116
iTORONTO Michael Pachofok Purchasing and Materials Management Sabrina Dipielro Chief Purchasing Officer Division Acting Manager City Hall, lBth Floor, WesI Tower Construclion Services 100 Queen Slreet Wesl Toronlo. Ontario M5H 2N2 July 30, 2019 Via Internet Posting (116 pages) ADDENDUM NO. 1 TENDER CALL NO. 209-2019 CONTRACT NO. 19ECS-Tl-1O3LR For: Local Roads Resurfacing, Local Roads Reconstruction, Sidewalk Reconstruction and Water Services Replacement on various streets in the Toronto East York, North York, and Etobicoke-York Districts. CLOSING DATE: AUGUST 7, 2019 12:00 NOON (LOCAL TIME) Please refer to the above Tender Call document in your possession and be advised of the following information: 1. REVISION TO SECTION 3—Pricing Form 1.1 Replace the entire Pricing Form with the revised Pricing Form (Attachment, 14 pages). 2. REVISION TO SECTION 4—Scope of Work 2.1 Replace entire Section 4 with the revised Section 4 (Attachment, 6 pages) and revised Geotechnical Reports. 3. REVISION TO SECTION 4A Special Provisions - (from Page 4A-55) 3.1 Replace the entire Special Provisions of Section 4A with the revised Special Provisions (Attachment, 91 pages). 4. REVISION TO SECTION 5A— Item 17 Liquidated Damages 4.1 Replace the entire Item 17 with the revised Item 17 (Attachment, 1 page). 5. REVISION TO DRAWINGS 5.1 All Streets showing “Pavement to be Resurfaced” - Mill 40mm of existing pavement, overlay with 40mm SP 12.5 Surface Course.

Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

iTORONTOMichael Pachofok Purchasing and Materials Management Sabrina DipielroChief Purchasing Officer Division Acting Manager

City Hall, lBth Floor, WesI Tower Construclion Services100 Queen Slreet WeslToronlo. Ontario M5H 2N2

July 30, 2019 Via Internet Posting (116 pages)

ADDENDUM NO. 1TENDER CALL NO. 209-2019

CONTRACT NO. 19ECS-Tl-1O3LR

For: Local Roads Resurfacing, Local Roads Reconstruction, Sidewalk Reconstructionand Water Services Replacement on various streets in the Toronto East York, NorthYork, and Etobicoke-York Districts.

CLOSING DATE: AUGUST 7, 2019 12:00 NOON (LOCAL TIME)

Please refer to the above Tender Call document in your possession and be advised of thefollowing information:

1. REVISION TO SECTION 3—Pricing Form

1.1 Replace the entire Pricing Form with the revised Pricing Form (Attachment, 14pages).

2. REVISION TO SECTION 4—Scope of Work

2.1 Replace entire Section 4 with the revised Section 4 (Attachment, 6 pages)and revised Geotechnical Reports.

3. REVISION TO SECTION 4A — Special Provisions - (from Page 4A-55)

3.1 Replace the entire Special Provisions of Section 4A with the revised SpecialProvisions (Attachment, 91 pages).

4. REVISION TO SECTION 5A— Item 17 Liquidated Damages

4.1 Replace the entire Item 17 with the revised Item 17 (Attachment, 1 page).

5. REVISION TO DRAWINGS

5.1 All Streets showing “Pavement to be Resurfaced”

- Mill 40mm of existing pavement, overlay with 40mm SP 12.5 Surface Course.

Page 2: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

5.2 Brockhouse Road (Drawing No. 19-03183-001)

- Note that two (2) hydrants at approx. Station 0+60 and Station 1÷45 shall notbe replaced. Minor grading work around these two (2) existing hydrants to beincluded.

5.3 Eleanor Road (Drawing No. 19-02971 -001)

- Note that the existing road has composite pavement structure.

5.4 Vaughan Road (Drawing No. 19-03066-002 to 19-03066-003) - these drawingsare attached.

- Note that the existing road has composite pavement structure.

-Note that the road reconstruction limits for side streets have been revised.

Should you have any questions regarding this addendum contact Brenda Duffley by email [email protected].

Please attach this addendum to your Request for Tender document and be governedaccordingly. Bidders must acknowledge receipt of all Addenda on the space provided on theTender Call Cover Page as per the Process Terms and Conditions, Section 1, Item 10 -

Addnda, of the Tender Call document. All other aspects of the Tender remain the same.

SabrinaDipietroAbting Manager, Construction ServicesP?bhasing and Materials Management

Page 3: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

Part A General

1 Payment for bonds lump sum

$_________ 1

$_________1.00

2 Payment for all insurance lump sum

$_________ 1

$_________1.00

3 Mobilization and demobilization lump sum

$_________ 1

$_________1.00

4 TS 1.10/ SP12 / SP44

Field office each$_________

1$_________3.00

5 Traffic control lump sum

$_________ 1

$_________1.00

6 SP6 Site topographic survey m$_________

1$_________560.00

7 GN101SP / SP12

Capital Improvement Project Construction Signs

each$_________

1$_________16.00

8 GN127SP Portable changeable message sign each$_________ $_________13.00

9 TS 1101/TS 1151 / GN111SS

Prepare hot mix asphalt mix trial batches, all mix types - Superpave mix design method

each$_________

1$_________8.00

10 GN114SP Pre-construction photos and videos lump sum

$_________ $_________1.00

11 GN116SP / SP12 / GN104SS

Pre-construction and post-construction condition surveys

lump sum

$_________ 1

$_________1.00

12 TS 1010/TS 501/ GN122SP

Test pits as directed - backfill with 50 mm crushed aggregate

each$_________ $_________7.00

13 TS 13.10/ GN122SP

Test pits as directed - backfill with unshrinkable fill

each$_________ $_________63.00

14 TS 2.00/ SP17

Large tree removal each$_________

1$_________8.00

15 TS 2.00/ SP17

Small tree removal each$_________

1$_________40.00

16 SP5 Provision of as-constructed survey and as-built drawings

lump sum

$_________ 1

$_________1.00

Total For Part A General

Part B Major Roads

Section I Sewer

Jul 25, 2019 18 Page 3 -

Page 4: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

17 SP29 / SW303SS

Clean out existing catch basins and sumps

each$_________

1$_________15.00

18 TS 409 / SW302SS

Clean, flush and video sanitary and storm sewers and maintenance holes - before construction

m$_________ $_________1,100.00

19 SW302SS High-pressure flushing for excessive debris in sewers

m$_________ $_________110.00

20 OPSS 1860 Temporary class 1 non-woven geotextile fabric silt control for catch basins

each$_________ $_________16.00

21 TS 409 / SW302SS

Clean, flush and video sanitary and storm sewers and maintenance holes - after construction

m$_________ $_________1,100.00

Total For Section I Sewer

Section II Road

22 TS 510/ GN121SP / RD407SP / SP10 / SP17 / GN106SS / GN128SS

Remove curb, curb and gutter - all types

m$_________

1$_________40.00

23 TS 510/ GN121SP / SP10 / SP17 / GN106SS / GN128SS

Remove concrete or asphalt sidewalk, all thicknesses

m2$_________

1$_________20.00

24 TS 510/ GN121SP / SP10 / SP17 / GN106SS / GN128SS

Remove concrete sidewalk including curb monolithic with sidewalk, all thicknesses

m2$_________

1$_________50.00

25 TS 3.17/TS 3.50/TS 1350/TS 2.10/ GN121SP / RD407SP / SP10 / SP17 / GN106SS / GN128SS / RD414SS

Concrete curb and gutter m$_________

1$_________

T-600.05-1 60.00

26 TS 2.10/TS 405/TS 407/ SP17 / GN128SS

150 mm pipe subdrain m$_________

1$_________

T-216.02-8 60.00

Jul 25, 2019 19 Page 3 -

Page 5: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

27 TS 3.70/TS 1350/TS 2.10/ GN121SP / SP10 / SP17 / GN106SS / GN128SS / RD414SS / RD424SS

Concrete sidewalk - 130 mm thick m2$_________

1$_________T-310.010-1

/T-310.010-2/T-310.010-6/T-310.010-7/T-310.010-9/T-310.010-5/T-310.010-11

15.00

28 TS 3.70/TS 1350/TS 2.10/ GN121SP / SP10 / SP17 / GN106SS / GN128SS / RD414SS / RD424SS

Concrete sidewalk - 150 mm thick m2$_________

1$_________T-310.010-1

/T-310.010-2/T-310.010-5/T-310.010-6/T-310.010-7/T-310.010-9/T-310.010-11

110.00

29 TS 3.70/ SP17 / GN128SS

Tactile walking surface indicator m$_________

1$_________T-310.030-1

0/T-310.030-11

25.00

30 TS 3.15/ GN121SP / SP35

Cold milling of asphalt pavement - up to 50 mm depth

m2$_________

1$_________140.00

31 TS 2.10/ SW307SP / RD408SP / SP30 / GN125SS / GN106SS

General excavation m3$_________

1$_________

T-216.02-9 150.00

32 TS 2.10/ SW307SP / RD408SP / GN125SS

Additional excavation of soft spots m3$_________

1$_________15.00

33 SP8 Composite pavement - full depth base repair, up to 400mm depth

m2$_________

1$_________7.00

34 TS 501/TS 1010/TS 2.10

Granular B Type II t$_________

1$_________115.00

35 TS 501/TS 1010/TS 2.10

Granular A t$_________

1$_________130.00

36 TS 4.50/ SP4 / GN121SS / RD422SS

Utility adjustment each$_________

1$_________

T-704.010-1 8.00

Jul 25, 2019 20 Page 3 -

Page 6: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

37 TS 3.10/TS 3.20/TS 310/TS 1003/TS 1101/TS 1151/TS 2.10/ SP9 / RD414SS / RD423SS

Superpave 19.0, Traffic Category B, PG 64-28

t$_________

1$_________50.00

38 TS 3.90 / GN106SS

Rout and seal joints and minor cracks in pavement

m$_________

1$_________70.00

39 TS 3.10/TS 3.20/TS 310/TS 1003/TS 1101/TS 1151/TS 2.10/ SP9 / RD414SS / RD423SS

Superpave 12.5 FC2, Traffic Category D, PG 64-28

t$_________

1$_________35.00

40 TS 3.20/TS 310/TS 1003/TS 1101/TS 1151/TS 3.10/TS 2.10/ SP9 / RD414SS / RD423SS

Superpave 12.5 FC1, Traffic Category C, PG 64-28

t$_________

1$_________25.00

41 TS 3.10/TS 3.20/TS 310/TS 1003/TS 1101/TS 1151/TS 2.10/ SP9 / RD414SS / RD423SS

Superpave 12.5, Traffic Category B, PG 64-28

t$_________

1$_________5.00

42 TS 810/ RD421SP

Stop bar loop each$_________

1$_________3.00

43 OPSS 710/ GN121SP / RD419SS

Field reacted polymeric pavement marking - 100 mm wide

m$_________

1$_________60.00

44 OPSS 710/ GN121SP / RD419SS

Field reacted polymeric pavement marking - 500 mm wide

m$_________

1$_________15.00

Total For Section II Road

Total For Part B Major Roads

Part C Local Roads

Section I Sewer

Jul 25, 2019 21 Page 3 -

Page 7: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

45 SP29 / SW303SS

Clean out existing catch basins and sumps

each$_________

1$_________97.00

46 TS 409 / SW302SS

Clean, flush and video sanitary and storm sewers and maintenance holes - before construction

m$_________ $_________6,400.00

47 SW302SS High-pressure flushing for excessive debris in sewers

m$_________ $_________640.00

48 OPSS 1860 Temporary class 1 non-woven geotextile fabric silt control for catch basins

each$_________ $_________88.00

49 SP3 Temporary silt sacks for catch basins

each$_________

1$_________9.00

50 TS 510/TS 4.01/TS 401/TS 4.50/ SP23

Remove and replace cast iron catchbasin frame and grate to raised frame and circular grate

each$_________

1$_________OPSD

400.07039.00

51 TS 510/TS 4.01/TS 401/TS 4.50/ SP23

Remove and replace cast iron maintenance hole frame and cover - Type A/B cover and square frame

each$_________

1$_________OPSD

401.01024.00

52 TS 13.10/TS 510/ SP21

Remove single catch basins - full depth

each$_________

1$_________12.00

53 TS 4.01/TS 401/TS 407/TS 510/ SW301SP / SW305SP / SP21

Remove catch basin lead, all diameters

m$_________

1$_________T-708.01-3/

T-708.020/T-708.03

15.00

54 SP22 Supply and install catch basin, ditch inlet catch basin including catch basin lead and connection to catch basin and sewer

m$_________

1$_________15.00

55 WM201SP Styrofoam insulation - 50 mm thick m2$_________ $_________

T-708.01-4 20.00

56 TS 409 / SW302SS

Clean, flush and video sanitary and storm sewers and maintenance holes - after construction

m$_________ $_________6,400.00

Total For Section I Sewer

Section II Water

Jul 25, 2019 22 Page 3 -

Page 8: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

57 TS 7.30/TS 7.22/TS 7.40/TS 401/TS 441/TS 518/ WM202SP / WM201SP / SW305SP / SP17 / GN128SS / WM205SS / WM209SS / WM211SS

New hydrant, complete each$_________

1$_________T-1105.01/T

-1103.01/T-1103.020/T-1106.04

1.00

58 TS 510/ SP17 / GN128SS

Remove fire hydrant including valve box and capping end

each$_________

1$_________1.00

Subsection 1 Water Services

59 WM206SP Test pit to investigate condition of water service

each$_________ $_________10.00

60 TS 510/ WM207SP / WM209SP / SP17 / GN128SS / WM211SS

Remove and replace non-operational curb stops (all sizes) at streetline including all connections

each$_________

1$_________10.00

61 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM203SP / SP15 / SP16 / SP17 / SP24 / GN128SS / WM205SS / WM208SS / WM209SS / WM211SS

19 mm diameter copper water service connections to the property line, up to 8 m in length, complete

each$_________

1$_________

T-1104.01 104.00

Jul 25, 2019 23 Page 3 -

Page 9: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

62 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM203SP / SP15 / SP16 / SP17 / SP24 / GN128SS / WM205SS / WM208SS / WM209SS / WM211SS

19 mm diameter copper water service connections to the property line, greater than 8 m in length, complete

each$_________

1$_________

T-1104.01 100.00

63 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM203SP / SP15 / SP16 / SP17 / SP24 / GN128SS / WM205SS / WM208SS / WM209SS / WM211SS

25 mm diameter copper water service connections to the property line, up to 8 m in length, complete

each$_________

1$_________

T-1104.01 4.00

64 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM203SP / SP15 / SP16 / SP17 / SP24 / GN128SS / WM205SS / WM208SS / WM209SS / WM211SS

25 mm diameter copper water service connections to the property line, greater than 8 m in length, complete

each$_________

1$_________

T-1104.01 14.00

Jul 25, 2019 24 Page 3 -

Page 10: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

65 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM203SP / SP15 / SP16 / SP17 / SP24 / GN128SS / WM205SS / WM208SS / WM209SS / WM211SS

38 mm diameter copper water service connections to the property line, up to 8 m in length, complete

each$_________

1$_________

T-1104.02-1 3.00

66 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM203SP / SP15 / SP16 / SP17 / SP24 / GN128SS / WM205SS / WM208SS / WM209SS / WM211SS

50 mm diameter copper water service connections to the property line, up to 8 m in length, complete

each$_________

1$_________

T-1104.02-1 2.00

67 TS 7.22/TS 7.30/TS 7.40/TS 401/TS 441/TS 518/ WM203SP / SP15 / SP16 / SP17 / SP24 / GN128SS / WM205SS / WM208SS / WM209SS / WM211SS

