 RND 375 <null> VIT 26 GARDINER QUEENSWAY <null> NO

W RAMP

1457581 SAN 3269706927 3269606913 RND 375 <null> VIT 14.1 GARDINER QUEENSWAY <null> NO

W RAMP

1457583 SAN 3282006885 3272806927 RND 375 <null> VIT 101.3 QUEENSWAY S <null> NO

KINGSWAY RAMP*EAS

1457586 SAN 3272806927 3272406930 RND 375 <null> VIT 5.2 QUEENSWAY S <null> NO

KINGSWAY RAMP

1457587 SAN 3272406930 3269606913 RND 375 <null> VIT 33.1 QUEENSWAY S <null> NO

KINGSWAY RAMP

1457588 SAN 3269606913 3268606903 RND 375 <null> VIT 13.3 GARDINER QUEENSWAY <null> NO

W RAMP

1457321 SAN 3280106840 3282006885 RND 375 <null> VIT 49.7 RIPLEY AVE Local NO

1457443 SAN 3280507208 3279007159 RND 375 <null> VIT 51.1 THE QUEENSWAY Major Arterial YES

23017 COMB 3606206046 3605605947 RND 450 <null> CONP 98.6 LN W RUNNYMEDE N Major Railway NO

DUNDAS

1438069 STM 3637106644 3635306587 RND 450 <null> RC 59.4 RYDING AVE Collector NO

Page 37 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-55

87 of 266

viewing

copy

only

do no

t sub

mit

Page 87: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

1457314 STM 3286907423 3286607423 RND 450 <null> RC 2.7 THE QUEENSWAY Major Arterial NO

1457559 STM 3290907311 3284507330 RND 450 <null> RC 66.7 COE HILL DR Local NO

1457313 STM 3284507330 3286907423 RND 450 <null> RC 96.4 THE QUEENSWAY Major Arterial NO

1458647 STM 3284007332 3284507330 RND 450 <null> RC 5.3 COE HILL DR Local YES

1445149 COMB 3595306499 3595306582 RND 450 <null> VIT 83 DUNDAS ST W Major Arterial NO

1445150 COMB 3595306582 3595206664 RND 450 <null> VIT 82.5 DUNDAS ST W Major Arterial NO

1446324 COMB 3537807355 3529207381 RND 450 <null> VIT 90.5 HIGH PARK AVE Collector NO

1446329 COMB 3529207381 3520507408 RND 450 <null> VIT 90.8 HIGH PARK AVE Collector NO

1445160 COMB 3511607436 3502207465 RND 450 <null> VIT 98.5 HIGH PARK AVE Collector NO

1456891 STM 3302707246 3296007295 RND 450 <null> VIT 83.3 COE HILL DR Local NO

1457556 STM 3296007295 3290907311 RND 450 <null> VIT 53.2 ELLIS GDNS Local NO

53366 COMB 3596506011 3596505921 RND 450 <null> VIT 89.6 DUNDAS ST W Major Arterial NO

2113444 STM 3295605135 3298205222 RND 525 <null> CONC 91.5 PARK LAWN RD*EAS Local NO

2110144 STM 3300705214 3302805278 RND 525 <null> CONC 67.1 KINGS POINT DR Local NO

52959 COMB 3597605180 3597405288 RND 525 <null> CONC 107.7 DUNDAS ST W Major Arterial NO

22802 COMB 3652604563 3644904612 RND 525 <null> CONP 92 SCARLETT RD Minor Arterial NO

1457322 STM 3284007332 3286607423 RND 525 <null> RC 95.5 THE QUEENSWAY Major Arterial YES

22493 COMB 3630105395 3621805421 RND 525 <null> VIT 87.1 JANE ST Major Arterial NO

22506 COMB 3621805421 3612605450 RND 525 <null> VIT 95.6 JANE ST Major Arterial NO

1456478 STM 3311006817 3307406774 RND 525 <null> VIT 56.3 ORMSKIRK AVE Local NO

1458543 STM 3282707190 3280307208 RND 525 <null> VIT 30.8 WINDERMERE AVE Collector YES

24515 CSO 3556005618 3556205615 RND 600 <null> <null> 3.5 JANE ST Major Arterial NO

2113445 STM 3298205222 3300705214 RND 600 <null> CONC 26.2 PARK LAWN RD Local NO

52960 COMB 3597405288 3597305395 RND 600 <null> CONC 106.7 DUNDAS ST W Major Arterial NO

1457574 STM 3291606845 3283906882 RND 600 <null> CONC 85.9 RIPLEY AVE*EAS <null> NO

1458580 STM 3274707068 3272507048 RND 600 <null> CONC 29 THE QUEENSWAY Major Arterial YES

1458581 STM 3272507048 3266006988 RND 600 <null> CONC 89 THE QUEENSWAY Major Arterial NO

1458663 STM 3283807419 3281607451 RND 600 <null> CONC 38.9 THE QUEENSWAY Major Arterial NO

1458664 STM 3284307436 3281607451 RND 600 <null> CONC 30.3 THE QUEENSWAY Major Arterial NO

1455615 STM 3340906423 3337006377 RND 600 <null> RC 61.1 WORTHINGTON CRES Local NO

1458352 SAN 3292207459 3288207479 RND 600 <null> RC 45.1 ELLIS AVE Collector NO

1458353 SAN 3288207479 3286707426 RND 600 <null> RC 55 THE QUEENSWAY Major Arterial NO

Page 38 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-56

88 of 266

viewing

copy

only

do no

t sub

mit

Page 88: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

1457315 STM 3286607423 3284307436 RND 600 <null> RC 27.2 THE QUEENSWAY Major Arterial YES

1457326 SAN 3284807428 3283707432 RND 600 <null> RC 12 THE QUEENSWAY Major Arterial YES

1457327 SAN 3286707426 3284807428 RND 600 <null> RC 18.8 THE QUEENSWAY Major Arterial YES

1447133 COMB 3505907591 3496107622 RND 600 <null> VIT 102.9 PACIFIC AVE Local NO

1444684 COMB 3595207043 3595207120 RND 600 <null> VIT 76.8 DUNDAS ST W Major Arterial NO

1444685 COMB 3595207120 3595107224 RND 600 <null> VIT 104.5 DUNDAS ST W Major Arterial NO

1450410 COMB 3496107622 3486507651 RND 600 <null> VIT 100.1 PACIFIC AVE Local NO

1451926 COMB 3486507651 3476807681 RND 600 <null> VIT 101.2 PACIFIC AVE Local NO

1457444 STM 3280307208 3278107144 RND 600 <null> VIT 67.2 THE QUEENSWAY Major Arterial YES

1458658 STM 3290507494 3287507477 RND 600 <null> VIT 35.4 HIGH PARK TRL (HIGH Trail NO

PARK *PK)

1458659 STM 3287507477 3283907455 RND 600 <null> VIT 42 THE QUEENSWAY Major Arterial NO

52961 COMB 3597305395 3597105474 RND 675 <null> CONC 79.8 DUNDAS ST W Major Arterial NO

1440540 COMB 3649406586 1440541 RND 675 <null> CONC 8.8 SYMES RD Local NO

23023 COMB 3570106083 3569606068 RND 675 <null> CONP 15.6 ST JOHNS RD Collector NO

23034 COMB 3572906176 3570106083 RND 675 <null> CONP 97.5 ST JOHNS RD Collector NO

2114423 STM 3201405981 3203706061 RND 675 <null> RC 83.3 THE QUEENSWAY Major Arterial NO

2114336 SAN 3268105303 3256105354 RND 675 <null> UNK 134 PARK LAWN RD Collector NO

2114367 SAN 3266005235 3268105303 RND 675 <null> UNK 71.2 BERRY RD Collector NO

1456479 STM 3307406774 3305306749 RND 675 <null> VIT 32.9 ORMSKIRK AVE Local NO

1458548 STM 3278107144 3276007048 RND 750 <null> CONC 101.5 THE QUEENSWAY Major Arterial YES

23024 COMB 3569606068 3567706005 RND 750 <null> CONP 66 ST JOHNS RD Collector NO

2114695 STM 3209706248 3213206253 RND 750 <null> RC 36 THE QUEENSWAY Major Arterial NO

2114692 STM 3206606155 3209706248 RND 750 <null> RC 98.1 THE QUEENSWAY Major Arterial NO

1441893 STM 3633006511 3635306587 RND 750 <null> RC 79.1 RYDING AVE Local NO

1455301 STM 3337006377 3335206379 RND 750 <null> RC 18.1 SOUTH KINGSWAY Minor Arterial NO

1455302 STM 3335206379 3328506438 RND 750 <null> RC 88.5 SOUTH KINGSWAY Minor Arterial NO

1455303 STM 3328506438 3322406491 RND 750 <null> RC 80.5 SOUTH KINGSWAY Minor Arterial NO

1455304 STM 3322406491 3314406561 RND 750 <null> RC 106.3 SOUTH KINGSWAY Minor Arterial NO

1455412 STM 3314406561 3307306619 RND 750 <null> RC 92.2 SOUTH KINGSWAY Minor Arterial NO

1455413 STM 3307306619 3298906655 RND 750 <null> RC 91.4 SOUTH KINGSWAY Minor Arterial NO

1454935 STM 3301906709 3297906665 RND 750 <null> RC 59.5 ORMSKIRK AVE Local NO

1457278 STM 3297906665 3297706662 RND 750 <null> RC 3.7 SOUTH KINGSWAY Minor Arterial NO

Page 39 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-57

89 of 266

viewing

copy

only

do no

t sub

mit

Page 89: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

1457279 STM 3298906655 3297706662 RND 750 <null> RC 14.1 SOUTH KINGSWAY Minor Arterial NO

1446667 COMB 3540107342 3539207344 RND 825 <null> BRK 9.1 HIGH PARK AVE Collector NO

1456617 STM 3359606235 3358006229 RND 825 <null> CONC 17.8 SOUTH KINGSWAY Minor Arterial NO

1456618 STM 3358006229 3355906236 RND 825 <null> CONC 21.2 MORNINGSIDE AVE Local NO

1455150 STM 3355906236 3351806249 RND 825 <null> CONC 43.1 SOUTH KINGSWAY Minor Arterial NO

1455151 STM 3351806249 3343906299 RND 825 <null> CONC 94.6 SOUTH KINGSWAY Minor Arterial NO

23856 COMB 3559505736 3563105851 RND 825 <null> CONP 120.6 ST JOHNS RD Collector NO

23879 COMB 3563105851 3566305959 RND 825 <null> CONP 112.3 ST JOHNS RD Collector NO

23832 COMB 3558405698 3559505736 RND 825 <null> CONP 39.6 ST JOHNS RD Collector NO

22563 COMB 3597105497 3596905623 RND 825 <null> CONP 125.8 DUNDAS ST W Major Arterial NO

1455826 STM 3311706738 3307806759 RND 825 <null> RC 44.6 ORMSKIRK CRT Local NO

1455471 STM 3307806759 3306206743 RND 825 <null> RC 22.2 ORMSKIRK AVE Local NO

1455152 STM 3343906299 3335206376 RND 900 <null> CONC 115.4 SOUTH KINGSWAY Minor Arterial NO

1455153 STM 3335206376 3335206379 RND 900 <null> CONC 3.8 SOUTH KINGSWAY Minor Arterial NO

22434 SCSO 3610304828 3601304848 RND 900 <null> CONP 92.2 SCARLETT RD Minor Arterial NO

22881 COMB 3636704664 3623004751 RND 900 <null> CONP 162.5 SCARLETT RD Minor Arterial NO

22542 COMB 3615305512 3618405611 RND 900 <null> CONP 104.3 ST CLAIR AVE W Major Arterial NO

22532 COMB 3612605450 3615305512 RND 900 <null> CONP 67.7 ST CLAIR AVE W Major Arterial NO

21709 COMB 3566305959 3566605962 RND 900 <null> CONP 47.6 ST JOHNS RD Collector NO

22582 COMB 3596705774 3596505921 RND 900 <null> CONP 147.3 DUNDAS ST W Major Arterial NO

22307 COMB 3637905358 3640005367 RND 900 <null> CONP 22.4 JANE ST Major Arterial NO

1441488 STM 3643306443 3646806554 RND 900 <null> RC 116.2 ST CLAIR AVE W Major Arterial NO

1438077 STM 3646806554 3646306555 RND 900 <null> RC 4.5 COBALT AVE Collector NO

1458668 STM 3281607451 3276607481 RND 900 <null> UNK 58.1 F G GARDINER XY W Major Railway NO

1458669 STM 3281607451 3276607481 RND 900 <null> UNK 58.1 F G GARDINER XY W Major Railway NO

1457576 STM 3282306886 3272506930 RND 1050 <null> CONC 106.7 QUEENSWAY S <null> NO

KINGSWAY RAMP*EAS

1457318 STM 3281206839 3282306886 RND 1050 <null> CONC 53.8 RIPLEY AVE Local NO

22433 SCSO 3601304848 3600204841 RND 1050 <null> CONP 13.1 SCARLETT RD Minor Arterial NO

22879 COMB 3622804751 3610504827 RND 1050 <null> CONP 144.9 SCARLETT RD Minor Arterial NO

1455899 STM 3360006235 3358106245 RND 1050 <null> RC 21.4 SOUTH KINGSWAY Minor Arterial NO

1455911 STM 3358106245 3347006291 RND 1050 <null> RC 120.9 SOUTH KINGSWAY Minor Arterial NO

1455912 STM 3347006291 3337006377 RND 1050 <null> RC 132.5 SOUTH KINGSWAY Minor Arterial NO

Page 40 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-58

90 of 266

viewing

copy

only

do no

t sub

mit

Page 90: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

1457280 STM 3297706662 3291706681 RND 1050 <null> RC 62.2 SOUTH KINGSWAY Minor Arterial NO

1457563 STM 3298906655 3291406671 RND 1050 <null> RC 76.5 SOUTH KINGSWAY Minor Arterial NO

1457567 STM 3291406671 3288106635 RND 1050 <null> RC 49.3 RIVERSIDE DR Local NO

(RIVERSIDE DRIVE PARKETTE *PK)

1457568 STM 3291706681 3289706656 RND 1050 <null> RC 32.1 SOUTH KINGSWAY Minor Arterial NO

22589 COMB 3605405932 3628205940 RND 1143 <null> BRK 228.6 ST CLAIR AVE W Major Railway NO

22374 COMB 3647705881 3655105860 RND 1143 <null> BRK 76.6 CASTLETON AVE Collector NO

1448752 COMB 3452606525 3431906588 RND 1200 <null> BRK 215.8 BERESFORD AVE Local NO

1449283 COMB 3471506466 3452606525 RND 1200 <null> BRK 198.6 BERESFORD AVE Local NO

1450899 COMB 3469507147 3460807174 RND 1200 <null> BRK 91 CLENDENAN AVE Collector NO

1450900 COMB 3460807174 3458607181 RND 1200 <null> BRK 23 CLENDENAN AVE Collector NO

1450901 COMB 3458607181 3450607210 RND 1200 <null> BRK 84.1 CLENDENAN AVE Collector NO

1450898 COMB 3478107121 3469507147 RND 1200 <null> BRK 90.3 CLENDENAN AVE Collector NO

1457177 STM 3272506930 3264806725 RND 1200 <null> CONC 221.6 SOUTH KINGSWAY <null> NO

1455914 STM 3327706458 3319206533 RND 1200 <null> RC 112.8 WORTHINGTON CRES Local NO

1455915 STM 3319206533 3310306610 RND 1200 <null> RC 117.8 SOUTH KINGSWAY Minor Arterial NO

1455916 STM 3310306610 3300706660 RND 1200 <null> RC 108.5 SOUTH KINGSWAY Minor Arterial NO

1455917 STM 3300706660 3298906655 RND 1200 <null> RC 19.4 SOUTH KINGSWAY Minor Arterial NO

1455913 STM 3337006377 3327706458 RND 1200 <null> RC 123.1 SOUTH KINGSWAY Minor Arterial NO

1458546 STM 3279607112 3276007048 RND 1200 <null> RC 73 THE QUEENSWAY Major Arterial NO

1458572 STM 3276007048 3272506930 RND 1200 <null> RC 123.5 QUEENSWAY S <null> NO

KINGSWAY RAMP

1457106 STM 3285507490 3287507477 UNK <null> <null> UNK 23.6 THE QUEENSWAY Major Arterial NO

1457283 SAN 3284206726 3285606717 UNK <null> <null> UNK 16.6 SOUTH KINGSWAY Minor Arterial NO

2115409 STM 3282605276 3279005283 UNK 300 <null> CONC 37 PARK LAWN RD Local NO

2115410 STM 3279005283 3276305293 UNK 300 <null> CONC 29 PARK LAWN RD Local NO

2115412 STM 3274205301 3276305293 UNK 300 <null> CONC 22.5 PARK LAWN RD Local NO

G2G2G2G2

2003766 SAN 3148203452 3150803533 RND 200 <null> CONC 84.8 BRADBROOK RD Local NO

2003769 SAN 3145603369 3148203452 RND 200 <null> CONC 87.1 BRADBROOK RD Local NO

2003779 SAN 3150403353 3145603369 RND 200 <null> CONC 49.9 RAMSBURY RD Local NO

2010664 SAN 2880700961 2880000937 RND 200 <null> CONC 25 HORNER AVE Collector NO

2010666 SAN 2880000937 2880300934 RND 200 <null> CONC 4.3 HORNER AVE Collector NO

Page 41 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-59

91 of 266

viewing

copy

only

do no

t sub

mit

Page 91: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2010742 SAN 2891201007 2883301032 RND 200 <null> CONC 82.5 ORIANNA DR Local NO

2005855 SAN 3075901796 3072801698 RND 200 <null> CONC 102.7 THE QUEENSWAY Major Arterial NO

2005869 SAN 3072801698 3069901614 RND 200 <null> CONC 89.2 THE QUEENSWAY Major Arterial NO

2003077 SAN 3149302485 3147202481 RND 200 <null> UNK 21.8 KIPLING AVE Major Arterial NO

2003071 SAN 3144902392 3147202481 RND 200 <null> UNK 91.9 NORTH QUEEN ST Minor Arterial NO

2003056 SAN 3142102304 3144902392 RND 200 <null> UNK 91.4 NORTH QUEEN ST Minor Arterial NO

2010077 SAN 2928600196 2923200224 RND 200 <null> UNK 60.8 WESTHEAD RD Local NO

2006258 SAN 2957803094 2947203127 RND 200 <null> UNK 110.8 KIPLING AVE Major Arterial NO

2006833 SAN 2978903030 2968103063 RND 200 <null> UNK 112.8 KIPLING AVE Major Arterial NO

2010271 SAN 2842400693 2844000744 RND 200 <null> UNK 53.2 WOODBURY PL Local NO

2007769 SAN 2876003360 2875303335 RND 200 <null> UNK 25.9 BIRMINGHAM ST Collector NO

2003074 SAN 3159502458 3149302485 RND 200 <null> UNK 105.3 KIPLING AVE Major Arterial NO

2005853 SAN 3077201840 3080201942 RND 200 <null> VIT 106.6 THE QUEENSWAY Major Arterial NO

2014474 STM 2786001475 2787001506 RND 200 <null> VIT 33 LAKE SHORE BLVD W Major Arterial YES

2005890 SAN 3080201942 3082702018 RND 200 <null> VIT 80 THE QUEENSWAY Major Arterial NO

2007759 SAN 2876003360 2877403407 RND 200 <null> VIT 49.3 BIRMINGHAM ST Collector NO

2010658 SAN 2880300934 2878700881 RND 225 <null> CONC 54.8 HORNER AVE Collector NO

2010636 SAN 2875100767 2878700881 RND 225 <null> CONC 119.9 HORNER AVE Collector NO

2010761 SAN 2885001088 2883301032 RND 225 <null> OTH 58.6 HORNER AVE Collector NO

2010318 SAN 2850900968 2841900997 RND 225 <null> UNK 94.3 FOCH AVE Local NO

2010512 SAN 2872900697 2875100767 RND 225 <null> UNK 73.4 HORNER AVE Collector NO

2010284 SAN 2860100939 2850900968 RND 225 <null> UNK 96.9 FOCH AVE Local NO

2010536 SAN 2883301032 2880300934 RND 225 <null> UNK 102.7 HORNER AVE Collector NO

2010243 SAN 2844300751 2847600860 RND 225 <null> UNK 113.1 WOODBURY RD Local NO

2014864 SAN 2791202996 2784303017 RND 225 <null> UNK 72.3 TWENTY FIFTH ST Local NO

2014342 SAN 2751401625 2742701653 RND 225 <null> UNK 91.1 THIRTY NINTH ST Local NO

2014378 SAN 2741902132 2744902231 RND 225 <null> UNK 103.3 LAKE PROMENADE Local NO

2014346 SAN 2742701653 2734701679 RND 225 <null> UNK 84.1 THIRTY NINTH ST Local NO

2014506 SAN 2760001597 2751401625 RND 225 <null> UNK 90.6 THIRTY NINTH ST Local NO

2014369 SAN 2744902231 2753902202 RND 225 <null> UNK 94 LONG BRANCH AVE Local NO

2014371 SAN 2740902102 2749802074 RND 225 <null> UNK 93.1 THIRTY FIFTH ST Local NO

2006998 SAN 3042602810 3033402831 RND 225 <null> VIT 94.4 KIPLING AVE Major Arterial NO

Page 42 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-60

92 of 266

viewing

copy

only

do no

t sub

mit

Page 92: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2006968 SAN 3044102713 3046302783 RND 225 <null> VIT 73.5 KIPLING S EVANS W Major Arterial Ramp NO

RAMP

2010273 SAN 2853200716 2844000744 RND 225 <null> VIT 95.7 SUNSET AVE Local NO

2010309 SAN 2844000744 2834900774 RND 225 <null> VIT 96.4 SUNSET AVE Local NO

2006936 SAN 3033402831 3024302859 RND 225 <null> VIT 95.2 KIPLING AVE Major Arterial NO

2006959 SAN 3017702879 3011202899 RND 225 <null> VIT 67.5 KIPLING AVE Major Arterial NO

2006960 SAN 3011202899 3004902918 RND 225 <null> VIT 66.2 KIPLING AVE Major Arterial NO

2006962 SAN 3024302859 3017702879 RND 225 <null> VIT 69.1 KIPLING AVE Major Arterial NO

2006307 STM 2915203375 2907503399 RND 250 <null> CONC 80.1 SIXTEENTH ST Local NO

2007777 STM 2879903481 2876703491 RND 250 <null> CONC 33.4 SIXTEENTH ST Local NO

2014612 STM 2775401865 2778901978 RND 250 <null> CONC 118.5 DOMINION RD Local NO

2014554 STM 2772101875 2764501899 RND 250 <null> CONC 73.15 THIRTY SIXTH ST Local NO

2007758 STM 2875803409 2868503431 RND 250 <null> CONC 76.1 SEVENTEENTH ST Local NO

2014669 STM 2774002199 2776302271 RND 250 <null> CONC 76.2 MUSKOKA AVE Local NO

2014321 STM 2740101765 2734301679 RND 250 <null> CONC 103.9 LAKE PROMENADE Local NO

2014750 STM 2787302237 2785902198 RND 250 <null> CONC 41.6 DOMINION RD Local NO

2003063 SAN 3147202481 3138202509 RND 250 <null> UNK 94.2 KIPLING AVE Major Arterial NO

2006161 SAN 2887803297 2875303335 RND 250 <null> UNK 130.8 KIPLING AVE Major Arterial NO

2003462 SAN 3138202509 3129702536 RND 250 <null> UNK 89.4 KIPLING AVE Major Arterial NO

2007735 SAN 2875303335 2860503381 RND 250 <null> UNK 154.7 KIPLING AVE Major Arterial NO

2007736 SAN 2873103262 2875303335 RND 250 <null> UNK 76.6 BIRMINGHAM ST Collector NO

2006167 SAN 2890703549 2883303572 RND 250 <null> UNK 77 FIFTEENTH ST Local NO

2002904 SAN 3146701415 3146401414 RND 250 <null> VIT 3.9 SHORNCLIFFE RD Minor Arterial NO

2007776 SAN 2877403407 2879603486 RND 250 <null> VIT 81.4 BIRMINGHAM ST Collector NO

2014578 STM 2787001506 2790001602 RND 250 <null> VIT 99.9 LAKE SHORE BLVD W Major Arterial YES

2002892 SAN 3156401386 3146701415 RND 250 <null> VIT 100.7 SHORNCLIFFE RD Minor Arterial NO

2006157 STM 2890003451 2881303476 RND 300 <null> CONC 90.5 SIXTEENTH ST Local NO

2007781 STM 2878403408 2006155 RND 300 <null> CONC 7.4 SEVENTEENTH ST Local NO

2006315 STM 2907503399 2898803425 RND 300 <null> CONC 91.2 SIXTEENTH ST Local NO

2007790 STM 2881303476 2881103478 RND 300 <null> CONC 3.2 SIXTEENTH ST Local NO

2013211 STM 2868503431 2859603457 RND 300 <null> CONC 93.3 SEVENTEENTH ST Local NO

2006171 STM 2898803425 2893603440 RND 300 <null> CONC 54.5 SIXTEENTH ST Local NO

2014605 STM 2785801832 2775401865 RND 300 <null> CONC 108.4 THIRTY SIXTH ST Local NO

Page 43 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-61

93 of 266

viewing

copy

only

do no

t sub

mit

Page 93: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2014536 STM 2764501899 2754001932 RND 300 <null> CONC 110.2 THIRTY SIXTH ST Local NO