50 mm diameter copper water service connections to the property line, greater than 8 m in length, complete

each$_________

1$_________

T-1104.02-1 3.00

68 TS 4.60/ GN121SP / SP10 / SP17 / SP28 / GN106SS / GN128SS / RD411SS

Supplemental cost for the restoration of driveways (gravel, asphalt (all types), concrete (all types), interlock, brick, unit pavers), driveway return curbs (all types), culverts and retaining walls in the vicinity of water services replacements

each$_________

1$_________76.00

Total For Subsection 1 Water Services

Total For Section II Water

Section III Road

Jul 25, 2019 25 Page 3 -

Page 11: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

69 TS 510/ GN121SP / RD407SP / SP10 / SP17 / GN106SS / GN128SS

Remove curb, curb and gutter - all types

m$_________

1$_________1,320.00

70 TS 510/ GN121SP / SP10 / SP17 / GN106SS / GN128SS

Remove concrete or asphalt sidewalk, all thicknesses

m2$_________

1$_________390.00

71 TS 510/ GN121SP / SP10 / SP17 / GN106SS / GN128SS

Remove concrete sidewalk including curb monolithic with sidewalk, all thicknesses

m2$_________

1$_________4,535.00

72 TS 510/ SP19 / GN106SS

Supplemental cost for asbestos disposal for curb and/or sidewalk removal when adjacent to asbestos containing asphalt - up to 600 mm over-break

m$_________

1$_________320.00

73 TS 3.17/TS 3.50/TS 1350/TS 2.10/ GN121SP / RD407SP / SP10 / SP17 / GN106SS / GN128SS / RD414SS

Concrete curb and gutter m$_________

1$_________

T-600.05-1 4,570.00

74 TS 2.10/TS 405/TS 407/ SP33 / GN128SS

150 mm pipe subdrain m$_________

1$_________

T-216.02-8 5,010.00

75 TS 3.70/TS 1350/TS 2.10/ GN121SP / SP10 / SP17 / GN106SS / GN128SS / RD414SS / RD424SS / RD425SS

Concrete sidewalk - 130 mm thick m2$_________

1$_________T-310.010-1

/T-310.010-2/T-310.010-6/T-310.010-7/T-310.010-9/T-310.010-5/T-310.010-11

380.00

Jul 25, 2019 26 Page 3 -

Page 12: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

76 TS 3.70/TS 1350/TS 2.10/ GN121SP / SP10 / SP17 / GN106SS / GN128SS / RD414SS / RD424SS / RD425SS

Concrete sidewalk - 150 mm thick m2$_________

1$_________T-310.010-1

/T-310.010-2/T-310.010-5/T-310.010-6/T-310.010-7/T-310.010-9/T-310.010-11

5,420.00

77 TS 3.70/TS 1350/TS 2.10/ GN121SP / SP10 / SP17 / GN106SS / GN128SS / RD414SS / RD424SS / RD425SS

Concrete sidewalk with retaining curb - 150 mm thick

m2$_________

1$_________T-310.010-7

/T-310.010-9/T-310.010-1/T-310.010-2/T-310.010-3/T-310.010-5/T-310.010-6/T-310.010-11

150.00

78 TS 3.70/TS 1350/TS 2.10/ GN121SP / SP10 / SP17 / GN106SS / GN128SS / RD414SS / RD424SS / RD425SS

Concrete sidewalk - 180 mm thick m2$_________

1$_________T-310.010-1

/T-310.010-2/T-310.010-6/T-310.010-7/T-310.010-9/T-310.010-5/T-310.010-11

800.00

79 TS 3.50/TS 1350/TS 2.10/ GN121SP / SP10 / SP17 / GN106SS / GN128SS / RD414SS / RD424SS / RD425SS

Concrete curb monolithic with concrete sidewalk

m2$_________

1$_________T-310.010-1

/T-310.010-5/T-310.010-4

20.00

80 TS 3.70/ SP17 / GN128SS

Tactile walking surface indicator m$_________

1$_________T-310.030-1

0/T-310.030-11

195.00

81 TS 3.15/ GN121SP / SP35

Cold milling of asphalt pavement - up to 50 mm depth

m2$_________

1$_________1,000.00

82 TS 3.15/ GN121SP

Cold milling of asphalt pavement - up to 250 mm depth

m2$_________

1$_________4,400.00

82A TS 3.15/ RD403SP / GN121SP / SP31 / GN106SS

Cold wet milling of asphalt pavement containing asbestos - up to 200 mm depth

t$_________

1$_________60.00

Jul 25, 2019 27 Page 3 -

Page 13: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

83 TS 2.10/ SW307SP / RD408SP / SP30 / GN125SS / GN106SS

General excavation m3$_________

1$_________

T-216.02-9 11,890.00

84 Supplemental cost for removal and disposal of asbestos containing asphalt

m2No Bid

1No Bid1,780.00

85 TS 2.10/ SW307SP / RD408SP / GN125SS

Additional excavation of soft spots m3$_________

1$_________2,290.00

86 SP18 Supplemental cost for the management and disposal of contaminated excavated material

t$_________

1$_________5,970.00

87 SP8 Flexible pavement - full depth base repair, up to 400mm depth

m2$_________

1$_________2,280.00

88 TS 501/TS 1010/TS 2.10

Granular B Type II t$_________

1$_________8,510.00

89 TS 501/TS 1010/TS 2.10

Granular A t$_________

1$_________10,375.00

90 TS 4.50/ GN121SP / SP4 / RD422SS

Utility adjustment each$_________

1$_________

T-704.010-1 105.00

91 TS 3.10/TS 3.20/TS 310/TS 1003/TS 1101/TS 1151/TS 2.10/ SP9 / RD414SS / RD423SS

Superpave 19.0, Traffic Category B, PG 64-28

t$_________

1$_________6,340.00

92 TS 3.90 / GN106SS

Rout and seal joints and minor cracks in pavement

m$_________ $_________150.00

93 TS 3.10/TS 3.20/TS 310/TS 1003/TS 1101/TS 1151/TS 2.10/ SP9 / SP35 / RD414SS / RD423SS

Superpave 12.5, Traffic Category B, PG 64-28

t$_________

1$_________3,330.00

Jul 25, 2019 28 Page 3 -

Page 14: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

94 TS 3.80/TS 510/ GN121SP / SP10 / SP17 / GN128SS / RD411SS

Remove, salvage and replace pavers, all types - granular base

m2$_________

1$_________

T-561.030-2 365.00

95 TS 510/ GN121SP / SP10 / SP17 / GN106SS / GN128SS

Remove asphalt driveways - all thicknesses

m2$_________

1$_________7,280.00

96 TS 510/ GN121SP / SP10 / SP17 / SP20 / GN106SS / GN128SS

Remove concrete driveways - all thicknesses

m2$_________

1$_________435.00

97 GN121SP / SP10 / SP17 / SP20 / GN106SS / GN128SS

Remove pattern concrete driveways - all thicknesses

m2$_________

1$_________145.00

98 GN121SP / SP10 / SP17 / GN128SS

Remove and replace driveway return curbs, all types

m$_________

1$_________245.00

99 TS 3.30/TS 1003/TS 1101/TS 1151/TS 2.10/ GN121SP / SP9 / SP10 / SP17 / GN128SS / RD414SS / RD423SS

Residential asphalt driveway - hot mix

m2$_________

1$_________

T-310.050-8 1,250.00

100 TS 3.30/TS 1003/TS 1101/TS 1151/TS 2.10/ GN121SP / SP9 / SP10 / SP17 / GN128SS / RD414SS / RD423SS

Commercial asphalt driveway - hot mix

m2$_________

1$_________

T-310.050-8 6,010.00

101 TS 1350/TS 2.10/ GN121SP / SP10 / SP17 / SP20 / GN106SS

Concrete driveway - 150 mm thick m2$_________

1$_________

T-310.050-8 435.00

Jul 25, 2019 29 Page 3 -

Page 15: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

102 TS 1350/TS 2.10/ GN121SP / SP10 / SP17 / SP20 / GN106SS

Pattern concrete driveway m2$_________

1$_________

T-310.050-8 145.00

103 TS 510/ SP17 / GN128SS

Remove corrugated steel pipe culverts - up to 300 mm diameter

m$_________

1$_________85.00

104 TS 510/ SP17 / GN128SS

Remove and dispose of existing bollards including backfilling of holes

each$_________

1$_________5.00

105 TS 3.50/TS 1350/TS 2.10/ SP17 / SP41 / GN106SS / GN128SS

Cast-in-place concrete toe wall m$_________

1$_________T-601.01-2

/ OPSD 3120.100

80.00

106 SP17 / SP42 / GN128SS

Pedestrian barricade hand rail m$_________

1$_________OPSD

980.101135.00

107 SP17 / SP42 / SP43 / GN128SS

Concrete headwall with pedestrian barricade

each$_________

1$_________OPSD

804.030/OPSD 980.101

1.00

108 OPSS 1801/ GN121SP / SP17 / SP40 / GN128SS

300 mm diameter, corrugated steel pipe culvert

m$_________

1$_________85.00

109 GN121SP / SP10 / SP17 / SP30 / SP40 / GN128SS

Re-channel and fine grade ditches m$_________

1$_________595.00

110 GN121SP / SP17 / SP34 / GN128SS

Granular sealing on shoulder including top up of granular material

m2$_________

1$_________890.00

111 GN121SP / SP17 / GN128SS

Bollards each$_________

1$_________5.00

112 GN121SP / SP17 / SP45 / GN128SP

Traffic sign each$_________

1$_________1.00

113 TS 5.00/TS 2.10/ SP10

Nursery sod and stakes m2$_________

1$_________6,520.00

114 OPSS 710/ GN121SP / RD419SS

Field reacted polymeric pavement marking - 100 mm wide

m$_________

1$_________1,375.00

Jul 25, 2019 30 Page 3 -

Page 16: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

SECTION 3 - TENDER SUBMISSION PACKAGE PRICING FORM

Contract No. 19ECS-TI-103LR

Item Standard/ Special

Specification

Description Estimated Quantity

Unit Unit PriceAdden-dum No.

Standard/ Special Drawing

Tender Call No.209-2019

Total Per Item

115 OPSS 710/ GN121SP / RD419SS

Polymeric pavement marking, 200 mm x 200 mm (elephants feet)

m$_________

1$_________55.00

116 OPSS 710/ GN121SP / RD419SS

Field reacted polymeric pavement marking - 500 mm wide

m$_________

1$_________140.00

117 OPSS 710/ GN121SP / RD419SS

Field reacted polymeric pavement marking - 600 mm wide

m$_________

1$_________470.00

118 OPSS 710/ GN121SP / RD419SS

Zebra pavement markings m$_________

1$_________

T-310.030-5 250.00

119 OPSS 710 / RD419SS

Field reacted polymeric pavement marking - symbol

each$_________ $_________47.00

120 OPSS 710/ GN121SP / RD419SS

Field reacted polymeric pavement marking - catch basin arrow

each$_________

1$_________

T-216.02-25 85.00

Total For Section III Road

Total For Part C Local Roads

Part D Contingency

121 Contingency allowance PSN/A

1N/AN/A

Total For Part D Contingency

Summary of Tender Total

Part A General

Part B Major Roads

Part C Local Roads

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".

Subtotal

Contingency (10.00%)

Jul 25, 2019 31 Page 3 -

Page 17: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4 – Scope of Work Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4-1

Table of Contents Page No.

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

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

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

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

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

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

7.  Contract Drawings ................................................................................................................ 4 

8.  Standard Specifications and Standard Drawings .............................................................. 4 

9.  Geotechnical / Subsurface Reports .................................................................................... 5 

10. Arborist Reports .................................................................................................................... 5 

11. Enbridge Gas Document ...................................................................................................... 5 

12. Electrical Safety Authority (ESA) Guidelines ..................................................................... 6 

13. Designated Substances List ................................................................................................ 6 

14. Permits and Approvals ......................................................................................................... 6 

15. List of Confined Spaces ....................................................................................................... 6 

Page 18: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4 – Scope of Work Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4-2

1. Project Title

Local Roads Resurfacing, Local Roads Reconstruction, Sidewalk Reconstruction and Water Services Replacement in the Toronto East York, North York, and Etobicoke-York Districts.

2. Project Location and Ward Number

Street Ward # Ward Name

Bertal Road 12 Toronto – St. Paul’s Brockhouse Road 6 York Centre

Carson Street 6 York Centre Conrad Avenue 15 Don Valley West

Diesel Drive 6 York Centre Donald Avenue 12 Toronto – St. Paul’s Eleanor Avenue 16 Don Valley East Fairbank Avenue 13 Toronto Centre Keywest Avenue 16 Don Valley East Ronald Avenue 13 Toronto Centre Vaughan Road 16 Don Valley East

3. Project Description

Street Limits Work Type Length

(m) Bertal Road From Industry Street to Planning Boundary Sidewalk

Construction 358

Brockhouse Road

From (104.60 m W) Bestobell Road (cul-de-sac) to (127.30 m E) Bestobell Road (end)

Road Reconstruction

250

Sidewalk Construction

250

Carson Street From Staffordshire Place to Horner Avenue Road Resurfacing

560

Conrad Avenue From Hillcrest Drive to Tyrrel Avenue Road Reconstruction

155

Diesel Drive From Evans Avenue to (192m N) Evans Avenue Sidewalk Construction

192

Donald Avenue From Kane Avenue to Keele Street Road Reconstruction

390

Eleanor Avenue From Oakwod Avenue to (101.6m W) Oakwood Avenue

Road Reconstruction

110

Fairbank Avenue

From (57m S) Roselawn Avenue (end) to Roselawn Avenue

Road Reconstruction

57

Sidewalk Construction

57

Keywest Avenue From Lauder Avenue to Northcliffe Boulevard Road Reconstruction & Resurfacing

87

Ronald Avenue From Castlefield Avenue to (216m N) Castlefield Avenue (end)

Road Reconstruction

216

Vaughan Road From Oakwood Avenue to Northcliffe Boulevard Road

Reconstruction 557

Page 19: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4 – Scope of Work Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4-3

Note: For Work Type please refer to individual Contract Drawings of each street.

4. Completion Date

This Contract, including all site restorations, clean up, and rectification of all known deficiencies, must be completed by no later than June 15, 2020. The anticipated Order to Commence is 4th October, 2019. In the event construction schedule is delayed through the onset of Winter, the Contractor shal note that the site shall be closed and no constuction activities shall take place during Winter (November 22nd, 2019 to April 15th, 2020). The Contractor shall complete restoration of all disturbances, make the site safe and demobilize. The Contractor shall re-mobilize on April 15th, 2020 to continue with the remaining Contract work. The Contractor shall not be entitled for any demobilization or re-mobilization cost nor any premiums related to Winter work. Working days are defined as Monday to Saturday, inclusive. Should the Contractor choose to work on a Saturday, seventy-two (72) hr notice shall be given to the Contract Administrator accordingly. Refer to Section 4A for the applicable working hours. The Contractors shall make sure that continuous operation shall be carried out until the work is completed. Any request for extension of a scheduled milestone completion date shall be made to the Contract Administrator in writing, no later than fifteen (15) business days prior to expiration of the completion date. This request shall be accompanied by reasons for the delay and supporting documentation. Acceptance of all or part of the request shall be at the sole discretion of the Contract Administrator. No consideration shall be given for delays due to Normal Weather days. Refer to OPSS.PROV 100 for standard definition of Abnormal Weather days.

5. Construction Survey and Layout

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

6. Construction Staging and Phasing

At the pre-construction meeting, the Contractor shall supply a schedule and work plan which demonstrates that the Contractor can complete all of the works within the stipulated completion dates. This schedule will be used as a baseline for this construction project.

The successful Bidder shall highlight the critical path in their construction schedule. The construction schedule shall be submitted to the Contract Administrator at the pre-construction meeting.

Pedestrian Infrastructure Improvement

557

Page 20: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4 – Scope of Work Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4-4

The latest the Contractor shall apply for the locates is as soon as the tender is awarded.

Updated schedules and work plans shall be submitted bi-weekly throughout construction to reflect the remaining works and the number of crews required to complete these works by the stipulated completion dates.

7. Contract Drawings

The following drawings form part of this Contract:

Drawing No. Title Date Bertal Road 19-03078-001 to 19-03078-003

Road Reconstruction July, 2019

Brockhouse Road 19-03183-001 to 19-03183-002

Road Reconstruction July, 2019

Carson Street 19-03020-001 to 19-03020-003

Road Resurfacing July, 2019

Conrad Avenue 19-03231-001 Road Reconstruction July, 2019 Diesel Drive 19-03235-001 Road Reconstruction and Sidewalk Construction July, 2019 Donald Avenue 19-03087-001 to 19-03087-002

Road Reconstruction July, 2019

Eleanor Avenue 19-02971-001 Road Reconstruction July, 2019 Fairbank Avenue 19-03193-001 Road Reconstruction and Sidewalk Construction July, 2019 Keywest Avenue 19-03251-001 Road Reconstruction July, 2019 Ronald Avenue 19-02997-001 to 19-02997-002

Road Reconstruction July, 2019

Vaughan Road 19-03066-001 to 19-02997-003

Road Reconstruction July, 2019

8. Standard Specifications and Standard Drawings

The following lists comprise the City of Toronto Construction Standard:

List T1 - Standard Specifications for Roads, September 2018 List T2 - Standard Drawings for Roads, September 2018 List W1 - Standard Specifications for Sewers and Watermains, September 2018 List W2 - Standard Drawings For Sewers and Watermains, September 2018 Rehabilitation Specification for Sewers and Watermains, November 2016 Material Specifications, March 2014 Construction Specifications and Drawings for Traffic Control Devices, January 2012

Page 21: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4 – Scope of Work Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4-5

9. Geotechnical / Subsurface Reports

Geotechnical Reports for the following streets shall be provided:

Final Factual Geotechnical Report – Contract 19ECS-TI-103LR: Keywest Avenue – Road Reconstruction (Ref. No. 18-2039G02 dated 2019 07 08) completed by GeoPro.

Factual Geotechnical Report – Contract 19ECS-TI-103LR: Conrad Avenue – Road Reconstruction (Ref. No. 18-2039G04 dated 2019 07 08) completed by GeoPro.

Factual Geotechnical Report – Contract 19ECS-TI-103LR: Diesel Drive – Road Reconstruction (Ref. No. 18-2039G11 dated 2019 07 09) completed by GeoPro.

Factual Geotechnical Report – Contract 19ECS-TI-103LR: Fairbank Avenue – Road Reconstruction (Ref. No. 18-2039G08 dated 2019 07 05) completed by GeoPro.

Factual Geotechnical Report – Contract 19ECS-TI-103LR: Brockhouse Road– Road Reconstruction (Ref. No. 18-2039G09 dated 2019 07 08) completed by GeoPro.

Factual Geotechnical Report – Contract 19ECS-TI-103LR: Eleanor Avenue – Road Reconstruction (Ref. No. 18-2039G03 dated 2019 07 08) completed by GeoPro.

Final Factual Geotechnical Report – Contract 19ECS-TI-103LR: Ronald Avenue – Road Reconstruction (Ref. No. 18-2039G05 dated 2019 07 08) completed by GeoPro.

Factual Geotechnical Report – Contract 19ECS-TI-103LR: Donald Avenue – Road Reconstruction (Ref. No. 18-2039G07 dated 2019 07 03) completed by GeoPro.

Final Factual Geotechnical Report – Contract 19ECS-TI-103LR: Vaughan Road – Road Reconstruction (Ref. No. 18-2039G01 dated 2019 07 08) completed by GeoPro.

Final Factual Geotechnical Report – Contract 19ECS-TI-103LR: Bertal Road – Road Reconstruction (Ref. No. 18-2039G06 dated 2019 07 03) completed by GeoPro.

Factual Geotechnical Report – Contract 19ECS-TI-103LR: Carson Street – Road Reconstruction (Ref. No. 18-2039G12 dated 2019 07 05) completed by GeoPro.

10. Arborist Reports

Arborist Reports for the following streets shall be provided:

Conrad Avenue, Eleanor Avenue, Keywest Avenue, Ronald Avenue, Bertal Road, Donald Avenue, Vaughan Road, Fairbank Avenue, Brockhouse Road, Diesel Drive, Carson Street.

These arborist reports are provided for information purposes only. Not all trees within the above sites have been inventoried and included in these reports. The Contractor shall determine and retain an arborist for tree related services prior to and during construction at no additional cost to the City.

11. Enbridge Gas Document

The following Enbridge Gas document is attached:

Page 22: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4 – Scope of Work Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4-6

Third Party Requirements in the Vicinity of Natural Gas Facilities.

12. Electrical Safety Authority (ESA) Guidelines

The following Electrical Safety Authority (ESA) Guidelines is attached:

Guideline for Excavation in the Vicinity of Utility Lines.

13. Designated Substances List

Please refer to the Geotechnical / Subsurface Reports for Designated Substance(s) regulated under Occupational Health and Safety Act. Please note the Contractor may also encounter lead water services.

14. Permits and Approvals

The Contractor shall determine and, at its own expense, obtain permits approvals where required to carry out the Works under this Contract.

The City has obtained/or applied for the following approvals:City of Toronto Road Cut Permit;

TRCA approval for Bertal Road;

RNFP approval for Bertal Road;

TPPR permit for Conrad Avenue, Eleanor Avenue, Keywest Avenue, Ronald Avenue, Bertal Road, Donald Avenue, Vaughan Road, Fairbank Avenue, Brockhouse Road, Diesel Drive, and Carson Street;

TPUCC approval for Conrad Avenue, Eleanor Avenue, Keywest Avenue, Ronald Avenue, Bertal Road, Donald Avenue, Vaughan Road, Fairbank Avenue, Brockhouse Road, Diesel Drive, and Carson Street.

15. List of Confined Spaces

Maintenance holes, valve chambers, utility chambers, excavations, and trenches.

Page 23: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 5A – Specific Conditions of Contract Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

 

ECS Linear Rev. 6.01 Page 5A-12

 

17. Liquidated Damages

The Contractor recognizes and agrees that the City will suffer financial loss if the Work is not completed within the time specified in this Contract. The Contractor also recognizes the delays, expenses and difficulties involved in proving the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the Contractor agrees that as liquidated damages for delay (but not as penalty) the Contractor shall pay to the City the sum of $ 7500 per day as liquidated damages for each and every calendar day’s delay from the specified time for completion of the Work until actual completion of the Work, and it is further expressly acknowledged and agreed by the Contractor that:

(a) this amount is a reasonable estimate of the actual damage that will be incurred by the City due to any failure to complete the Work within the time required by this Contract;

(b) the City may deduct the amount due under this section from any monies that may be due or payable to the Contractor, whether under this Contract or any other agreement; and,

(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.

 

Page 24: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-55

Special Provisions

1. Capital Improvement Project Construction Sign – GN101SP

Special Provision September 2017 This Special Provision is mandatory and needs to be included in all contracts.

The Contractor is responsible for the fabrication, installation, relocation, maintenance and removal of the project construction sign. The signs must be in place prior to the commencement of the Work. Signs should be located near entry and exit points or at the beginning and end locations of the project. Signs should be posted in the area where the work is taking place and visible to the public. The Contractor shall in consultation with the Contract Administrator, determine the appropriate location taking into account obstructions and sight lines.

Upon the completion of the project, the Contractor shall remove and dispose of the signs.

The following information shall be shown on the construction sign and shall be specialized for each project location:

Field: Description Text 1: Project Title (Two lines preferred)

Line 1: Project Type (primary work) e.g., "Watermain Replacement) Line 2: Primary Street where work is taking place e.g., "Bloor Street West" Maximum 28 Characters per line

2: Project Details Provide limits of project e.g., "Bay Street to Avenue Road" Maximum 34 characters per line

3: Start Date Season + Year or Month + Year

4: End Date Season + Year or Month + Year

5: Contract Number 19ECS-TI-103LR

The size of the construction sign shall be (1200 mm x 1200 mm)

The design layout and specifications for the Capital Construction / Improvement Sign can be found by going to Engineering and Construction Services web page at www.toronto.ca/ecs-standards.

Measurement for Payment

For measurement purposes, a count shall be made of the number of new capital improvement project construction signs fabricated and installed.

Page 25: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-56

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

2. Construction and Traffic Constraints – GN102SP

Special Provision September 2018 This Special Provision is mandatory and needs to be included in all contracts.

The Contractor’s schedule shall accommodate the below constraints, but is required to meet all stipulated contract completion dates:

Working hours during construction shall be restricted in accordance to the table below. No extension of Contract Time shall be permitted nor any delay claim shall be considered by the City due to adherence to these hours.

Day Working Hours No Lane Closures Monday to Friday 7:00 am to 9:00 pm

(except in school zones as noted below)

7:00 am to 9:00 am and 3:30 pm to 6:00 pm (Major Roads) (except in school zones as noted below)

Saturday 9:00am to 7:00pm Sunday (Hours of Construction as approved by Councillor)* Civic/Statutory

Holidays (Hours of Construction as approved by Councillor)*

• The Contractor shall not begin their work before 7 a.m on local roads and before 9:00

am on Major Roads unless approved by the Contract Administrator.

• No work shall be permitted within school zones outside of starting and closing bell hours (Contractor to verify bell hours with all impacted schools prior to start of Construction, and coordinate accordingly). A school zone is defined as the area delineated by fronting and flanking roads abutting school property.

• The Contractor shall schedule their work to complete the Contract by the stipulated

completion date. The cost of all overtime, weekend work, night work where permitted shall be included in the appropriate bid prices.

• The Contractor shall deploy multiple work crews for each type of work necessary to

complete all of the Work within the stipulated contract performance period. The

Page 26: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-57

Contractor shall deploy multiple work crews simultaneously for extended periods throughout Work. To achieve the contract performance period, multiple work crews may be necessary. Please refer to SP27 – Work Crews.

• Where the Contractor works past daylight hours, all provisions must be made to ensure

a safe working environment including portable lights and generators, lighting equiped barriers as necessary.

• The Contractor shall make a request to the Contract Administrator and provide at least

5 Days in advance notice for review and approval of any work that is to be undertaken outside of normal working hours or on Sunday.

• If emergency works to be carried out arise as a result of the Contractor’s negligence or

fault and the Contractor is required by the City to work on Sunday, Civic Holiday, Federal Holiday or on a Statutory Holiday in order to remedy the consequences of their negligence, the Contractor will not be compensated for such remedial works.

• The Contractor shall not work during Jewish High Holy Days of Rosh Hashanah and

Yom Kippur on site within 350 metres of a synagogue. The Contractor should divert the work crews to other projects on these days and coordinate their work accordingly. These days shall be considered Working Days.

• The Contractor shall not that there is Rogers Communication Canada Inc. infrastructure

within the project limits of this Contract. The Contractor shall use a vac truck to expose ducts and hand-dig when crossing or if within 1.0m of Rogers plant. Locations shown on Contract Drawings is approximate only.

The following traffic restrictions shall apply:

• Only one-half of the road width, within the limits of each staging, shall be closed to vehicular traffic at a time. Uninterrupted pedestrian traffic on both side of the street shall be maintained at all times during construction. Pedestrians shall be separated from the construction activities with temporay fast fence or equivalent.

• The Contractor shall maintain uninterruped TTC bus routes including WheelTrans services at all times during construction. The Contractor shall coordinate with the TTC for the temporary bus stop closures/relocations and provide adequate temporary signs and proper access ramps for public transit passengers.

• Due to the requirement to inform the public of any impending closures of the roadway, the Contractor shall give the Contract Administrator at least 7 Day notice before any closures.

Page 27: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-58

• The Contractor shall have no claim for delay or any cost or expense arising out of:

o a rejection by the City of a request to close lanes other than as provided in this Special Provision,

o cancellation of any scheduled closure of lanes due to inclement weather or unforeseen circumstances, or

o parking infractions due to construction.

• Milling and paving within all major intersection areas including signalized intersections shall commence on a Friday after 7:00 p.m. followed by asphalt paving within the major intersections and signalized intersections on Saturday.

• When paving on a Saturday, inclement weather or otherwise, prevents the Contractor from completing the work, then the Contractor shall continue paving on the next day (Sunday) in order to complete the work.

• Lane widths shall be restricted to a minimum of 3.3 metres for lanes with a bus route or 3.0 metres otherwise and maintained during construction with "narrow lane" warning signage posted. Lanes shall be shifted and repainted if required.

• The Contractor shall note existing obstructions such as low-hanging aerial utility lines, aerial power lines, tree branches etc. on site. The Contractor shall consider these and use appropriate construction equipment and exercise adequate safety measures.

Should any unforeseen conditions arise the Contract Administrator will have the right to direct the Contractor to re-schedule construction in a manner that minimizes the effects thereof.

Basis of Payment

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

3. Notices to Public – GN113SP

Special Provision April 2017 This Special Provision is mandatory and needs to be included in all contracts.

Notice No. 1 (Pre-construction Notice)

Prepared by the Contract Administrator that includes an introduction to the upcoming construction contract and indicates the name and contact phone number of the Contract

Page 28: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-59

Administrator or Field Ambassador. Notice No. 1 shall be delivered by the Contract Administrator to all properties within the contract area no less than two months in advance of the start of on-site activities by the Contractor.

Notice No. 2 (Construction Notice)

A Construction Notice, prepared by the Contract Administrator that includes a detailed description of the upcoming construction work and indicates the name of the Contract Administrator and company name and contact phone number of the Field Ambassador, including any details of periodic interruptions of water service, details of temporary water service connections and construction activities that my impact public access to the site.

Notice No. 2 shall be delivered by the Contract Administrator to all properties within the contract area no less than 14 Days before any activities by the Contractor.

Specialized Messaging

From time to time there may be additional notices to communicate key messages affecting individuals or a group of properties. Examples include residential or commercial or multi-residential water shut-offs, parking restrictions, driveway access, tree removals, TTC service and so on. Five Working Days notice shall be given to the Contract Administrator to prepare the notice. The Contractor shall deliver the notice within 2 Working Days.

Basis of Payment

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

4. Pre-Construction Photos and Videos – GN114SP

Special Provision September 2018 This Special Provision is mandatory and needs to be included in all contracts.

The Contractor shall provide the Contract Administrator photos or videos or both in digital format that clearly shows every property adjacent to the Working Area prior to the start of construction. Driveways, gardens, walls, fences, culverts, walkways and trees affected by the construction should be clearly visible on the recording media.

The digital photos or video or both shall be used by the Contract Administrator to verify that the restoration of any affected areas is restored to pre-construction conditions. A written summary

Page 29: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-60

shall be provided with details as to when the Work was completed, which locations inspected, all photos and video logs labelled along with a map to indicate areas inspected for each street.

Should the Contractor not have pre-construction photos or video of the area being restored, shall in no way, relieve the Contractor of any responsibility to complete the restoration to match existing conditions to the complete satisfaction of the Contract Administrator and the property owners.

Measurement of Payment

Measurement for providing photos or videos or both shall be by lump sum.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

5. Construction Fence Mesh Banners – GN129SP

Special Provision July 2018 Not Required.

6. Opening and Adjustment of Toronto Hydro Hand Wells – GN115SP

Special Provision October 2016 Adjustments to composite Toronto Hydro Electric Services (THES) hand wells shall be made using the appropriate composite spacers. The supplier and part number for the hand wells and spacers are as follows:

Composite Power Group Phone: 519-942-8485 x121

Pencell Plastics No. PEMR-1212-24PC-THES

The opening or adjustment or both of THES appurtenances shall be completed by crews, which have been approved by THES. Furthermore, any operation which involves opening or adjustment or both of THES hand wells, or other THES appurtenances, requires that a certified electrician be present during the operation.

Basis of Payment

Page 30: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-61

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

7. Pre- and Post-construction Condition Surveys – GN116SP

Special Provision September 2018

Pre-construction Condition Survey

The Work performed under this tender item shall be the completion of a site pre-construction condition survey of all properties adjacent to the proposed Work at the following locations:

Street Name From Street To Street

Bertal Road Industry Street Planning Boundary

Brockhouse Road 104.6 m W Bestobell Road (Cul-de-Sac)

127.3 m E Bestobell Road (End)

Carson Street Staffordshire Place Horner Avenue

Conrad Avenue Hillcrest Drive Tyrrel Avenue

Diesel Drive Evans Avenue 192 m N Evans Avenue

Donald Avenue Kane Avenue Keele Street

Eleanor Avenue Oakwood Avenue 101.60 m W Oakwood Avenue (End)

Fairbank Avenue 57 m S Roselawn Avenue (End)

Roselawn Avenue

Keywest Avenue Lauder Avenue Northcliffe Boulevard

Ronald Avenue Castlefield Avenue 216 m N Castlefield Avenue (End)

Vaughan Road Oakwood Avenue Northcliffe Boulevard

The pre-construction condition survey shall be completed by an independent consulting engineer with documented experience, as a third party, in interior and exterior condition surveys of structures near construction operations.

The pre-construction condition survey shall be completed at least one week prior to the start of each street location of the Work, and shall be conducted on all businesses and residences

Page 31: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-62

immediately located within, adjacent to, or within 30 metres of the Work area and for selected business or residences located outside of the Work area.

A Construction Notice on City of Toronto letterhead shall be prepared by the Contract Administrator advising of the pre-construction condition survey. These notices shall be hand delivered by the Contractor to all affected owners and occupants.

The pre-construction condition survey consists of the following activities:

Survey data shall be recorded in a written and by photographic means, as deemed necessary for proper record;

The type and date of construction shall be recorded;

Differential settlements and visible cracks in walls, floors and ceilings shall be identified and described room by room. All other structural or cosmetic damages shall be identified and recorded;

All driveways, walks and stairs shall be inspected and any existing damage shall be recorded; and

Completion of a report indicating properties inspected, refusals of entry and an evaluation of potential hazards.

The independent consulting engineer is required to make up to three attempts to contact each property to set up an arranged meeting to complete the survey with the resident or property owner. At least one of these attempts is to be made outside of working hours for example, on a Saturday, or weekday evening.

Following delivery of survey notices and preliminary attempts to contact property owners, the Contractor shall provide the Contract Administrator with an intermediate report detailing attempts to contact property owners and responses.

Upon the completion of the survey, the Contractor shall provide the Contract Administrator with a log of all dates the properties were visited, which properties were surveyed, and which properties refused survey.

Upon the completion of the surveys and reports, the Contractor shall provide one hard copy and one digital copy in PDF format copies of the condition survey report to the Contract Administrator.

When requested from a resident, the City not the independent consulting engineer is to provide a copy of the condition survey and photos of the surveyed property to the property owner.

Page 32: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-63

Post-construction Condition Survey

The same independent consulting engineer shall complete the pre-construction condition and the post-construction condition surveys.

The post-construction condition survey shall be completed on all residences and businesses that have reported issues as a result of the Work. The post-construction condition survey shall inspect any damage that may have occurred as a result of the Work.

In the event of any claims for damages because of the construction, the independent consulting engineer shall supply post-construction condition surveys and accompanying reports for up to and including 10 properties at no extra cost to the City. Additional payments shall be negotiated if more than 10 post-construction surveys are required.

The Contractor shall be responsible for dealing with and settling any claims that may result. The Contract Administrator shall be kept informed of all claims received and the status of the claims. The Contractor shall be responsible for all damage due to Construction. The Contractor shall indemnify the Owner against any claims by abutting property owners for damages sustained due to any construction activities.

Measurement for Payment

Measurement shall be by lump sum and shall be pro-rated based on the following:

• 70 per cent at the completion of the pre-construction report and • 30 per cent prorated against the pre-construction report, per post-construction report at the

completion of the post-construction project, if required.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

8. Test Pits to Expose and Verify Existing Utilities – GN122SP

Special Provision September 2018 The Contractor shall arrange for non-mechanical type excavations, such as Hydrovac or hand digging to undertake the exposure of the existing utilities or structures within the roadway or boulevard and as required by utility companies.

Page 33: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-64

A plan of the proposed locations of all test pits is to be supplied by the Contractor to the Contract Administrator. Prior to proceeding with the proposed test pits approval from the Contract Administrator is required.