2014625 STM 2793801806 2785801832 RND 300 <null> CONC 84.7 THIRTY SIXTH ST Local NO

2014754 STM 2787502243 2787302237 RND 300 <null> CONC 6.4 DOMINION RD Local NO

2012170 STM 2797602203 2787302237 RND 300 <null> CONC 108.9 THIRTY THIRD ST Local NO

2006166 STM 2891803543 2883003571 RND 300 <null> CONC 92.8 FIFTEENTH ST Local NO

2010247 SAN 2831301030 2821001063 RND 300 <null> UNK 108 FOCH AVE Local NO

2010334 SAN 2821001063 2811401093 RND 300 <null> UNK 101.2 FOCH AVE Local NO

2014476 SAN 2785101449 2787001510 RND 300 <null> UNK 64.3 LAKE SHORE BLVD W Major Arterial NO

2014825 SAN 2775003046 2766403073 RND 300 <null> UNK 90.5 TWENTY FIFTH ST Local NO

2014567 SAN 2787001510 2789901606 RND 300 <null> UNK 100.1 LAKE SHORE BLVD W Major Arterial NO

2014498 SAN 2763201588 2766201683 RND 300 <null> UNK 99.5 JAMES ST Local NO

2014913 SAN 2784303017 2775003046 RND 300 <null> UNK 96.8 TWENTY FIFTH ST Local NO

2006877 SAN 3004902918 2998302938 RND 300 <null> VIT 69.3 KIPLING AVE Major Arterial NO

2006834 SAN 2976903004 2968403029 RND 300 <null> VIT 88.5 KIPLING AVE Major Arterial NO

2006887 SAN 2998302938 2995502947 RND 300 <null> VIT 28.8 KIPLING AVE Major Arterial NO

2006866 SAN 2995502947 2985502978 RND 300 <null> VIT 105 KIPLING AVE Major Arterial NO

2014462 STM 2787501449 2792101594 RND 300 <null> VIT 152.2 LAKE SHORE BLVD W Major Arterial YES

2014926 SAN 2786603091 2784303017 RND 300 <null> VIT 77.2 RAMSGATE RD Local NO

2002900 SAN 3160801369 3153601391 RND 300 <null> VIT 76 SHORNCLIFFE RD Minor Arterial NO

2013210 STM 2870903508 2862203535 RND 375 <null> CONC 90.9 SIXTEENTH ST Local NO

2006147 STM 2894003267 2876503319 RND 375 <null> CONC 182.9 KIPLING AVE Major Arterial NO

2014539 STM 2778901978 2773701995 RND 375 <null> CONC 54.7 THIRTY FIFTH ST Local NO

2014616 STM 2775401865 2772101875 RND 375 <null> CONC 36.6 THIRTY SIXTH ST Local NO

2014615 STM 2789401945 2778901978 RND 375 <null> CONC 109.8 THIRTY FIFTH ST Local NO

2013255 STM 2876703491 2870903508 RND 375 <null> CONC 61 SIXTEENTH ST Local NO

2014546 STM 2754001932 2746101957 RND 375 <null> CONC 82.9 THIRTY SIXTH ST Local NO

2014783 STM 2788603001 2766103070 RND 375 <null> CONC 235.1 TWENTY FIFTH ST Local NO

2003782 SAN 3150803533 3148103541 RND 375 <null> UNK 28.3 ISLINGTON AVE Major Arterial NO

2002920 SAN 3126601477 3117201507 RND 375 <null> VIT 99.4 SHORNCLIFFE RD Minor Arterial NO

2002862 SAN 3136501445 3126601477 RND 375 <null> VIT 103.6 SHORNCLIFFE RD Minor Arterial NO

2002894 SAN 3146401414 3136501445 RND 375 <null> VIT 103.8 SHORNCLIFFE RD Minor Arterial NO

2010316 STM 2848800910 2850500967 RND 450 <null> CONC 59.1 WOODBURY RD Local NO

Page 44 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-62

94 of 266

viewing

copy

only

do no

t sub

mit

Page 94: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2010752 STM 2884801024 2883001029 RND 450 <null> CONC 18.3 ORIANNA DR Local NO

2010759 STM 2885901020 2884801024 RND 450 <null> CONC 12.2 ORIANNA DR Local NO

2007764 STM 2876503319 2875703322 RND 450 <null> CONC 7.8 KIPLING AVE Major Arterial NO

2007765 STM 2875703322 2875303324 RND 450 <null> CONC 5.1 KIPLING AVE Major Arterial NO

2007760 STM 2875303324 2871403335 RND 450 <null> CONC 40.5 KIPLING AVE Major Arterial NO

2003781 SAN 3156803513 3150803533 RND 450 <null> UNK 63.5 ISLINGTON AVE Major Arterial NO

2006168 STM 2884903468 2881103478 RND 525 <null> CONC 39.5 SIXTEENTH ST Local NO

2007791 STM 2881103478 2880003481 RND 525 <null> CONC 11.2 SIXTEENTH ST Local NO

2007103 STM 3039903469 3041303520 RND 525 <null> CONC 53 GOLDTHORNE AVE Local NO

2014326 STM 2750101627 2734301679 RND 525 <null> RC 166.9 THIRTY NINTH ST Local NO

2014637 STM 2787302237 2776302271 RND 525 <null> RC 115.1 THIRTY THIRD ST Local NO

2014322 STM 2734301679 2726801605 RND 525 <null> RC 105.4 LAKE PROMENADE Local NO

2010380 STM 2820601061 2821101078 RND 600 <null> CONC 17.7 JELLICOE AVE Local NO

2010363 STM 2817800965 2820601061 RND 600 <null> CONC 99.5 JELLICOE AVE Local NO

2010166 STM 2944400367 2934700397 RND 600 <null> RC 101.2 RUFFORD RD Local NO

2003070 STM 3145102393 3147302477 RND 675 <null> CONC 87.4 NORTH QUEEN ST Minor Arterial NO

2010648 STM 2875500769 2875100770 RND 675 <null> CONC 4.5 HORNER AVE Collector NO

2010643 STM 2875100770 2876600820 RND 675 <null> CONC 51.7 HORNER AVE Collector NO

2007110 STM 2966303620 2960903562 RND 675 <null> CONC 78.8 HORNER AVE Minor Arterial NO

2007092 STM 3041303520 3042903580 RND 675 <null> CONC 62.3 GOLDTHORNE AVE Local NO

2014355 SAN 2749802074 2746101959 RND 675 <null> UNK 120.091 THIRTY FIFTH ST <null> NO

2014320 SAN 2740401766 2734701679 RND 675 <null> VIT 104.4 LAKE PROMENADE Local NO

2014323 SAN 2734701679 2727401604 RND 675 <null> VIT 104.2 LAKE PROMENADE Local NO

2010071 STM 2931800294 2928900194 RND 750 <null> CONC 104.5 SAVONA DR Local NO

2006391 STM 2960903562 2957103454 RND 750 <null> CONC 114.8 HORNER AVE Minor Arterial NO

2014377 STM 2744302230 2739802244 RND 750 <null> CONC 48 LAKE PROMENADE Local NO

2014368 STM 2753502202 2744302230 RND 750 <null> CONC 95.5 LONG BRANCH AVE Local NO

2003062 STM 3147302477 3139002502 RND 825 <null> CONC 86.6 KIPLING AVE Major Arterial NO

2010510 STM 2875500769 2873000688 RND 825 <null> CONC 84.6 HORNER AVE Collector NO

2010565 STM 2876600820 2878400879 RND 825 <null> CONC 62.2 HORNER AVE Collector NO

2010535 STM 2878400879 2881200970 RND 825 <null> CONC 95.2 HORNER AVE Collector NO

2010162 STM 2934700397 2931800294 RND 825 <null> CONC 106.8 SAVONA DR Local NO

Page 45 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-63

95 of 266

viewing

copy

only

do no

t sub

mit

Page 95: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2010176 STM 2936900479 2934700397 RND 825 <null> CONC 84.5 SAVONA DR Local NO

2010178 STM 2940400481 2936900479 RND 825 <null> CONC 39.5 SAVONA DR Local NO

2010751 STM 2881200970 2883001029 RND 975 <null> CONC 62 HORNER AVE Collector NO

2006155 STM 2886103378 2877503399 RND 975 <null> RC 89.9 SEVENTEENTH ST Local NO

2003897 STM 3150403530 3141203558 RND 1000 <null> CONC 95.8 ISLINGTON AVE Major Arterial NO

2003780 STM 3157503508 3150403530 RND 1000 <null> CONC 74.3 ISLINGTON AVE Major Arterial NO

2003618 STM 3091103424 3094703559 RND 1200 <null> CONC 139.5 F G GARDINER C W Expressway NO

2007613 STM 3094703559 3098203676 RND 1200 <null> CONC 122.3 ISLINGTON S GARDINER Expressway Ramp NO

C W RAMP

G3G3G3G3

2006494 STM 2901204166 2006493 RND <null> <null> CONC 1.2 BIRMINGHAM ST Collector NO

2006396 SAN 2892703627 2885003661 RND 150 <null> UNK 88.6 FOURTEENTH ST Local NO

2005942 STM 3098704800 3097704768 RND 200 <null> CONC 33.8 ALGOMA ST Local NO

2008906 SAN 3076604665 3081004809 RND 200 <null> UNK 150.9 HAY AVE Local NO

2007878 SAN 2901004183 2903704274 RND 200 <null> UNK 94.832 BIRMINGHAM ST Collector NO

2006491 SAN 2900504167 2901004183 RND 200 <null> UNK 16.3 BIRMINGHAM ST Collector NO

2007807 SAN 2900204157 2897704085 RND 200 <null> UNK 76.124 BIRMINGHAM ST Collector NO

2006486 SAN 2900204157 2900504167 RND 200 <null> UNK 10.5 BIRMINGHAM ST Collector NO

2007886 SAN 2901404182 2901004183 RND 200 <null> UNK 4.1 BIRMINGHAM ST Collector NO

2009258 SAN 2963705279 2954905305 RND 200 <null> UNK 92.4 GEORGE ST Local NO

2009291 SAN 2957605429 2958805468 RND 200 <null> UNK 40.5 SYMONS ST Local NO

2008650 SAN 2951405205 2954905305 RND 200 <null> UNK 105.3 SYMONS ST Local NO

2009306 SAN 2958805468 2959905467 RND 200 <null> UNK 11 SYMONS ST Local NO

2009176 SAN 2954905305 2958105410 RND 200 <null> UNK 109.9 SYMONS ST Local NO

2009285 SAN 2968505482 2961005505 RND 200 <null> UNK 78 WHEATFIELD RD Local NO

2009286 SAN 2958105410 2959905467 RND 200 <null> UNK 60.2 SYMONS ST Local NO

2009288 SAN 2965705387 2958105410 RND 200 <null> UNK 78.9 CENTRAL ST Local NO

2009299 SAN 2952705469 2958805468 RND 200 <null> UNK 61.5 EASTBOURNE CRES Local NO

2006484 SAN 2913104147 2901404182 RND 200 <null> VIT 122.7 EIGHTH ST Local NO

2009283 SAN 2967805488 2961105509 RND 200 <null> VIT 69.9 WHEATFIELD RD Local NO

2000255 SAN 3102504880 3099104768 RND 225 <null> VIT 117.4 ALGOMA ST Local NO

2000264 SAN 3099104768 3107404742 RND 225 <null> VIT 86.9 ROYAL YORK RD Minor Arterial NO

2000392 STM 3123304943 3123904958 RND 250 <null> CONC 17.5 OXFORD ST Local NO

Page 46 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-64

96 of 266

viewing

copy

only

do no

t sub

mit

Page 96: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2009050 STM 3081904874 3080404821 RND 250 <null> CONC 54.7 PORTLAND ST Collector NO

2009039 STM 3091004771 3090804767 RND 250 <null> CONC 4.6 MELROSE ST Local NO

2009017 STM 3090804767 3088904702 RND 250 <null> CONC 67.2 MELROSE ST Local NO

2009045 STM 3096705039 3099405127 RND 250 <null> CONC 91.5 MELROSE ST Local NO

2004135 STM 3099405127 3102405225 RND 250 <null> CONC 102.4 MELROSE ST Local NO

2005959 STM 3122304912 3123304943 RND 250 <null> PF 32.8 OXFORD ST Local NO

2005960 STM 3123904958 3125405010 RND 250 <null> PF 54.2 OXFORD ST Local NO

2004296 STM 3131605215 3133005261 RND 250 <null> PF 48.6 OXFORD ST Local NO

2004210 STM 3129705153 3131605215 RND 250 <null> PF 64.4 OXFORD ST Local NO

2004158 STM 3127105066 3129205137 RND 250 <null> PF 74.2 OXFORD ST Local NO

2004163 STM 3125405010 3127105066 RND 250 <null> PF 57.9 OXFORD ST Local NO

2004225 STM 3133005261 3134805320 RND 250 <null> PF 61.9 OXFORD ST Local NO

2007797 SAN 2881603577 2873503601 RND 250 <null> PVC 83.9 FIFTEENTH ST Local NO

2006429 SAN 2889103990 2894303974 RND 250 <null> PVC 54.5 ETTA WYLIE RD Local NO

2005937 SAN 3097804758 3091504777 RND 250 <null> UNK 65.6 ROYAL YORK RD Minor Arterial NO

2008907 SAN 3091504777 3081004809 RND 250 <null> UNK 110.4 ROYAL YORK RD Minor Arterial NO

2008912 SAN 3081004809 3071404840 RND 250 <null> UNK 100.2 ROYAL YORK RD Minor Arterial NO

2007885 SAN 2901004183 2900104186 RND 250 <null> UNK 9.2 BIRMINGHAM ST Collector NO

2007803 SAN 2883303572 2882303575 RND 250 <null> UNK 10.5 FIFTEENTH ST Local NO

2007805 SAN 2882303575 2881603577 RND 250 <null> UNK 7.9 FIFTEENTH ST Local NO

2009305 SAN 2959905467 2961005505 RND 250 <null> UNK 38.9 SYMONS ST Local NO

2009298 SAN 2958805468 2960105511 RND 250 <null> UNK 44.5 SYMONS ST Local NO

2007815 SAN 2900104186 2891504211 RND 250 <null> VIT 89.8 EIGHTH ST Local NO

2006397 SAN 2899103707 2887303742 RND 250 <null> VIT 122.8 THIRTEENTH ST*EAS Local NO

2000263 STM 3100904853 3098204766 RND 300 <null> CONC 91.1 ALGOMA ST Local NO

2009053 STM 3080404821 3080204816 RND 300 <null> CONC 5.6 ROYAL YORK RD Minor Arterial NO

2009038 STM 3091504769 3090804767 RND 300 <null> CONC 7.8 MELROSE ST Local NO

2009051 STM 3093704940 3091804880 RND 300 <null> CONC 63 MELROSE ST Local NO

2006399 STM 2885903666 2888003735 RND 300 <null> CONC 71.8 LN E FOURTEENTH N Laneway NO

BIRMINGHAM

2007798 STM 2883203578 2885303647 RND 300 <null> CONC 72.7 LN E FIFTEENTH N Laneway NO

BIRMINGHAM

2007801 STM 2882403581 2883203578 RND 300 <null> CONC 8.2 BIRMINGHAM ST Collector NO

Page 47 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-65

97 of 266

viewing

copy

only

do no

t sub

mit

Page 97: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2007804 STM 2883003571 2883203578 RND 300 <null> CONC 6.8 FIFTEENTH ST Local NO

2009257 STM 2965105273 2955705301 RND 300 <null> CONC 97.6 GEORGE ST Local NO

2008266 STM 2944505223 2950905204 RND 300 <null> CONC 66.7 ROYAL YORK RD Minor Arterial NO

2009269 STM 2955705301 2954105311 RND 300 <null> CONC 18.9 GEORGE ST Local NO

2008636 SAN 2960505177 2951405205 RND 300 <null> UNK 95.2 ROYAL YORK RD Minor Arterial NO

2009310 SAN 2961005505 2961105509 RND 300 <null> UNK 4.2 SYMONS ST Local NO

2009307 SAN 2961005505 2960105511 RND 300 <null> UNK 10.8 SYMONS ST Local NO

2008240 SAN 2951405205 2943105230 RND 300 <null> UNK 86.8 ROYAL YORK RD Minor Arterial NO

2009313 SAN 2960105511 2961305550 RND 300 <null> UNK 41 SYMONS ST Local NO

2009315 SAN 2961105509 2962705559 RND 300 <null> UNK 53 SYMONS ST Local YES

2009320 SAN 2961305550 2959905557 RND 300 <null> UNK 15.7 LAKE SHORE BLVD W Major Arterial YES

2005944 STM 3098204766 3098204762 RND 375 <null> CONC 4.6 ALGOMA ST Local NO

2006492 STM 2900904166 2901104171 RND 375 <null> CONC 5.6 BIRMINGHAM ST Collector NO

2006443 STM 2900104140 2900904166 RND 375 <null> CONC 27.4 BIRMINGHAM ST Collector NO

2013344 STM 2897904067 2899304111 RND 375 <null> CONC 46 BIRMINGHAM ST Collector NO

2009336 STM 2962905560 2962805556 RND 375 <null> CONC 3.2 SYMONS ST Local YES

2007873 STM 2899304111 2900104140 RND 375 <null> CONC 29.5 BIRMINGHAM ST Collector NO

2009334 STM 2973505566 2962905560 RND 375 <null> CONC 106.3 LAKE SHORE BLVD W Major Arterial YES

2009287 STM 2967105380 2958205407 RND 375 <null> CONC 92.5 CENTRAL ST Local NO

2007817 SAN 2897704085 2887204117 RND 375 <null> PVC 110 NINTH ST Local NO

2006411 SAN 2887303740 2887303742 RND 375 <null> UNK 2.2 BIRMINGHAM ST Collector NO

2006414 SAN 2890403844 2892603916 RND 375 <null> UNK 74.5 BIRMINGHAM ST Collector NO

2006438 SAN 2894303974 2897704085 RND 375 <null> UNK 162.294 BIRMINGHAM ST Collector NO

2006398 SAN 2887303742 2890403844 RND 375 <null> UNK 106.7 BIRMINGHAM ST Collector NO

2006434 SAN 2892603916 2893003930 RND 375 <null> UNK 14.8 BIRMINGHAM ST Collector NO

2006428 SAN 2893003930 2894303974 RND 375 <null> UNK 46.1 BIRMINGHAM ST Collector NO

2009033 STM 3089604813 3089204794 RND 450 <null> CONC 19.4 MELROSE ST Local NO

2009035 STM 3089204794 3089104790 RND 450 <null> CONC 4.3 ROYAL YORK RD Minor Arterial NO

2007881 STM 2901604189 2903804262 RND 450 <null> CONC 75.6 BIRMINGHAM ST Collector NO

2006483 STM 2905404158 2901104171 RND 450 <null> CONC 45.5 EIGHTH ST Local NO

2007883 STM 2901104169 2899704175 RND 450 <null> CONC 14.9 BIRMINGHAM ST Collector NO

2006493 STM 2901004165 2901104169 RND 450 <null> CONC 4.2 BIRMINGHAM ST Collector NO

Page 48 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-66

98 of 266

viewing

copy

only

do no

t sub

mit

Page 98: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2007887 STM 2901404182 2901604189 RND 450 <null> CONC 7.8 BIRMINGHAM ST Collector NO

2006420 STM 2887403841 2889403836 RND 450 <null> CONC 20.8 BIRMINGHAM ST Collector NO

2007864 STM 2898904092 2901004165 RND 450 <null> CONC 76.2 BIRMINGHAM ST Collector NO

2013507 STM 2899204076 2898904092 RND 450 <null> CONC 15.9 BIRMINGHAM ST Collector NO

2009173 STM 2951805199 2942605226 RND 450 <null> CONC 96 ROYAL YORK RD Minor Arterial NO

2009295 STM 2958205407 2957205410 RND 450 <null> CONC 11.3 SYMONS ST Local NO

2000270 STM 3100404755 3098204762 RND 525 <null> CONC 22.9 ROYAL YORK RD Minor Arterial NO

2005947 STM 3100204749 3100404755 RND 525 <null> CONC 5.9 ROYAL YORK RD Minor Arterial NO

2005949 STM 3100404755 3100504759 RND 525 <null> CONC 4.4 ROYAL YORK RD Minor Arterial NO

2005924 STM 3098204762 3089104790 RND 525 <null> CONC 95.3 ROYAL YORK RD Minor Arterial NO

2007882 STM 2901104171 2901404182 RND 525 <null> CONC 11 EIGHTH ST Local NO

2007884 STM 2901104171 2900004172 RND 525 <null> CONC 10.5 BIRMINGHAM ST Collector NO

2006423 STM 2889703818 2889403836 RND 525 <null> CONC 18.1 BIRMINGHAM ST Collector NO

2006415 STM 2889403836 2892003920 RND 525 <null> CONC 88.1 BIRMINGHAM ST Collector NO

2006432 STM 2893203960 2895204024 RND 525 <null> CONC 66.2 BIRMINGHAM ST Collector NO

2007795 STM 2895204024 2899704175 RND 525 <null> CONC 157.5 BIRMINGHAM ST Collector NO

2007874 STM 2899704175 2902004276 RND 525 <null> CONC 106.3 BIRMINGHAM ST Collector NO

2006430 STM 2892003920 2893203960 RND 525 <null> CONC 41.9 BIRMINGHAM ST Collector NO

2009323 STM 2962805556 2961805559 RND 525 <null> CONC 11.1 SYMONS ST Local YES

2008652 STM 2950805194 2950905204 RND 525 <null> CONC 9.5 SYMONS ST Local NO

2008273 STM 2950005165 2950805194 RND 525 <null> CONC 30.9 SYMONS ST Local NO

2005941 STM 3100504759 3098204766 RND 600 <null> CONC 23.4 ROYAL YORK RD Minor Arterial NO

2005943 STM 3097704768 3098204766 RND 600 <null> CONC 5.7 ALGOMA ST Local NO

2006424 STM 2891203840 2891603857 RND 600 <null> CONC 17.5 BIRMINGHAM ST Collector NO

2006416 STM 2892203876 2895003970 RND 600 <null> CONC 97.7 BIRMINGHAM ST Collector NO

2006431 STM 2895003970 2897804062 RND 600 <null> CONC 96.3 BIRMINGHAM ST Collector NO

2006425 STM 2891603857 2892203876 RND 600 <null> CONC 20.4 BIRMINGHAM ST Collector NO

2006404 STM 2889203776 2891203840 RND 600 <null> CONC 66.6 BIRMINGHAM ST Collector NO

2006409 STM 2888003735 2889203776 RND 600 <null> CONC 43.5 BIRMINGHAM ST Collector NO

2013477 STM 2899304075 2897304083 RND 600 <null> CONC 21.3 BIRMINGHAM ST*EAS Collector NO

2009256 STM 2961005170 2951805199 RND 600 <null> CONC 96.4 ROYAL YORK RD Minor Arterial NO

2007818 STM 2897804062 2897304083 RND 600 <null> CONC 21.3 BIRMINGHAM ST Collector NO

Page 49 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-67

99 of 266

viewing

copy

only

do no

t sub

mit

Page 99: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

FIGUREFIGUREFIGUREFIGURE ASSET IDASSET IDASSET IDASSET IDFLOW FLOW FLOW FLOW

TYPETYPETYPETYPE

UPSTREAUPSTREAUPSTREAUPSTREA

M MHM MHM MHM MH

DOWNSTREADOWNSTREADOWNSTREADOWNSTREA

M MHM MHM MHM MHPIPE SHAPEPIPE SHAPEPIPE SHAPEPIPE SHAPE HEIGHTHEIGHTHEIGHTHEIGHT WIDTHWIDTHWIDTHWIDTH

MATERIAL MATERIAL MATERIAL MATERIAL

TYPETYPETYPETYPELENGTHLENGTHLENGTHLENGTH ROAD NAMEROAD NAMEROAD NAMEROAD NAME ROAD TYPEROAD TYPEROAD TYPEROAD TYPE TTC TRACKSTTC TRACKSTTC TRACKSTTC TRACKS

2007206 STM 3045503659 3042903580 RND 675 <null> CONC 83.5 GOLDTHORNE AVE Local NO

2008913 STM 3089104790 3080204816 RND 675 <null> CONC 92.2 ROYAL YORK RD Minor Arterial NO

2008953 STM 3080204816 3071904842 RND 675 <null> CONC 87.2 ROYAL YORK RD Minor Arterial NO

2009325 STM 2961805559 2961505554 RND 750 <null> CONC 6 LAKE SHORE BLVD W Major Arterial YES

2008634 STM 2960705174 2950905204 RND 750 <null> RC 102.4 ROYAL YORK RD Minor Arterial NO

2007205 STM 3042903580 3035603602 RND 900 <null> CONC 76.1 GOLDTHORNE AVE*EAS Local NO

2007880 STM 2900004172 2902904268 RND 900 <null> CONC 100.5 BIRMINGHAM ST Collector NO

2007820 STM 2897304083 2897404088 RND 900 <null> CONC 5.7 NINTH ST Local NO

2007796 STM 2897404088 2900004172 RND 900 <null> CONC 87.6 BIRMINGHAM ST Collector NO

2008651 STM 2950905204 2954105311 RND 900 <null> CONC 112.2 SYMONS ST Local NO

2009174 STM 2954105311 2957205410 RND 975 <null> CONC 103.5 SYMONS ST Local NO

2009281 STM 2968005486 2960305516 RND 1200 <null> CONC 84.6 WHEATFIELD RD Local NO

2009284 STM 2957205410 2960305516 RND 1200 <null> CONC 110 EASTBOURNE CRES Local NO

2009322 STM 2961805559 2960005559 UNK <null> <null> CONC 17.5 LAKE SHORE BLVD W Major Arterial YES

Page 50 of 50

Tender Call No. 244-2012

Section 4 – Scope of Work

Contract No. MCP12-14WP

Page 4-68

100 of 266

viewing

copy

only

do no

t sub

mit

Page 100: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-1-

TABLE OF CONTENTS

SS.1. GENERAL.................................................................................................................... 2

SS.2. SITE SUPERVISION AND PROJECT MANAGEMENT ............................................... 3

SS.3. CONTRACT SCHEDULE ............................................................................................. 4

SS.4. OFF-ROAD CCTV INSPECTION ................................................................................. 4

SS.5. CLEANING OF SEWERS AND MAINTENANCE HOLES ............................................ 5

SS.6. USE OF HYDRANTS AND WATER ............................................................................. 9

SS.7. SEQUENCE OF WORK FOR INSPECTION ................................................................ 9

SS.8. REVERSALS & ABANDONMENT OF INSPECTION SURVEY .................................. 10

SS.9. RECOVERY OF EQUIPMENT ................................................................................... 10

SS.10. CLOSED CIRCUIT VIDEO INSPECTION EQUIPMENT ............................................ 10

SS.11. DATA COLLECTION EQUIPMENT AND SOFTWARE .............................................. 11

SS.12. INSPECTION OF SEWERS ....................................................................................... 12

SS.13. INSPECTION OF MAINTENANCE HOLES ............................................................... 14

SS.14. QUALITY CONTROL ................................................................................................. 15

SS.15. MINOR FLOW CONTROL USING PLUGGING AND BLOCKING .............................. 16

SS.16. MAJOR FLOW CONTROL USING PUMPING OR BY-PASSING .............................. 17

SS.17. AFTER HOURS WORK ............................................................................................. 17

SS.18. REPORTING DAMAGE ............................................................................................. 17

SS.19. EMERGENCY REPAIR REQUIREMENTS ................................................................ 17

SS.20. COORDINATION WITH OTHER PROJECTS ............................................................ 18

SS.21. INSPECTION REPORTS AND DVD ROMS .............................................................. 18

SS.22. FIELD INSPECTION NOTES ..................................................................................... 19

SS.23. SIGNAGE .................................................................................................................. 20

SS.24. CONFINED SPACES ................................................................................................. 20

SS.25. TRAFFIC REQUIREMENTS ...................................................................................... 20

SS.26. SEWERS ON MAJOR ARTERIAL ROADS AND TRACK ALLOWANCES ................. 21

101 of 266

viewing

copy

only

do no

t sub

mit

Page 101: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-2-

SS.1. GENERAL

Work under this Contract shall include, but not be limited to, the provision of all materials, labour, and equipment necessary for the hydraulic flushing, cleaning, CCTV, visual inspection, and photography of Sanitary/Storm/Combined sewers and associated maintenance holes. Sewers may be located on Local/Collector Class Roads, with or without TTC Streetcar Tracks; Major/Minor Arterial Roads, with or without TTC Street Car Tracks; or within River Valleys, requiring Off Road Inspection.

The Contractor shall also provide a portable hard drive, where all data collected and analyzed in the contract shall be stored. Data shall be submitted to the City's Contract Administrator on monthly basis. Data includes any records for sewer cleaning, inspection, videos and photographs, geodatabases, sewer.dat files, reports, and any other information regarding to the contract. The data shall be able to be evaluated using the CT Spec software package. The Contractor shall provide fully equipped and independent cleaning/inspection crews on a daily basis to complete the required work within the contract timeline. Crews shall be equipped with a minimum of Two (2) CCTV inspection units, and Two (2) hydraulic cleaning combination unit (flushing/vacuum combo units), and the appropriate number of qualified personnel to operate the units for the entire duration of the contract. In case of any equipment break down, the Contractor shall provide backup units within no more than two (2) business days and make up any loss in schedule. Within ten (10) days of award of Contract, a preconstruction meeting will be scheduled between all parties in contract to discuss and resolve administrative procedures and responsibilities. Representatives of the City, City's Contract Administrator, Contractor, major Subcontractors, field inspectors and supervisors will be in attendance. The City will establish time and location of meeting and notify parties concerned a minimum of five (5) days before meeting. During the course of work, regular progress meetings will be held on a monthly basis at Metro Hall. The contractor, major Subcontractors involved in Work, City's Contract Administrator, and City staff shall be in attendance. The Agenda will include, but not be limited to the following:

1. Review, approval of minutes of previous meeting. 2. Review of Work progress since previous meeting. 3. Field observations, problems and conflicts. 4. Problems that may impede schedule. 5. Corrective measures and procedures to regain projected schedule. 6. Safety issues. 7. Any Other business.

102 of 266

viewing

copy

only

do no

t sub

mit

Page 102: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-3-

Representatives of Contractor, Subcontractor and suppliers attending meetings shall be qualified and authorized to act on behalf of the party each represents. A cleaning crew shall include the following as a minimum: one truck driver, one equipment operator, protective equipment, gloves, and a high-velocity jet truck as per clause SS.6. CLEANING OF SEWERS AND MAINTENANCE HOLES. A CCTV inspection crew shall include the following as a minimum: one CCTV camera operator as per clause SS.12. INSPECTION OF SEWERS, one assistant worker, protective equipment, gloves, and a CCTV camera truck as per clause SS.10. CLOSED CIRCUIT VIDEO INSPECTION EQUIPMENT. Work must be carried out in a rate and in a manner that minimizes any inconvenience to the public, including basement flooding during cleaning activities. The contractor must consider that there may be a long distance amongst different work locations for flushing and CCTV inspection of sewers under this contract. The City will not compensate the Contractor for stand-by time spent during equipment mobilization from one location to another. The location of sewers and maintenance holes to be cleaned and inspected, and quantities, may change during the term of the contract. The City reserves the right to remove or add new sewers and maintenance holes for cleaning and inspection at any time, and the Contractor shall proceed with cleaning and inspection at the same prices, terms, and conditions.

SS.2. SITE SUPERVISION AND PROJECT MANAGEMENT

The Contractor shall ensure that:

• Health and Safety regulations are enforced, including Confined Space Entry. • Traffic control requirements are met including coordination of pay duty Police

Officers.

• Transit requirements are met including coordination for streetcar diversion with TTC.

• Site inspections are completed as defined below, see Site Inspection. • Any issue deemed as to impede completion of an inspection is brought forward to the

City's Contract Administrator immediately for a prompt resolution. • A “Contract Sewer Cleaning Report” form is completed due to inability to clean a

sewer to an acceptable level for CCTV inspection. Site Inspection

103 of 266

viewing

copy

only

do no

t sub

mit

Page 103: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-4-

• Prior to moving onto project sites, the Contractor shall visit and inspect site conditions with at least one (1) week in advance, and review all maps and drawings of existing facilities within the City’s right-of-way.

• The Contractor must notify the City's Contract Administrator if it is unable to either

locate or access a maintenance hole. The Contractor must provide two (2) week notice prior to accessing the unfound or inaccessible maintenance hole so as to allow City of Toronto forces opportunity to locate or provide access to them.

• If the Contractor must access a maintenance hole on private property, the Contractor

must notify the City's Contract Administrator with no less than two (2) weeks prior to accessing the private property. The City's Contract Administrator will coordinate with the property owner to obtain permission to access its property.

Sanitary Sewer Overflow Response Contingency Plan

The Contractor shall prepare and submit to the Contract Administrator a sanitary sewer overflow response contingency plan for approval before commencing work. This plan shall detail the actions and equipment needed to respond quickly, to restore flow, and to mitigate the impacts of any overflow. The Contractor shall train its personnel on the approved plan prior to commencing work. In the event of an overflow, the Contractor shall implement the plan and immediately notify the City's Contract Administrator.

SS.3. CONTRACT SCHEDULE

Work under this contract is expected to start with 120 days from close of Tender and overall work must be completed within 52 weeks from the day of commencement indicated in the written Order to Commence Work. Based on this schedule, the Contractor is expected to have an average of 10 km/month of sewers inspected and 175 units/month of maintenance holes. The Contractor must have the capacity to provide additional crews to keep up with the rate of inspections per month when bad weather or unforeseen conditions cause inspections to be cancelled during previous months. The average rate includes sewers successfully inspected and abandoned inspections. Work shall be performed as per clause SS.17. AFTER HOURS WORK. The Contractor must notify the City's Contract Administrator with a daily schedule by e-mail before 8:00 am on a daily basis. This email shall contain location of work areas, equipment to be used and number of crews. Any problems encountered on the field must be communicated to the City's Contract Administrator immediately.

SS.4. OFF-ROAD CCTV INSPECTION

For the purpose of this contract, any sewer not located within a standard road allowance, and where access by the Contractor’s equipment and staff is difficult, will be defined as an “Off-Road CCTV Inspection” and will be carried out by the Contractor at the price indicated in the Tender Submission Package Pricing Form. The locations will be determined by the Contract Administrator and will typically be found in ravines and watercourses. The sewers may be on City of Toronto property, Toronto Region Conservation Authority property or within easements on private property. In view of the

104 of 266

viewing

copy

only

do no

t sub

mit

Page 104: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-5-

difficult access, the Contractor must provide a minimum of 500 metres of continuous cable for this item. Typical inspections will proceed from the last standard road allowance maintenance hole to the outfall structure or trunk connection where indicated in the Tender Submission Package Pricing Form.

SS.5. CLEANING OF SEWERS AND MAINTENANCE HOLES

General

• All sewers shall be pre-cleaned by hydraulic flushing before any CCTV inspection can be performed. Successful pre-cleaning shall be defined as:

• having exposed 80% of the sewer pipe wall surface within a pipe section; or, • no less than 95% of cross sectional area free from foreign debris at any

chainage point • Cleaning shall include washing and scouring of maintenance holes and sewer walls

using a high pressure water jet hand gun. • If in the opinion of the Contract Administrator, re-inspection of the sewer is required

as a result of inadequate cleaning by the Contractor, the Contractor shall both re-clean then re-inspect the sewer, and no additional payment will be made at the unit rate in the Tender Submission Package Pricing Form.

• Where cleaning of sewers is required with non-conventional hydraulic and

mechanical equipment in order to carry out the inspections (i.e. blocked sewer due to heavy calcite and/or roots), the inspection must be abandoned. The City's Contract Administrator must be notified immediately and proper abandonment documentation completed. The Contractor will only be compensated for the portion of sewer that was hydraulically cleaned under the unit price(s) for cleaning. There will not be a separate item for setups. The requirement of carrying out reversal is still in effect (see Clause SS.8. REVERSALS & ABANDONMENT OF INSPECTION SURVEY if the pipe is only blocked at one particular spot.)

Flow Control

• If required, the Contractor shall provide minor flow control where possible to facilitate

hydraulic cleaning. The minor flow control shall be carried out in accordance with clause SS.15. MINOR FLOW CONTROL USING PLUGGING AND BLOCKING.

• When minor flow control using plugging and blocking will not suffice, so major flow

control using pumping or by-passing is required, then the inspection must be abandoned in accordance with clause SS.16. MAJOR FLOW CONTROL USING PUMPING OR BY-PASSING.

Equipment Requirements

105 of 266

viewing

copy

only

do no

t sub

mit

Page 105: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-6-

• High-Velocity Hydraulic (Hydro-Cleaning) Equipment shall be capable of removing dirt, grease, rocks, sand, roots, and other materials and obstructions from sewer lines and maintenance holes.

• Equipment shall have selection of two or more high-velocity nozzles. Nozzles shall be capable of producing scouring action from 15 to 45 degrees in all size sewer lines designated to be cleaned, with nozzle capable of producing flows from fine spray to solid stream.

• Equipment shall carry its own water tank, auxiliary engines, and high pressure water pump.

• Combination Unit Pump shall be capable of pumping at least 300 liters per minute (80 gpm) at 13.8 MPa (2,000 psi), measured at beginning of hose reel for cleaning sewer pipes; and, 3,500 psi at the pump for cleaning maintenance holes.

• Water Pump shall be able to run at 13.8 MPa (2,000 psi) while pulling full vacuum,

completely independent from vacuum system, with ability to vary vacuum without affecting water pressure.

• Vacuum unit(s) for removing sewer debris shall have:

• positive displacement pumps or fans producing a minimum 700 l/s of air

movement, • storage tank configured to allow liquid portion of the debris to be returned to

the sewer; and, • minimum 150 mm diameter suction hoses attached to a hydraulic boom

• Cleaning crews shall be equipped with a suitable communication system to link all

crew members. Waste Management

• In accordance with the requirements of Section 27 of the Environmental Protection

Act and subject to all terms and conditions related to Waste Management, the Contractor will be responsible for the complete removal and disposal off-site of all foreign materials flushed, scraped, or cut out of the sewer line. Flushing and abandoning of debris in sewer lines is not permitted.

• Prior to commencement of the Contract, the Contractor shall:

• submit a copy of their MOE license for the hauling and disposal of waste valid

for the term of the project; • notify the City's Contract Administrator of the disposal site(s); and, • submit written procedure for dewatering/decanting liquid to the sewer of origin

• All sludge, dirt, sand, rocks, grease and other solid or semi-solid material resulting

from the cleaning operations shall be removed at the downstream maintenance hole of the section being cleaned. Passing material from maintenance hole section to maintenance hole section shall not be permitted. Screens shall be placed in the

106 of 266

viewing

copy

only

do no

t sub

mit

Page 106: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-7-

sewer lines at the downstream maintenance hole to catch any material before cleaning. Contractor shall be responsible for the removal and disposal of all debris flushed from the sewer line.

• All debris must be decanted prior to disposal. • Keep a log containing the following information for each debris disposal unit:

− Contract Name and Number − Vehicle ID – License Number − Discharge Location − Date of Disposal − Time of Disposal − Net Weight of Load − Invoices

• Make log books and in process weigh scale tickets available to the City's Contract

Administrator on demand.

Documentation Requirements

• The Contractor is responsible for completing the Contract Sewer Cleaning Report in Appendix C for each sewer line segment cleaned (see attached.) Reports are to be submitted on a biweekly basis with the other deliverables (CCTV files, sewer.dat file, etc.) The report shall supply the following:

− amount and type of material removed; − equipment used; and, − issues or problems encountered.

• When cleaning and inspection of a sewer pipe or maintenance hole is abandoned,

the Contractor shall immediately notify the City's Contract Administrator in writing and do the following:

− Submit completed Contract Sewer Cleaning Report CCTV inspection up to

the point of the blockage from both maintenance holes; − demarcate with paint on the surface the location of the blockage and the

distance from each maintenance hole; and, − where maintenance holes exist but are not either visible or accessible, the

Contract Sewer Cleaning Report shall provide the date the City was notified of the problem during the pre-mobilization site inspection.

• Log books, on demand, for each disposal unit. Payment Criteria

• Payment shall be made at the per metre basis in the Tender Submission Package

Pricing Form. The unit rate for payment of sewer cleaning is a function of pipe size.

107 of 266

viewing

copy

only

do no

t sub

mit

Page 107: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-8-

• Accumulation of debris shall be considered to be low-medium when accumulation is between 0 to 50%, and heavy when accumulation is over 50%.

• When cleaning sewers considered to have low-medium or heavy accumulation of

debris, flushing and vacuuming of sewer shall be performed on a per metre basis as per the unit rates in the Tender Submission Package Pricing Form excluding disposal of debris.

• A provisional allowance has been provided in the Tender Submission Package

Pricing Form for hydraulic flushing/cleaning and CCTV inspecting sewers on an hourly rate, excluding the disposal of decanted debris, in the event it is determined to be required by the City's Contract Administrator . The cleaning or CCTV Inspection shall be performed on an hourly basis upon receiving formal written approval/direction from the City's Contract Administrator.

• The contractor shall submit a specific work plan with the preferred cleaning

method/strategy to the City's Contract Administrator in advance of performing any approved hourly cleaning work.

• All debris must be decanted prior to disposal. The disposal of the decanted debris

shall be performed on a per tonne basis as per the applicable unit rates in the Tender Submission Package Pricing Form including all travel and all other associated disposal costs.

• The Contractor must include in its unit price the cost for cleaning sewers and

maintenance holes in any type of road in the City, including TTC track allowances. The City will not pay any premium for work to be done in high traffic roads, arterial or collector roads, and track allowance. The City will not pay for traffic control measures or Pay Duty Police, if required, as per clauses SS.25. TRAFFIC REQUIREMENTS and SS.26. SEWERS ON MAJOR ARTERIAL ROADS AND TRACK ALLOWANCES respectively.

QA/QC Requirements

• The Contractor shall be responsible for providing QA/QC procedures to ensure that sewers and maintenance holes are pre-cleaned by hydraulic flushing to the specified numerical standards to ensure the targeted quality of follow up video inspection is achievable.

Risk Management • Satisfactory precautions shall be taken to protect the sewer lines from damage that

might be inflicted by the improper use of cleaning equipment. Whenever hydraulically propelled cleaning tools, which depend upon water pressure to provide their cleaning force, or any tools which retard the flow of water in the sewer line are used, precautions shall be taken to ensure that the water pressure created does not cause any damage or flooding to public or private property.

108 of 266

viewing

copy

only

do no

t sub

mit

Page 108: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-9-

• The City of Toronto will not be responsible for time lost due to equipment breakdown, or worker incompetence, unless it can be demonstrated to the City's Contract Administrator that any delays were beyond the Contractor’s control.

SS.6. USE OF HYDRANTS AND WATER

Fire hydrants shall not be used without a completed “Fire Hydrant Use” permit in conformance with the “Water Supply By-Law”. A permit and accompanying fee is required for each fire hydrant used. Only Toronto Water personnel are to operate the Fire Hydrant, install the backflow preventer, meter, and service valve. The Contractor will only be allowed to operate the service valve downstream of the meter and backflow preventer. Please note that in some areas of the city a prescribed list of allowable ‘User Hydrant Locations’ is enforced. The Contractor may only use hydrants on these lists when such lists exist. Only when direct connections from Hydrant to Flusher Truck(s) are necessary (for the cleaning of sewers) will the use of fire hydrants be permitted. All water consumed shall be metered. The water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Water hoses directly connected to hydrants should not be laid across a road and exposed to vehicular traffic without the protection of a ramp.

The Contractor shall maintain a log of all hydrants used and submit a copy of the log to the City's Contract Administrator on a daily basis.

SS.7. SEQUENCE OF WORK FOR INSPECTION

CCTV inspection of sewers shall be carried out as follows:

• Before any inspections can be carried out, the sewer must be hydraulically cleaned and all debris removed as per clause SS.5. CLEANING OF SEWERS AND MAINTENANCE HOLES.

• The sewer shall be dewatered to ensure that the flow in the pipe will be controlled to

a maximum depth of 10% of the pipe diameter to permit viewing of the pipe walls during the CCTV inspection.

• The sewer shall be inspected using CCTV equipment as per clauses SS.10.

CLOSED CIRCUIT VIDEO INSPECTION EQUIPMENT, SS.11. DATA COLLECTION EQUIPMENT AND SOFTWARE and SS.12. INSPECTION OF SEWERS.

Portable hard drives containing digital video files, image files and all associated data files shall be submitted to the City's Contract Administrator on a monthly basis.

109 of 266

viewing

copy

only

do no

t sub

mit

Page 109: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-10-

SS.8. REVERSALS & ABANDONMENT OF INSPECTION SURVEY

When the CCTV camera during the course of a sewer inspection survey is obstructed in its progression from maintenance hole to maintenance hole, then a reversal must be performed, where the survey is paused and resumed from the opposite maintenance hole. There will not be a separate item for Reversal Setups. The cost for this work shall be included in the CCTV Inspection unit price. Non-clearable sewer obstructions such as collapsed pipe, tree roots, heavy calcite or other utility obstructions that were flagged during cleaning shall have been documented on the completed Contract Sewer Cleaning Report, Appendix C attached. CCTV of the sewer from both sides of the obstruction carried out as part of the abandonment of cleaning process will be paid for on a per metre basis for the affected pipe length. Abandonment of the inspection of a sewer length that has been hydraulically cleaned may be considered in any of the following circumstances:

• inability to maintain image quality due to condition of sewer;

• risk to the Contractor’s equipment;

• inability to gain access to the maintenance holes; and,

• risk to Contractor’s operations due to unsafe conditions.

All obstructions preventing CCTV inspection of previously cleaned lines which are impeding the flow must be reported immediately in writing to the City's Contract Administrator. The Contractor shall include the circumstances of the abandonment in both the final inspection report and the immediate written notification.

SS.9. RECOVERY OF EQUIPMENT

In the event that any equipment used during cleaning or inspection activities is lost in the sewer system, the Contractor shall be responsible for all costs relating to search of, recovering of and damage to it. The City will not compensate the Contractor for any loss or damage to any equipment used for cleaning or inspection of sewers. In the event that the Contractor is unable to recover the equipment, the City may undertake the task for recovering it. The Contractor shall be liable for all costs incurred by the City of Toronto in the recovery of such equipment and for any damages to third parties caused by the lost equipment.

SS.10. CLOSED CIRCUIT VIDEO INSPECTION EQUIPMENT

110 of 266

viewing

copy

only

do no

t sub

mit

Page 110: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-11-

• The cameras, transmission cables, and digital video recording equipment utilized under this contract shall produce colour video inspection records that comply with the following specifications:

− HQ-VCD MPEG-1 requirements − Picture Size: NTSC 352 x 240 @ 29.97 frames per second − Data/Bit Rate: MPEG-1 @ 2.4 M-bits/sec. − Use capture equipment capable of capture with no frame loss to obtain video

from first generation recordings

• The colour CCD cameras used in the inspections shall be a pan and tilt view type capable of radial rotation of 360o, lateral rotation of 275o, and of producing a continuous picture resolution of not less than 400 lines at the periphery of the picture. The resolution must be confirmed for a minimum of a RS Resolution Chart (Retina Type.)

• The cameras shall be equipped with a self-contained, adjustable, directed light source compatible with the lens angle and dispersed to create even distribution of the light around the sewer perimeter without the loss of contrast, flare out of picture, shadowing, and/or creation of “hotspots.”

• The adjustment of focus and iris must allow optimum picture quality to be achieved and must be remotely operated.

• The camera must be self-propelled or skid mounted and must be transported in a

stable condition through the sewer under inspection. The mounting of the camera shall be adjustable such that the central axis of the camera lies at a point equidistant between the invert and overt of the pipe during inspection of the sewer. In the case of non-circular shaped sewers, the camera lens must be positioned vertically above the invert at a height two thirds of the vertical dimension of the sewer. In all instances, when transporting the camera through the sewer the camera lens must be positioned on, and looking along the central axis of the sewer.

• The equipment and cables utilized shall be capable of inspecting a minimum sewer length of 150 metres, without reversal.

• Camera must be able to operate in a minimum 150 mm diameter pipeline. • The Contractor will equip the inspection units and crew supervisor with a cellular

telephone utilizing a local Toronto telephone number and will provide the City's Contract Administrator with the cellular telephone numbers.

• Each inspection unit shall be equipped with all fans and/or blowers necessary to

remove any fog that may be present in the sewers during inspection.

SS.11. DATA COLLECTION EQUIPMENT AND SOFTWARE

• The digital recordings of the colour video inspections must be captured in real time from the live video source in parallel with any other recording devices. A DVD drive linked to a the software must allow for on-site recording onto a DVD Rom and a

111 of 266

viewing

copy

only

do no

t sub

mit

Page 111: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-12-

portable hard drive (160 GB minimum size) of all video and database material required by the City's Contract Administrator, at a bit rate of 1,500 Kbps. Based on these specifications, it would take one minute to process 6 MB of data. This works out to approximately 783 minutes per DVD-ROM.

• The acceptance of the quality of the digital video and Sewer.dat files submitted by the

Contractor will be evaluated by the City's Contract Administrator as per clause SS.10. CLOSED CIRCUIT VIDEO INSPECTION EQUIPMENT.

• The camera, monitor and other components of the video system must produce a

colour image and a clear, precise recording that makes it possible to accurately distinguish between the various elements encountered in the pipe or maintenance hole.

• The digital video file recording must be indexed to the textual data (WRc detail data)

records. The field survey must record the time index on the video, which shows the image(s) corresponding to the textual data records. The indexing must include the start time of the entire survey and the exact time stamp for each pipe feature/defect recorded in the data. This indexing will permit the user to view a particular sewer pipe or a particular feature/defect in a pipe, after inserting the appropriate DVD-ROM, and then advancing to the stored time index in the MPEG file, and then display the image(s).

• The video must be encoded in the field inspection vehicle using standard first

generation HQ-VCD MPEG-1 format requirements.

• For sewer inspection videos the File Naming Convention using GIS_ID numbers must be:

MPEG file: SewerID_StartMaintenance holeID.MPG

• The Contractor must submit a spreadsheet file with the sewer asset ID and the

MPEG file name for each survey done in the contract. SS.12. INSPECTION OF SEWERS

• For any work in and around maintenance holes, the Contractor shall supply a qualified person in Confined Space Entry as per clause SS.21. CONFINED SPACES.

• The Contractor shall ensure that all staff has been trained in the WRc format and that

clear and accurate interpretations are provided. • No video inspections will be accepted if the camera lighting system, iris, and focus

adjustments do not provide satisfactory illumination up and into each service connection or void.

• The camera lens shall be kept clean and free of debris at all times. No inspection of a sewer shall proceed while the camera lens are dirty or obstructed by debris (i.e. it impairs the operators’ ability to accurately encode features.)

112 of 266

viewing

copy

only

do no

t sub

mit

Page 112: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-13-

• The sewer section shall be kept clear of fog during the inspection. No inspection of a sewer shall proceed while fog is present in the pipe.

• Prior to commencement of a sewer inspection, the Contractor shall:

− Measure the distance between the inside walls of the upstream and downstream maintenance holes using a measuring wheel;

− ensure that 80 % of the sewer pipe wall surface has been cleaned; − provide minor flow control for the sewer section to ensure that the full

diameter of the pipe is visible, where possible. As a minimum acceptable target, flow in the pipes must be controlled to a maximum depth of 10% of the pipe diameter to permit inspection of the pipe walls. The minor flow control shall be carried out in accordance with clause SS.15. MINOR FLOW CONTROL USING PLUGGING AND BLOCKING.

• When the depth of flow in sanitary and combined sewers exceeds a third of the pipe

diameter and minor flow control cannot reduce water depth in the sewer, the CCTV inspection shall be scheduled for off-peak flow times from 11:00 pm to 6:00 am as per clause SS.17. AFTER HOURS WORK.

• Major flow control using pumping or by-passing will not be accepted as per clause

SS.16. MAJOR FLOW CONTROL USING PUMPING OR BY-PASSING.

• The inspection video must have a continuous chainage indicated on the screen.

• The chainage shall commence at the inside wall of the starting maintenance hole and shall be accurate to within 1 % of the length of the sewer as compared to the steel tape measurement. If the chainage is not accurate to within this limit, the inspection will be rejected. The chainage indicator shall be adjusted to indicate the chainage of a point on the wall of a sewer as it passes the periphery of the picture.

• The inspection shall be a continuous unedited examination of the entire length of the sewer section. The inside wall of the maintenance hole at each end of the sewer section shall be clearly visible on the inspection videotape. The picture shall be in focus from the point of observation to a minimum of two pipe diameters ahead.

• The Contractor shall be expected to camera inspect the entire length of the sewer section. Multiple attempts to camera inspect a section shall be done at the Contractor’s expense.

• The CCTV inspection of the sewer shall be done in the same direction as the sewer

flow unless circumstances prevent this. If this occurs then the sewer section shall be inspected against the flow and this action shall be noted in the report and at the beginning of the video.

• The maximum speed of the camera during the inspection shall ensure that a clear image of the inside periphery of the pipe is provided. The maximum camera speed shall be the lesser of NASSCO specifications or 10 m/min.

113 of 266

viewing

copy

only

do no

t sub

mit

Page 113: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-14-

• Wherever a structural defect, identified as fractured, broken, missing or collapsed pipe, etc. is found, the camera shall be stopped and rotated (panned & tilted) to ensure the defect is properly inspected and recorded at an angle of 90o.

• At each drain connection, the camera shall be stopped, pan and tilted to identify whether it is live or capped and to record condition and position. The connection shall be viewed as far as possible up the pipe lateral. All voids shall be similarly inspected.

• Defects in each pipeline length shall be coded according to the Manual of Sewer

Condition Classification, 3rd Edition. Any variation from the manual shall be noted in the survey report.