The test pits to expose and verify utilities shall include the following:

all traffic control;

excavation, sheathing, shoring, trench dewatering;

the removal and disposal off site of asphalt pavement, concrete road base, brick gutter, concrete or asphalt curb, curb and gutter, monolithic curb and sidewalk, sidewalk, crosswalks, walkways, flag stone, boulevards, driveways and entrances (all thicknesses);

the removal and disposal off site of asphalt pavement containing asbestos in accordance with Ontario Regulation 278/05, Type I;

remove and salvage existing unit pavers and interlock stone;

protecting and supporting of adjacent components that shall remain during and after the work including existing structures, sewers, laterals and watermains, services and utilities, light poles, hydro and traffic signal poles, hand wells, maintenance holes, catch basins, retaining walls, curbs, road base, driveways, sidewalks, crosswalks, walkways, valve boxes, signs and posts, fences, bollards, gardens, decorative stones, garden edging and vegetation, residential sprinkler systems and lighting systems. Any damage to existing components shall be properly repaired at no extra cost to the City;

disposal of excavated material off site;

the supply, placing and compacting of unshrinkable fill according to TS 13.10 under hard surfaces such as asphalt, concrete, interlock stone and Granular B Type II or select native material at other locations for backfilling;

the installation and maintenance of temporary and permanent restoration for concrete and asphalt sidewalks, curb and roadway; (as per GN121SS and TS 4.60); and

restoration of test holes by the next Day;

permanent restoration of all existing landscaping, sodding, fences, river stone, gardens, decorative rocks, vegetation, interlock stone or lock stone, unit pavers, concrete and asphalt walkways or driveways (all types), sodding to pre-construction conditions or better.

Page 34: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-65

A minimum of 300 mm of compacted Granular A (free of RAP; reclaimed asphalt pavement) material shall be placed around any water services before unshrinkable fill is placed.

For gas mains, a minimum of 150 mm of sand padding must be placed over the pipe for protection. The gas main and valve assemblies must be sand padded before placement of the unshrinkable fill. The Contractor must ensure that placement of the unshrinkable fill does not displace the sand padding or directly contact the pipeline.

Test pits agreed to or requested by the Contract Administrator shall be at the Contract Price for test pits as specified in the Contract Documents. Test pits required by the Contractor to confirm locates are not payable.

Measurement for Payment

For measurement purposes, a count shall be made of the number of test pits completed.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

Where the removal, disposal, backfill and restoration for the test pits are included in other tender items, the payment for the work shall be under the appropriate tender items.

9. Construction Survey and Layout – GN126SP

Special Provision July 2018 This special provision for survey and layout is supplemental to clause GC 7.02.01 Layout by Contractor.

The survey and layout shall be performed or supervised by a competent surveyor with a minimum of five years related field experience (the "Surveyor"). The Contractor shall ensure the Surveyor attends a pre-construction meeting and other meetings as requested by the Contract Administrator.

The Contractor shall provide a hard copy of the Contract Drawings to the Surveyor who will conduct or supervise the construction survey and layout.

The City will provide to the Surveyor a digital copy of the Contract Drawings in a read only format for the purpose of creating layout reports to enable field layout of the Project.

Page 35: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-66

Prior to the commencement of the survey and layout, the Contractor, the Surveyor and the City shall meet to review, establish and confirm the following:

1. staging of construction;

2. layout sequencing, optimum location and preservation of all reference points; and

3. sequencing of construction, that is to say the order of removal and replacement of surface and sub-surface services and infrastructures.

Use of Global Positioning System (GPS) technology for the performance of survey and layout is not permitted.

Layout survey must be integrated into the existing horizontal and vertical control network and must be geographically referenced to the Ontario Coordinate System (MTM NAD27/CGS 1928).

The control and sub-control points established during the pre-engineering phase of the Project shall be used, and all of which must be verified and preserved over the course of the Contract.

The horizontal and vertical stations along the alignment shall be established at an appropriate offset and frequency to enable the accurate construction of the proposed features. The grade layout shall be carried out at no further apart than 20 m and where grade/direction changes occur.

All match points shall be verified and align with the existing conditions.

The grades of the constructed features shall be confirmed before proceeding to the next stage of work.

Any conflict or inconsistencies found between the Contract Drawings and the existing physical conditions shall be reported to the Contract Administrator immediately, and the survey and layout work shall be suspended until further directed by the Contract Administrator.

All readings and measurements taken during the survey and layout, including the following, must be properly recorded —in digital format with supplemental hard copy where necessary—and maintained for verification and future reference:

1. all control and sub-control points;

2. all horizontal and vertical stations;

3. layout/offset points;

Page 36: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-67

4. grade sheets and field notes; and

5. information required for the preparation of as-built drawings ("Survey" column of Field Services Manual Appendix E - As built Features Requirements, Attachment 1 of this Section 4A).

A copy of the records produced shall be stored by the Contractor on site and be accessible to the Contract Administrator at any time.

The Contractor shall submit grade sheets to the Contract Administrator within 7 days of completion of layout.

Crosswalk Layout

Layout of the crosswalk boundary lines shall be at a minimum of three locations for each line. One location must be the centreline of the road and the other two shall be within 1.5 m of the new curb line, on each side, so that all three marks form a straight line that can be seen from both boulevards. Additional marks may be required for wider roads or obstructed views. The City will then use these intersection points to determine and mark out the area of removal of existing curb, curb and gutter, and sidewalk to facilitate the construction of new sidewalks with tactile walking surface indicator, where shown on the Contract Drawings. These marks shall be maintained until the new curb and sidewalk has been installed. The marks shall then be transferred to the curb prior to milling so that the alignment can be reinstated after the pavement has been placed.

Basis of Payment

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

10. Portable Changeable Message Sign – GN127SP

Special Provision September 2018 Portable changeable message signs are proposed at the following locations:

Portable changeable message signs are proposed at the following locations:

Street Name at Street Name

Page 37: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-68

Carson Street Horner Avenue (One (1) on WB and one (1) on EB)

Diesel Drive Evans Avenue (One (1) on WB and one (1) on EB)

Donald Avenue Keele Street (One (1) on NB and one (1) on SB)

Eleanor Avenue Oakwood Avenue (One (1) on NB and one (1) on SB)

Ronald Avenue Castlefield Avenue (One (1) on WB and one (1) on EB)

Ronald Avenue (One (1))

Vaughan Road Oakwood Avenue (One (1) on NB and one (1) on SB

The Contractor shall, in consultation with the Contract Administrator, determine the exact location taking into account obstructions, sight lines and right of way limitations. The Contract Administrator may request that the Portable Changeable Message Signs (PCMS) be relocated a maximum of three (3) times each at no extra cost to the City. Upon request, the Contractor must relocate the PCMS sign within 12 hours of being notified.

SCOPE

This special provision details the requirements for trailer mounted Portable Changeable Message Signs (PCMS). The Contractor shall supply and place the signs one week in advance of the Work.

REFERENCES

This Special Provision refers to the following standards, specifications or publications:

National Transportation Communications for ITS Protocol (NTCIP):

NTCIP 1203 v03 Dynamic Message Signs

DEFINITIONS

For the purpose of this Special Provision, the following definitions apply:

Page 38: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-69

Pixel: means an assembly of LEDs that collectively form an image-forming unit. All LEDs in a pixel are turned on or off in unison.

PCMS: means trailer mounted, Portable Changeable Message Sign that includes sign structure, signcase, display elements, photocell sensor, CMS controller, and all other associated mechanisms and equipment required to form an operational display.

EQUIPMENT

Display

The PCMS display panel shall be small (urban) full matrix display meeting the following dimensions:

Width: 1000 to 1400 mm

Height: 1900 to 2300 mm

Width of Sign (mm) Height of Sign (mm)

1090 1900

Larger PCMS units may be used if the desired location is suitable and approved by the Contract Administrator.

The PCMS shall incorporate a full matrix display of a minimum 30 x 55 pixels with 4 LEDs per pixel. The PCMS shall be capable of displaying a minimum of 12 characters per line at a minimum of three lines per panel.

The PCMS display shall be capable of rotating 360 degrees for multiple display options.

The PCMS shall incorporate a photo sensor system to provide automatic control of the display luminance as a function of the ambient illumination level. Messages displayed on the PCMS shall be legible from 50 to 300 metres in all ambient light conditions.

Signcase

The display elements and associated electronics shall be housed in weather-tight aluminum housing, designed to provide protection from solar radiation, water, dust, dirt and salt spray.

The sign face shall be constructed of non-glare, scratch resistant, high impact, ultraviolet radiation stabilized, polycarbonate sheeting. The polycarbonate sheets shall be hinged and prop rod secured to allow easy access to internal sign components for service and repair.

Page 39: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-70

Trailer Mounting

The maximum dimensions of the Portable Changeable Message Sign while in display mode shall be as follows:

Maximum overall operating height = 4.3 m Maximum overall width = 2.0 m Maximum overall length = 3.8 m

Transportation

The PCMS shall be designed for towing at highway speeds. The PCMS shall incorporate a 50mm coupler or 75 mm pintle eye for easy towing and shall be adjustable in height from ground level.

Security

Wheel locks and other measures shall be provided to maintain the security of the PCMS on site. The sign case, battery enclosures and controller enclosures shall each be securely locked. Three (3) sets of master keys are to be provided for all locked components. The trailer should have a provision for securing it with a permanent structure or fixed object by a chain and lock. The PCMS shall be supplied with a chain and padlock.

The enclosure shall allow storage area for the chain/padlocks/wheel locks, etc. to be stored when not in use.

Lighting System

A 12 VDC lighting system shall be provided for the PCMS trailer and shall include tail lights, stop lights, clearance markers and license plate lights.

Paint

The PCMS and trailer assembly shall be painted construction orange.

Electrical System

All electrical/electronic components shall be of modular, interchangeable, plug-in type fabrication and shall be standard manufacturers’ components and CSA certified, where possible. If no CSA standards are available for a proposed component, other standards organization certification may be substituted with the approval of the Construction Administrator.

The PCMS shall be designed to continuously operate on solar power and deep cycle batteries such that there is no requirement for external charging. The fully charged deep cycle battery pack shall be capable of powering the PCMS for 21 consecutive days (with 24 hour operation, full intensity, and at 50% pixel operation) without charging from the solar panel or any external source.

Page 40: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-71

Local Control Hardware

The local controller for the PCMS shall be fully NTCIP compliant and shall be powered by the 12V DC battery system. The local controller shall have a high contrast LCD display screen and a standard 84 keyboard with a flexible waterproof cover or a high contrast or colour LCD pressure-sensitive display screen or a hand held controller capable of quick programming.

PCMS Software

All message operations for the PCMS are to be controlled locally.

CONSTRUCTION

The signs shall provide up-to-date information regarding the Work, road closures and delays to the travelling public. The message shall be reviewed and updated on a daily basis in order to provide accurate information to the public. The wording of all messages on each sign shall be approved by the Contract Administrator.

MEASUREMENT FOR PAYMENT

For measurement purposes, a count shall be made of the maximum number of PCMS units required to be in operation at any one time during the Contract Time.

BASIS OF PAYMENT

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work. Payment shall include supply, place, operate, maintain, update message board, relocate and removal of the PCMS units.

11. Watermain and Large Diameter Water Service Installation – WM201SP

Special Provision September 2018 The installation of watermains, hydrant leads and large diameter water services 100 mm in diameter and larger shall include;

the removal and disposal off site of asphalt pavement, concrete road base, brick gutter, concrete or asphalt curb, curb and gutter, monolithic curb and sidewalk, sidewalk, crosswalks, walkways, flag stone, boulevards, driveways and entrances (all thicknesses);

supply, install, monitor and removal of ground water control measures;

Page 41: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-72

dewatering;

remove and salvage existing unit pavers and interlock stone;

protecting and supporting of adjacent components that shall remain during and after the work including existing structures, sewers, laterals and watermains, services and utilities, light poles, hydro and traffic signal poles, hand wells, maintenance holes, catch basins, retaining walls, curbs, road base, driveways, sidewalks, crosswalks, walkways, valve boxes, signs and posts, fences, landscaping walls, bollards, gardens, decorative stones, garden edging and vegetation, residential sprinkler systems and lighting systems, any damage to existing components shall be properly repaired at no extra cost to the City;

removal and disposal off-site of trench excavation including unshrinkable fill;

removal and disposal of existing watermains, storm sewers, sanitary sewers and other appurtenances where indicated on the Contract Drawings or encountered during installation of new watermains or both;

watermain pipe including installation within valve chambers;

150 mm warning tape;

tracer wire including tracer wire continuity test report and all other incidentals to completely test the watermain following restoration;

cathodic protection and test stations according to TS 7.22;

all fittings including bends, tees, crosses, end caps, reducers, couplings, adapter flanges, restrained joints, thrust and anchor blocks, anchor tees;

supply and installation of insulated watermain pipe, where cover is insufficient or near concrete underground structures such as catchbasins, maintenance holes and valve chambers;

installation and removal of temporary blow-offs, corporation stops for disinfection, taps, pressure gauges, sampling cocks, back-flow preventers, caps, plugs on new and existing watermains and hydrant leads, and large diameter water services 100 mm in diameter and larger and;

All locations of looping watermain as shown on the Contract Drawings;

Installation, maintenance, continuous flushing operation, flow control up to drainage point and removal of 50 mm blow-off at the end of the pipe;

Page 42: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-73

swabbing, chlorination and bacteriological testing according to TS 7.30. Contractor to fill in Form TS 115;

hydrostatic pressure testing according to TS 441;

supply and placement of embedment or bedding material, cover material and backfill as specified in the Contract Documents (Note: Where Granular A material is specified in this special provision, it shall be from a source that is free of reclaimed asphalt pavement (RAP) and according to TS 1010 (April 2015) – Amendment to OPSS.MUNI 1010 – Material Specification for Aggregates – Base, Subbase, Select Subgrade and Backfill Material (April 2013));

supply and placement of unshrinkable fill;

temporary and permananent restoration for concrete and asphalt sidewalks, curb and roadway; and

permanent restoration of all existing landscaping, sodding, fences, river stone, gardens, decorative rocks, vegetation, interlock stone/lock stone, unit pavers, concrete and asphalt walkways or driveways (all types) to pre-construction conditions.

Flexible Pipe (PVC or PVCO watermain)

Embedment material as it relates to flexible pipe from the bottom of the trench to the bottom of the backfill shall be Granular A according to TS 1010 (April 2015) – Amendment to OPSS.MUNI 1010 – Material Specification for Aggregates – Base, Subbase, Select Subgrade, and Backfill Material (April 2013). The embedment material shall extend 200 mm below the pipe invert and extend 300 mm above the top of the pipe. The embedment material shall be worked carefully under the sides of the pipe and compacted in 150 mm layers to 98% of maximum dry density with light equipment by hand so as not to damage the pipe or alter its installation in any way. Granular A RAP shall not be used for embedment material.

The embedment and backfill shall be according to OPSD 802.010 Type 1, Type 2, Type 3 or Type 4 soil.

Rigid Pipe (Ductile Iron Watermain)

Bedding material used to support rigid pipe shall be Granular A according to TS 1010 (April 2015) – Amendment to OPSS.MUNI 1010 – Material Specification for Aggregates – Base, Subbase, Select Subgrade, and Backfill Material (April 2013). The bedding material shall be worked carefully under the sides of the pipe and compacted by approved mechanical means in 150 mm layers to 95% of maximum dry density.

Page 43: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-74

The pipe bedding, cover and backfill shall be according to OPSD 802.031 Class B bedding.

Cover Material (Ductile Iron Watermain)

Cover material placed from the top of the bedding to the bottom of the backfill for rigid pipe shall be Granular A compacted by approved mechanical means in 150 mm layers to 95% of maximum dry density.

Backfill Material (PVC or Ductile Iron Watermain)

Backfill material used above the embedment or cover material and below the lower of the subgrade or finished grade or the ground shall be unshrinkable fill when under concrete and asphalt sidewalks, curbs, driveways and roadway. Backfill material in other areas other than the roadway shall be Granular B Type II or select native material according to TS 1010 compacted by approved mechanical means in 150 mm layers to 98% of maximum dry density.

Valves – Open /Close Direction

The open/close direction for valves shall be according to TS 441.

Trench Box

In areas of deep trenches and numerous utilities, closed sheathing, shoring or other method as required shall be used. The use of trench boxes is permitted within the roadway on this Contract where depth and soil condition permit. The Contractor shall submit shop drawings to the Contract Administrator, stamped and signed by a Professional Engineer, 7 days prior to the start of excavation for review and approval.

Feed Points

Feed points for the new watermains shall be determined by the City and the locations of source water as shown on the Contract Drawings. Feeds from fire hydrants is not permitted.

This provision shall be considered incidental to all items related to the installation of new watermains. No separate payment shall be made.

Backflow Preventer

Where the backflow preventer and assembly requires above ground installation, the preventer and assembly shall be relocated to a suitable area to permit the opening of all through traffic lanes. The assembly shall be fully protected from vehicular traffic at all times, by the use of temporary concrete barrier.

Page 44: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-75

This work shall be considered incidental to all items related to the installation of the new watermains. No separate payment shall be made.

Bypass Sizing

For 150 and 200 mm diameter watermains, the bypass size shall be 50 mm diameter according to drawing T-1104.03-3 or T-1104.03-4.