• When inspection of a sewer pipe is abandoned, the Contractor shall immediately

notify the City's Contract Administrator in writing providing the following: − CCTV inspection up to the point of the abandonment from both maintenance

holes; and, − demarcate with paint on the surface the location of the abandonment and the

distance from each maintenance hole.

• Payment shall be made at the per metre basis in the Tender Submission Package Pricing Form. The unit rate for payment of CCTV inspection is a function of pipe size.

• The Contractor must include in its unit price the cost for inspecting sewers in any type

of road in the City, including TTC track allowances. The City will not pay any premium for work to be done in high traffic roads, arterial or collector roads, and track allowance. The City will not pay for traffic control measures or Pay Duty Police, if required, as per clauses SS.25. TRAFFIC REQUIREMENTS and SS.26. SEWERS ON MAJOR ARTERIAL ROADS AND TRACK ALLOWANCES respectively.

SS.13. INSPECTION OF MAINTENANCE HOLES

• For all work in and around the maintenance holes, the Contractor shall supply a

person qualified in Confined Space Entry as per clause SS.24. CONFINED SPACES.

• All fog shall be evacuated from the maintenance hole. No inspection of a maintenance hole shall proceed while fog is present.

• The inspection will start at the top of the maintenance hole to clearly show the

asphalt surrounding the frame of the maintenance hole to identify inflow problems. As the video camera is lowered into the maintenance hole, the wide-angle function of the camera will be mobilized to capture sidewall and joint deficiencies. The camera must face the structure and be able to rotate 360º to allow for a clear inspection of the complete maintenance hole. Once in the chamber of the maintenance hole, the video camera will rotate to show the entire chamber and will tilt to clearly see the upper slab. Inspection of the maintenance hole will not require man entry into the maintenance hole. Where extra deep maintenance holes require entry by personnel, the Contractor shall notify the City's Contract Administrator and the entry will be

114 of 266

viewing

copy

only

do no

t sub

mit

Page 114: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-15-

carried out by the Contractor at the price indicated in the Tender Submission Package Pricing Form.

• The camera shall be stopped and rotated (panned & tilted) to permit detailed

inspection of the hydraulic or structural defects observed in any of the following maintenance hole components:

− frame and cover − top slab − risers − benching − ladders/steps − quality/quantity control accessories

• Photos of observed defects found in the MH shall be culled from the video for

reporting purposes. All photographs of maintenance hole defects must show the Asset ID No. in the photo and each image file shall incorporate the maintenance hole Asset ID No. and sequence of photo in the file name (e.g. MH45582696564_1of5.jpeg). Photographs must be captured in JPEG format and be of a minimum resolution of 5 mega pixels. Adequate lighting must be provided to show the bottom of the maintenance hole in the image and clearly show the deficiencies found in each maintenance hole.

• Payment shall be made at the per unit basis in the Tender Submission Package

Pricing Form. • The Contractor must include in its unit price the cost for inspecting maintenance

holes in any type of road in the City, including TTC track allowances. The City will not pay any premium for work to be done in high traffic roads, arterial or collector roads, and track allowance. The City will not pay for traffic control measures or Pay Duty Police, if required, as per clauses SS.25. TRAFFIC REQUIREMENTS and SS.26. SEWERS ON MAJOR ARTERIAL ROADS AND TRACK ALLOWANCES respectively.

SS.14. QUALITY CONTROL

The Contractor shall implement a formal coding accuracy and maintenance hole numbering accuracy verification system at the onset of the work to ensure that accuracy requirements are met. Use the following procedure as a base and adjust review frequency as required. • Calculate accuracy as a function of the number of defects or construction features

not recorded (omissions), and the correctness of the coding and classification recorded.

• Verify coding accuracy and maintenance hole numbering accuracy on a random

basis, on a minimum of 10% of the inspection reports or one per DVD ROM,

115 of 266

viewing

copy

only

do no

t sub

mit

Page 115: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-16-

whichever is greater. Submit the coding accuracy and maintenance hole numbering accuracy checks along with the corresponding DVD ROM.

• Perform a minimum of two accuracy verifications for each operator for each week

working. • Re-code inspections not satisfying the accuracy requirements and check the

accuracy of the inspection immediately preceding and following the non-compliant inspection verified by the Contractor. Repeat this process until the proceeding and subsequent inspections meet the accuracy requirements.

• The City's Contract Administrator will review inspection reports and DVD-ROM to

ensure compliance with the specifications; only inspections with minimum accuracy for header information of 95%, and minimum detail accuracy for defects and features of 85% will be accepted.

• The Contract Administrator will review submittals and confirm acceptance within ten

(10) working days of submission. • The City's Contract Administrator will adjust the frequency of review based on the

accuracy of the work being submitted. • The Contractor Administrator will return non compliant submissions to the Contractor

for correction at the Contractor's expense. • The Contractor shall resubmit corrected submissions within five working days. • Operators failing to meet the accuracy requirements on two occasions will not be

permitted to code on the remainder of the project.

SS.15. MINOR FLOW CONTROL USING PLUGGING AND BLOCKING

When interruption of sewer flow is necessary to effectively conduct cleaning or inspection operations, the Contractor shall, subject to the approval of the City's Contract Administrator, control flow using plugging and blocking methods.

A sewer line plug shall be inserted into the line at a maintenance hole upstream from the section to be inspected. The plug shall be designed so that all or any portion of the sewage flow can be released immediately in case of an emergency. The plug must substantially shut off flow in order to enable proper cleaning and/or inspection of the pipe invert. Small submersible pumps with a maximum of 5 HP, 150 mm outlet, and 1,200 gpm may be used in conjunction with plugging and blocking.

Sewage levels upstream of the plugged section shall be monitored at all times. Blocked flow shall not be permitted to exceed the lower of existing building foundations or basement ground levels. After the work is completed, flows shall be restored to normal.

All costs associated with the control of flows using plugging and blocking methods shall be included in the unit prices for the inspection and/or cleaning of sewers.

116 of 266

viewing

copy

only

do no

t sub

mit

Page 116: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-17-

SS.16. MAJOR FLOW CONTROL USING PUMPING OR BY-PASSING

When minor flow control using plugging and blocking is not enough to by-pass flow and major flow control using pumping or by-passing is necessary, then the inspection must be abandoned. The City's Contract Administrator must be notified immediately and proper abandonment documentation must be completed. The Contractor will only be compensated for the portion of sewer that was inspected under the unit price(s) for cleaning and/or inspection.

SS.17. AFTER HOURS WORK

The hours of work to be adhered to by the Contractor shall be limited to 7:00 am to 7:00 pm, Monday to Friday. No work will be permitted on legal holidays, Easter Monday and Remembrance Day, when Remembrance Day falls on a week day (Monday to Friday.) However, the City's Contract Administrator reserves the right to require all or parts of any work to be undertaken in weekends or holidays or at any time that traffic or construction conditions warrant to avoid disrupting the normal operation of schools, businesses or industries. Hours of operation on arterial roads will be as directed by Traffic Operations section. Also, work outside normal working hours may be required, for work after 7:00 pm, Monday to Friday, including weekends and holidays. The City will not pay any premium for additional labour cost for work done outside normal working hours, 7:00 am to 7:00 pm as described before. The Contractor must consider this factor in its unit rates for hydraulic flushing and CCTV inspection. No premium will be paid to cover for labour costs for work done on weekends, holidays, and in between 7:00 am to 7:00 pm. Should the contractor work past daylight hours, all provisions must be made to ensure a safe working environment, including portable lights and generators, as necessary.

SS.18. REPORTING DAMAGE

Report to the City's Contract Administrator any damages to private property such as basement flooding, disturbance of landscaped areas caused by cleaning and/or inspection of sewers, etc. The Contractor must submit a report for each incidence of property damage including:

− description of acceptable repairs made to the satisfaction of the homeowner and Toronto Water;

− digital photographs showing damage before any repair; and, − digital photographs showing the affected area after repairs were implemented.

SS.19. EMERGENCY REPAIR REQUIREMENTS

117 of 266

viewing

copy

only

do no

t sub

mit

Page 117: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-18-

If the video inspection identifies a sewer pipe or maintenance hole that requires immediate rehabilitation or replacement action, notify the City's Contract Administrator immediately by person to person phone call. Voicemail alone will be not acceptable. Follow up phone call with written notice within 24 hours.

SS.20. COORDINATION WITH OTHER PROJECTS

The Contractor shall co-ordinate both cleaning and inspection activities with other planned capital programs to avoid operational, traffic and contractual delays.

SS.21. INSPECTION REPORTS AND DVD ROMS

A sewer information screen in the format indicated in Appendix A1 shall be displayed for a minimum of 30 seconds at the start of all inspections. Inspection of the sewer shall not proceed while the information screen is being displayed. Upon commencement of, and throughout the inspection, the following information shall be continuously displayed on-screen and captured on the video recording:

− start and finish maintenance hole asset ID numbers as in GIS database; − street name; − continuous chainage; and, − feature/defect coding as per the Third Edition of the WRc (Water Research

Centre) Manual of Sewer Condition Classifications, August 1993, see Appendix B attached.

Sewer inspection reports shall be in the format identified in Appendix B, as adopted from the Manual of Sewer Classification NWC/DOE Standing Technical Committee Report No. 24 NWC, May 1980, Third Edition, August, 1993. The report shall identify the chainage and defect code for all defects and construction features as established from the classification definitions, including the following defect codes for lateral connections:

− CXX - connection collapsed; − CXB – connection broken, displaced, or deformed; − CXE – connection with encrustation or debris; and, − CXS – connection invert below sewer spring line.

Alternative classification systems will not be accepted. For maintenance hole inspections, a maintenance hole information screen in the format indicated in Appendix A2 shall be displayed for a minimum of 30 seconds at the start of all inspections. Inspection of the maintenance hole shall not proceed while the information screen is being displayed. Upon commencement of, and throughout the inspection, the following information shall be continuously displayed on-screen and captured on the video recording:

− maintenance hole GIS ID number − road name − feature/defect coding as per the following:

118 of 266

viewing

copy

only

do no

t sub

mit

Page 118: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-19-

o Fourth Edition of the WRc (Water Research Centre) Manual of Sewer Condition Classifications, August 2004.

o Additionally for frames and covers: � COC - cover cracked � COSS – cover surface spalling/corrosion � FRC – Frame cracked � FRDL – frame displaced, large (>50 mm) � FRDM – frame displaced, medium (< 50mm)

o Additionally for ladders and steps: � SAS – steps appear safe � SAU - steps appear unsafe � SM – steps missing � HS – horseshoe steps � AS – aluminum steps � SS – steel steps

The maintenance hole inspection reports shall be in the format identified in the WRc Manual referenced above for feature/defect coding. The report shall identify the defect code for all defects and construction features. CCTV inspection and defect coding shall be carried out by personnel who are trained and certified in the use of NASSCO's Pipeline Assessment and Certification Program (PACP). The following information shall be submitted to the City's Contract Administrator two (2) weeks prior to the start of the CCTV inspection operations:

− A copy of the CCTV operator's NASSCO Certification Certificate. A copy of said certificate is required for each CCTV operator working on the Contract. Operators shall have been certified or re-certified within the five years prior to the start of the Contract.

− A sample inspection report, resolution tests of videotape and digital MPEG

video recordings, and digital data file. One submission is required for each camera proposed for use on the work. The camera make, model, and serial number shall be clearly identified on each video recording.

− The details of the coding accuracy verification system that is to be used to

verify inspection accuracy. The Contractor shall submit a portable hard drive to the City's Contract Administrator on a monthly basis containing digital video files, sewer.dat files, and inspection reports, all from a data validated software source. The reports shall be in a format that will enable direct down loading of the data into the City’s Data Management System.

SS.22. FIELD INSPECTION NOTES

Field inspection notes of daily progress on cleaning and CCTV inspection of sewers are to be maintained and copies provided to the City of Toronto as part of the monthly progress reports for each field crew. They shall identify quantity of work completed with a physical description of the location (sewer GIS ID based), type of work completed, and document any obstructions encountered that impede progress.

119 of 266

viewing

copy

only

do no

t sub

mit

Page 119: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-20-

SS.23. SIGNAGE

All equipment shall be clearly identified on both sides with City of Toronto hired equipment signs, to be provided by the City, to permit ready positive identification. These signs are not to be displayed under any circumstances when the equipment is not executing this Contract on the City of Toronto’s behalf.

SS.24. CONFINED SPACES

Work under this contract might require confined space entry in maintenance holes and sewer pipelines. This confined space entry work will require conformance with all applicable health and safety regulations including the amended Province of Ontario regulations that came to effect on September 30, 2006. The Contractor is required to be trained and certified in the applicable health and safety requirements. The Contractor is required to provide all required health and safety equipment including breathing air supply, both portable and piped supply, for inspection situations where this will be required. The Contractor shall ensure that a written confined space program is developed, implemented and maintained according to the Occupational Health and Safety Act and Regulations for Construction Projects. A competent worker shall test and evaluate a confined space before a worker enters it to determine whether it is free from hazard to a worker while the worker is present in it and as often as necessary to ensure that it remains free from hazard. The Contractor shall keep a permanent record of the daily results of all tests performed on a confined space.

SS.25. TRAFFIC REQUIREMENTS

• Signs, the placement of signs, flashers and channelizing methods for the guidance and protection of pedestrian and vehicular traffic must conform to the Ontario Traffic Manual Book 7, Ministry of Transportation

• Materials and equipment must be confined to one side of the street only and stored so as not to interfere with visibility and/or corner movements

• Sidewalks must not be totally obstructed at any time

• Satisfactory facilities for pedestrians crossing at corners must be provided

• Flag person to guide pedestrian and vehicular traffic when required must be provided

120 of 266

viewing

copy

only

do no

t sub

mit

Page 120: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-21-

• Work that may cause interruption to traffic on rush-hour routes as determined by the City's Contract Administrator must not be carried out during rush-hour periods: 7:30 am to 9:30 am and 3:30 pm to 6:30 pm

• Maintain access to all streets at all times

• The City's Contract Administrator will provide the Contractor with a Temporary Street Occupation permit. The Contractor is responsible for displaying a copy of this permit on the windshield of each vehicle and is subject to the conditions listed

• The Contractor will submit the RoDars Restriction Notice to Traffic Dispatch at least

48 hours prior to commencing work on any roadway with a designated TTC bus route • Pay Duty Police are mandatory for traffic control on all roadways with posted speeds

of 60 km/h or greater

• Payment for Pay Duty Police shall be based on copies of invoices received from Toronto Police Services

SS.26. SEWERS ON MAJOR ARTERIAL ROADS AND TRACK ALLOWANCES

• The cleaning and inspection of sewers and maintenance holes located beneath major arterial roads or TTC streetcar track allowances may be required to be carried out at night or on weekends or require major traffic controls.

• The Contractor must include in the unit rates for payment of hydraulic flushing, and CCTV inspection of sewers and maintenance holes any cost required for major traffic control or for night and weekend execution of work beneath major arterial roads.

• The Contractor must include in the unit rates for payment of hydraulic flushing, and

CCTV inspection of sewers and maintenance holes any cost for major traffic control or for night and weekend execution of work beneath TTC street car track allowances. The Contractor must estimate and include in the unit rates time and resources needed to coordinate activities like meetings with TTC prior to mobilization on street specific ROWs and procurement of TTC Street occupancy permits. The Contractor shall be responsible for setting-up, organizing, and arranging the pre-mobilization coordination meetings on street specific ROWs. The City will not compensate the Contractor for stand-by delays caused by TTC activities or decisions not communicated to the Contractor before.

• The table below is a generic breakdown of TTC hours of streetcar operation on

certain routes in the Toronto area. The Contractor shall perform flushing/cleaning or CCTV in areas affected by TTC streetcar tracks during night time hours. The Contractor must provide (3) three weeks advanced notice to the City and submit a written flushing/cleaning/CCTV plan for review for each major street affected by TTC streetcar tracks. The contractor must be available to attend coordination meetings with the City and TTC as required and at no additional cost to this contract for work associated with TTC streetcar tracks. For pipes affected by 24/7 TTC Streetcar

121 of 266

viewing

copy

only

do no

t sub

mit

Page 121: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-22-

service, the City will work with TTC to arrange for temporary bus service to allow the Contractor access for flushing/cleaning and CCTV.

Street Name Streetcar Operation Information Queen St. East & West from Victoria Park Ave. to Roncesvalles Ave.

24/7 operation – 3:30 a.m. to 5:00 a.m., streetcars operate every 30 minutes (outside those times, it is frequent service; 10 minute intervals or less)

King St. East & West from Queen St. to Roncesvalles Ave

Operates daily from 5:00 a.m. to 3:00 a.m.

Dundas St. East. & West from Broadview Ave. to College St

Operates daily from 5:30 a.m. to 1:30 a.m.

Dundas St. West from College St. to Edna Ave.

24/7 operation - 3:00 a.m. to 5:30 a.m., streetcars operate every 30 minutes

College St., Carlton St., and Gerrard St. E. to Main Street Subway Station

24/7 operation from 3:00 a.m. to 5:30 a.m., streetcars operate every 30 minutes

Broadview Ave.; Queen St. E. to Broadview Subway Station

Frequent service (10 minutes or less all day from 5:00 a.m. to 3:00 a.m.)

Queens Quay No streetcar service until may 2013 Bathurst St. Frequent streetcar service from 4:15 a.m. to 2:45 a.m. daily from

St. Clair Ave. to King St.; south of King St., no service from 1:45 a.m. to 5:15 a.m. daily

The Queensway and Lake Shore Blvd West

24/7 operation – 3:30 a.m. to 5:00 a.m., streetcars operate every 30 minutes (outside those times, it is frequent service; 10 minute intervals or less)

Kingston Rd; from Queen St. East to Victoria Park Ave.

No streetcars on weekends or from 8:00 p.m. to 5:00 a.m. Monday to Friday

Roncesvalles Ave. Frequent service daily from 4:50 a.m. to 3:00 a.m. St. Clair Ave. No service on the route between the hours of 2:30 a.m. and 4:30

a.m. – outside those hours, frequent service Spadina Ave. No service from 3:00 a.m. to 4:45 a.m. daily (frequent service

outside those hours) Howard Park Ave. No service from 2:00 a.m. to 5:00 a.m. daily (frequent service

outside those hours) Parliament St., Church St., Victoria St., Shaw St., Ossington Ave. and other side streets with streetcar tracks (Wellington St., Richmond St., etc),

No evening service scheduled. Work could be scheduled to occur after 9:00 p.m. prior to 5:00 a.m., or on weekends.

122 of 266

viewing

copy

only

do no

t sub

mit

Page 122: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-23-

APPENDIX A1

Sewer Inspection Title Screen

CITY OF TORONTO

1 CONTRACT No: 08DCS321 DATE: May 29, 2009 2 SEWER ASSET ID: 1425917 TIME: 09:04:00 3 STREET: COLGATE AVE. 4 START MH ASSET ID: 3560817629 TYPE: STORM 5 LOCATION: COLGATE AVE. 6 OPPOSITE: VERRAL AVE. SIZE: 300 mm 7 FINISH MH ASSET ID: 3558817565 XSIZE: 1,000 mm 8 LOCATION: COLGATE AVE. 9 OPPOSITE: CARLAW AVE. MATERIAL: VC 10 CAMERA DIR: AGAINST FLOW 11 SURFACE DIS: 67.4 m PIPE LENGTH: 67,2 m 12 WEATHER: SUNNY WITH SLIGHT OVERCAST 13 VENDOR: ABC COMPANY INC.

123 of 266

viewing

copy

only

do no

t sub

mit

Page 123: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-24-

APPENDIX A2

Maintenance hole Inspection Title Screen

CITY OF TORONTO

1 MH ASSET ID: DATE: June 20, 2006 2 AREA: TIME: 01:01:20 3 STREET: 4 TYPE: STORM 5 LOCATION: 6 CROSS STREET: MH DIA: 2,000 mm 7 SURFACE DIS: 105.1 m PIPE LENGTH: 100.0 m 8 WEATHER: SUNNY WITH SLIGHT OVERCAST 9 VENDOR: ABC COMPANY INC.

124 of 266

viewing

copy

only

do no

t sub

mit

Page 124: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 4A – Special Specifications Tender Call No. 244-2012 Contract No. MCP12-14WP

-25-

APPENDIX B

WRC Sewer Defect Classification Tables and Definitions

125 of 266

viewing

copy

only

do no

t sub

mit

Page 125: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

SPECIAL SPECIFICATIONS

-26-

Definitions Clock References Clock references must be given clockwise, i.e., from 10 o'clock to 2 o'clock = 1002. Thus, the upper half of a pipe is 0903 and the lower half 0309. Structural Condition - Pipe Sewers Cracked Crack lines visible on the pipe wall, pieces all still in place. Fractured Cracks visibly open on the pipe wall, pieces all still in place. Broken Pipe cracked with pieces of pipe visible displaced, some pieces could be missing. Cracked, fractured and broken can be further described as: Longitudinal Defect runs approximately along axis of sewer. Circumferential Defect runs approximately at right angles to axis of sewer. Multiple Combination of both longitudinal and circumferential defects. Deformed Original cross-section of sewer altered, pipe probably extensively broken. Collapsed Complete loss of structural integrity. Most of cross-sectional area lost. Joint Displaced The spigot of a pipe is not concentric with the socket of the adjacent pipe. Open Joint Adjacent pipes are longitudinally displaced at the joint. Dropped Invert Invert section of pipe 'dropped' relative to sewer walls, with a pronounced gap between

invert and wall. Structural Condition - Brick Sewers Mortar Missing Mortar between brickwork missing to a degree varying from surface loss to medium or

total loss. Bricks still in place. Cracked Crack lines visible in brickwork and/or mortar. Bricks still in place. Fractured Cracks visibly open in brickwork and/or mortar. Bricks have moved apart from one

another. It is often difficult to distinguish between mortar missing, cracked and fractured. Where possible, take a photograph of medium or total mortar loss, or where brickwork cracks or fractures are suspected. Cracked and fractured can be further described as longitudinal, circumferential or multiple, as defined under pipe sewers. Displaced Bricks Single bricks, or areas of bricks, have moved from their original position. Missing Bricks Single bricks, or areas of bricks, are missing. (More than one ring may be affected). Surface Damage - spalling Surface splintered off. - wear Surface worn, e.g., by cleaning tools. Deformed Sewer - vertical Reduction in vertical dimension of sewer. - horizontal Reduction in horizontal dimension of sewer. Collapsed Complete loss of structural integrity. Most of cross-sectional area lost. Dropped Invert Invert section of brickwork 'dropped' relative to sewer walls, with a pronounced gap

between invert and wall.

126 of 266

viewing

copy

only

do no

t sub

mit

Page 126: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

SPECIAL SPECIFICATIONS

-27-

Definitions

Service Condition - Pipe and Brick Sewers Roots The ingress of roots through defects in the sewer, connections or maintenance holes.

Described as fine, mass or tap roots depending on severity. (See photographs) 'Tap' means that individual roots are over 10 mm thick.

Infiltration The ingress of groundwater into the sewer through defects, joints or MH's. The four

terms used in describing this are: - Seeper The slow ingress of water. The usual indication of this type of infiltration is that the joint

or crack 'glistens' in the lights of the CCTV camera. - Dripper Water dripping in through a crack or faulty joint. - Runner Water running in through a crack or faulty joint. - Gusher Water entering pipe under pressure through crack or joint. Encrustation Deposits left by the partial evaporation of infiltrating groundwater containing dissolved

salts. Classified into light, medium or heavy by percentage diameter lost. Scale Hard deposits which can not be identified as encrustation, e.g., deposits resulting from

corrosion of iron pipes, or hardened grout downstream of a ready-mixed concrete plant.

Debris Grease, organic or silty materials deposited in a sewer, which cause flow turbulence and a reduction in hydraulic efficiency. Examples of this are road grit, fatty deposits and soil washed in by infiltrating groundwater.

Obstruction Solid material in a sewer which impedes the inspection and/or causes a reduction in hydraulic efficiency., e.g., bricks rods or displaced sealing rings.

Water Level The level of water at the observed point in the sewer. Line A visible divergence in the sewer alignment, left, front, up, down. Construction Features - Pipe and Brick Sewers Junction A purpose made or preformed junction built in to the sewer during construction. Connection A lateral pipe which has been added to the sewer. Includes all 'saddle' connections. Major Branch (Applies only to sewers of diameter 900 mm and above.) Branch or similar feature of

comparable size to the main sewer, e.g., drop shaft, air vent, overflow. Maintenance Hole Any access point. May be direct or side entrance shaft, or lamphole. May be 'buried',

i.e., covered over at some time since construction. Defective Junction The junction or the adjacent sewer have become damaged during or after

construction, or the connection is incorrectly positioned or of poor workmanship. Intruding Connection The connection intrudes into the water. Continuous Defect - Pipe Sewers A defect which extends or is repeated over two or more consecutive pipe lengths. - Brick Sewers A defect which extends beyond the first metre visible in the TV monitor or photograph

127 of 266

viewing

copy

only

do no

t sub

mit

Page 127: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

SPECIAL SPECIFICATIONS

-28-

WRC Sewer Defect Classification Table

CLASS CODE TYPE CODE DESCRIPTION CODE J % CLOCK 1 2

SEE NOTE

Pipe

P

Cracked Fractured Broken Deformed Collapsed Joint Displaced Open Joint Dropped Invert

C F

B D X

JD OJ

DI

Longitudinal Circumferential Multiple Slight under 't' Medium 1-1 ½ x't' Large over 1 ½ 't' 't' = pipe wall thickness

L C M

S M L

* * * *

* *

* * * *

) ) 1 )

Brick

K

Mortar Missing Cracked Fractured Displaced Bricks Missing Bricks Surface Damage Deformed Sewer Collapsed Sewer Dropped Invert

M

C F

DB MB S

D

X DI

Surface (1-15mm) Medium(15-50mm) Total (over 50mm) Longitudinal Circumferential Multiple Spalling Wear Vertical Horizontal

S M T

L C M

S W

V H

*

* * * * * * * or t * * or * * or * * or *

2 3 4

KEY TO ADDITIONAL DETAILS NOTES

An asterisk (*) is any column means further details should be given, if available, as follows: J if defect is at joint, add J to code % give percentage of diameter lost - to nearest 5% Clock 1 give one clock reference, e.g., 3 o'clock Clock 2 give two clock references, e.g., from 10 to 4 Additional illustrations occur incidentally throughout In these cases give one clock reference, or two, depending on

1. S, M, and L measure degree of displacement 2. Give % height loss 3. Give % width loss 4. Give wall, floor gap in mm 5. Depth of water, as % of height 6. Give junction diameter in mm 7. Give connection diameter in mm 8. Give length of intrusion in mm

128 of 266

viewing

copy

only

do no

t sub

mit

Page 128: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

SPECIAL SPECIFICATIONS

-29-

CLASS CODE TYPE CODE DESCRIPTION CODE J % CLOCK 1 2

SEE NOTE

circumstances.

9. Give pipe diameter in mm

129 of 266

viewing

copy

only

do no

t sub

mit

Page 129: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

SPECIAL SPECIFICATIONS

-30-

WRC Sewer Defect Classification Table

130 of 266

viewing

copy

only

do no

t sub

mit

Page 130: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

SPECIAL SPECIFICATIONS

-31-

CLASS CODE TYPE CODE DESCRIPTION CODE J % CLOCK 1 2

SEE NOTE

Service Condition

S

Roots Infiltration Encrustation Encrustation Scale Debris Obstruction Water Level Line

R I

E ES

DE

OB WL L

Fine Mass Tap Seeper Dripper Runner Gusher Heavy (over 20%) Medium (5-20%) Light (under 5%) Silt Grease Give more details Deviates, L, R, U, D

F M T

S D R G

H M L

S G

L,R,U,D

* * * * * * * * * *

* * * * * *

* * * * * * *

5

Construction Features

F

Junction Defective Junction Connection Defective Connection Major Branch Maintenance Hole

JN JX CN CX

BR MH

Intruding Intruding Collapsed Broken or Displaced Encrustation or Debris Pipe Below Springline give MH no.

I I X B E S

* * * * *

6

7 8

Miscellaneous

M

Start of Survey Finish of Survey Survey Abandoned Diameter Checked General Condition Photo Camera Underwater

ST FH SA DC GP CU

give reason give photo no.

9

KEY TO ADDITIONAL DETAILS NOTES

An asterisk (*) is any column means further details should be given, if available, as follows: J if defect is at joint, add J to code % give percentage of diameter lost - to nearest 5% Clock 1 give one clock reference, e.g., 3 o'clock Clock 2 give two clock references, e.g., from 10 to 4 Additional illustrations occur incidentally throughout In these cases give one clock reference, or two, depending on circumstances.

1. S, M, and L measure degree of displacement 2. Give % height loss 3. Give % width loss 4. Give wall, floor gap in mm 5. Depth of water, as % of height 6. Give junction diameter in mm 7. Give connection diameter in mm 8. Give length of intrusion in mm 9. Give pipe diameter in mm

131 of 266

viewing

copy

only

do no

t sub

mit

Page 131: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

SPECIAL SPECIFICATIONS

-32-

APPENDIX C

Contract Sewer Cleaning Report Form

132 of 266

viewing

copy

only

do no

t sub

mit

Page 132: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

SPECIAL SPECIFICATIONS

-33-

Contract Sewer Cleaning Report

133 of 266

viewing

copy

only

do no

t sub

mit

Page 133: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions Of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0

City of Toronto

General Conditions of Contract Linear Infrastructure

September 2012

134 of 266

viewing

copy

only

do no

t sub

mit

Page 134: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-1

City of Toronto

General Conditions of Contract – Linear Infrastructure September 2012

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 ....................................................................................... 5-11 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 .................................................................................................... 5-20 GC 3.11.01 Changes in the Work ................................................................................. 5-20 GC 3.11.02 Extra Work ................................................................................................. 5-21 GC 3.11.03 Additional Work ......................................................................................... 5-21 GC 3.12 Notices ...................................................................................................... 5-22 GC 3.13 Use and Occupancy of the Work Prior to Substantial Performance .......... 5-22 GC 3.14 Claims, Negotiations, Mediation ................................................................ 5-22 GC 3.14.01 Continuance of the Work ........................................................................... 5-22 GC 3.14.02 Record Keeping ......................................................................................... 5-23 GC 3.14.03 Claims Procedure ...................................................................................... 5-23 GC 3.14.04 Negotiations .............................................................................................. 5-24 GC 3.14.05 Mediation ................................................................................................... 5-24 GC 3.14.06 Payment .................................................................................................... 5-25 GC 3.14.07 Rights of Both Parties ................................................................................ 5-25 GC 3.15 Arbitration .................................................................................................. 5-25 GC 3.15.01 Conditions for Arbitration ........................................................................... 5-25 GC 3.15.02 Arbitration Procedure ................................................................................ 5-26

135 of 266

viewing

copy

only

do no

t sub

mit

Page 135: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-2

GC 3.15.03 Appointment of Arbitrator .......................................................................... 5-26 GC 3.15.04 Costs ......................................................................................................... 5-26 GC 3.15.05 The Decision ............................................................................................. 5-27 GC 3.16 Archaeological Finds ................................................................................. 5-27 GC 3.17 Changed Geotechnical or Subsurface Conditions .................................... 5-27 Paragraph GC 4.0 – Owner's Responsibilities and Rights

GC 4.01 Working Area ............................................................................................. 5-29 GC 4.02 Approvals and Permits .............................................................................. 5-29 GC 4.03 Management and Disposition of Materials ................................................ 5-29 GC 4.04 Construction Affecting Railway Property ................................................... 5-30 GC 4.05 Default by the Contractor .......................................................................... 5-30 GC 4.06 Notification of Default ................................................................................ 5-31 GC 4.07 Contractor's Right to Correct a Default ...................................................... 5-31 GC 4.08 Owner's Right to Correct Default or Terminate the Contract ..................... 5-31 GC 4.09 Final Payment to Contractor ...................................................................... 5-32 GC 4.10 Continuation of Contractor's Obligations ................................................... 5-32 GC 4.11 Owner's Right to Request Documents ...................................................... 5-32 Paragraph GC 5.0 – Material

GC 5.01 Supply of Material ...................................................................................... 5-33 GC 5.02 Quality of Material ..................................................................................... 5-33 GC 5.03 Rejected Material ...................................................................................... 5-34 GC 5.04 Substitutions .............................................................................................. 5-34 GC 5.05 Owner Supplied Material ........................................................................... 5-34 GC 5.05.01 Ordering of Excess Material ...................................................................... 5-34 GC 5.05.02 Care of Material ......................................................................................... 5-34 Paragraph GC 6.0 – Insurance, Protection and Damage

GC 6.01 Protection of Work, Persons and Property ................................................ 5-36 GC 6.02 Indemnification .......................................................................................... 5-36 GC 6.03 Contractor's Insurance ............................................................................. 5-38 GC 6.04 Bonding ..................................................................................................... 5-39 Paragraph GC 7.0 – Contractor’s Responsibilities and Control of the Work

GC 7.01 General ...................................................................................................... 5-40 GC 7.02 Layout ........................................................................................................ 5-43 GC 7.02.01 Layout by Contractor ................................................................................. 5-43 GC 7.02.02 Layout by Owner ....................................................................................... 5-43 GC 7.03 Damage by Vehicles or Other Equipment ................................................. 5-44 GC 7.04 Excess Loading of Motor Vehicles ............................................................ 5-45 GC 7.05 Condition of the Working Area .................................................................. 5-45 GC 7.06 Maintaining Roadways and Detours .......................................................... 5-45 GC 7.07 Access to Properties Adjoining the Work and Interruption of Utility Services ..................................................................................................... 5-46 GC 7.08 Approvals and Permits .............................................................................. 5-47 GC 7.09 Suspension of Work .................................................................................. 5-47 GC 7.10 Contractor's Right to Stop the Work or Terminate the Contract ................ 5-47 GC 7.11 Notices by the Contractor .......................................................................... 5-48 GC 7.12 Obstructions .............................................................................................. 5-48 GC 7.13 Limitations of Operations ........................................................................... 5-49 GC 7.14 Cleaning Up Before Acceptance ............................................................... 5-49

136 of 266

viewing

copy

only

do no

t sub

mit

Page 136: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-3

GC 7.15 Warranty .................................................................................................... 5-49 GC 7.16 Contractor's Workers ................................................................................. 5-50 GC 7.17 Resident or property owner complaints or claims ..................................... 5-50 GC 7.18 Contractor’s responsibility for drainage ..................................................... 5-50 GC 7.19 Blasting ...................................................................................................... 5-50 Paragraph GC 8.0 – Measurement and Payment

GC 8.01 Measurement ............................................................................................ 5-51 GC 8.01.01 Quantities .................................................................................................. 5-51 GC 8.01.02 Variations in Tender Call ........................................................................... 5-51 GC 8.02 Payment .................................................................................................... 5-52 GC 8.02.01 Payment for Work ...................................................................................... 5-52 GC 8.02.02 Advance Payments for Material ................................................................ 5-52 GC 8.02.03 Certification and Payment ......................................................................... 5-53 GC 8.02.03.01 Progress Payment Certificate .................................................................... 5-53 GC 8.02.03.02 Certification of Subcontract Completion .................................................... 5-53 GC 8.02.03.03 Subcontract Statutory Holdback Release Certificate and Payment .......... 5-54 GC 8.02.03.04 Certification of Substantial Performance ................................................... 5-54 GC 8.02.03.05 Substantial Performance Payment and Substantial Performance

Statutory Holdback Release Payment Certificates .................................... 5-55 GC 8.02.03.06 Certification of Completion ........................................................................ 5-56 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 .......................................................................................... 5-57 GC 8.02.04 Payment on a Time and Material Basis ..................................................... 5-57 GC 8.02.04.01 Definitions .................................................................................................. 5-57 GC 8.02.04.02 Daily Work Records ................................................................................... 5-59 GC 8.02.04.03 Payment for Work ...................................................................................... 5-59 GC 8.02.04.04 Payment for Labour ................................................................................... 5-59 GC 8.02.04.05 Payment for Material ................................................................................. 5-59 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 ............................................................................................ 5-60 GC 8.02.04.07 Payment for Hand Tools ............................................................................ 5-61 GC 8.02.04.08 Payment for Work By Subcontractors ....................................................... 5-61 GC 8.02.04.09 Submission of Invoices .............................................................................. 5-61 GC 8.02.04.10 Payment Other Than on a Time and Material Basis ................................. 5-61 GC 8.02.04.11 Payment Inclusions ................................................................................... 5-61 GC 8.02.05 Final Acceptance Certificate ...................................................................... 5-62 GC 8.02.06 Payment of Workers .................................................................................. 5-62 GC 8.02.07 Records ..................................................................................................... 5-62 GC 8.02.08 Taxes and Duties ...................................................................................... 5-63 GC 8.02.09 Liquidated Damages ................................................................................. 5-63

137 of 266

viewing

copy

only

do no

t sub

mit

Page 137: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-4

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 "CESA" - Canadian Engineering Standards Association "CGSB" - Canadian General Standards Board "CSA" - Canadian Standards Association "CWB" - Canadian Welding Bureau "GC " - General Condition "MOE" - Ministry of the Environment (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

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.

138 of 266

viewing

copy

only

do no

t sub

mit

Page 138: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-5

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. Additional Work means work not provided for in the Contract and not considered by the Contract Administrator to be essential to the satisfactory completion of the Work within its intended scope. 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 any written instruction signed by the Owner, or by the Contract Administrator where so authorized, directing that a Change in the Work or Extra Work be performed. 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, within the intended scope of the Work, as set out in the Contract Documents. Change Order means a written amendment to the Contract signed by the Owner, or the Contract Administrator where so authorized, covering contingencies, a Change in the Work, Extra Work, or, Additional 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

139 of 266

viewing

copy

only

do no

t sub

mit

Page 139: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-6

GC #

Completion has the meaning as set out in the Construction Lien Act, R.S.O. 1990, c. C.30, as amended; Completion Certificate means the certificate issued by the Contract Administrator at Completion. 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 Extra Work, Additional Work and 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.

140 of 266

viewing

copy

only

do no

t sub

mit

Page 140: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-7

GC #

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. 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. Extra Work means work not specifically provided for in the Contract Documents as awarded but considered by the Contract Administrator to be essential to the satisfactory completion of the Work, including unanticipated work required to comply with legislation and regulations that affect the Work. 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.

141 of 266

viewing

copy

only

do no

t sub

mit

Page 141: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-8

GC #

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. 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

142 of 266

viewing

copy

only

do no

t sub

mit

Page 142: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-9

GC #

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. 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. Standard Drawing or Standard Specification means a standard practice required and stipulated by the Owner for performance of the Work. Specific Conditions means that part of the Tender Call referred to as 'Specific Conditions'. 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 Lien 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.

143 of 266

viewing

copy

only

do no

t sub

mit

Page 143: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-10

GC #

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 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

144 of 266

viewing

copy

only

do no

t sub

mit

Page 144: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-11

GC #

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.

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.

145 of 266

viewing

copy

only

do no

t sub

mit

Page 145: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-12

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) Standard Specifications g) Specific Conditions h) General Conditions i) 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;

146 of 266

viewing

copy

only

do no

t sub

mit

Page 146: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-13

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, 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.

147 of 266

viewing

copy

only

do no

t sub

mit

Page 147: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-14

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.

148 of 266

viewing

copy

only

do no

t sub

mit

Page 148: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-15

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.

149 of 266

viewing

copy

only

do no

t sub

mit

Page 149: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-16

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

150 of 266

viewing

copy

only

do no

t sub

mit

Page 150: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-17

GC #

marked with the words "Reviewed. Permission to construct granted".

.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

151 of 266

viewing

copy

only

do no

t sub

mit

Page 151: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-18

GC #

the property owner.

.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 the following:

a) Delays; See paragraph GC 3.08. b) Changes in the Work; See paragraph GC 3.11.01. c) Extra Work; See paragraph GC 3.11.02. d) Additional Work; See paragraph GC 3.11.03

.03 The Contract Administrator shall, in considering an application for an extension to the Contract Time, take into account whether the delays, Changes in the Work, Extra Work or Additional 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,

152 of 266

viewing

copy

only

do no

t sub

mit

Page 152: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-19

GC #

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, 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

153 of 266

viewing

copy

only

do no

t sub

mit

Page 153: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-20

GC #

Subcontractor who has been engaged in accordance with the Contract Documents.

.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 3.11.01 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. 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.

.02 The Contractor may apply for an extension of Contract Time according to the terms of paragraph GC 3.07, Extension of Contract Time.

.03 If the Changes in the Work relate solely to quantities, payment for that part of the Work shall be made according to the conditions specified in paragraph GC 8.01.02, Variations in Tender Call Quantities or as otherwise set out in the Contract Documents. If the Changes in the Work do not solely relate to quantities, then either the Owner or the Contractor may initiate negotiations upwards or downwards for the adjustment of the Contract Price in respect of the Change in the Work pursuant to paragraph GC 3.14, Claims, Negotiations, Mediation or payment may be made according to the conditions contained in paragraph GC 8.02.04, Payment on a Time and

154 of 266

viewing

copy

only

do no

t sub

mit

Page 154: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-21

GC #

Material Basis.

.04 The Contractor and Subcontractors shall not include any additional bonding costs in their quotation for any change order work that may be required or performed.

3.11.02 Extra Work .01 The Owner, or Contract Administrator where so authorized, may instruct the

Contractor to perform Extra Work without invalidating the Contract. The Contractor shall not be required to proceed with the Extra Work until in receipt of a Change Directive. Upon receipt of such Change Directive the Contractor shall proceed with the Extra Work.

.02 The Contractor may apply for an extension of Contract Time according to the terms of paragraph GC 3.07, Extension of Contract Time.

.03 The Owner or the Contractor may initiate negotiations upwards or

downwards for the adjustment of the Contract Price in respect of the Extra Work pursuant to paragraph GC 3.14, Claims, Negotiations, Mediation or payment may be made according to the conditions contained in paragraph GC 8.02.04, Payment on a Time and Material Basis.

.04 The Contractor and Subcontractors shall not include any additional bonding costs in their quotation for any change order work that may be required or performed.

3.11.03 Additional Work .01 The Owner or Contract Administrator where so authorized, may request the

Contractor to perform Additional Work without invalidating the Contract Documents. If the Contractor agrees to perform Additional Work, the Contractor shall proceed with such Additional Work upon receipt of a Change Order.

.02 The Contractor may apply for an extension of Contract Time according to the terms of paragraph GC 3.07, Extension of Contract Time.

.03 If the Additional Work relates solely to quantities, payment for the work shall be made according to the conditions in paragraph GC 8.01.02, Variations in Tender Call Quantities. If the Additional Work does not relate solely to quantities, or if the Additional Work relates to a Lump Sum Contract, payment for the Additional Work shall be made in accordance with:

a) a lump sum price or unit price agreed to between the Contractor and the Contract Administrator prior to commencement of the Additional Work, in which case the Contract Administrator shall issue a Change Order for the Additional Work that states the agreed lump sum price or unit price, as applicable; or

b) the Schedule of Prices for Additional Work or Extra Work in the event that the Tender Call includes such a schedule and the Additional

155 of 266

viewing

copy

only

do no

t sub

mit

Page 155: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-22

GC #

Work is set out in the schedule; or c) the provisions contained in paragraph GC 8.02.04, Payment on a

Time and Material Basis.

.04 The Contractor and Subcontractors shall not include any additional bonding costs in their quotation for any change order work that may be required or performed.

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 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.

156 of 266

viewing

copy

only

do no

t sub

mit

Page 156: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-23

GC #

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.

.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.

157 of 266

viewing

copy

only

do no

t sub

mit

Page 157: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-24

GC #

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.

.02 The mediator shall be mutually agreed upon by the Owner and Contractor.

158 of 266

viewing

copy

only

do no

t sub

mit

Page 158: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-25

GC #

.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.

159 of 266

viewing

copy

only

do no

t sub

mit

Page 159: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-26

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.

160 of 266

viewing

copy

only

do no

t sub

mit

Page 160: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-27

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 Extra Work in accordance with paragraph GC 3.11.02, Extra 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

161 of 266

viewing

copy

only

do no

t sub

mit

Page 161: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-28

GC #

Contractor with a Change Directive in accordance with the provisions of 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.

162 of 266

viewing

copy

only

do no

t sub

mit

Page 162: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-29

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

163 of 266

viewing

copy

only

do no

t sub

mit

Page 163: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-30

GC #

Documents according to paragraph GC 4.03.03, then verbal notice shall be 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 Extra 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 Materials Safety Data Sheets for these products. The Owner shall notify the Contractor in writing of changes to the list and provide relevant Material 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

164 of 266

viewing

copy

only

do no

t sub

mit

Page 164: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-31

GC #

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 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

165 of 266

viewing

copy

only

do no

t sub

mit

Page 165: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-32

GC #

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 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.

166 of 266

viewing

copy

only

do no

t sub

mit

Page 166: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-33

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

167 of 266

viewing

copy

only

do no

t sub

mit

Page 167: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-34

GC #

the Contract Documents.

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

168 of 266

viewing

copy

only

do no

t sub

mit

Page 168: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-35

GC #

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 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.

169 of 266

viewing

copy

only

do no

t sub

mit

Page 169: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-36

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

170 of 266

viewing

copy

only

do no

t sub

mit

Page 170: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-37

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.

171 of 266

viewing

copy

only

do no

t sub

mit

Page 171: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-38

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:

1. is in the amount of not less than Five Million Dollars ($5,000,000.00), per occurrence;

2. adds 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;

3. 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: 1. 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);

2. 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: 1. 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.

172 of 266

viewing

copy

only

do no

t sub

mit

Page 172: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-39

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.

.03 The Contractor and Subcontractors shall not include any additional bonding costs in their quotation for any change order Work that may be required or performed.

173 of 266

viewing

copy

only

do no

t sub

mit

Page 173: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-40

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:

1. worker safety is given first priority in planning, pricing and performing the Work;

2. 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

174 of 266

viewing

copy

only

do no

t sub

mit

Page 174: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-41

GC #

personal commitment to comply with them; 3. 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;

4. 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;

5. 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

6. 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 representatives of the Owner and 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 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 or WHMIS, which the Contractor expects to use for the Work. Related Materials 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 Material 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

175 of 266

viewing

copy

only

do no

t sub

mit

Page 175: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-42

GC #

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 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.

176 of 266

viewing

copy

only

do no

t sub

mit

Page 176: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-43

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.

177 of 266

viewing

copy

only

do no

t sub

mit

Page 177: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-44

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,

178 of 266

viewing

copy

only

do no

t sub

mit

Page 178: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-45

GC #

whether licensed or unlicensed Equipment, the Contractor shall, on the 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

179 of 266

viewing

copy

only

do no

t sub

mit

Page 179: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-46

GC #

and to fulfill all traffic control responsibilities thereon.

.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

180 of 266

viewing

copy

only

do no

t sub

mit

Page 180: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-47

GC #

c) access for any and all emergency response vehicles and services,

to any and all properties adjoining the Working Area.

.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

181 of 266

viewing

copy

only

do no

t sub

mit

Page 181: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-48

GC #

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.

7.11 Notices by the Contractor .04 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.

.05 In the case of a spill as defined in section 91 of the Environmental Protection Act (Ontario) 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 (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.

182 of 266

viewing

copy

only

do no

t sub

mit

Page 182: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-49

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

183 of 266

viewing

copy

only

do no

t sub

mit

Page 183: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-50

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.

184 of 266

viewing

copy

only

do no

t sub

mit

Page 184: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-51

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 15%, either party to the Contract may make a written request to the other party to negotiate a revised unit price for that portion of the Work performed and/or Material supplied which exceeds 115% of the tender quantity. The negotiation shall be carried out as soon as reasonably possible. Any revision of the unit price shall be based on the reasonable cost of doing the Work and/or supplying the Material under the tender item plus a reasonable allowance for profit and applicable overhead.

b) In the case of a Major Item where the quantity of Work performed and/or material supplied by the Contractor is less than 85% of the tender quantity, the Contractor may make a written request to negotiate for the portion of the actual overheads and fixed costs applicable to the amount of the underrun in excess of 15% of the tender quantity. For purposes of the negotiation, the overheads and fixed costs applicable to the item are deemed to have been prorated uniformly over 100% of the tender quantity for the item. Overhead costs shall be confirmed by a statement certified by the Contractor’s

185 of 266

viewing

copy

only

do no

t sub

mit

Page 185: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-52

GC #

senior financial officer or auditor and may be audited by the Owner. Alternatively, where both parties agree, an allowance equal to 10% of the unit price on the amount of the underrun in excess of 15% of the tender quantity will be paid.

Written requests for compensation must be received no later than 30 Days after the issuance of the Completion Certificate.

.02 Payment for any Extra Work or Additional Work performed by the Contractor

shall be made no later than 90 days following the approval by the Owner of the invoice relating to that Extra Work or Additional Work.

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.

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

186 of 266

viewing

copy

only

do no

t sub

mit

Page 186: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-53

GC #

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.

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 Payment shall be made within 30 Days of the approval of the Progress Payment Certificate by the Contract Administrator.

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

187 of 266

viewing

copy

only

do no

t sub

mit

Page 187: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-54

GC #

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 46 Days after the 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

188 of 266

viewing

copy

only

do no

t sub

mit

Page 188: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-55

GC #

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 Lien Act, R.S.O. 1990, c.C.30, as amended, publish a copy of the certificate in a construction trade newspaper. Such publication shall include placement in the Daily Commercial News.

.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 Lien Act, the 45-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.

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 46 Days after the date of publication of the Certificate of Substantial Performance but subject to the provisions of the Construction Lien Act and the submission by the Contractor of the following documents:

189 of 266

viewing

copy

only

do no

t sub

mit

Page 189: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-56

GC #

a) a release by the Contractor in a form satisfactory to the Contract Administrator releasing the Owner from all further claims relating to the Contract, qualified by stated exceptions such as outstanding Work or matters arising out of paragraph GC 3.14, Claims, Negotiations, Mediation;

b) a statutory declaration in a form satisfactory to the Contract Administrator that all liabilities incurred by the Contractor and the Contractor's Subcontractors in carrying out the Contract have been discharged except for statutory holdbacks properly retained;

c) a satisfactory Certificate of Clearance from the Workplace Safety and Insurance Board; and

d) proof of publication of the Certificate of Substantial Performance.

.05 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

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.

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 46 Days after the date of Completion of the Work as established by the Completion Certificate but subject to the provisions of the Construction Lien Act and the

190 of 266

viewing

copy

only

do no

t sub

mit

Page 190: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-57

GC #

submission by the Contractor of the following documents:

a) a release by the Contractor in a form satisfactory to the Contract Administrator releasing the Owner from all further claims relating to the Contract, qualified by stated exceptions where appropriate;

b) a statutory declaration in a form satisfactory to the Contract Administrator that all liabilities incurred by the Contractor and the Contractor's Subcontractors in carrying out the Contract have been discharged, qualified by stated exceptions where appropriate; and

c) a satisfactory Certificate of Clearance from the Workplace Safety and Insurance Board.

8.02.03.08 Owner's Set-off .01 Pursuant to Section 12 of the Construction Lien 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 under paragraph GC 8.01.02.01,a), 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 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. 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.

191 of 266

viewing

copy

only

do no

t sub

mit

Page 191: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-58

GC #

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 Extra Work, 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. Work on a Time and Material Basis: means Changes in the Work, Extra Work and Additional 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

192 of 266

viewing

copy

only

do no

t sub

mit

Page 192: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-59

GC #

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.

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:

193 of 266

viewing

copy

only

do no

t sub

mit

Page 193: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-60

GC #

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 deemed to be working. The method of moving Equipment and the rates shall be subject to the approval of the Contract Administrator.

194 of 266

viewing

copy

only

do no

t sub

mit

Page 194: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-61

GC #

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, Extra Work, or Additional Work, where the Work is

performed by a Subcontractor the Owner shall pay the Contractor a mark up 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 8.02.05.09.02 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, Extra Work or Additional 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.

195 of 266

viewing

copy

only

do no

t sub

mit

Page 195: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-62

GC #

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, Changes in the Work, Extra Work and claims arising therefrom. Such Records shall be of sufficient detail to support the total cost of the Work, Changes in the Work, and Extra 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, Changes in the Work, Extra 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, Extra Work and 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.

196 of 266

viewing

copy

only

do no

t sub

mit

Page 196: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5 – General Conditions of Contract

GC – Linear Infrastructure, September 2012 Page 5-63

GC #

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.