For 300 mm diameter watermains, the bypass size shall be 100 mm diameter according to drawing T-1104.03-3 or T-1104.03-4.

For greater than 300 mm diameter watermains, the bypass size shall be 150 mm diameter.

Restrained Joints

Joint restraints are to be used on all bends, tees and valves. All bends and tees are to include thrust blocking as well as joint restraints. All pipe joints within 6.1 metres of a restrained fitting or appurtenance shall be mechanically restrained in addition to the requirements shown in the Contract Drawings.

All 100 mm diameter and larger water service connections, including the valves, bends and fittings will be fully restrained from the watermain pipe to the property line. If there are more than two consecutive joints, the necessity of installing restraints will be reviewed on an individual case-by-case basis.

The cost of the joint restrainers shall be included as part of the watermain installation. No separate payment shall be made.

Pipe Crossing

At all locations where the proposed watermain crosses under or above the existing sewers or utilities, Granular A Native or Granular A RCM according to TS 1010 (April 2015) – Amendment to OPSS.MUNI 1010 – Material Specification for Aggregates – Base, Subbase, Select Subgrade, and Backfill Material (April 2013) material is to extend from the lower pipe to the top of the upper pipe.

For gas mains, a minimum of 150 mm of sand padding must be placed over the pipe for protection. The gas main and valve assemblies must be sand padded before placement of the unshrinkable fill. The Contractor must ensure that placement of the unshrinkable fill does not displace the sand padding or directly contact the pipeline.

No separate payment shall be made.

Page 45: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-76

Looping Under or Over of Proposed Watermain

This tender item shall be used when looping under or over existing utilities when conflicting within the proposed watermain alignment and where not shown on the Contract Drawings.

This item shall include the supply of all required bends for vertical alignment changes including the installation of all necessary fittings, piping, machining, sleeve couplings, thrust/anchor blocks, anchor bolts and tie rods as required and cathodic protection for all fittings, backfilling excavation and permanent site restoration including any incidental works.

The looping item shall include additional excavation and backfill up to one metre below the proposed watermain and extend a distance up to 5 metres horizontally.

Connecting to Existing Watermain with a Tapping Sleeve and Valve

One or more live tapping connections shall be required to the existing watermain as indicated on the Contract Drawings. Tapping sleeve and valves (TS&V) shall be from the approved material list in the latest Design Criteria for Sewers and Watermains, Chapter 6, Material Specifications. The Work for installation of tapping sleeve and valve shall include connection of tapping sleeve and valve to the existing watermain under pressure, that is to say wet (live) tapping, not dry tapping. Where a tapping sleeve and valve is required at the connection, the TS&V valve shall be paid as a regular gate valve item.

Branch Connections to Existing Watermain

In completing the connection to existing watermains, the Contractor shall follow the connection procedure according to TS 7.70 – Watermain Replacement and Connection Procedure. The Contractor must plan his connection works such that the water shutdown to complete the connection works do not exceed four hours in duration. The works must be prepared in such a way so that fulfillment of this requirement becomes realistic. The City will inspect all preparation works and approve go ahead with the shutting down of water in order to execute the connection works. The City will not entertain any claim on the delay on water shutdown if adequate notice has not been provided or the Contractor’s preparation works fail to receive City’s acceptance or both.

For watermain filler pieces, Toronto Water shall take one bacteriological water sample. The Contractor shall not remove the sampling point or connect until a pass reading is received from the Contract Administrator.

When connecting to an existing valve that is to remain in operation, following acceptance of the new watermain by the City, the Contractor shall leave the existing valve in the open position, remove the valve box or break down the valve chamber to 1.2 m below surface and dispose off-site.

Page 46: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-77

Backfill material shall be unshrinkable fill when under the concrete and asphalt sidewalks, curb and roadway. Backfill material in other areas other than the roadway shall be Granular B Type II or select native material according to TS 1010 compacted by approved mechanical means in 150 mm layers to 98% of maximum dry density.

Forty-eight hours notice is required to be given to the water customers for any planned disruption of water services. All proper and relevant health and safety regulations should be followed at all times.

This item shall be applicable for new watermain branch connection connecting to an existing watermain.

Installation of Large Diameter Water Services

The Contract Price shall include the supply and installation of 100 mm diameter and larger water service pipe, copper tracer wire and all appurtenances to complete the Work.

• If length of water service is less than 3.5 m, then one valve and box is required, and

• If length of water service is 3.5 m or greater, then two valves and boxes are required, one located at the watermain and one located at the streetline.

All existing large diameter water service valves which are to be abandoned shall have the existing valve box removed and the excavation shall be backfilled with unshrinkable fill. The existing valve shall be abandoned in place.

The cost for the domestic water service off a fire service line shall be paid for separately under the appropriate tender item.

The linear metre price for large diameter water services equal to 100 mm shall be paid under the tender item for 100 mm water service item. The linear metre price for large diameter water services larger than 100 mm shall be paid under the tender item for watermain of the appropriate size.

Connection of Large Diameter Water Services at Property Line

All new large diameter water services shall be flushed before connecting to the existing water service at street line. A same size tail extended to the surface for flushing and swabbing purposes shall be included. The large diameter water service shall be disinfected according to TS 7.30 – Procedure for Disinfecting Watermains. The new water services cannot be connected to the existing service at the property line until the new watermain is pressure tested and the bacteriological tests pass.

Page 47: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-78

Construction Constraints

The Contractor shall note that due to the nature of the existing businesses within the contract limits, the connection between the new water services and the existing water services for businesses shall be done at night from midnight to 5 a.m. or after business hours such as on weekends and shall be approved by the Contract Administrator.

The connection of new water services shall be co-ordinated with the affected property owners and businesses, at least 48 hours prior to connection, with minimum inconvenience and delay to the property owners and businesses. The Contractor will be required to notify and co-ordinate with the property owners and businesses. The Contractor shall schedule the relocating and reconnection of watermains and water services to minimize the disruption of water supply.

The Contractor shall note that some properties are being developed within the contract limits. The Contractor shall be responsible for all coordination with the developer for the removal of barriers, hoarding, and so forth in order to make the connection between the new water services and the existing water services.

The Contractor shall include the cost of such connections in their Contract Price. No separate payment shall be made.

The Contractor shall contact the building owners prior to the installation of the mainline watermain and anchor tee and valve for any service 100 mm in diameter or greater to confirm the location, size and material type of the existing water service. The purpose is to determine the best location for the replacement of the connection and to confirm the anchor tee size prior to the mainline watermain installation.

All costs associated with 100 mm water service connections shall be paid under the tender item for 100 mm water service including connection. All costs associated with water service connections larger than 100 mm shall be paid under the item to connect large water service to existing large water service.

Temporary Restoration

The Contractor shall complete temporary restoration of all roadways upon completion of the watermain and backfill operation at the end of each Working Day of watermain constructed, even before work is started on installation of the water services. Temporary restoration of driveways, sidewalks and intersections must be completed by the next Working Day after backfilling of the trench with Granular A compacted by approved mechanical means in 150 mm layers to 98% of maximum dry density or unshrinkable fill backfill.

For more requirements on temporary and permanent trench restoration see supplementary specification GN121SS.

Page 48: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-79

Notice to Toronto Water

Contractor shall make a request to the Contract Administrator 3 Working Days in advance if Toronto Water division is required to:

operate any service valve ro mainline valve

operate any fire hydrant

operate any curb stop

take one bacteriological water sample from the watermain filler pieces.

Confirmation of bacteriological test results from Toronto Water may take up to 7 Days. The Contractor shall accommodate this in their scheduling.

Product Manufacturer's Report

At least 7 Days prior to construction the Contractor shall submit the following information to the Contract Administrator:

All product data reports.

Shop Drawings and details for all pipe, valves and mechanical joint restraints.

Manufacturers letter of compliance.

Bill of lading that confirms that saddle clamps, tie-rods, nuts are stainless steel.

For PVC pipe 300 mm diameter and larger the summary of fittings and restrained length calculations is required. This can be obtained from the pipe supplier or manufacturer.

The required documents list above for PVC pipe 300 mm diameter and larger is required as it would facilitate the manufacturer to provide their own inspection and the City with additional manufacturer’s warranty beyond 2 years, provided watermain is installed according to their installation requirements. The City’s standards will prevail over all other requirements. The manufacturer’s standards will be considered where a City’s standard does not exist or is lower.

Shop Drawings, specifications, product data details of the proposed method for the directional boring, joining system, repair of the existing watermain, trench protection, Equipment and Materials to be used and a list of all suppliers shall be submitted to the Contract Administrator for review, at least 14 Days prior to commencement of the work.

Tunneling

The Contractor shall use a tunnel method such as tunnelling, boring or directional drilling to install the watermain, water services or hydrant leads at locations where existing utilities and

Page 49: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-80

trees cannot facilitate open cut trench method. The Contractor’s choice of method of installation shall be approved by the Contract Administrator and shall include:

supplying shop drawings;

excavation in all materials, dewatering, test pits for exposing utilities, sheathing, shoring, support of existing utilities, watermain, restrained joints, support blocking;

construction compound and workshafts;

supply and installation of unshrinkable backfill, and;

permanent restoration of roadways, sidewalks, concrete curb and gutter, permanent restoration of boulevards and driveways, and all other incidental work to complete the installation by tunnel method.

Dewatering

The Contractor shall submit a Construction Water Control Plan for approval, a minimum of 30 Days prior to commencement of any shaft construction, tunnel, boring, or directional drilling works which includes the following:

Shop drawings including descriptions, manufacturer’s technical operation and maintenance instruction literature;

Workplan narrative of the proposed groundwater and surface water control facilities including, but not limited to, equipment, methods, standby equipment and power supply, instrumentation layouts, provision for measuring pumped water as required, and monitoring procedures;

A contingency plan and options shall be submitted. Submittal may take into consideration that staged expansion of pumping facilities is reasonable (resubmit as appropriate if the system is modified during instalation or operation);

Shop drawings of temporary tunnel, jacking, or horizontal directional drilling, shaft sump locations, and sump discharge piping layouts;

Monitoring of groundwater level and discharge quality;

Removal of system components and piping when groudwater control is no longer required;

Backfill methodology; and

Page 50: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-81

Decommissioning of wells and piezometers installed by the Contractor according to O.Reg. 903 – Wells Regulation.

Major and Local Roads

For classification of major and local roads please refer to Major Road and Local Road – SP14.

Measurement for Payment

Measurement of watermains shall be by length in metres along the horizontal centreline of the pipe. No deductions shall be made for valves that are installed along the watermain or filler pieces at the connection point.

For measurement purposes, a count shall be made of the number of valves installed.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

Temporary valves or anchor tees required for the installation of the watermains or large diameter water services shall be considered incidental to the Work. No separate payment shall be made.

12. Fire Hydrants – WM202SP

Special Provision September 2018 The installation of a fire hydrant shall be according to T-1105.01. The hydrant set installation shall include:

a fire hydrant from the approved material list in Chapter 6, Material Specifications

a 150 mm anchor tee and isolation valve

the valve box shall be 105 mm, regular style, slide type with guide plate and with 149 mm diameter cover

150 mm PVC Class 235 DR 18 pipe from the main to the hydrant up to 6 metres

Type Z-24-48 (10.9 kg) zinc anodes, including tracer wire and connection

Concrete thrust blocks, supports and restrainers, as required

Page 51: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-82

Bends as required, including bends for looping over and under existing watermains and utilities, if required

Hydrant extensions as required

Setting the fire hydrant and valve box to final grade

Permananent restoration of all disturbed areas

All bedding and cover material shall be Granular A (free of RAP; reclaimed asphalt pavement) according to TS 1010 (April 2015) – Amendment to OPSS.MUNI 1010 – Material Specification for Aggregates - Base, Subbase, Select Subgrade and Backfill Material (April 2013). The material shall be compacted in 150 mm layers to 98% of maximum dry density.

Unshrinkable fill according to TS 13.10 – Specification for Unshrinkable Fill, shall be used as backfill under hard surfaces such as asphalt, concrete, interlock stone and Granular B Type II or select native material at other locations for backfilling.

For gas mains, a minimum of 150 mm of sand padding must be placed over the pipe for protection. The gas main and valve assemblies must be sand padded before placement of the unshrinkable fill. The Contractor must ensure that placement of the unshrinkable fill does not displace the sand padding or directly contact the pipeline.

A minimum of 300 mm of compacted Granular A (free of RAP; reclaimed asphalt pavement) material shall be placed around any services before unshrinkable fill is placed.

Measurement for Payment

For measurement purposes, a count shall be made of the number of hydrant sets installed, regardless of the type.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work. Where pipe is beyond 6 metres in length from the main to the hydrant, the pipe length in excess of 6 metres from the main to the hydrant shall be paid under the 150 mm PVC Class 235 DR 18 watermain item.

13. Small Diameter Water Service Installation – WM203SP

Special Provision September 2018

Page 52: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-83

Installation of Small Diameter Water Services

Installation of water services shall be according to T-1104.01, T-1104.02-1 or T-1104.02-3.

A service saddles is required for 19 mm, 25 mm, 32 mm, 38 mm and 50 mm diameter main stops on new or existing metallic, asbestos or plastic watermain pipes.

Water service connections, 50 mm and smaller are to be connected to the new or existing watermain under pressure, that is to say wet tapping not dry tapping.

The installation of small diameter water services, 19 to 50 mm, shall be by trenchless methods such as auger or torpedo method with a typical installation consisting of an excavation at the City's watermain and an excavation in the sidewalk or boulevard at street line for augering or torpedo purposes. For the replacement of small diameter water services, the Contractor may be required to make an intermediate excavation in the roadway or in the boulevard due to extensive length of torpedoing, utility congestion and/or shallow depth of cover. All costs for permanent restoration work when affected by linear underground infrastructure shall be included in the respective Contract Price for linear underground infrastructure item. A separate payment shall be made for asphalt milling, placement of top course asphalt over the intermediate excavation, utility adjustments and pavement markings for the permanent restoration and shall be paid according to the Contract Price.

No two water service connections shall be installed in the same auger hole. All excavations required for trenchless construction shall following supplementary specification GN128SS – Tree Protection.

Any additional road cuts must be approved by the Contract Administrator prior to commencement of work. Additional road cuts other than the road cut over the City watermain will be at no extra cost to the City.

In instances where the new water service is installed in the same location as the existing service, the Contractor shall disconnect the old water service by excavating at the water main where the service is connected, shut the existing main stop, and cut and plug the existing water service pipe. In case of a driven nipple, it should be plugged or a sleeve repair used around the main to cover the nipple’s hole.

The abandoned water service curb box and rod shall be removed regardless of whether they are found inside or outside of the excavation for the work to install the new service.

Substandard Water Services

Water services less than 19 mm in diameter shall be removed and replaced with 19 mm diameter copper services between the watermain and the property line.

Page 53: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-84

Lead and galvanized water services that are 19 mm or larger in diameter shall be removed and replaced with the same size copper services between the watermain and the property line.

Exposed copper services 19 mm or larger in diameter shall be removed and replaced only if they are found to be in unsatisfactory condition as determined by the Contract Administrator.

If a 19 mm water service is to be replaced and the distance is greater than 30 metres to the existing building, the service shall be replaced with a 25 mm diameter copper service.

Double Water Services

If, in the course of undertaking a service installation, it is determined by the Contract Administrator that the service being replaced is a double or wye service serving two properties, the Contractor shall install a service to the second property at the Contract Price for water service installation. The water services shall be installed in separately augured holes.

New Water Services

New water services 50 mm diameter and smaller, shall be Type K soft copper between the street line and new or existing watermain or as shown on the Contract Drawings including:

excavation and disposal of excess material;

augering;

pipe material, cathodic protection, service saddles, main stops, curb stops, couplings, service boxes and rods;

connection of new water service to existing water service at street line;

connection of new water service to new or existing watermain;

disconnection or cut out of existing water service from existing watermain;

backfill;

temporary and permananent restoration for concrete and asphalt sidewalks, and curb and roadway; and

insulation where cover is insufficient. Please refer to Insulated Water Service Installation – SP15;

permanent restoration of all existing landscaping, sodding, fences, river stone, gardens, decorative rocks, vegetation, interlock stone/lock stone, unit pavers, concrete and asphalt walkways or driveways (all types) to pre-construction conditions or better and

Connecting New Small Diameter Water Serivces to New or Existing Watemains

Any new small diameter water services cannot be transferred until the new watermain is chlorinated, disinfected, pressure tested and all bacteriological tests have passed.

Page 54: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-85

For reconnecting existing water services, flush prior to connecting to the existing water service. Couplings are not permitted on new water services.

Bedding and Cover Material

Bedding and cover material shall be Granular A (free of (RAP); reclaimed asphalt pavement) according to TS 1010 (April 2015) – Amendment to OPSS.MUNI 1010 – Material Specification for Aggregates - Base, Subbase, Select Subgrade and Backfill Material (April 2013) and compacted in 150 mm layers to 98% of maximum dry density.

Unshrinkable fill according to TS 13.10 – Construction Specification for Unshrinkable Fill shall be used as backfill under hard surfaces such as asphalt, concrete, interlock stone and Granular B Type II or select native material at all other locations.