197 of 266

viewing

copy

only

do no

t sub

mit

Page 197: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT Page 5A-1

Table of Contents Page No. 5A- 1. Specification Reference Numbers ...................................................................................... 2

2. Emergency During Construction ......................................................................................... 2

3. Workplace Safety and Insurance Act .................................................................................. 2

4. Occupational Health and Safety Act ................................................................................... 2

5. Organization of Work and Work Restrictions ...................................................................... 7

6. Other Contractors ............................................................................................................... 7

7. Contractor's Liability ........................................................................................................... 8

8. Construction Survey and Layout –N/A ................................................................................ 8

9. Disposal of Surplus Excavated Material and Removals – N/A ............................................ 8

10. Smog Alert Response Plans ............................................................................................... 8

11. Security and Construction Signs – N/A ............................................................................... 9

12. Material and Truck Weighing – N/A .................................................................................... 9

13. Noise Regulations .............................................................................................................. 9

14. Fair Wage and Labour Trades Policy ................................................................................. 9

15. Liquidated Damages .......................................................................................................... 9

16. Spills Reporting .................................................................................................................10

17. Taxes ................................................................................................................................10

18. Insurance ..........................................................................................................................10

19. Co-ordination and Meetings...............................................................................................10

20. Communication – N/A........................................................................................................11

21. Payment Schedule – N/A ..................................................................................................11

22. Material Price Adjustment – N/A ........................................................................................11

23. Standard Specifications & Standard Drawings ..................................................................11

24. Construction Schedule ......................................................................................................11

25. Performance Evaluation ....................................................................................................12

26. Payroll Burden Rate for Work on a Time and Material Basis .............................................12

27. Traffic Signal and Street Lighting Installations – N/A .........................................................13

28. Hot Work & Red Tag Permit Training – N/A .......................................................................13

29. Conditions of Arbitration ....................................................................................................13

30. Confined Spaces ...............................................................................................................13

31. Schedule of Prices for Extra Work .....................................................................................14

198 of 266

viewing

copy

only

do no

t sub

mit

Page 198: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT 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. Workplace Safety and Insurance Act

Before the first payment under the Contract is released, and at other times, if requested by the Contract Administrator, the Contractor shall furnish evidence that she/he is in good standing with the Workplace Safety & Insurance Board (WSIB). 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 and her/his subcontractors have 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.

4. Occupational Health and Safety Act

4.1 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”).

4.2 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 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,

199 of 266

viewing

copy

only

do no

t sub

mit

Page 199: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT Page 5A-3

(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.

4.3 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.

4.4 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.

4.5 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.

4.6 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 Material Data Safety Sheets (“MSDS”);

(c) deliver to the Contract Administrator a list of all designated substances and a copy of the MSDS for each hazardous material, both as defined in the OHSA, 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;

200 of 266

viewing

copy

only

do no

t sub

mit

Page 200: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT Page 5A-4

(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.

4.7 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 diligence measures, the area is safe in accordance with the requirements of the OHSA.

4.8 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

201 of 266

viewing

copy

only

do no

t sub

mit

Page 201: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT Page 5A-5

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 4.8(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.

(e) Prior to the commencement of the work, the Contractor shall confirm to the City in writing that the training described in paragraph 4.8(d) has been completed.

4.9 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

202 of 266

viewing

copy

only

do no

t sub

mit

Page 202: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT Page 5A-6

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.

4.10 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.

4.11 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.

4.12 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.

4.13 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;

(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.

203 of 266

viewing

copy

only

do no

t sub

mit

Page 203: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT Page 5A-7

4.14 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.

4.15 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.

4.16 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.

5. 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 site to identify potential problems associated with the accessibility, transportability and constructability of their proposed methods.

6. 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 his 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.

204 of 266

viewing

copy

only

do no

t sub

mit

Page 204: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT Page 5A-8

There shall be no consideration for additional payment to the Contractor related to work activity co-ordination as described above.

7. 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 his 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 his expense and to the satisfaction of the Contract Administrator.

8. Construction Survey and Layout –N/A

9. Disposal of Surplus Excavated Material and Removals – N/A

10. 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, i.e. 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 percent 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 Executive

205 of 266

viewing

copy

only

do no

t sub

mit

Page 205: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT Page 5A-9

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.

11. Security and Construction Signs – N/A

12. Material and Truck Weighing – N/A

13. 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.

14. 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.

15. 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 $500.00 (Five Hundred Dollars) per day as liquidated damages for each and every calendar day’s delay from the specified time for completion of

206 of 266

viewing

copy

only

do no

t sub

mit

Page 206: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT Page 5A-10

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,

(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.

16. 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 his legislated responsibilities regarding such spills or discharges.

17. Taxes

Harmonized Sale Tax (HST) is to be applied to the prices submitted as specified in the relevant sections of the call document or in the Price Schedule provided in the 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.

18. 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 6.03.01 The limit of Automobile Liability Insurance is $2,000,000 as specified in GC 6.03.03 Contractor's Pollution Insurance is not required for this Contract.

19. Co-ordination and Meetings

207 of 266

viewing

copy

only

do no

t sub

mit

Page 207: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT Page 5A-11

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.

20. Communication – N/A

21. Payment Schedule – N/A

22. Material Price Adjustment – N/A

23. Standard Specifications & Standard Drawings

Unless otherwise indicated, the standard specifications and standard drawings shall be those published in the City of Toronto’s Standard Construction Specifications and Standard Drawings for Sewers, Watermains, and Roads (“Standard Specifications & Drawings”). The Standard Specifications & Drawings can be found on the internet at http://www.toronto.ca/calldocuments/construction_specs.htm

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. Purchase information can be found on the internet at http://www.ops.on.ca/home.asp

Where there are conflicting statements between any of the City of Toronto and the OPS specifications and drawings, the City of Toronto Standard Specifications & Drawings shall prevail in that specific part, with respect to the matter in conflict.

Where appeared in the specifications or drawings, the words "Engineer", "Township Engineer", "Borough Engineer" shall be deemed to mean the Executive Director or General Manager of the respective Division for the City of Toronto or his designated representative for the purposes of this Contract.

24. Construction Schedule

This clause is supplementary to clause GC 7.01.11 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.

208 of 266

viewing

copy

only

do no

t sub

mit

Page 208: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT Page 5A-12

Failure to submit updated construction schedules may result in payments not being made or being delayed.

25. 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.

26. 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% 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

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% 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% 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% payroll burden rate if the Form is found to be not accurately completed after its acceptance.

209 of 266

viewing

copy

only

do no

t sub

mit

Page 209: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT Page 5A-13

Contractor’s labour rates used in the work based on a Time and Material basis are subject to verification by the City of Toronto’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.

27. Traffic Signal and Street Lighting Installations – N/A

28. Hot Work & Red Tag Permit Training – N/A

29. Conditions of Arbitration

In the General Conditions of Contract, clause GC 3.15.01.01, “G.S.T.” is deleted and replaced with “HST”.

30. Confined Spaces

The list of spaces that the City of Toronto 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 of Toronto for its own internal purposes in accordance with requirements related to confined spaces under the OHSA. The City of Toronto 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 of Toronto 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 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.

210 of 266

viewing

copy

only

do no

t sub

mit

Page 210: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 5A – Specific Conditions of Contract Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 DRAFT Page 5A-14

31. Schedule of Prices for Extra Work

If a Schedule of Prices for Extra Work (“Schedule A”) is attached in this Tender Call, it shall form part of Section 5A – Specific Conditions of Contract. Schedule A includes several standard, non-specific work items that may be required to complete the scope of the Contract and provides for compensation for completion of these items. Notwithstanding anything in Section 5 - General Conditions of Contract, where, in the opinion of the Contract Administrator, a work item in Schedule A is required to complete the Contract and the work item is not included in the Pricing Form, the payment for such item shall be calculated based on the unit prices in Schedule A. The unit prices in Schedule A are exclusive of the HST and shall represent full compensation, including all labour, equipment, materials, delivery, traffic control, incidentals to complete the works, overhead and profits, contractor and subcontractor markups and co-ordination. The Bidder shall not adjust the unit prices in Schedule A or alter the document in any way. Any alteration to Schedule A by the bidder shall result in the tender being declared informal. If Schedule A is not attached by the City in the Tender Call or if the required items are not listed in Schedule A, payments for Extra Work shall be made in accordance with General Condition GC 3.11.02.03 of the Contract.

211 of 266

viewing

copy

only

do no

t sub

mit

Page 211: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-1

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

PERFORMANCE BOND

PAYMENT BOND

WSIB & TAX STATUTORY DECLARATION

INSURANCE CERTIFICATE

SUPPLEMENTARY STATUTORY DECLARATION FOR OHSA

212 of 266

viewing

copy

only

do no

t sub

mit

Page 212: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-2

THIS CONTRACT, made in quadruplicate 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 Provision of Hydraulic Flushing, Cleaning, and CCTV of Sanitary/Storm/Combined Sewer Pipes and Maintenance Holes located throughout the Etobicoke Area (hereinafter referred to as the “Project”), being Tender Call No. 244-2012, Contract No. MCP12-14WP 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 Delete the authorization paragraphs that are not applicable 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 Executor Director of Technical Services Division and the Director, 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 Committee adopted the recommendations of the Report of the Executor Director of Technical Services Division and the Director, 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;

213 of 266

viewing

copy

only

do no

t sub

mit

Page 213: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-3

or AND WHEREAS the Director, Purchasing and Materials Management, in accordance with his authority under Chapter 195, Purchasing, of the City of Toronto Municipal Code, has 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: 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 General Manager, Toronto Water 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

214 of 266

viewing

copy

only

do no

t sub

mit

Page 214: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-4

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.

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

215 of 266

viewing

copy

only

do no

t sub

mit

Page 215: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-5

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 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 Solicitor may deem expedient, and hereby agrees to ratify and confirm all the acts of the

216 of 266

viewing

copy

only

do no

t sub

mit

Page 216: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-6

City or its Solicitor in that behalf, and to pay to such Solicitor on demand his 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 on any account whatever; 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. 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

217 of 266

viewing

copy

only

do no

t sub

mit

Page 217: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-7

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. 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:

a) this Form of Agreement; b) Addenda; c) Pricing Form, which forms part of the Bid; d) Special Specifications; e) Contract Drawings; f) Standard Specifications; g) Specific Conditions; h) General Conditions; i) Working Drawings;

Later dates shall govern within each of the above categories of documents.

218 of 266

viewing

copy

only

do no

t sub

mit

Page 218: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Form of Agreement

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 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 ) ) )

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 Committee 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 _________________.

219 of 266

viewing

copy

only

do no

t sub

mit

Page 219: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Performance Bond

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-9

Bond No:

Amount: $

KNOW ALL MEN BY THESE PRESENTS, that we

hereinafter called "the Principal"

– and –

hereinafter called "the Surety"

are jointly and severally held and firmly bound unto the City of Toronto and its successors,

hereinafter called "the Obligee" as Trustee, in the sum of [ enter amount ] Dollars ($[ enter

amount ]) of lawful money of Canada, to be paid unto the Obligee, for which payment well and

truly to be made we the Principal and Surety jointly and severally bind ourselves, and our and

each of our respective heirs, executors, administrators, successors and assigns by these

presents.

SIGNED AND SEALED with our respective seals and dated this day of , 20 .

AND WHEREAS by an agreement in writing bearing even date herewith, the Principal has

entered into a contract with the Obligee, hereinafter called "the Contract", for the construction

of as more particularly set out therein, which Contract is by reference herein made a part

hereof as fully to all intents and purposes as though recited in full herein.

NOW THEREFORE THE CONDITION OF THIS OBLIGATION IS SUCH that if the Principal

shall at all times duly perform and observe the Contract or as the same be changed, altered or

varied as hereinafter provided, to the satisfaction of the Obligee, and shall at all times fully

indemnify and keep indemnified the Obligee from and against all and any manner of loss,

damage, expense, suits, actions, claims, liens, proceedings, demands, awards, payments and

liabilities arising out of or in any manner based upon or attributable to the Contract, and shall

fully reimburse and repay the Obligee for all outlay, expenses, liabilities, or payments incurred

or undertaken to be made by the Obligee pursuant to the Contract, then this obligation shall be

void, but otherwise it shall be and remain in full force and effect.

Provided further and it is hereby agreed and declared that there shall be no liability

under this instrument of the Principal and Surety for payment of any claims for labour, material

and services used or reasonably required for use in the performance of the Contract.

220 of 266

viewing

copy

only

do no

t sub

mit

Page 220: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Performance Bond

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-10

Provided always, and it is hereby agreed and declared, that the Obligee and the

Principal have the right to change, alter and vary the terms of the Contract and that the Obligee

may in its discretion at any time or times take and receive from the Principal any security

whatsoever and grant any extension of time thereon or on any liability of the Principal to the

Obligee.

Provided further and it is hereby agreed and declared that the Principal and the Surety

shall not be discharged or released from liability hereunder and that such liability shall not be in

any way affected by such changes, alterations, or variations, taking or receiving of security, or

extension of time, as aforesaid, or by the exercise by the Obligee of any of the rights or powers

reserved to it under the contract or by its forbearance to exercise any such rights or powers,

including (but without restricting the generality of the foregoing) any changes in the extent or

nature of the Work to be constructed, altered, repaired or maintained under the Contract, or by

any dealing, transaction, forbearance or forgiveness which may take place between the

Principal and the Obligee.

And it is hereby agreed and declared 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 to the Surety, any law or usage relating to the liability of sureties

to the contrary notwithstanding.

Provided further and it is hereby agreed and declared that the Surety shall not be liable

for a greater sum than that specified in this bond.

IN WITNESS WHEREOF the Principal and the Surety have executed these presents.

SIGNED, SEALED AND DELIVERED: ) ) ) ) ) ) ) Principal ) ) Surety

221 of 266

viewing

copy

only

do no

t sub

mit

Page 221: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Payment Bond

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-11

Bond No:

Amount: $

KNOW ALL MEN BY THESE PRESENTS, that we

hereinafter called "the Principal"

– and –

hereinafter called "the Surety"

are jointly and severally held and firmly bound unto the City of Toronto and its successors,

hereinafter called "the Obligee" as Trustee, in the sum of Dollars ($ ) of lawful

money of Canada, to be paid unto the Obligee, for which payment well and truly to be made we

the Principal and Surety jointly and severally bind ourselves, our and each of our respective

heirs, executors, administrators, successors and assigns by these presents.

AND WHEREAS by an agreement in writing bearing even date herewith, the Principal has

entered into a contract with the Obligee, hereinafter called "the Contract", for the construction

of as more particularly set out therein, which Contract is by reference herein made a part

hereof as fully to all intents and purposes as though recited in full herein.

NOW THEREFORE THE CONDITION OF THIS OBLIGATION IS SUCH that if the Principal

shall:

(a) at all times make payment to all claimants for all labour, materials or services used or

reasonably required for use in the performance of the Contract, or as the same be

changed, altered or varied as hereinafter provided, to the satisfaction of the Obligee;

(b) at all times fully indemnify and keep indemnified the Obligee from and against all and

any manner of loss, damage, expense, suits, action, claims, liens, proceedings,

demands, awards, payments, and liabilities arising out of or in any manner based upon

or attributable to the claims of such persons;

(c) promptly see to the removal from the registered title to the lands on which said

construction takes place, of all claims for lien by claimants as aforesaid and all

certificates of action in connection therewith; and

222 of 266

viewing

copy

only

do no

t sub

mit

Page 222: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Payment Bond

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-12

(d) fully reimburse and repay the Obligee for all outlay, expense, liabilities, or payments,

incurred or undertaken to be made by the Obligee, attributable to the claims of such

persons made pursuant to the Contract or the Construction Lien Act, R.S.O. 1990, c.

C.30, as may be amended (hereinafter “Construction Lien Act”).

then this obligation shall be void, but otherwise it shall be and remain in full force and effect

subject, however, to the following conditions:

(i) a Claimant for the purpose of this Bond shall be individual, firm or corporation

having a direct contract with the Principal for labour, services, material or any

combination thereof used or reasonably required for use in the performance of

the Contract;

(ii) labour, material and services shall be construed to include that part of water, gas,

power, light, heat, oil, gasoline, telephone service or rental equipment directly

applicable to the Contract;

(iii) an individual, firm or corporation who rents equipment to the Principal to be used

in the performance of the Contract under a contract which provides that all or any

part of the rent is to be applied towards the purchase price thereof, shall be a

Claimant only to the extent of the prevailing industrial rental value of such

equipment for the period during which the equipment was used in the

performance of the Contract;

(iv) the prevailing industrial value of equipment shall be determined, insofar as it is

practicable to do so, in accordance with and in the manner provided for in the

latest revised edition of the publication of the Canadian Construction Association

titled "Rental Rates on Contractors Equipment" published prior to the period

during which the equipment was used in the performance of the Contract;

(v) the Obligee and the Principal shall have the right to change, alter and vary the

terms of the Contract, and the Obligee may in its discretion at any time or times

take and receive from the Principal any security whatsoever and grant any

extension of time thereon or on any liability of the Principal to the Obligee;

(vi) the Principal and the Surety shall not be discharged or released from liability

hereunder and such liability shall not be in any way affected by any such

223 of 266

viewing

copy

only

do no

t sub

mit

Page 223: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Payment Bond

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-13

changes, alterations, or variations, taking or receiving of security, or extension of

time, as aforesaid, or by the exercise by the Obligee of any of the rights or

powers reserved to it under the Contract or by its forbearance to exercise any

such rights or powers, including (but without restricting the generality of the

foregoing) any changes in the extent or nature of the works to be constructed,

altered, repaired or maintained under the contract, or by any dealing, transaction,

forbearance or forgiveness which may take place between the Principal and the

Obligee;

(vii) every Claimant who has not been paid as provided for under the terms of the

Claimant's contract with the Principal, before the expiration of a period of ninety

(90) days after the date on which the last of such Claimant's work or labour was

done or performed or materials were furnished by such Claimant, may as a

beneficiary of the trust herein provided for, sue on this Bond, prosecute the suit

to final judgement for such sum or sums as may be justly due to such Claimant

under the terms of his contract with the Principal and have execution thereon,

and the Obligee shall not be obliged to do or take any act, action or proceeding

against the Surety on behalf of the Claimants, or any of them, to enforce the

provisions of this Bond;

(viii) it shall be a condition the trust provided for in this Bond, that if any act, action or

proceeding is taken either in the name of the Obligee or by joining the Obligee as

a party to such proceeding, then the Claimants, or any of them, who take such

act, action or proceeding shall indemnify and save harmless the Obligee against

all costs, charges and expenses or liabilities incurred thereon and any loss or

damage resulting to the Obligee by reason thereof;

(ix) no suit or action shall be commenced hereunder by any Claimant:

(a) unless such Claimant shall have given written notice to each of the

Principal, the Surety and the Obligee, stating with substantial accuracy

the amount claimed,

(A) in respect of any claim for the amount or any portion thereof,

required to be held back from the Claimant by the Principal, under

224 of 266

viewing

copy

only

do no

t sub

mit

Page 224: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Payment Bond

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-14

either the terms of the Claimant's contract with the Principal or

under the Construction Lien Act, whichever is the greater, within

one hundred and twenty (120) days after such Claimant should

have been paid in full under the Claimant's contract with the

Principal,

(B) in respect of any claim either than for the holdback, or portion

thereof, referred to above, within one hundred and twenty (120)

days after the date upon which such Claimant did, or performed,

the last of the work or labour or furnished the last of the materials

for which such claim is made under the Claimant's contract with

the Principal,

and such notice may be served,

(C) by mailing the same by registered mail in each case to an address

at which the intended recipient regularly maintains an office for the

transaction of business, or

(D) in any manner in which legal process may be served in Ontario;

(b) after the expiration of one (1) year following the date on which the

Principal ceased work on the Contract, including work performed under

the guarantees provided in the Contract;

(c) other than in a Court of competent jurisdiction in the Province of Ontario

to the jurisdiction of which Court the parties and Claimants shall submit,

but subject to the foregoing terms and conditions, the Claimants, or any of

them, may use the name of the Obligee to sue on and enforce the

provisions of this Bond;

(x) the amount of this Bond shall be reduced by, and to the extent of, any payments

made in good faith, and in accordance with the provisions hereof, inclusive of the

payment by the Surety of Construction Liens which may be filed of records

against the subject matter of the Contract, whether or not claim for the amount of

such lien be presented under and against this Bond.

225 of 266

viewing

copy

only

do no

t sub

mit

Page 225: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Payment Bond

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-15

(xi) the Surety shall not be liable for a greater sum than the specified penalty of this

Bond.

In Witness Whereof the Principal and Surety has signed and sealed this Bond this day of

, 20 .

SIGNED, SEALED AND DELIVERED: ) ) ) ) ) ) ) ) ) Principal ) ) ) ) Surety

226 of 266

viewing

copy

only

do no

t sub

mit

Page 226: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package WSIB & Tax Statutory Declaration Form

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-16

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.

227 of 266

viewing

copy

only

do no

t sub

mit

Page 227: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Insurance Certificate

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-17

Insurance Certificate

228 of 266

viewing

copy

only

do no

t sub

mit

Page 228: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

33-0003 2012 -08 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: City of Toronto Contact Name, Address, and Telephone Number:

Address and Telephone Number of Insured:

Operations of Named Insured for which certificate is issued: (NOTE: Provide specific project information including the City of Toronto contract number)

1. Commercial General Liability – Deductible $____________________________

Insuring Company Policy Number Policy Limit(s)

($ per occurrence) Effective Date (yyyy-mm-dd)

Expiry Date (yyyy-mm-dd)

Primary Insurer:

Umbrella/Excess Insurer:

Contractor's Pollution Liability, Sudden and Gradual, if applicable

Commercial General Liability policy provisions:

a) The CITY OF TORONTO, ITS BOARDS, AGENCIES, COMMISSIONS OR SUBSIDIARY OPERATIONS, AS APPLICABLE, are included 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.

229 of 266

viewing

copy

only

do no

t sub

mit

Page 229: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

33-0003 2012 -08 2 of 2

Certificate of Insurance Linear Infrastructure and General Construction

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

230 of 266

viewing

copy

only

do no

t sub

mit

Page 230: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Supplementary Statutory Declaration Form for Occupational Health and Safety

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-18

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.

231 of 266

viewing

copy

only

do no

t sub

mit

Page 231: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 6 – Contract Execution Package Supplementary Statutory Declaration Form for Occupational Health and Safety

Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 6-19

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 Contractor and its proposed Subcontractors

a) have conducted training for all personnel to be involved in providing such goods and services as required by the OHSA and all regulations thereunder, including those with respect to the workplace hazardous materials information system, industrial establishments, construction projects and designated substances.

b) have put into effect all programmes relating to designated substances as required by the regulations under the OHSA.

4. 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.

232 of 266

viewing

copy

only

do no

t sub

mit

Page 232: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Section 7 – City Policies Tender Call No. 244-2012 Contract No. MCP12-14WP

TES Unit Price Rev5.0 Page 7-1

SECTION 7 – CITY POLICIES

233 of 266

viewing

copy

only

do no

t sub

mit

Page 233: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

City of Toronto Accessible Customer Service Training Requirements: Contractors, Consultants and other Service Providers

(Accessibility Standard for Customer Service, O. Reg. 429/07, AODA 2005) The City of Toronto supports the goals of the Accessibility for Ontarians with Disabilities Act (AODA), 2005 and is committed to providing equal treatment and equitable benefits of City services, programs and facilities in a manner that respects the dignity and independence of people with disabilities. Under section 6 of the Accessibility Standard for Customer Service, O. Reg. 429/07 (Appendix A), established by the AODA, the City of Toronto must ensure that employees, volunteers and all other personnel, including third party contractors, who deal with members of the public or other third parties on behalf of the City or, who participate in developing City policies, practices or procedures on the provision of goods and services receive training on accessible customer service. All personnel must complete training that meets the requirements of the Accessible Customer Service regulation and includes:

An overview of the AODA Understanding the requirements of the Regulation How to interact and communicate with persons with various types of disabilities; How to interact with persons with disabilities who use an assistive device or require the

assistance of a guide dog or other service animal or the assistance of a support; How to use equipment or devices available on the provider’s premises or otherwise

provided by the provider to people with disabilities to access goods or services; and What to do if a person with a particular type of disability is having difficulty accessing

the provider’s goods or services. Third party contractors and other service providers are to ensure that training records are maintained, including dates when training is provided, the number of personnel who received training and individual training records. Contractors are required to ensure that this information is available, if requested by the City of Toronto. Access an e-learning course: The training requirements can be fulfilled by completing the e-Learning course “Serve-ability: Transforming Ontario’s Customer Service”, which can be found on the Ministry of Community and Social Services website: http://www.mcss.gov.on.ca/mcss/serve-ability/splash.html For more information: How to comply with the Accessible Customer Service Standard at: www.accessON.ca/compliance Requirements of the Accessibility Standards for Customer Service (Ontario Regulation 429/07): www.e-laws.gov.on.ca/html/source/regs/english/2007/elaws_src_regs_r07429_e.htm

234 of 266

viewing

copy

only

do no

t sub

mit

Page 234: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

City Manager’s Office

Fair Wage Office

100 Queen Street West

City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

Fair Wage Policy* A1. Definitions As used in this Fair Wage Policy, the following terms have the meaning indicated: APPRENTICE – An Individual who has entered into a registered training agreement under which the individual is to receive workplace-based training in a trade, other occupations or skill set as part of an apprenticeship program approved by the Ontario Ministry of Training, Colleges and Universities. APPRENTICESHIP PROGRAM – A program recognized by Ontario Ministry of Training, Colleges and Universities which provides for the qualification, recruitment, selection, employment, and training on the job. Apprenticeship and training leads to Ontario Certification of Qualification and Apprenticeship for Journeyperson status, which is recognized by employer and employee representatives of industry. CONTRACT – A legal, business agreement between the City of Toronto and the contractor to perform work or services or to provide materials and supplies. CONTRACTORS – Any person or business entity with whom the City enters into a contract with to perform the work or provide services. FAIR WAGE SCHEDULE – Stipulated rates of pay for different classifications of work produced and obtainable from the Fair Wage and Labour Trades Office. FIELD WORK – All work in performance of the contract that is not shop work. FRINGE BENEFITS – Includes such benefits as company pension plans, extended health care benefits, dental and prescription plans, etc. It does not include legislated payroll deductions such as C.P.P., E.H.T., W.S.I.B. or E.I.C. NON-COMPLIANCE – The occurrence of any of the following conditions: A. Contractor fails to co-operate with the Manager, Fair Wage Office in fulfilling his/her responsibilities under

the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry. B. Sub-contractor fails to co-operate with the Manager, Fair Wage Office in fulfilling his/her responsibilities

under the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry. C. Contractor or sub-contractor has been found in violation of the Fair Wage Policy (non-compliance applies

to both contractor and sub-contractor. D. Contractor has been found in violation of the Labour Trades Contractual Obligations in the Construction

Industry. E. Sub-contractor has been found in violation of the Labour Trades Contractual Obligations in the

Construction Industry. PROCUREMENT CALL DOCUMENT – Includes a Tender, Request for Quotations and a Request for Proposals as issued by the Purchasing and Materials Management Division, and as defined in Chapter 195 of the Toronto Municipal Code. SHOP WORK – Any work in performance of the contract that is done in or at any factory, foundry, shop or place of manufacture not located at or upon the site of the work, and not operated solely for the purpose of the work.