All excavations in boulevard sodded areas shall be restored with imported 100 mm topsoil and sod to original condition or better. The Contractor shall roll all newly placed sod and water the sod as required to obtain growth acceptable to the Contract Administrator. Sodded areas will not be accepted until growth acceptable to the Contract Administrator has been established. The Contractor shall re-grade the boulevard back to the original condition or better and approved by the Contract Administrator prior to topsoil and sodding.

Curb Stops

The curb stop shall be located at the street line. The Contractor shall be responsible for verifying that all service curb stops are operational. Curb stops to be checked in advance of the construction of the main line watermain. In the event that the curb stop is not operational, the Contractor shall notify the Contract Administrator immediately.

The Contractor shall note that some addresses do not have visible water service valves or curb stops. At these locations, either the water service valve or curb stop is buried or no valve or curb stop exists. The Contractor shall include all added cost incurred to locate services and buried valves prior to construction and to make such connections from the new water services to the existing water services in their Contract Price. No separate payment shall be made.

Water Service Crossings

The Contractor shall determine the size of all existing water services which cross over or under the new mainline watermain constructed and verify the size of tees or saddles or both required on the new mainline watermain.

Construction Constraints

Page 55: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-86

The Contractor shall note that due to the nature of the existing businesses within the contract limits, the connection between the new water services and the existing water services for businesses shall be done at night from midnight to 5 a.m. or after business hours such as on weekends and shall be approved by the Contract Administrator.

The connection of new water services shall be co-ordinated with the affected property owners and businesses, at least 48 hours prior to connection, with minimum inconvenience and delay to the property owners and businesses. The Contractor will be required to notify and co-ordinate with the property owners and businesses. The Contractor shall schedule the relocating and reconnection of watermains and water services to minimize the disruption of water supply.

The Contractor shall note that some properties are being developed within the contract limits. The Contractor shall be responsible for all coordination with the developer for the removal of barriers, hoarding, and so forth in order to make the connection between the new water services and the existing water services.

The Contractor shall include the cost of such connections in their Contract Price. No separate payment shall be made.

Measurement of Payment

For measurement purposes, a count shall be made of the number of water service connections installed.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work for various sizes and classes of pipe.

14. Test Pits to Determine Location, Size and Material of Water Services – WM206SP

Special Provision April 2017 Some of the City water service records for water services within the contract limits do not indicate the material or size or both of the water service or from which watermain they are feeding off of. The Contractor shall be required to excavate test pits to determine the material and size of these services. The method of excavation can be by hand, mechanical or Hydrovac method.

The test pits shall be excavated at the existing watermain or at the property line to minimize disturbance of existing roads, sidewalks and boulevards.

Page 56: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-87

The test pits to determine the location, size and material of the water services shall include the following:

excavation, sheathing, shoring, trench dewatering;

the removal and disposal off site of asphalt pavement, concrete road base, brick gutter, concrete or asphalt curb, curb and gutter, monolithic curb and sidewalk, sidewalk, crosswalks, walkways, flag stone, boulevards, driveways and entrances (all thicknesses);

remove and salvage existing unit pavers and interlock stone;

protecting and supporting of adjacent components that shall remain during and after the work including existing structures, sewers, laterals and watermains, services and utilities, light poles, hydro and traffic signal poles, hand wells, maintenance holes, catch basins, retaining walls, curbs, road base, driveways, sidewalks, crosswalks, walkways, valve boxes, signs and posts, fences, bollards, gardens, decorative stones, garden edging and vegetation, trees, residential sprinkler systems and lighting systems. Any damage to existing components shall be properly repaired at no extra cost to the City;

disposal of excavated material off site;

the supply, placing and compacting of unshrinkable fill according to TS 13.10 - Specification for Unshrinkable Fill under hard surfaces such as asphalt, concrete, interlock stone and Granular B Type II or select native material at all other locations for backfilling;

the installation and maintenance of temporary and permananent restoration for concrete and asphalt sidewalks, curb and roadway; and

permanent restoration of all existing landscaping, sodding, fences, river stone, gardens, decorative rocks, vegetation, interlock stone or lock stone, unit pavers, concrete and asphalt walkways or driveways (all types), sodding to pre-construction conditions or better.

A minimum of 300 mm of compacted Granular A (free of RAP; reclaimed asphalt pavement) material shall be placed around any water services before unshrinkable fill is placed.

For gas mains, a minimum of 150 mm of sand padding must be placed over the pipe for protection. The gas main and valve assemblies must be sand padded before placement of the unshrinkable fill. The Contractor must ensure that placement of the unshrinkable fill does not displace the sand padding or directly contact the pipeline.

Measurement for Payment

Page 57: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-88

For measurement purposes, a count shall be made of the number of test pits completed.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

No payment shall be made for water services that the Contract Administrator has already identified for replacement. If the Contract Administrator determines that the water service is in need of replacement, no payment shall be made for the test pit and all costs associated with the excavation shall be included in the Contract Price for the replacement of existing water services.

15. Replace Non-operational Water Service Curb Stops – WM207SP

Special Provision April 2017 The curb stops shall be located at the street line according to T-1104.01, T-1104.02-1 and T-1105.02-1. The Contractor shall be responsible for ensuring that the existing service curb stops that are not being replaced are operational. In the event that the existing curb stop is not operational, the Contractor shall replace existing curb stops that are not operational with new curb stops for water services 50 mm in diameter and smaller that are not identified for replacement on the Contract Drawings.

The installation of new curb stops 50 mm in diameter and smaller shall include:

excavation, dewatering, sheathing, shoring;

supplying all materials, junctions, copper pipe, couplings, blocking, curb stops and boxes, fittings;

connection to existing services, chlorine residual testing, disposal of excavated material;

disposal of existing service pipe, blocking, curb stops and boxes;

the removal and disposal off site of concrete or asphalt curb, curb and gutter, monolithic curb and sidewalk, sidewalk, walkways, flag stone, boulevards, driveways and entrances (all thicknesses);

remove and salvage existing unit pavers and interlock stone;

Page 58: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-89

protecting and supporting of adjacent components that shall remain during and after the work including existing structures, sewers, laterals and watermains, services and utilities, light poles, hydro and traffic signal poles, hand wells, maintenance holes, catch basins, retaining walls, curbs, road base, driveways, sidewalks, crosswalks, walkways, valve boxes, signs and posts, fences, bollards, gardens, decorative stones, garden edging and vegetation, trees, residential sprinkler systems and lighting systems, any damage to existing components shall be properly repaired at no extra cost to the City;

the supply, placing and compacting of bedding, cover and backfill material;

the installation and maintenance of temporary and permananent restoration for concrete and asphalt sidewalks; and

permanent restoration of all existing landscaping, sodding, fences, river stone, gardens, decorative rocks, vegetation, interlock stone, unit pavers, concrete and asphalt walkways or driveways (all types), sodding to pre-construction conditions or better and all other items of work to complete the service connections.

Under normal circumstances, the curb stop shall be located at street line. Should there be an obstruction such as a tree, fence, wall or hard landscaping, then the Contractor shall extend the City owned portion beyond the street line onto private property. The Contractor shall notify the property owner.

No payment shall be made under this item for water services that the City has identified for replacement. If the water service is to be replaced, all costs associated with the replacement of curb stops and boxes shall be included in the Contract Price for the replacement of existing copper water service pipe and no separate payment shall be made.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

16. Horizontal Directional Drilling – WM213SP

Special Provision September 2018 Not Required.

Page 59: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-90

17. Sewer and Sewer Service Installation – SW301SP

Special Provision September 2018 Not Required.

18. Trench Stabilization – SW305SP

Special Provision October 2016 Should the Contractor encounter an unstable trench condition, the Contractor must immediately stop their operation, notify the Contract Administrator of the condition, and only proceed when approved to do so by the Contract Administrator.

The work of trench stabilization shall include:

1. Additional sub-excavation;

2. Supply and placement of Terrafix 270R non-woven geotextile overlapped a minimum of 600 mm;

3. Granular A (free of RAP; reclaimed asphalt pavement) or 50 mm crushed aggregate according to TS 1010 to a depth of 300 mm for the full width of the trench; and

4. Disposal of excess material.

Basis of Payment

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

19. Rock and Shale Excavation – SW307SP

Special Provision October 2016 The Contractor could during excavation or trenching encounter rock and shale during the installation of the following:

Page 60: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-91

sanitary and storm pipe sewers, pipe culverts and end sections, forcemains and associated appurtenances;

watermains, water services, fire hydrants and associated appurtenances;

underground utilities; and

maintenance holes, catch basins, ditch inlets, and valve chambers.

The Contractor shall refer to the geotechnical report included in the Contract Documents which identify the presence of rock or shale at various locations in this project.

Should bedrock be encountered, it should be removed by chipping. Under no circumstances will blasting or other methods causing vibrations to nearby structures be permitted.

The rock surface shall be cleaned by mechanical and manual means to provide a sound, and un-shattered surface free of loose rock, rock fragments, earth and debris.

Basis of Payment

All costs associated with the removal of rocks smaller than 0.5 m³ in size shall be considered incidental to all related items of Work. No separate payment shall be made.

Payment for the removal of rocks larger than 0.5 m³ in size shall be paid under Schedule A – Schedule of Prices for Changes in the Work and shall be full compensation for all labour, Equipment and Material to do the Work.

20. Cold Wet Mill and Disposal of Asphalt Pavement Containing Asbestos – RD403SP

Special Provision September 2018 The asphalt pavement on the following road sections are identified in the geotechnical report in the Contract Documents to contain 0.5 per cent or more of asbestos.

Street Name From To Depth (mm)

Vaughan Road Station 3 + 80 Station 5+40 200

Immediately upon notification of award of the Contract and not more than 5 Working Days following the date of award notification, the Contractor shall prepare and submit to the City a

Page 61: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-92

detailed removal and disposal plan. The plan is to show the detailed procedure, sequence, protection of site personnel and timing of the work. Work cannot begin without an approved plan.

The Contractor shall remove and dispose the asbestos-containing asphalt pavement to the specified depth including any and all asphalt scabs within the roadway. This milling operation shall not apply to the non-asbestos-containing streets in the Contract.

This special provision is applicable to the pavement adjacent to the curb and gutter and roadway structures on the streets containing asbestos, also applicable to top asphalt containing asbestos removal with milling operation and asbestos removal in the pavement structure within the trench limits.

The Contractor shall wet mill the asbestos containing asphalt pavement. Prior to removal of curb and asphalt containing asbestos, the Contractor shall wet mill with an edge grinder at a depth as specified in the table and a width of not more than 500 mm from the curb and around the perimeter of catch basins, manholes and any other roadway structures. Area air quality monitoring shall be done by the Contract Administrator if required.

The Ministry of Labour Operational Approach

The Contractor shall comply with O. Reg. 278/05 "Designated Substance – Asbestos on Construction Projects and in Buildings and Repair Operations". As per the latest Ministry of Labour operational approach, measures and procedures, as outlined in Reg. 278/05, are to be followed in the performance of the work, as follows:

Measures and procedures for Type 1 operations may be applied for operations carried out with power tools if the power tools are attached to dust-collecting devices equipped with HEPA filters or if the asbestos-containing asphalt is wetted to control the spread of dust or fibres.

For non-classified operations, such as scarifying, milling and so on measures and procedures for Type 1 operations may be applied if the equipment is attached to dust-collecting devices equipped with HEPA filters or if the asbestos-containing asphalt is wetted to control the spread of dust or fibres.

Measures and procedures for Type 2 operations may be applied for operations carried out with power tools not attached to dust-collecting devices equipped with HEPA filters and where the asbestos-containing asphalt is not wetted to control the spread of dust or fibres.

For non-classified operations whereby the asbestos-containing material is not wetted to control the spread of dust or fibres and the equipment is not attached to dust-collecting

Page 62: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-93

devices equipped with HEPA filters, measures and procedures for Type 2 operations will continue to apply.

Measures and Procedures for Type 1 Operations

The Contractor shall carry out the asbestos-containing pavement removal operations in such a way that the measures and procedures for Type 1 operations can be applied.

In the event that a circumstance arises in which the Contractor cannot control dust (through either the attachment of HEPA-filtered dust collecting devices to the equipment or wetting), the Contract Administrator shall be notified and Type 2 measures and procedures shall be followed during the performance of the Work.

The Contractor must provide written notice of measures or procedures to be followed when performing the Work to the Contractor's joint health and safety committee/health and safety representative.

Health and Safety Training

Workers on the project must be trained in

the hazards of asbestos exposure

the use, care and disposal of protective equipment and clothing to be used and worn when doing the work

personal hygiene to be observed when doing the work

the measures and procedures prescribed by the regulation.

A letter shall be supplied to the Contract Administrator 7 Days prior to the start of asbestos removals outlining the compliance with the health and safety training.

Respirators

If the Contractor's worker request a respirator, the Contractor shall provide the workers with respirators according to Section 14, Paragraph 12 of O. Reg. 278/05. The respirators shall be as described in Section 13 and Table 2 in O. Reg. 278/05.

The workers who are using respirators shall follow the instructions described in Section 13, O. Reg. 278/05.

To address heat stress during hot weather, the Contractor must develop a hot weather plan and ensure that the plan is followed.

Page 63: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-94

Protective Clothing

If the Contractor's worker requests protective clothing, the Contractor shall provide the workers with protective clothing according to Section 14, Paragraph 13 of O. Reg. 278/05. The protective clothing shall be as described in Section 15, Paragraph 12 of O. Reg. 278/05.

The workers who are using protective clothing shall follow the instructions provided in Section 14, Paragraph 14 of O. Reg. 278/05.

To address heat stress during hot weather, the Contractor must develop a hot weather plan and ensure that the plan is followed.

Eating and Drinking Prohibition

The Contractor shall advise their employees of the prohibition against eating, drinking, chewing or smoking in the work area.

Dust Control

The spread of dust from the work area will be prevented by the following dust suppressant control measures

wetting down the work area prior to the start of operations.

continued wetting throughout the duration of the operation by means of the equipment’s own wetting-down mechanism, in the case of the milling machine, and an available water truck.

frequently and at regular intervals during the doing of the work and immediately on completion of the work, dust and waste shall be cleaned up and removed using wet sweeping, and placed in a container for asbestos waste.

Under no circumstances shall compressed air be allowed for any dust cleanup.

The Contractor shall prevent slurry from entering the sewers by placing geotextile or similar filters into affected catch basins. At the end of work, the filters shall be removed from the catch basins and deposited in containers for asbestos waste.

The Contractor shall submit a plan for site housekeeping that ensures efficient removal of the dust from the site and prevention of dust spreading into the environment.

Facilities for Washing

Page 64: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-95

The Contractor will be required to have facilities on site for the washing of hands and face. All workers will be advised to use these facilities when leaving the work area.

Containers for Dust and Waste

Dust and waste shall be deposited immediately in a truck covered with a tarpaulin. The truck load shall be identified as asbestos waste, as required by R.R.O. 1990, Reg. 347.

Transportation and disposal of asbestos waste off site shall be according to item 8, herein. All costs associated with disposal are included in the Contract Price of milling asphalt items in this Contract.

Transportation and Disposal of Asbestos Waste

Blending of asbestos-containing and non-asbestos-containing asphalt waste in a single shipment for transportation and disposal is not allowed.

The transportation and disposal of asbestos waste under shall be managed in according to O. Reg. 347/90 “General – Waste Management” and the Transportation of Dangerous Goods Act.

All asbestos waste shall be disposed of at a site licensed for the acceptance and disposal of asbestos waste. The Contractor shall provide the City with the name and address of the waste disposal site at the pre-construction meeting.

Measurement and Payment

Measurement of the asbestos-containing asphalt material will be by area in square metres (m²).

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Materials to do the Work.

The Contractor shall submit to the Contract Administrator all the weight tickets issued by the disposal site for the disposal of the asbestos wastes. Only the original weight ticket for each truck load will be accepted by the City. The Contractor shall be responsible for ensuring that the weight ticket for each load is handed to the Contract Administrator or City inspector on the same Working Day or before noon the following Working Day. The City will not compensate weight tickets not submitted at the proper time, or are submitted in groups after the milling and disposal operation.

Page 65: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-96

The City reserves the right to randomly verify the quantity of asbestos waste transported to the disposal site. The Contractor shall permit the City to make random checks of the gross mass and the tare mass of trucks hauling the asbestos waste by requiring them to be driven over an independent scale. No separate payment shall be made for any delays or costs attributable to such verification of loads.

21. Soft Spot Repairs – RD408SP

Special Provision September 2018 When the Contractor identifies soft areas that have developed after the main excavation operation has been completed, the Contractor shall notify the Contract Administrator immediately. The Contractor shall demarcate the width, length and depth of the soft spot for removal. Soft spots identified and locations approved by the Contract Administrator during the main excavation operation shall be considered as General Excavation.

In either case, the over excavated area shall be backfilled in the following manner:

1. If the existing ground is still unstable, the Contractor shall place geotextile fabric over the entire section. If the area has stabilized, the geotextile fabric shall not be required at this stage.

2. The over excavated area shall be backfilled with 50 mm crushed aggregate according to TS 1010 or other suitable material determined by the Contract Administrator to the subgrade elevation;

3. Geotextile fabric shall be placed across the section, the fabric material shall be according to 270R non-woven geotextile or equivalent

4. The geotextile fabric shall be immediately covered with the full depth of granular road base as specified in the Contract Documents, to provide the maximum stability possible.

5. If possible, the Contractor shall barricade off the area until such time as the pavement is placed.

Basis of Payment

Payment at the Contract Price for soft spot removal (excavation), and repair, shall include excavation of soft spots, placement of geotextile fabric, supply and placement of granular material.

Page 66: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-97

22. Installation of Traffic Actuation Equipment – RD 421SP

Special Provision September 2017 Loop detectors shall be installed according to TS 810 – Traffic Actuation Equipment and OPSS.MUNI 620 (Apr 2017) – Construction Specification for Traffic Signal Equipment and Electrical Traffic Control Devices.

Loop sizes are approximate and the site conditions may require alterations. Detection loops shall be installed within 72 hours of completion of permanent pavement markings within the City right-of-way. Detection loops shall be installed in the binder course (not surface cut out) within the MTO right-of-way – refer to MTOD 2901.462.

The table below identifies the specifics for each location:

Intersection Location

Stop Bar Loops

Stop Bar Loop Details

Single SCOOT Loop

Double SCOOT Loop

Ronald Avenue @ Castlefield Avenue

2 Quad (SB, NB)

- -

Donald Avenue @ Keele Street

1 Dipole (WB)

- -

Total 3 0 0

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work. Saw-cutting of feeder to loop and splicing of loops wires to beldon cable shall be included in the Contract Price.

23. Restoration Work - GN121SP

Special Provision April 2019

Restoration Work – GN121SS is amended by deleting the Supplementary Specification in its entirety and replacing with the following:

Page 67: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-98

Restoration of Driveways, Sidewalks and Private Walkways

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

All driveways and sidewalks shall be saw cut in a straight line. The surface asphalt restoration shall be extended 300 mm on all sides of the cut. Where a cut is made outside of the driveway apron, all asphalt or concrete driveways shall be paved for the full width of the driveway so that driveways will have only one straight joint. Where a cut is located within the driveway apron, the entire apron area shall be restored according to TS 4.60 – Construction Specification for Utility Cut and Restoration.

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

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

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

Basis of Payment

All costs associated with this Work shall be included in the Contract Price for related item of Work. No separate payment shall be made.

Boulevard Sodded Areas

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

Basis of Payment

Refer to Topsoil, Sod and Seeding – SP10 for payment.

Restoration of Landscaping Features

Page 68: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-99

Where retaining walls, fences or other landscaping features including river stone, gardens, decorative rocks, vegetation, interlock stone or lock stone and unit pavers that could require restoration and are fronting any lots the Contractor shall, if machine usage is not possible, remove the existing sidewalk/boulevard by hand. The Contractor shall note that not all landscaping features requiring restoration are identified on the Contract Drawings. The Contractor shall review all existing landscaping features to determine the work necessary prior to submitting a Bid. Consequently, the Contractor shall coordinate with residents and recruit arboreal services prior to start of construction as required. If any damage occurs to the retaining wall, fence or landscaping features during construction, then the Contractor shall repair it to its original condition or better at no extra cost to the City.

Subdrains

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

Basis of Payment

All costs associated with this Work shall be included in the Contract Price for related item of Work. No separate payment shall be made.

Retaining Wall

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

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

Basis of Payment

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

Temporary Trench Restoration

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

Page 69: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-100

Basis of Payment

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

Permanent Trench Restoration

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

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

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

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

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

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

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

Basis of Payment

All costs for permanent trench restoration work when affected by linear underground infrastructure construction shall be included in the respective Contract Price for linear underground infrastructure item. A separate payment shall be made for asphalt milling, placement of top course asphalt over the trench, utility adjustments and pavement markings for the permanent restoration and shall be paid according to the Contract Price.

Page 70: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-101

24. Operating Valves – WM209SP

Special Provision April 2019

Operating Valves – WM209SS is amended by deleting the Supplementary Specification in its entirety and replacing with the following:

No valve, hydrant, or other control on the existing water distribution system shall be operated, for any purpose, by the Contractor. When required, the Contractor shall provide 3 Working Days advanced notice to the Contract Administrator to make the necessary arrangements for the operation of existing valves and appurtenances.

25. Traffic Control - SP1

Special Provision April 2019 The Contractor is responsible for the provision of the Control of Traffic during construction as outlined in Specification TS 1.00 plus modified/specified in other parts of Tender Call, Pricing Form, or Special Specifications. The Contractor will be responsible for the installation and maintenance of signage and barricades around and adjacent to the work area to alert and protect the general public from construction hazards and to advise of changed conditions.

The Contractor shall ensure all Rodars Notifications are filed with TMC Dispatch for various lane and road closures, time restrictions, etc.

The unit bid price for traffic control and safety equipment is for providing, installing and maintaining the signs, including, but not limited to, all required Construction Advisory Signs, barricades, detour signs if required, flashers, snow fences, flexible barrels, temporary pavement marking, traffic control persons, etc. required to carry out this work in accordance with the Ontario Traffic Manual: Book 7 during all phases of construction. All sign bases and fences are to be sandbagged, and tied/secured. All barricades in place outside of daylight hours are to have flashers. The Contractor will also conform to the following requirements:

Page 71: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-102

1. The Contractor will provide a traffic management plan to be reviewed by Transportation Services. No claim for delay or expense shall be considered due to the rejection or revision to the traffic management plan.

2. “Construction Ahead” signs shall be placed at all points of ingress and egress of the working area;

3. Adequate signage shall be provided to pre-warn the bike users of any bike lane closures;

4. The Contractor is to backfill or make safe otherwise all excavated areas not backfilled, at the end of the day ensuring that the road is accessible to traffic as per approved traffic control plan.

5. Emergency access must be maintained at all times during construction. The Contractor shall co-ordinate his work such that the emergency vehicles (Fire, Ambulance and Police) are able to reach any property at all times.

6. Access to all properties, residential and commercial, must be maintained at all times. Any work across driveways shall be done in a manner that will ensure continuous and unimpeded flow of vehicular traffic;

7. Uninterrupted pedestrian traffic shall be maintained all times on at least one side of the street during construction.

8. Uninterrupted TTC bus routes including Wheel-trans services shall be maintained at all times during construction. The Contractor shall provide adequate temporary signs and proper access ramps for public transit passengers. The Contractor shall coordinate with TTC for temporary bus stop closures and/or temporary bus stops.

9. In order to minimize safety concerns, materials and equipment must be confined to one side of street only and stored so as not to interfere with flow of traffic and visibility, in particular, at street corners and bends.

10. All sidewalk cuts shall be back-filled or plywood covered with sufficient strength for pedestrian traffic during non-working hours;

11. Construction which affects any signalized intersection including pedestrian cross-over (PXO) requires Paid Duty Police Officers (PDO). More than one PDO and a Police car may be required at an intersection. The Contractor shall coordinate to arrange all PDO services. Payment for this service shall be included in the Traffic Control item in the Pricing Form. No additional payment shall be made to meet this requirement.

12. All open cuts, when not under construction, are to be covered with counter-sunk steel plating with non-skid surfaces. Appropriate signs are to be posted advising of the presence of the plates. The plates must be secured to the pavement and be of sufficient thickness and strength to support the traffic. The plates are to be placed on a layer of burlap to avoid any excessive noise. The plates must also overlap the sides of the trench by 0.3m. The plates

Page 72: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-103

shall be recessed into a 300mm x 40mm deep step joint and filled with a compacted layer of 40mm SP 19.0 D PGAC 58-28 asphalt mix for local road and major road (minor or major arterial road). The cost of supplying, installing and maintaining steel plates is to be reflected in the unit bid prices of related works of the contract;

13. Additional traffic control or signage may be required as directed by City of Toronto Transportation Services, if required.

14. All temporary required ramping shall consist of SP 19.0 D PGAC 58-28 asphalt mixhand laid to provide smooth transitions between uneven asphalt edges. The Contractor shall be responsible for the supply, placement, maintenance and removal of all temporary ramping for the duration of the contract. Temporary ramping shall extend 0.9 m from any joint or utility frame but shall not exceed 6% slope of proposed asphalt.

15. Road Occupancy Permits must be obtained to store materials, site trailers and/or equipment on City streets.

16. When scheduling construction work in school zone, the Contractor shall fully comply with the “Guidelines for Construction Zones in School Areas”. This requirement shall include, but not limited to, reducing work hours in the school zones, engagement of the paid duty police officer, installation, maintenance and removal of fast fence or equivalent along the sidewalk and around open cut areas, and prior approval from the work zone coordinator.

The cost to shift lanes, as many times as required, including temporary lane markings (removal of existing markings, supply and removal of temporary markings) and other temporary traffic control measures is considered included in the traffic control item.

The cost for any winter maintenance within the workzones is to be included in the unit price for traffic control.

The cost to coordinate any work with utility companies and the provision of temporary traffic control for the protection of new utilites during construction shall be included in the unit price for traffic control.

Basis of Payment

This lump sum tender item shall be paid by the same percentage of the total contract value for each payment

All costs associated with this Work shall be included in the item for Traffic Control.

Page 73: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-104

26. Smog Alert Response Plans - SP2

Special Provision April 2019 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 by the City when there is a 50 percent chance that a smog day is coming within the next three 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 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

Page 74: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-105

delay in accordance with the General Conditions of Contract section 3.07 Extension of Contract Time, and section 3.08 Delays.

Basis of Payment

All costs associated with this work shall be included in all related items of Work.

27. Erosion and Sediment Control - SP3

Special Provision April 2019

Certain projects within this Contract are within TRCA limits as shown on Contract Drawings. The conditions below shall be adhered to during construction as a minimum.

The Contractor shall implement erosion and silt control measures as indicated on the Contract Drawings and/or as directed by the Contract Administrator.

The installation of these silt control measures shall be carried out prior to and maintained for the duration of construction to prevent entry of sediment into storm sewers, existing ditches or any watercourses.

Silt control measures shall be removed after construction is complete and the disturbed areas are stabilized and restored to their pre-construction state or better.

The Contractor shall ensure that the entry of petroleum products, debris, rubble, concrete or other deleterious substances into the watercourse is prevented. Vehicular refueling and maintenance must be conducted at least 30 metres from any watercourse.

Maintenance of the silt control measures is of paramount importance and the inspection of the catchbasin silt control filter traps and sediment control filter tubes around the ditch inlets shall be a daily activity. Maintenance shall include, but is not limited to, making good on a daily basis all deficiencies in installation, operation and condition of the silt control measures. Any deficiencies shall be promptly addressed.

Catchbasin Silt Control Filter Traps

The Contractor shall provide silt control for all catchbasins within the limits of construction. The Contractor shall install Terrafix/Siltsacks, or approved equivalent, at the locations where catchbasins are within proximity to TRCA limits. For all other catchbasin locations, the Contractor shall install class I non-woven geotextile filter fabric within the construction limits. The Contractor shall securely install the silt control measure in the catchbasin lid prior to

Page 75: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-106

construction, remove and dispose of debris at each catchbasin, and remove and dispose the geotextile fabric upon completion of the construction.

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work. Payment shall include the cost to supply, install, maintain, and remove the silt control from catchbasins.

Sediment Control Fence

This item shall include all work required to supply, install, maintain and remove “Sediment Control Fence” around existing ditch inlets.

The “Sediment Control Fence Tubes” shall be installed according to the drawings, standards, and details as required by any and all of the governing authorities.

Upon removal of the Fence, all captured sediment shall be disposed off the site, and the surrounding land shall be restored to the existing condition or better.

Basis of Payment

Payment will be made at the Contract Price for the Erosion and Sediment Control as supplied, installed, maintained and removed as follows:

50% - When the erosion and sediment controls are installed and accepted by the Contract Administrator.

25% - During construction period for maintenance; 25% - Upon removal of the erosion and sediment controls satisfactory to the Contract Administrator.

28. Adjustment of Third Party Utilities - SP4

Special Provision April 2019

The Contractor shall arrange for adjustment of all appurtenances belonging to utility companies, including but not limited to, Enbridge, Bell, Telus and Hydro, to meet the requirements of the respective utility owners. The Contractor shall be solely responsible for the coordination of utility adjustments and there will be no compensation for delays or rescheduling of work related to utility adjustments. The following contacts are provided for convenience only and does not relieve the contractor of their responsibility if the information becomes outdated.

Company Point of Contact Phone Number/ Email

Bell Wires Cut 611

Page 76: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-107

Cable Damages Only 1-844-225-5550

Rogers Roger Line Repair Dispatch

[email protected]

Cogeco NOC 416-542-2525

Toronto Hydro Toronto Hydro Dispatch

[email protected] [email protected]

Enbridge Gas Kevin Bando 416-495-5207

29. As Constructed Survey & As-Built - SP5

Special Provision April 2019 As-Built Drawings shall be submitted for the following locations:

At all project locations

Requirements shall be as per the below where applicable.

The Contractor shall submit one hard copy of accurate redline drawings and two hard copies of as-built drawings including a pdf file to the same scale as the Contract Drawings within 30 Working Days of the completion of the project. The as-built drawings shall also be submitted in electronic format, MicroStation V8i; compatible with the City of Toronto’s software. Profile elevations shall be referenced to the same datum as the original pre-engineering survey. The City shall provide a digital copy of the engineering drawings to the Contractor.

The requirements for As-Constructed Survey and As-Built drawings are found in the "Engineering and Survey Standards for Consultant" and appended to this contract which must be adhered to. The requirement applies to the following items at a minimum. They include location, elevation, width, material, etc. where applicable. Grade confirmation shall be by an OLS.

Road Reconstruction, Utility Cut Repair

Pavement

Curb & gutter

Driveways

Sidewalk

Utilities

Page 77: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-108

The frequency of the grade checks shall be 20 metres, grade changes, direction changes,or repair areas/ utility cuts whichever is less. Watermain/Sewer installation

Top or invert of newly installed pipe, to include locations at every change in grade, wherever possible

Utility nodes such as vertical and horiontal bends in the pipe, tees, crosses, reducers, and main-line valves

Water service valves and curb stops

Exposed existing utilities (private and public)

New and existing chambers, manholes or structures

Identify type, material , diameter of exposed utilities The City reserves the right to conduct its own quality assurance checks as it deems necessary. These City conducted checks shall not be to be deemed to absolve the Contractor of its responsibilities under this clause. A copy of the redline drawings shall be provided to the Contract Administrator prior to preparation of the as-built drawings to be reviewed for accuracy. Both redline and as-built drawings shall be returned to the Contractor for revision if deemed to be incomplete or inaccurate.

Basis of Payment

Payment shall be upon submission and approval of the drawings and files for each project location. Each location shall be divided equally over the total number of project sites.

30. Site Drainage and Grading Review - SP6

Special Provision April 2019 The survey studies are required to assist in resolving drainage issues by designing and recommending finished grade elevations for resurfacing, curbs, sidewalks, and/or driveways to ensure proper drainage. The survey studies shall be conducted by a professional Ontario Land Surveyor (OLS).

The survey shall extend a minimum of 1-meter beyond the road right of way. The survey shall include all break points, including but not limited to: front and back of sidewalk, top of curb, gutter, crown of road, ditches, inlets, culverts, retaining walls etc. The Contractor is required to compete the survey within two weeks of the order to commence. Upon submission to the Contract Administrator, five working days are required for the Contact Administrator to provided comments and feedback to the Contractor.

Page 78: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-109

Curb and/or Sidewalk Removal

Topographic survey for replacement of curb and/or sidewalk on streets with full removal is incidental to the cost of curb and/or sidewalk installation items. Topographic survey for such streets, where full curb and sidewalk removal and replacement is required, shall be included in the associated curb and sidewalk replacement items. No separate payment will be made for topographic surveys of these streets. Payment will only be made for streets identified in Section 4 – Table 4.1, which have minimal longitudinal fall, and partial sidewalk and/or curb removal.

Streets with minimal longitudinal grade

The Contractor shall undertake elevation survey studies for streets identified for Resurfacing work in Section 4 - Subsection 3 which have minimal longitudinal fall, i.e. no slope. Payment for these streets will be on a per meter basis. The measurement for payment will be the length of the centerline of the road. The rate will not be pro-rated due to varying road widths.

Furthermore, the Contractor shall identify any additional streets with ponding water and notify the Contract Administrator. The Contract Administrator will provide direction in writing for survey studies if deemed necessary.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work for Carson Street, including surveying, analysis, and implementation of the recommendation on site to be paid at the completion of each street.

31. Existing Utility and Maintenance Cut Repairs - SP7

Special Provision April 2019 All existing temporary Utility and Maintenance Cut Repairs (with cut permit) and borehole repairs within the construction limits and temporary Utility and Maintenance Cut Repairs falling within the road resurfacing limits but without cut permits shall be restored as per TS 4.60 or as directed by the Contract Administrator. After the milling, the Contract Administrator may identify additional Utility and Maintenance Cuts requiring repairs.

All trenches and excavations shall be restored in accordance to the geotechnical report and the appropriate permanent trench restoration detail as specified in the Contract Documents.

Page 79: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-110

For composite pavements the contractor shall ensure the use of dowels, and 32MPa 24-hour concrete.

Any noted base, concrete and utility cut repairs shall proceed within 24 hours of the milling operation.