235 of 266

viewing

copy

only

do no

t sub

mit

Page 235: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

City Manager’s Office

Fair Wage Office

100 Queen Street West

City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

SUB-CONTRACTOR – Any person or business entity not contracting with or employed directly by the City but who supplies services or materials to the improvement under an agreement with the contractor or under the contract with another sub-contractor. WAGES or RATE OF WAGES – Includes the hourly rate, vacation and holiday pay and any applicable amount for fringe benefits shown in the current Fair Wage Schedule, to be paid to the worker as part of the worker’s wages or for the worker’s benefit provided for in any collective agreement applicable to that worker. WORKERS – Includes mechanics, workers, labourers, owners and drivers of a truck or other vehicle employed in the execution of the contract by the contractor or by any sub-contractor under them and clerical staff. A2. City of Toronto Council references A. City of Toronto Council, by the adoption of Corporate Services Committee Report 13, Clause 1, as

amended, at its meeting of October 1 and 2, 1998, directed that the Fair Wage Policy of the former Municipality of Metropolitan Toronto be adopted for all City departments, agencies, boards and commissions and replace all existing fair wage policies of the former local municipalities.

B. City of Toronto Council, by the adoption of Administration Committee Report 7, Clause 1, as amended, at its meeting of June 18, 19 and 20, 2002, directed that certain changes be made to the Fair Wage Policy and Procedures.

C. City of Toronto Council, by the adoption of Administration Committee Report 5, Clause 2, at its meeting of June 24, 25 and 26, 2003, directed that certain further changes be made to the Fair Wage Policy and Procedures, and to the Fair Wage Rate Schedule.

D. City of Toronto Council, by the adoption of Government Management Committee Item 8.9, at its meeting of October 22 and 23, 2007, directed that certain changes be made to the Fair Wage Policy.

A3. Purpose and history of Fair Wage Policy A. The Fair Wage Policy has as a central principle the prohibition of the City doing business with contractors,

sub-contractors and suppliers who discriminate against their workers. B. Originally implemented in 1893 to ensure that contractors for the City paid their workers the union rates or,

for non-union workers, the prevailing wages and benefits in their field, the Fair Wage Policy has expanded over the years to other non-construction classifications such as clerical workers.

C. The policy also requires compliance with acceptable number of working hours and conditions of work in order to protect the rights of workers.

A4. Intent of Fair Wage Policy The intent of the Fair Wage Policy can be summarized as follows: A. To produce stable labour relations with minimal disruption; B. To compromise between the wage differentials of organized and unorganized labour; C. To create a level playing field in competitions for City work; D. To protect the public; and E. To enhance the reputation of the City for ethical and fair business dealings. A5. Application

236 of 266

viewing

copy

only

do no

t sub

mit

Page 236: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

City Manager’s Office

Fair Wage Office

100 Queen Street West

City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

A. The provisions of the Fair Wage Policy apply equally to contractors and all sub-contractors engaged in work for the City of Toronto. It is understood that contractors cannot sub-contract work to any sub-contractor at a rate lower that called for in the Fair Wage Policy.

B. The fair wage rates do not apply to small businesses, typically those with owner-operators, or partnerships,

or principals of companies as long as they undertake the work themselves. C. It should be noted that under the above City of Toronto Council reference authorities, the conditions of the

Fair Wage Policy cannot be waived, unless authorized by Council to do so. A6. Establishment of rates A. Establishing fair wage rates and schedules are intended to minimize potential conflicts between organized and

unorganized labour in the tendering and awarding of City contracts. B. Certain designated construction-related rates are based on the lowest rate established by collective bargaining,

while the wage rates for other classifications are based on market and industrial surveys in accordance with the prevailing wages for non-union workers in the geographic area.

C. The City encourages contractors to hire and train apprentices under approved apprenticeship programs. Apprentices/trainees will be assessed based on Provincial Qualification Apprenticeship Certification Criteria.

D. Fair wage rates, including rates for apprentices, are established through discussion between the Fair Wage Office and with employee and employer groups and associations (having both union and non-union members). This discussion will also include appropriate apprenticeship programs for construction-related trades.

E. The proper wage rates to be paid to apprentices/trainees are those specified by a particular industry program in which they are enrolled, expressed as a percentage of the journeyman rate on the wage determination. In the event employees reported as apprentices and trainees have not been properly registered, or are utilized at the jobsite in excess of the ratio of journeymen permitted under the approved program, they must be paid the applicable schedule of wage rate. The Manager, Fair Wage Office may assess established employee work history as to determine the appropriate apprentice/trainee level.

F. These rates are reviewed by the above-noted groups and are recommended to Council, by the Manager, Fair Wage Office for approval every three years.

A7. Contractor and sub-contractor responsibilities A. Contractors will be responsible for any violations or non-compliance issues arising from the engagement of

any sub-contractor on City work. B. The contractor or sub-contractor shall pay or cause to be paid weekly or biweekly to every worker

employed in the execution of the contract wages at the following rates, namely:

(1) For workers employed in shop work: (a) The union rate of wages in the particular district or locality in which the work is

undertaken for any class or work in respect of which there is such union rate; and (b) For any class of work for which there is no such union rate, the rate of wages shall be the

rate of wages, as determined by the Manager, Fair Wage Office prevailing in the particular district or locality in which the work is undertaken.

(2) For workers employed in field work:

(a) Where the contractor or sub-contractor is in contractual relationship with a union recognized by the Ontario Labour Relations Board as the bargaining agent for the relevant workers, the applicable rate of wages set out in the collective agreement; and

237 of 266

viewing

copy

only

do no

t sub

mit

Page 237: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

City Manager’s Office

Fair Wage Office

100 Queen Street West

City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

(b) Where there is no such contractual relationship, a rate not less than that set out for such work in the Schedule of Wage Rates files by the Manager, Fair Wage Office, with the City Clerk of the Corporation after being first approved by Toronto Council; and

(c) For any class of work for which there is no rate, the rate of wages shall be the rate of wages, as determined by the Manager, Fair Wage Office, prevailing in the particular district or locality in which the work is undertaken.

C. The contractor and sub-contractor shall:

(1) At all times keep a list of the names and classifications of all workers employed in the work, the hourly rate and hours worked per day and a record of the amounts paid to each.

(2) From time to time, if demanded by the Manager, Fair Wage Office, furnish a certified copy of all paysheets, lists, records and books relating to the work and keep the originals thereof open at all times for examination by the Manager.

(3) At all times furnish and disclose to the said Manager any other information respecting wages of workers that may be desired by the Manger in connection with the work.

(4) Attach to all accounts rendered for payment of money upon the contract, a declaration affirming that the requirements of the Fair Wage Policy have been fully complied with.

(5) Display legible copies of this Fair Wage Policy in a prominent position in his or her workshop(s), accessible to all employees.

E. The contractor or sub-contractor shall not compel or permit any worker engaged for the work to work more

than the number of hours per day and the number of hours per week set out in the Fair Wage Schedule for the particular type of work involved except in case of emergency, and then only with the written permission of the Commissioner or head of the department/division having charge of the work or the person then acting as such.

A8. Responsibilities of Manager, Fair Wage Office A. To fulfil the duties of the Manager, as set out in Chapter 67 of the Toronto Municipal Code, 67-A3 B. In every procurement call to which the Fair Wage Policy applies, the Manager, Fair Wage Office, will

determine the applicable Fair Wage Schedules for the work requested in the procurement call, or whether unionized workers need to be utilized for the work requested in the procurement call as per Chapter 67 Schedule B Labour Trades Contractual Obligations in the Construction Industry.

C. Once the applicable Fair Wage Schedule is determined for a specific procurement call, the Manager, Fair Wage Office will provide a copy of the Fair Wage Schedule to Purchasing and Materials Management Division to insert into the procurement document, before the procurement documentation is issued.

D. In case of a jurisdictional dispute or dispute as to rate of wages to be paid under the contract or as to the amount to be paid to any worker or apprentice, the decision of the Manager, Fair Wage Office, shall be final and binding upon all parties.

E. After the procurement call closes, the Manager, Fair Wage Office, at the request of Purchasing and Materials Management Division, will send a fair wage declaration form to the three lowest bidders, to determine if the bidder will comply with the fair wage policy and fair wage schedule.

A9. Penalty Provisions A. If the contractor or sub-contractor fails to pay any worker wages at the rate called for in Chapter 67-A7, the

City may: (1) Charge an administrative fee not in excess of 15 per cent of the balance necessary to make up the amount that should have been paid from the contractor’s progress draw or holdback; and

238 of 266

viewing

copy

only

do no

t sub

mit

Page 238: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

City Manager’s Office

Fair Wage Office

100 Queen Street West

City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

(2) Pay the worker(s) directly for any back-wages owing directly from the contractor’s progress draw or holdback.

B. If a tenderer or bidder is found not to comply with the Fair Wage Policy, the Manager may recommend the

next lowest bidder for contract aware to Purchasing & Materials Management Division in the following circumstances: (1) On the declaration form discussed in Chapter 67-A8E, a contractor or sub-contractor does not

meet the Fair Wage Schedules. (2) An investigation is underway and the firm does not co-operate in providing timely information

within 5 business days after being requested by the Manager, Fair Wage Office in fulfilling his or her responsibilities under the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry and, operationally, the provision of goods and/or services cannot be delayed.

(3) A contractor or sub-contractor is in violation of the Fair Wage Policy and has not paid restitution to its workers.

(4) A contractor or sub-contractor is unable to comply with the City of Toronto Labour Trades Contractual Obligations in the Construction Industry.

A10. Disqualification Provisions

A. When a contractor or any sub-contractor is found to be in non-compliance with the provisions of the Fair Wage Policy in two separate instances over a period of three years inclusive, the Manager, Fair Wage Office must report and may recommend to the Government Management Committee that the said contractor or sub-contractor be disqualified from conducting business with the City for a period of two years, inclusive.

B. The disqualification period will start from the day of the decision of Council.

C. After the disqualifying period is over, the said contractor or sub-contractor will be placed on probation for the next year. If another non-compliance violation occurs, the Manager, Fair Wage Office must report and may recommend to the Government Management committee that the said contractor or sub-contractor; be disqualified from conducting business with the City for an indefinite period of time.

D. All non-compliance activities (including firm names) and disqualification statistics will be reported to Council annually. Disqualified firms will be published on the City’s website.

239 of 266

viewing

copy

only

do no

t sub

mit

Page 239: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Corporate Services

Fair Wage Office

100 Queen Street West

City Hall, 18th Floor, West Toronto, Ontario M5H 2N2

Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

Labour Trades Contractual Obligations in the Construction Industry* B1. Legislative Applicability of Labour Trades Obligations.

The mandatory Labour Trades provisions for municipalities bound by province-wide collective agreements are separate from Fair Wage Policy established, monitored and enforced by the City. Central to any understanding of municipal obligations to Labour Trades, is that the City has no discretion in setting wage rates or in using union labour for certain trades performing Work for the City. This is by virtue of the Province-wide collective agreements applicable to trades in the Industrial, Commercial and Institutional (ICI) and Residential sectors and other negotiated collective agreements in other sectors of the construction industry.

The Province-wide collective agreements are binding on all employers in the sector. The former City of Toronto was first considered an “employer” when the relevant unions obtained bargaining rights beginning in 1978. As a result, subject to the jurisdiction of the collective agreements, union workers must be used for contracted-out Work. The use of union sub-contractors for municipal building projects is also required in most cases.

B2. Current Labour Trades Contractual Obligations in the Construction Industry.

A. The City of Toronto is bound by the current province-wide collective agreements with respect to the Industrial, Commercial and Institutional sectors of the construction industry between:

(1) The Carpenters’ Employer Bargaining Agency and the Ontario Provincial Council, United Brotherhood of Carpenters and Joiners of America.

(2) The Mechanical Contractors Association of Ontario and the Ontario Pipe Trades Council of the United Association of Journey-men and Apprentices of the Plumbing and Pipe-Fitting Industry of the United States and Canada.

(3) The Electrical Trade Bargaining Agency of the Electrical Contractors Association of Ontario and The International Brotherhood of Electrical Workers and the IBEW Construction Council of Ontario.

(4) The International Union of Bricklayers and Allied Craftsmen and the Ontario Provincial Conference of the International Union of Bricklayers and Allied Craftsmen, and The Masonry Industry Employers Council of Ontario.

(5) The International Association of Heat and Frost Insulators and Asbestos Workers and The Master

Insulators’ Association of Ontario Inc. (6) The International Brotherhood of Painters and Allied Trades and The Ontario Painting Contractors

Association.

(7) The Ontario Glazier Agreement between The Architectural Glass and Metal Contractors Association and The International Brotherhood of Painters and Allied Trades; and

(8) The Environmental Sheet Metal Association Toronto and the Sheet Metal Workers’ International

Association and the Ontario Sheet Metal Workers’ Conference. (9) The Ontario Erectors Association Incorporated, and the International Association of Bridge,

Structural, Ornamental and Reinforcing Iron Workers and the Ironworkers District Council of Ontario

Labour Trades Contractual Obligations – (extracted from Schedule B of the City of Toronto Municipal Code, Chapter 67)

FW R (02/06) Page 1 of 2 240 of 266

viewing

copy

only

do no

t sub

mit

Page 240: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

B. Exhibition Place is bound;

(1) By collective agreements in all sectors of the construction industry between:

(a) The Carpenters’ Employer Bargaining Agency and The Ontario Provincial Council, United Brotherhood of Carpenters and Joiners of America.

(b) The Mechanical Contractors Association of Ontario and The Ontario Pipe Trades Council of the United Association of Journeymen and Apprentices of the Plumbing and Pipe Fitting Industry of the United States and Canada.

(c) The Electrical Trade Bargaining Agency of the Electrical Contractors Association of Ontario and The International Brotherhood of Electrical Workers and the IBEW Construction Council of Ontario; and

(2) By Letters of Understanding between the Board and, respectively, Local 506 of the Labourers International Union of North America and The International Brotherhood of Painters and Allied Trades.

C. Any non-maintenance part(s) of the Work that is the work of Union members for whom the said Council, Brotherhood, Association or Local is the collective representative under the provisions of any one of the said collective agreements or the said Letters shall in each case be performed only by an employer owing contractual obligations to such representative, unless such obligations do not prohibit performance of such part(s) of the Work by others.

B3. Guidelines for Prospective Bidders.

This summary is an overview of the current status of trades’ certifications and the relevant construction sectors for which firms and workers with the appropriate union affiliations must be used when performing the following Work for the City of Toronto and Exhibition Place.

City of Toronto Exhibition Place Type of Work * I.C.I.

Asbestos/ Insulation X Bricklaying/ Masonry X Carpentry X X Electrical X X Glazing X Iron Workers X Labourers X Mechanical X X Painting X X Sheet Metal X

* (Industrial, Commercial, Institutional sector)

B4. Decisions, Fair Wage Policy.

The Fair Wage Office will make final decisions with respect to:

• Work jurisdictions, in consultation with the industry • type of Work involved • whether or not union firms/workers must be used • if Labour Trades Contractual Obligations apply * Labour Trades Contractural Obligations – (extracted from Schedule B of the City of Toronto Municipal Code, Chapter 67)

FW R (02/06) Page 2 of 2 241 of 266

viewing

copy

only

do no

t sub

mit

Page 241: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

City Manager’s Office

Fair Wage Office

100 Queen Street West

City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

FAIR WAGE SCHEDULE

Description Wage Rate Vacation Pay Fringe Benefit

Operator Street Flusher $23.81/Hr 4% $3.67/HR

CCTV $21.75/Hr 4% $3.67/HR

242 of 266

viewing

copy

only

do no

t sub

mit

Page 242: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

1

Purchasing & Materials Management Division Right to Reject Debtors and Set Off Policy

DATE: February 27, 2008 PAGE : 1 of 6

PURPOSE

1.0 To protect the interests of the taxpayers of the City of Toronto by reserving the right to the City to reject an offer to supply goods and/or services through the City’s procurement processes where the City determines that the person making the offer is in any way indebted to the City and in its sole discretion is of the opinion that it is in the City’s best interests that the offer be rejected. To make it clear to persons responding to a call or request from the City that the Treasurer may choose to exercise any legal or equitable right of setoff against any person who becomes indebted to the City during the provision of their services and may re-direct payments to otherwise due to such person towards repayment of outstanding amounts owed to the City. Note: 1. Adopted by Council at its meeting held on July 20, 21, 22, 2004, Report No. 5, Clause 8, Administration Committee. 2. Revised by City Council at its meeting of June 14, 15 & 16, 2005, Report No. 5, Clause 3. POLICY

2.0 Application This policy shall apply to all calls and proposals issued by the City of Toronto’s Purchasing and Materials Management Division (PMMD). 3.0 Definitions “bid” means a formal price response to a call issued by the City; “bidder” means any person submitting a competitive bid in response to a call by the City; “call” means a solicitation from the City to external suppliers or providers to submit a tender or a quotation;

243 of 266

viewing

copy

only

do no

t sub

mit

Page 243: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

2

"controlling interest" means the interest that a person has in a corporation when the person beneficially owns, directly or indirectly, or exercises control or direction over, equity shares of the corporation carrying more than 10 per cent of the voting rights attached to all equity shares of the corporation for the time being outstanding; “debtors watch list” means a list of persons and or companies who are indebted to the City; “indebted” includes but is not limited to unpaid taxes, outstanding claims, judgements or executions, arrears of rent and any interest and penalty thereon owing by a person to the City; “parent" means a person who has demonstrated a settled intention to treat a child as a member of his or her family whether or not that person is the natural parent of the child; “person” shall include any individual, sole proprietorship, partnership, corporation or other entity with the legal capacity to contract; “procurement processes” includes any call or request issued by PMMD pursuant to Chapter 195, Purchasing, of the City of Toronto Municipal Code; “related person” means a parent or the spouse or any child of the person or any person or entity having an indirect pecuniary interest as set out in section 4.0; “request” means a solicitation from the City to external suppliers or providers to submit a proposal; “senior officer" means the chair or any vice-chair of the board of directors, the president, any vice-president, the secretary, the treasurer or the general manager of a corporation or any other person who performs functions for the corporation similar to those normally performed by a person occupying any such office; "spouse" means a person to whom the person is married or with whom the person is living in a conjugal relationship outside marriage. 4.0 Indirect pecuniary interest

244 of 266

viewing

copy

only

do no

t sub

mit

Page 244: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

3

A person has an indirect pecuniary interest in any matter in which another person is concerned, if:

(a) the person or his or her nominee, (i) is a shareholder in, or a director or senior officer of the other person,

being a corporation that does not offer its securities to the public;

(ii) has a controlling interest in or is a director or senior officer of the other

person, being a corporation that offers its securities to the public, or

(iii) is a member of the other person; or

(b) the person is a partner of the other person or is in the employment of the other person.

5.0 Right to Reject It shall be the policy of the City of Toronto that in any procurement of goods and services by the City, the City reserves the right to reject an offer to supply goods and/or services presented in response to the City’s procurement processes where the City determines that the person making the offer is in any way indebted to the City and in its sole discretion is of the opinion that it is in the City’s best interests that the offer be rejected. For the purpose of this section 5.0, “person making the offer” includes the person actually making the offer, whether as agent or principal, a person on whose behalf the offer is made and any related person. 5.1 Process All calls or proposals issued by PMMD on behalf of City Divisions shall include a copy of this policy. 5.2 Declaration PMMD shall be entitled to rely on the contents of the Debtors Watch List in making a determination of disqualification. 6.0 Determination of Disqualification

245 of 266

viewing

copy

only

do no

t sub

mit

Page 245: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

4

The City Manager or designate shall have, in consultation with the Treasurer, the City Solicitor and the Division Head on whose behalf PMMD has issued a procurement process, the sole discretion to reject a bid on the basis of this policy in the best interests of the City. The Guidelines in Appendix ‘A’, attached, will be used by the City Manager in exercising her discretion under the policy. NOTE: On July 23, 2007 the City Manager delegated to the Treasurer, the authority to make the determination for rejection as described herein above in Section 6.0 and in Appendix A of this policy 6.1 Notification of Rejection Once a decision to reject a bid has been made by the City under sections 5.0 and 6.0 hereof, PMMD shall forthwith notify the affected person of the decision by way of a notice in writing delivered to the address provided by the person in the particular procurement process from which that the bid has been rejected, provided, however, that any such rejection is not conditional upon the delivery or receipt of such notice in writing. 7.0 Set-Off The Treasurer, in consultation with the City Solicitor, may choose to exercise any legal or equitable right of set-off against any person who becomes indebted to the City during the provision of their services and may re-direct payments otherwise due to such person towards repayment of outstanding amounts owed to the City. 8.0 Where a disqualified person is otherwise the lowest bidder whose bid meets the specifications and requirements set out in the call or request, such bid will be referred to a standing committee of council in accordance with the provisions of Schedule 195, Purchasing, of the Municipal Code. ATTACHMENTS APPENDIX A – GUIDELINES IN REPSECT OF THE CITY’S RIGHT TO REJECT DEBTORS AND SET OFF POLICY CONTACT

Should you have any questions please contact the Purchasing and Materials Management Division. In the event that further interpretation is required, please contact the Manager, Corporate Purchasing Policy & Quality Assurance at 392-0387 or Supervisor, Policy, Training & Technology at 392-1305

246 of 266

viewing

copy

only

do no

t sub

mit

Page 246: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

5

Appendix A

Guidelines in Respect of the City’s Right to Reject Debtors and Set Off Policy (The “Policy”)

The following are guidelines for the City Manager to consider when, in consultation with the City Solicitor, the Treasurer and the Division Head, to determines whether to exercise her discretion to reject a debtor under the Policy. The City Manager may consider any individual guideline or any combination of guidelines to determine the application of the Policy.

(1) Size of the indebtedness

The policy should only be applied in situations where the amount of the indebtedness is significant in relationship to the contract under consideration.

The suggested size of the indebtedness that would trigger possible application of the policy is 10% of the amount bid.

(2) Age of the indebtedness

The policy should be applied in situations where the age of the indebtedness is significant. The suggested age of the indebtedness that would trigger possible application of the policy is 90 days overdue or more. The policy may also be applied where the debtor has a chronic pattern of late payment.

(3) The nature of the indebtedness

Where the nature of the indebtedness is a legal claim or a claim to rectify previous deficiencies, the policy should be applied in those circumstances where the claim is significant in size (see 1.) If the contractor in question has a track record of settling cross claims in a manner acceptable to staff, it would be inappropriate to use the policy. It may be quite appropriate to exercise the policy with a debtor that has a chronically poor record with the City with respect to payment of accounts or where the debtor has a chronic history of claims.

(4) Other Avenues Available to Correct the Indebtedness

The denial of City business is one of many avenues that the City has to encourage the payment of outstanding accounts. In a situation where the City has other strong collection tools available such as the disconnection of water or

247 of 266

viewing

copy

only

do no

t sub

mit

Page 247: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

6

the tax sale of a property, it may be in the best interests of the City to award a contract if the bid is attractive enough and the risk of not collecting on outstanding accounts is low.

(5) The Spread between the Debtors Low Bid and the Next Lowest Bid

In circumstances where the response submitted by the debtor is so attractive as compared to the next ranked response that the benefit of the award significantly outweighs the debt to the City, it may not be appropriate to decline the award. Care must be taken, however, in situations where the indebtedness is in the form of past claims for poor workmanship. In these situations, a low bid may indicate that the pattern of poor workmanship and resulting claims may continue.

248 of 266

viewing

copy

only

do no

t sub

mit

Page 248: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

Purchasing & Materials Management Division Restrictions on the Hiring and use of Former City of Toronto Management Employees for City Contracts

DATE:: JUNE 27,, 2007

PAGE : 1 of 2

PURPOSE

To ensure that former City of Toronto management employees who took part in a separation program or received a retirement package, are prohibited from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years starting from an employee's separation date. POLICY

A standard clause is to be inserted in all competitive procurement calls and requests issued by the City and its special purpose bodies, in order to advise companies, firms and individuals and ensure compliance with this policy. Accordingly, all respondents competing for a City of Toronto contract will be asked to identify, by name, any former City management employees now under their employ if: the employee left the present City of Toronto and its special purpose bodies with a separation package or retirement incentive; and, if the project contract is within two years of the date of termination of the former City employee. Former employees covered by this policy are prohibited from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years starting from the employee’s separation date. This would include, but not be limited to, for example, the following roles: • As an independent contractor/consultant; • As a contractor/consultant on City project work for a company/firm (but, the firm may compete); or • As a contractor/consultant on City project work for a company/firm that has been sub-contracted by

another company/firm. Notes: (1) Adopted by Council at its meeting of February 4, 5, & 6, 1998, Report No. 2, Clause No. 2 of the Strategic Policies and Priorities Committee, and (2) Revised by City Council at its meeting of November 26, 27, 28, 2002, Report No. 14, Clause No. 6, Administration Committee.

PROCEDURES

(1) The above policy will be included in all applicable competitive procurement calls/requests issued by the Purchasing and Materials Management Division.

(2) In addition, all applicable competitive procurement calls/requests issued by the Purchasing and Materials Management Division will include the following statement:

“Former City of Toronto management employees who took part in a separation program or received a retirement incentive are prohibited from participating in contracts directly or indirectly related to the City of Toronto and its special purpose bodies for a period of two years starting from an employee’s termination date. Respondents are to state the name(s) of any former City of Toronto management employee(s) hired/used by your firm, if any, who have left the employ of the City or its special purpose bodies within the last two years. Specify: .” (3) This policy will be considered in the evaluation of all submissions received by the City of Toronto.

249 of 266

viewing

copy

only

do no

t sub

mit

Page 249: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

CONTACT

Should you have any questions, please contact the Purchasing and Materials Management Division. In the event that further interpretation is required, please contact the Manager, Corporate Purchasing Policy & Quality Assurance at 416-392-0387 or Supervisor, Policy, Training & Technology at 416-392-1305.

250 of 266

viewing

copy

only

do no

t sub

mit

Page 250: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

 

 

Supplier Num

ber 

              Com

pany/Organization Nam

e  

              Date 

Supplier Num

ber 

              Com

pany/Organization Nam

e  

              Date 

Declaration of a Non-Discrimination Policy The City of Toronto requires all firms or organizations who supply goods and services to the City and its Agencies, Boards, Commissions and Special Purpose Bodies, to adopt and to post a Non-Discrimination Policy that ensures that the: Organization/firm upholds policies which prohibit discrimination and which protect the right to be free of hate activity based on race, ancestry, place of origin, colour, ethnic origin, disability, citizenship, creed, sex, sexual orientation, gender identity, age, marital status, family status, receipt of public assistance, political affiliation, religious affiliation, record of offences, level of literacy or any other personal characteristics by or within the organization. Check if organization/firm has previously completed and filed the form with City: Yes No If yes, please do not complete the form. If no, please complete the form. Please type or print where applicable Legal Firm Name Common or Business Name (if different) Address of Principal Place of Business Mailing Address (if different) Tel. No. Fax No. Tel. No. Fax No. Name of Chief Executive Officer/President Name of Employment Equity Official: Position Title: Position Title: Signature of Authorized Official: Date: Check if Firm is more than 50% owned by* (check all that apply): Aboriginal Peoples/First Nations Of Canada People with Disabilities Racial Minorities Women Not Applicable * Please see reverse for explanation of definitions The information requested on this form is, collected pursuant to Clause 6 of Corporate Services Committee Report 11, adopted by Council on July 29,30 and 31, 1998 and Clause 2 of Corporate Services Committee Report 19 adopted by Council on December 16 and 17,1998. Its purpose is to verify that your firm has adopted the Non-Discrimination Policy and to compile statistics for the purpose of monitoring the equal opportunity designated group status of the ownership of firms. If you have any questions about this declaration, please contact the Director of Equity, Diversity and Human Rights at 416-392-1108.

Please return completed form to the address shown above (Private Sector Firms)

   

 

Office of Equity, Diversity & Human Rights 100 Queen Street West City Hall, 14th Floor, West Tower Toronto, ON M5H 2N2

Uzma Shakir Director

City Manager’s Office Joseph P. Pennachetti, City Manager

Tel: 416-392-1108 Fax: 416-696-4174 ushakir @toronto.ca www.toronto.ca

For Office Use only 

POLICY DECLARATION 

251 of 266

viewing

copy

only

do no

t sub

mit

Page 251: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

 

 

   Definitions: Aboriginal Peoples/ First Nations of Canada: A person is an Aboriginal person if he or she is a member of the First Nations (status

and non-status Indians), Inuit (Aboriginal peoples from Arctic Canada) and Métis (mixed First Nation and European ancestry). 

Person With A Disability:  A person is a "person with a disability" if the person has a persistent physical,

mental, psychiatric, sensory or learning impairment that substantially limits one or more major life activities and, (i) the person considers himself or herself to be disadvantaged in employment by

reason of that impairment, or - (ii) the person believes that an employer or potential employer is likely to consider

the person to be disadvantaged in employment by reason of that impairment. Racial Minority:  Also called racialized people or visible minorities, a person is a member of a racial minority because of his or her race or colour. Racial minorities include African Canadian/Black, East Asian, South East Asian; South Asian, West Asian or Arab and

others that have bi-or multi-racial origins.  

252 of 266

viewing

copy

only

do no

t sub

mit

Page 252: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

TORONTO LICENSING REQUIREMENTS

Attached is a listing of services and trades which require licensing.

Any firm (prime contractor, sub-contractor) performing or subcontracting any or all of the

services listed must be licensed and in good standing.

For further detailed information on Licenses please contact the call centre at 416-392-6700.

TRADES / SERVICES REQUIRING TORONTO LICENSES

BUILDING RENOVATORS:

- Bricklaying / Masonry - Shingling

- Carpentry - Waterproofing

- Flat Roofing - Concrete Work

- Plastering - Eavestroughing

- Tile Setting - Manufacture & Installation of Cabinets and Vanities

- Drywall / Taping - Installation of Aluminum Products

- Tuck Pointing - Underpinning

OTHER TRADES:

- Insulation Installer - Heating Contractor

- Building Cleaner - Exterior - Plumbing and Heating Contractor

- Sign Painter - Plumbing Contractor

- Chimney Repairperson - Drain Contractor

MISCELLANEOUS:

-Auctioneer

Revised August 7, 2009

253 of 266

viewing

copy

only

do no

t sub

mit

Page 253: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT

Tender No.:_______________________________ Bidder’s Name:________________________

The City of Toronto Environmentally Responsible Procurement Policy encourages bidders to also offer products/services which are environmentally preferred. Environmentally preferred products/services offered must be competitive in cost, conform to specifications, performance requirements and, be suitable for the intended application as determined by the using division(s). Environmentally preferred products/services are those such as durable products, reusable products, energy efficient products, low pollution products/services, products (including those used in services) containing maximum levels of post-consumer waste and/or recyclable content, and products which provide minimal impact to the environment. An environmentally preferred product is one that is less harmful to the environment than the next best alternative having characteristics including, but limited to the following:

1. Reduce waste and make efficient use of resources: An Environmentally Preferred Product would be a product that is more energy, fuel, or water efficient, or that uses less paper, ink, or other resources. For example, energy-efficient lighting, and photocopiers capable of double-sided photocopying.

2. Are reusable or contain reusable parts: These products such as rechargeable batteries,

reusable building partitions, and laser printers with refillable toner cartridges.

3. Are recyclable: A product will be considered to be an Environmentally Preferred Product if local facilities exist capable of recycling the product at the end of its useful life.

4 Contain recycled materials: An Environmentally Preferred Product contains post-consumer

recycled content. An example is paper products made from recycled post-consumer fibre.

5. Produce fewer polluting by-products and/or safety hazards during manufacture, use or disposal: An Environmentally Preferred Product would be a non-hazardous product that replaces a hazardous product.

6. Have a long service-life and/or can be economically and effectively repaired or upgraded. Bidders shall if requested, provide written verification of any environmental claims made in their bid/proposal satisfactory to the City of Toronto within five(5) working days of request at no cost to the City. Verification may include, but not be limited to, certification to recognized environmental program (e.g., Environmental Choice Program [ECP]), independent laboratory tests or manufacturer’s certified tests. Only proven environmentally preferred products/services shall be offered. Experimental or prototype products/services will not be considered. For a copy of the City of Toronto Environmentally Responsible Procurement Policy, contact the Purchasing and Materials Management Division at (416) 392-7303 or (416) 392-0387. State if environmentally preferred products/service is being offered: YES______ NO______ State briefly the environmental benefit of the product/service offered: ________________________________________________________________________________ __________________________________________________________________________

254 of 266

viewing

copy

only

do no

t sub

mit

Page 254: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

` Parks, Forestry & Recreation Urban Forestry

TREE PROTECTION POLICY AND

SPECIFICATIONS FOR CONSTRUCTION NEAR TREES Table of Contents 1. Introduction 2. Table 1 - Tree Protection Zones 3. Tree Protection Barriers (including detail TP-1) 4. Tree Protection Signage 5. Site and Landscape Plans – Tree Protection Notes and Graphics 6. Tree Removal or Relocation 7. Tree Security Deposits 8. Emergency Repairs to Utilities 9. Tree Protection Plan Notes, Detail TP-2a 10. Detail TP-3 The Crown and Root Structure of a Tree in an Optimum Growing Environment 11. Tree Species Intolerant of Construction Disturbance 12. Contact Information 1. Introduction

The maintenance and enhancement of the urban forest is one of our goals. Preserving and protecting healthy trees is one objective towards achieving this goal. Including trees in the initial stages of construction planning may mean the difference between preserving a healthy tree or having to remove it. When plans are created with tree preservation in mind, you can help us protect our existing tree resource. The tree protection policies and specifications outlined below reflect the policy of Toronto City Council. Anyone failing to adhere to the tree protection policies and specifications will be financially responsible for any resulting damage to trees and may be charged under the provisions of the applicable City of Toronto tree by-law.

Prior to commencing with any construction activity on your property it is important that you consult with a tree care professional to determine the type and condition of the trees on your property and surrounding properties and to become aware of the tree protection by-laws that could impact your proposal. All trees situated on City streets are protected under Article II, Chapter 813 of the City of Toronto Municipal Code. For more information visit our website at www.toronto.ca/trees/city_trees.htm. Trees on private property are protected under Article III, Chapter 813 of the City of Toronto Municipal Code. Privately-owned trees that do not qualify for protection under the private tree legislation, because they have a diameter less than 30 cm, must be protected if they were planted as a condition of site plan approval and incorporated into a site plan agreement which was registered on title. Trees in this category are required to be maintained substantially in conformity with the approved drawings. For more information visit our website at www.toronto.ca/trees/private_trees.htm. Chapter 658, Ravine and Natural Feature Protection, of the City of Toronto Municipal Code, protects trees and natural features in designated areas of the City. There is no minimum diameter for a tree to qualify for protection under the Ravine and Natural Feature Protection By-law. Trees of any size located in the designated areas qualify for protection. For more information visit our website at www.toronto.ca/trees/ravines.htm.

July 2010 1255 of 266

viewing

copy

only

do no

t sub

mit

Page 255: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

July 2010 2

Types of Tree Damage Physical injury to the main stem or branches of a tree will occur if construction equipment is permitted close to the trees or if structures are built into the growing space of a tree. Physical injuries are permanent and can be fatal. Root cutting is another type of injury that can significantly impact the health of a tree. Excavation for foundations or utility installation may cut tree roots if the excavation is too close to the trees. The majority of tree roots are found in the upper 30 to 60 cm of soil. Trees can also become destabilized and may fail if structural support roots are severed. Prior to commencing with any excavation, an exploratory dig should be undertaken using a low pressure hydro vac system, with water pressure less than 20 p.s.i. This method of non-intrusive excavation will determine the presence or absence of roots and provide guidance to design construction projects with tree protection in mind. Compaction of the soil in which tree roots grow is one of the leading causes of tree decline in Toronto’s urban forest. Soil compaction occurs primarily from vehicles and equipment moving across the root zones. Often, you cannot see the damage being done and unless you have some arboricultural background you are likely not aware of the damage that can occur. Soil compaction causes the pore space in the soil, which contains air and water necessary for root growth, to be reduced. Without space available for oxygen and water, tree roots will suffocate and the decline of the tree will follow. Adding soil on top of tree roots can smother them by reducing the amount of oxygen and water they are accustomed to receiving. Only a few centimetres of added soil can have a significant and sometimes detrimental impact on the health of a tree. Protecting Your Trees There are a number of things that you can do to protect your trees and your neighbour’s trees prior to, during and after any construction project. Hiring a qualified tree expert or natural resource specialist should be the first thing you do. A professional can provide the advice you need regarding your tree’s current maintenance requirements and they can determine what impact your proposal will have on trees and the surrounding natural environment. Once you have an inventory of the trees on your property and adjacent properties, and you know the tree by-laws that will apply to your site, you can begin to design your project with tree protection in mind, and prepare a tree preservation plan with a qualified tree expert. It is important to plan the location of any utilities at the beginning of any construction project as utility installation may be detrimental to tree health. Table 1 below provides minimum tree protection zones based on the diameter of the trees in question. Please consult this table when preparing tree protection plans and remember that these are minimum distances. Depending on the tree and the surrounding environment, much larger tree protection zones may be required by Urban Forestry to realistically protect the trees. In addition to establishing and creating tree protection zones, it may be necessary to implement other protective measures, such as adding mulch to the root zone, aeration of the soil, pruning for deadwood or removing limbs that may be impacted by construction activity. This is also the time to determine the location where new trees can be planted to compliment the construction project and help with the renewal and growth of the urban forest. Communication between owners, contractors and sub-contractors throughout the construction process is critical to ensure that everyone is aware of the issues surrounding tree protection, and fully understands the tree protection methodology. Construction damage to trees is often irreversible.

256 of 266

viewing

copy

only

do no

t sub

mit

Page 256: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

July 2010 3

2. Table 1 - Tree Protection Zones

The following is a chart showing minimum required distances for determining a Tree Protection Zone (TPZ) for City-owned trees located on a City Street, in parks and trees on private property subject to either the Ravine and Natural Feature Protection By-law or the Private Tree By-law. Some trees and some site conditions may require a larger TPZ. Tree Protection Zones:

Trunk Diameter

(DBH)1

Minimum Protection Distances Required2

City-owned and Private Trees

Minimum Protection Distances Required

Trees in Areas Protected by the Ravine and Natural Feature Protection By-law

< 10 cm

10 – 29 cm 303 – 40 cm 41 – 50 cm 51 – 60 cm 61 – 70 cm 71 – 80 cm 81 – 90 cm 91 – 100 cm

> 100 cm

1.2 m 1.8 m 2.4 m 3.0 m 3.6 m 4.2 m 4.8 m 5.4 m 6.0 m

6 cm protection for each 1 cm diameter

Whichever of the two is greater: The drip line4 or 1.2 m

The drip line or 3.6 m The drip line or 4.8 m The drip line or 6.0 m The drip line or 7.2 m The drip line or 8.4 m The drip line or 9.6 m

The drip line or 10.8 m The drip line or 12.0 m

12 cm protection for each 1 cm diameter or the drip line5

1 Diameter at breast height (DBH) measurement of tree stem taken at 1.4 metres above the ground. 2 Tree Protection Zone distances are to be measured from the outside edge of the tree base. 3 Diameter (30 cm) at which trees qualify for protection under the private tree by-law. 4 The drip line is defined as the area beneath the outer most branch tips of a tree. 5 Converted from ISA Arborists’ Certification Study Guide, general guideline for tree protection barriers of 1 foot of diameter from the stem for each inch of stem diameter. Within a TPZ there must be: no construction; no altering of grade by adding fill, excavating, trenching, scraping, dumping or disturbance of any

kind. no storage of construction materials, equipment, soil, construction waste or debris. no disposal of any liquids e.g. concrete sleuth, gas, oil, paint. no movement of vehicles, equipment or pedestrians. no parking of vehicles or machinery. directional micro-tunnelling and boring may be permitted within the limits of a TPZ subject to approval

by Urban Forestry. open face cuts outside a TPZ that are consistent with an approved plan and that require root pruning,

require the services of a qualified arborist or approved tree professional. An exploratory dig, either by hand or using a low water pressure hydro vac method, must be completed prior to commencing with open face cuts outside the TPZ.

The above mentioned requirements are for area(s) designated as a TPZ. These requirements should also be implemented outside the TPZ in areas where tree roots are located. The roots of a tree can extend from the trunk to approximately 2-3 times the distance of the dripline. See Detail TP-1 and TP-3 for further information.

257 of 266

viewing

copy

only

do no

t sub

mit

Page 257: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

July 2010 4

3. Tree Protection Barriers Plywood tree protection hoarding or steel fence tree protection hoarding shall be installed in locations

as detailed in an Urban Forestry approved Tree Protection Plan. Tree protection shall be installed in accordance with the City’s Tree Protection Policy and Specifications for Construction near Trees and/or to the satisfaction of Urban Forestry. Within a City road allowance where visibility is a consideration, 1.2m (4ft) high orange plastic web snow fencing on a 2”x 4” frame should be used.

All supports and bracing used to safely secure the barrier should be located outside the TPZ. All

supports and bracing should minimize damage to roots. Where some fill or excavate must be temporarily located near a TPZ, a plywood barrier must be used

to ensure no material enters the TPZ. Root protection shall be installed where required in construction access locations to the satisfaction of

Urban Forestry in order to protect tree roots from compaction during construction. Root protection shall consist of a combination of filter fabric, clear crushed stone (half to three quarter inch diameter) placed in a layer 15cm deep, and steel plating or other material, as approved by Urban Forestry.

Any area designated for stockpiling of excavated soil must be fenced with sediment control fencing.

Sediment control fencing shall be installed in the locations as indicated in an Urban Forestry approved Tree Protection Plan. The sediment control fencing must be installed to Ontario Provincial Standards (OPSD-219.110) and to the satisfaction of Urban Forestry. The sediment control fencing can be attached to the tree protection hoarding.

Once all tree/site protection measures have been installed you must notify Urban Forestry staff to

arrange for an inspection of the site and approval of the site protection requirements. See Detail TP-1 for further information. Where changes to the location of the TPZ or where temporary access to the TPZ are proposed, you

must contact Urban Forestry to obtain approval.

258 of 266

viewing

copy

only

do no

t sub

mit

Page 258: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

July 2010 5259 of 266

viewing

copy

only

do no

t sub

mit

Page 259: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

4. Tree Protection Signage A sign that is similar to the illustration below may be required to be mounted on all sides of a Tree Protection Barrier for trees protected by the Trees on City Streets By-law and the Private Tree By-law. The sign should be a minimum of 40cm x 60cm and made of white gator board or equivalent material.

TREE PROTECTION ZONE (TPZ)

No grade change, storage of materials or equipment is permitted within this TPZ. Tree protection barrier must not be removed without the written authorization of City of Toronto, Urban Forestry.

For information call Urban Forestry at:

(416) 338-TREE (8733)

5. Site and Landscape Plans – Tree Protection Notes and Graphics All applications for construction projects must include a site plan and/or landscape plan that includes details on tree protection prepared by or in consultation with a qualified arborist or approved tree professional. All Site and Landscape Plans must include the following information: Identify size and species of all existing trees on or within 6 metres of the subject site. Show extent of the crown of all existing trees. Indicate trees to be removed. Highlight and label tree protection barriers and tree protection zones. (See Table 1 to determine size of tree protection zone. Distances are to be measured from base of tree). Indicate vehicular access and construction staging areas. Indicate location of any excavation that requires root pruning. See Detail TP – 2a for further information.

6. Tree Removal or Relocation Any requests for removal or injury of a tree protected by City by-laws must be made on the appropriate application forms and submitted to the General Manager, Parks, Forestry and Recreation with attention to Urban Forestry at the appropriate address. Requests received by Urban Forestry for tree removal or injury may be forwarded to a Community Council and City Council for approval. If approval is granted for removal of City owned trees, applicants will assume all costs involved, which include tree value, removal, and replacement costs. If approval is granted for removal of private trees or trees in ravine and natural feature protected areas, the permit will be subject to conditions, including tree replacement, as determined by Urban Forestry. For additional information, regarding the removal or relocation of City-owned trees or trees protected under the private tree by-law, please call (416) 338–TREE (8733). For ravine and natural area trees, please call (416) 392-1888. July 2010 6

260 of 266

viewing

copy

only

do no

t sub

mit

Page 260: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

July 2010 7

7. Tree Guarantee Deposits

The General Manager of Parks, Forestry and Recreation may request a Financial Security to guarantee the protection of trees, or the satisfaction of all conditions of permit issuance. In addition the General Manager may require that a Letter of Acceptance of Responsibility be signed by an applicant. Financial Securities held by the City shall be released by the City provided that the trees are healthy and in a state of vigorous growth 2 years after the completion of all construction activity. It is the applicant’s responsibility to advise the General Manager of Parks, Forestry and Recreation that tree protection zones have been created in accordance with approved plans. For tree planting the General Manager may request a guarantee in an amount appropriate to secure the planting of trees. A Financial Security may be held by the City after the planting of the trees for a period of 2 years and shall be released by the City provided that the trees are healthy and in a state of vigorous growth 2 years after planting. It is the applicant’s responsibility to advise the General Manager of Parks, Forestry and Recreation that trees have been planted in accordance with approved plans. It is also the applicant’s responsibility to submit a written request to the General Manager of Parks, Forestry and Recreation for the refund of a Tree Guarantee Deposit, 2 years after the completion of all construction activity and/or 2 years after tree planting. Financial Securities must be in the form of a certified cheque, money order or letter of credit with amounts payable to the Treasurer of the City of Toronto.

8. Emergency Repairs to Utilities Emergency repairs to underground utilities are permitted to commence immediately. The utility company concerned is responsible for notifying Urban Forestry by calling 311 as soon as possible when trees are involved, so that an inspector can be dispatched. Urban Forestry staff may be contacted after hours by calling 311, and requesting the assistance of an on-call Urban Forestry inspector. This phone number is only in service after regular business hours and is strictly for use in emergency situations.

261 of 266

viewing

copy

only

do no

t sub

mit

Page 261: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

July 2010 8

9. Tree Protection Plan Notes, Detail TP – 2a

The following notes are to be provided on all site and landscape plans submitted in support of construction related applications. Prior to site disturbance the owner must confirm that no migratory birds are making use of the site for nesting. The owner must ensure that the works are in conformance with the Migratory Bird Convention Act and that no migratory bird nests will be impacted by the proposed work. It is the applicants’ responsibility to discuss potential tree injury of trees on shared property lines with their neighbours. Should such trees be injured to the point of instability or death the applicant may be held responsible for removal and such issues would be dealt with in civil court or through negotiation. The applicant would be required to replace such trees to the satisfaction of Urban Forestry.

TREE PROTECTION ZONE: No construction activity including grade changes, surface treatments or excavations of any kind is permitted within the area identified on the Tree Protection Plan or Site Plan as a Tree Protection Zone (TPZ). No root cutting is permitted. No storage of materials or fill is permitted within the TPZ. No movement or storage of vehicles or equipment is permitted within the TPZ. The area(s) identified as a TPZ must remain undisturbed at all times.

TREE PROTECTION BARRIERS: For City-owned Trees: Tree protection barriers for trees situated on the City road allowance where visibility must be maintained, can be 1.2m (4ft.) high and consist of chain link, or orange plastic web snow fencing on a 2” x 4” wood frame. All supports and bracing used to secure the barrier should be located outside the TPZ. All supports and bracing should minimize damage to roots outside the TPZ. Where some fill or excavate has to be temporarily located near a tree protection barrier, plywood must be used to ensure no material enters the TPZ. If the TPZ needs to be reduced to facilitate construction access, the tree protection barrier must be maintained at a lesser distance and the exposed TPZ protected with plywood and wood chips. This must first be approved by Urban Forestry. For trees on private property situated on or adjacent to construction sites: Tree protection barriers must be installed around trees to be protected using plywood clad hoarding or an equivalent approved by Urban Forestry. All supports and bracing to safely secure the barrier should be outside the TPZ. All such supports and bracing should minimize damage to roots outside the TPZ. Tree Protection Hoarding in the Ravine & Natural Feature Protected Areas The applicant/owner shall protect all trees in the protected area that have not been approved for removal or injury, throughout development works to the satisfaction of Urban Forestry. Plywood (or chain link fence, if agreed to by Urban Forestry) tree protection hoarding shall be installed in the locations as indicated in the Urban Forestry approved tree protection plan. Tree protection hoarding shall be installed to standards as detailed in the City’s Tree Protection Policy and Specifications for Construction near Trees and to the satisfaction of Urban Forestry. Tree protection hoarding must remain in place and in good condition during demolition and/or construction and must not be altered or moved until authorized by Urban Forestry. Established tree protection zones must not be used as construction access, storage or staging areas. Grade changes are not permitted within established TPZ. All additional tree protection or preservation requirements, above and beyond the required tree protection hoarding, must be undertaken or implemented as detailed in the Urban Forestry approved arborist report and/or the approved tree protection plan and to the satisfaction of Urban Forestry. Sediment control fencing shall be installed in the locations as indicated in the Urban Forestry approved sediment control plan. The sediment control fencing must be installed to Ontario Provincial Standards (OPSD-219.110) and to the satisfaction of Urban Forestry.

262 of 266

viewing

copy

only

do no

t sub

mit

Page 262: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

July 2010 9

General Note: Prior to the commencement of any site activity the tree protection barriers specified on this plan must be installed and written notice provided to Urban Forestry. The tree protection barriers must remain in effective condition until all site activities including landscaping are complete. Where required, signs as specified in Section 4 “Tree Protection Signage” must be attached to all sides of the barrier. Written notice must be provided to Urban Forestry prior to the removal of the tree protection barriers. ARBORICULTURAL WORK: Any roots or branches which extend beyond the TPZ indicated on this plan which require pruning, must be pruned by a qualified Arborist or other tree professional as approved by Urban Forestry. All pruning of tree roots and branches must be in accordance with good arboricultural standards. Roots located outside the TPZ that have received approval from Urban Forestry to be pruned must first be exposed by hand digging or by using a low pressure hydro vac method. This will allow a proper pruning cut and minimize tearing of the roots. The Arborist/tree professional retained to carry out crown or root pruning must contact Urban Forestry no less than 48 hours prior to conducting any specified work.

263 of 266

viewing

copy

only

do no

t sub

mit

Page 263: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

10.

July 2010 10264 of 266

viewing

copy

only

do no

t sub

mit

Page 264: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

July 2010 11

11. Tree Species that are Extremely Intolerant of Construction Disturbance

The following tree species are intolerant of construction disturbance, and tree preservation plans designed for them must take this into account. The tree protection zones required by these species may be quite extensive to avoid damage to the roots and crown associated with compaction, excavation or construction above grade that would impact the branches. Acer rubrum (red maple) Acer saccharum (sugar maple) Betula papyrifera (paper birch) Carya glabra (pignut hickory) Fagus grandifolia (American beech) Liriodendron tulipifera (tulip tree) Ostrya virginiana (ironwood) Pinus resinosa (red pine) Pinus strobus (eastern white pine) Prunus serotina (black cherry) Quercus alba (white oak) Quercus rubra (red oak) Quercus velutina (black oak) Tsuga canadensis (eastern hemlock) Tilia americana (basswood)

265 of 266

viewing

copy

only

do no

t sub

mit

Page 265: viewing - wx.toronto.ca · Tender Call No. 244-2012 Contract No. MCP12-14WP TES Unit Price Rev5.0 Page 1-1 1. Definitions Throughout this Tender Call, unless inconsistent with the

July 2010 12

12. Contact Information

Tree Protection and Plan Review (City-owned and Private Trees) North York District 5100 Yonge Street, 3rd Floor Toronto, ON, M2N 5V7 Telephone: 416-395-6670 Fax: 416-395-7886 [email protected] Etobicoke York District 441 Kipling Avenue Toronto, ON, M8Z 5E7 Telephone: 416-338-6596 Fax: 416-394-5406 [email protected] Scarborough District 70 Nashdene Road Toronto, ON, M1V 1V2 Telephone: 416-338-5566 Fax: 416-396-4248 [email protected] Toronto and East York District 50 Booth Avenue, 2nd Floor Toronto, ON, M4M 2M2 Telephone: 416-392-7391 Fax: 416-392-7277 [email protected] Ravine and Natural Feature Protection Contact the Urban Forestry Planner for the area of the City in which you are working. East of Victoria Park Avenue: Telephone: 416-392-1377 West of Keele Street: Telephone: 416-392-7815 North of Lawrence Avenue between Keele & Victoria Park: Telephone: 416-392-0585 South of Lawrence Avenue, between Keele & Victoria Park: Telephone: 416-392-1900 General Enquiries: Telephone: 416-392-1888 Office Location 355 Lesmill Road Toronto, Ontario M3B 2W8 Fax: 416-392-6658

266 of 266

viewing

copy

only

do no

t sub

mit