The Contractor is advised that the City will not consider additional payment for the restoration of any over breaks that might occur at the edges of the trenches. The City will also not consider time extension nor delay claim due to any additional Utility and Maintenance Cuts repairs.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

32. Full-Depth Pavement Structure Repair- SP8

Special Provision April 2019 After full-depth asphalt removal or milling operations as specified on Contract Drawings, the Contract Administrator and the Contractor shall walk through the site and determine any deficient areas that require repairs, adjacent to or within the construction limits. Please refer to Step Joints – SP35 to blend at joints at limit of full depth reconstruction work. When instructed, the Contractor shall make all necessary repairs to the satisfaction of the Contract Administrator.

The cost of utility cut or full depth pavement structure repair and replacement work (for any area, regardless of the size) shall include the following:

Flexible Pavement

Saw cut along the limits of removal area (as directed by the Contract Administrator);

Remove full depth pavement structure, up to 600 mm thickness of asphalt /granular/ u-fill;

Supply, place and compact Granular A and Granular B, as required and as specified in the City of Toronto’s Standard Specification TS 1010 and TS 4.60 of Sep 2018;

Supply and pave Superpave mix (Min.100 mm) to match existing pavement thickness as specified in TS 1151 and TS 4.60 Sep 2018; and

Supply and place rubberized joint along the edges.

Page 80: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-111

Composite Pavement

Saw cut along the limits of removal area (as directed by the Contract Administrator);

Remove full depth pavement structure, up to 600 mm thickness of concrete/asphalt /granular/ u-fill;

Supply, place and compact, Granular A, as required and as specified in the City of Toronto’s Standard Specification TS 1010 and TS 4.60 Sep 2018;

Supply, place and compact 250 mm thick, Concrete (24hr Concrete) including dowels, to match existing as specified in the City of Toronto’s Standard Specification TS 4.60 of Sep 2018

Supply and pave Superpave mix (Min. 90 mm) or match existing asphalt grade pavement thickness as specified in TS 1151 and TS 4.60 of Sep 2018; and

Supply and place rubberized joint along the edges.

Any full depth asphalt repair work carried out shall be completed on the same day. The Contractor shall carefully schedule the amount of repair work to be done within a day in order to meet this requirement. Payment for Granular A, B, concrete road base, Superpave base asphalt, and rubberized joint along the edges shall be included and no separate payments shall be made.

33. Paving Operation - SP9

Special Provision April 2019 The contractor shall pre-mark maintenance holes and any other utilities before any asphalt paving operation takes place to ensure that they will not be buried.

Paving equipment to be used shall be equipped with joint heaters with adequate heating capacity to prevent the existence of cold joints during paving. Echelon paving shall be used for all road paving.

Top Coat Asphalt paving shall proceed within 24 hours of completion of road repairs of cold milling operation.

Prior to paving the base and top asphalt course, all surfaces including the edges of the existing pavement are to be tack coated with SS-1 emulsified asphalt.

Page 81: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-112

Basis of Payment

Cost of supplying and application of the tack coat shall be included in the paving item. All cold joints are required to be routed and sealed. Cost of route and seal between the edges of all joints shall also be included in the paving operation. All costs associated with this work shall include all related items of Work.

34. Topsoil, Sod and Seeding - SP10

Special Provision April 2019 Restoration of sodded areas include seeding and replacing sod according to TS 5.00 – Construction Specification for Sodding and restoring additional top soil as required. The Work includes the removal and disposal of an equivalent amount of materials.

The Contractor shall replace sod on lawns and boulevards within five (5) working days of the completion of the sidewalk and curb at any particular location, unless otherwise instructed or approved.

It should be noted that the Contractor will be held responsible for any sod that is damaged or rutted by the Contractor’s equipment or that of his agents at the Contractor’s expense.

Where directed, prior to placing topsoil and sod, the Contractor shall re-grade the existing boulevard to the Contract Administrator’s satisfaction, to improve boulevard drainage. The re-grading shall consist of excavating a depth of 125 mm below the top of curb and the straight line projection to 125 mm below the top of sidewalk. The Contractor shall remove and dispose of offsite any excess material resulting from the re-grading operation.

The Contractor is informed that re-grading and placing of topsoil shall be completed prior to paving the top asphalt surface.

Once the sod has been placed and rolled, it shall be the Contractor’s responsibility to water the sod as required to ensure survival. Dead sod that was the result of poor quality, lack of watering or poor installation, will be removed and replaced at the Contractor’s expense. The Contractor is not permitted to distribute letters to residents regarding the watering of sod without prior permission and approval by the Contract Administrator.

The Contractor is required to remove and replace all sod that is their responsibility which has been designated as unsatisfactory by the Contract Administrator or their representative, within the guidelines set out.

Basis of Payment

Payment at the Contract Price shall be full compensation for all Labour, Equipment and Material to do the Work. Supply, placement and maintenance of of sod as per Contract Drawings

Page 82: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-113

adjacent to removed curb and sidewalk (both sides) and within excavation area for re-grading of ditches shall be included in the Contract Price.

35. Project Scope / Details - SP11

Special Provision April 2019 The table below identifies details of locations for:

Street Limits Work Type Road Classification

Asbestos Existing Pavement Structure

* New Road Pavement

Composition Conrad Avenue

From Hillcrest Drive to Tyrrel

Avenue

Road Reconstruction

Local None Detected

Flexible

Please see Contract Drawings and

Geotech Reports

Eleanor Avenue

From Oakwood Avenue to

101.6m W of Oakwood Avenue

Road Reconstruction

Local None Detected

Composite

Keywest Avenue

From Lauder

Avenue to Northcliffe Boulevard

Road Reconstruction

and Resurfacing

Local None Detected

Flexible

Ronald Avenue

From Castlefield Avenue to 216m N of Castlefield

Avenue

Road Reconstruction

Local Commercial/industrial

Road

None Detected

Flexible & Composite

Bertal Road From Industry Street to Planning Boundary

Road Reconstruction

Local Commercial/industrial

Road

None Detected

Flexible

Donald Avenue

From Kane Avenue to

Keele Street

Road Reconstruction

Collector Road None Detected

Flexible & Composite

Vaughan Road

From Oakwood Avenue to Northcliffe Boulevard

Road Reconstruction

Collector Road Yes Composite

Fairbank Avenue

From 57m S of Roselawn Avenue to Roselawn Avenue

Road Reconstruction

Local Commercial Road

None Detected

Flexible

Brockhouse Road

From 104.6m W of

Bestobell Road to

Road Reconstruction

Local Commercial/industrial

Road

None Detected

Flexible

Page 83: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-114

127.3m E of Bestobell

Road Diesel Drive

From Evans Avenue to 192m N of

Evans Avenue

Road Reconstruction

Local Commercial/industrial

Road

None Detected

Flexible

Carson Street

From Staffordshire

Place to

Road Resurfacing

Local Commercial/industrial

Road

None Detected

Flexible

Page 84: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-115

36. Project Signs, Field Office Locations and Pre / Post Construction Condition Survey - SP12

Special Provision April 2019

The table below identifies details of locations for Capital Project Signs, Site Trailer locations and number of Structural Condition Surveys required at each location.

Where Project Signs are noted to be combined with 2 or 3 streets, they shall be strategically placed and include more than one project location on each sign. The Contractor shall provide a template of the signs for review and approval by the Contract Administrator prior to fabrication.

Street  Project Signs  Field Office 

Pre/Post Construction 

Condition Survey  

Bertal Road   1 

28 

Donald Avenue  2 138 

Brockhouse Road   1 

18 

Carson St   2 44 

Diesel Drive  1 6 

Conrad Avenue  2 

44 

Eleanor Avenue  1 28 

Fairbank Avenue  1 32 

Keywest Avenue  2 37 

Ronald Avenue   1 16 

Vaughan Road  2 236

Page 85: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-116

37. Coordinated Activities - SP13

Special Provision April 2019

The Contractor shall note that there will be some other construction activities within/or close to the contract limits by others including those as noted below:

2019 - 2020 Activities: RVAScopeofWork

Project Location Duration Project#

Owner ContactName

Conrad Ave from Hillcrest Dr to Tyrrel Ave   

 

On Street Bikeway Paving 

Markings     

Tyrrel Ave from Winona Dr to 

Wychwood ave 

(Adjacent)            

2020   ‐ Transportation Services       

 

Kanchan Maharaj  416‐338‐5500 [email protected]              

Overhead Electrical 

 

Tyrrel Ave from Winona Dr to 

Wychwood Ave 

(Adjacent)  

Nov 1, 2018 ‐ Dec 31, 2019 

Toronto Hydro 

 

Permit Delivery Office 

Carson St from 

Staffordshire Pl to Horner Ave 

Watermain Structural Lining 

Horner Avenue from 68 m East of Belvia Road to Browns Line  

Jan 1, 2017 ‐ Dec 31, 2019 (Carry‐Over) 

 

WSL17‐018  

Toronto Water  

Toronto Water Customer Care Centre 416-338-1616 [email protected]  

Keywest Ave from Lauder Ave to 

NorthCliffe Blvd  

Permit Review Zone 

 

Keywest ave from Lauder ave to 

northcliffe blvd 

 

2014‐2021 

 

Metrolinx 

Jeff Walker 416‐202‐0592 

Page 86: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-117

RVAScopeofWork

Project Location Duration Project#

Owner ContactName

Permit Review Zone 

 

Northcliffe Blvd 

 

2014‐2021 

 

Metrolinx 

Jeff Walker 416‐202‐0592  

On Street Bikeway Paving 

Markings     

Northcliffe Blvd from Rogers Rd to 

Vaughan Rd 

Planning Duration: 2019  Delivery Duration

: Unknow

Transportation Services 

Cycling Infrastructure Program: [email protected] 

Vaughan Rd from Oakwood Ave to 

Northcliffe Blvd     

On Street Bikeway Paving Marking      

 

Vaughan Road from 

Northcliffe Blvd to Oakwood 

Ave         

Planning Duration: 2019 Delivery Duration

: Unknow

Transportation Services       

 

Engineering and Construction Services                

On Street Bikeway Paving Marking      

 

Northcliffe Blvd from 

Rogers to Eglinton 

 

Planning Duration: 2019 Delivery Duration

: Unknow

Transportation Services       

 

Engineering and Construction Services                

Permit Review Zone 

 

Vaughan Road from 

Northcliffe Blvd to Oakwood 

Ave    

2014‐2021 

 

Metrolinx      

Jeff Walker 416‐202‐0592  

Basement Flooding Protection Program 

 

GlenHome Ave from 

Vaughan Rd to 

Allenvale Ave 

(Adjacent)     

2020‐2024    

 

Toronto Water        

 

Bashir Ahmed, Engineering and Construction Services 416‐394‐8440  

Page 87: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-118

RVAScopeofWork

Project Location Duration Project#

Owner ContactName

Utility Relocation 

Northcliffe Blvd from 

Vaughan Rd to 

Eglinton Ave W 

Jan 1, 2014‐Dec 31, 2020 

Metrolinx      

Jeff Walker 416‐202‐0592  

Cable Pulling Conduit 

Vaughan Road from 

Bathurst Street 

Planning Duration: 2019 Delivery Duration

: Unknow

TP19‐0786 PR  

Rogers Communicati

ons Inc.  

GTA Permits [email protected] 

Sewer Rehabilitati

on  

Vaughan Road 

from 637 Vaughan Road to 647 

Vaughan Road 

Planning Duration: 2020 Delivery Duration

SL51479‐2019 

 

Toronto Water 

Toronto Water Customer Care Centre [email protected]  

Moratorium 

Oakwood Ave from Vaughan Rd to Strader Ave 

2020 (Expiration Year) 

Transportation Services 

Utility Cut Permits (Transportation Services) 

Bertal Rd from 

Industry St to 

Planning Boundary  

 

Permit Review Zone 

 

Bertal Rd and 

Industry St  

2014‐2021 

 

Metrolinx 

Jeff Walker 416‐202‐0592  

Cable Pulling Conduit  

Industry Street from Todd Baylis Blvd to Bertal Road 

Planning Duration: 2018‐2019 

Delivery Duration

: Unknow

TP18‐0920 DF  

Rogers Communicati

ons Inc.  

GTA Permits [email protected] 

Donald Avenue 

from Kane Ave to 

Sewer Rehabilitati

on  

Donald Avenue from 116 Scott Rd to 240 

Planning Duration: 2020 Delivery Duration

SL9449‐2019 

Toronto Water 

Toronto Water Customer Care Centre [email protected]  

Page 88: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-119

RVAScopeofWork

Project Location Duration Project#

Owner ContactName

Keele Street  

Donald Ave 

: Unknow

Sewer Rehabilitati

on 

Scott Road 

from 135 Scott 

Road to 116 Scott Road 

Planning Duration: 2020 Delivery Duration

SL9546‐2019 

Toronto Water 

Toronto Water Customer Care Centre [email protected]  

Permit Review Zone 

 

Donald Avenue from 

Kane Ave to Keele 

St 

2014‐2021 

Metrolinx 

Jeff Walker 416‐202‐0592  

For all activities, the Contractor shall coordinate with other contractors and schedule his work so that the Contractor’s status as Constructor is maintained. The Contractor shall also schedule to complete his work within the completion time stipulated in the Contract. All costs associated with these restrictions are incidental to related items of work. No separate payment shall be made.

38. Major Road and Local Road - SP14

Special Provision April 2019

Where any underground items are noted to be placed in Local Road (2 lanes) versus Major Road (minor/major arterial road/collector roads with more than 2 lanes), the limits of length of the underground items within Local Road shall be quantified from the extension of the curb line along the Major Road.

39. Insulated Water Service Installation - SP15

Special Provision April 2019

Page 89: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-120

Where indicated on the Contract Drawings, the Contractor shall supply and install small water services with ‘Frost-Box’ as per the City standard drawing T-708.01-4. These services shall be installed by open cut method.

The Contractor shall note that only one joint shall be permitted per individual small water service. Additional joints may only be approved by the Contract Administrator.

Payment for all materials and labour associated with insulated water service installation shall be incidental and included into the water services unit price tender item. No separate payment shall be made.

40. Wet Tapping of Watermain - SP16

Special Provision April 2019

For all direct tapping of watermains and insertion of main stops under pressure, the Contractor shall strictly follow Toronto Water’s Safe Operating Procedure (see Attachment 5) for wet tapping watermains. All wet tappings by the Contractor shall be verified by Toronto Water while the work is being performed. The Contractor shall comply with the following protocol to engage Toronto Water in this process:

The Contractor shall request Toronto Water to perform wet tap verification by 11:00 am one (1) business day prior to the planned wet tap work.

The Contractor shall e-mail the request to [email protected], copied to the Contract Administrator and Inspector, and including all of the following information:

Contract Number; Location of Wet Tap(s) (intersection location(s) or municipal

address(es)); Time(s) of scheduled Wet Tap(s); Size of Service Connection(s) (19 mm; 25 mm; 50 mm; 38 mm;

100 mm etc.); and The Contractor’s name, site contact name and cell phone number.

Toronto Water will acknowledge the request by the end of business same day of request.

Toronto Water will attend within one (1) hour of the requested Wet Tap verification time. The contractor must not undertake any wet tapping without the Toronto Water Certified Operator or their designate present and observing the work.

The Contractor must notify the Toronto Water by 7:00 am the day of the scheduled tap for cancellations by calling 416-338-3486 and emailing [email protected].

Page 90: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-121

Cancellations that occur during the day or on short notice shall also be done in accordance with the above requirement.

All costs associated with the Contractor adhering to this process are incidental. No separate payment shall be made.

41. Construction Near Trees and Impact to Trees - SP17

Special Provision April 2019

Tree Protection Measures

The Contractor shall install and maintain tree protection fences for all trees with tree protection zones within City’s Right-of-Way within the project limits.

Cost of supply, install, maintain, removal and disposal of tree protection fence and providing all tree protection measures shall be incidental. No separate payment shall be made.

2. Tree Removal

Payment for the tree removal at the Contract price shall include all labour, equipment and material to remove and dispose the trees.

3. Installing New Curb Stop; Connecting Water service to existing watermain or curb stop; Removing Abandoned Curb Stop, Valve or Hydrant Within Tree Protection Zone

The Contractor shall note that some construction activities such as installing new curb stops on copper water services and removing non-operational curb stops, abandoned valves or hydrants will need to be performed within tree protection zones. Please refer to Arborist Reports for more information (Refer to Attachment 6).

The work shall include, but not limited to, providing necessary tree protection measures such as tree protection fence, excavation within tree protection zone by methods approved by City’s Urban Forestry, and root or branch pruning by/or under supervision of the Contractor’s Arborist.

All costs associated with providing these tree protection measures shall be incidental and included to related items of Work. No separate payment shall be made

4. Excavation Within Tree Protection Zone

Page 91: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-122

The Contractor shall note that excavation at some locations within tree protection zones will need to be performed for the proposed works, including but not limited to, installing new watermain, water services, hydrant leads and hydrants, valves, sidewalk, curb / curb and gutter, and subdrain. Please refer to Arborist Reports for more information (Refer to Attachment 6).

The work shall include, but not limited to, providing necessary tree protection measures such as tree protection fence , excavation within tree protection zone by methods approved by City’s Urban Forestry, and root or branch pruning by/or under supervision of the Contractor’s Arborist. All associated cost of this work shall be incidental and included to related items of Work. No separate payment shall be made.

The Contractor shall also note that the City has initiated the process for the Application to Injure or Destroy Trees (applications) for those trees identified above for each street (per Attachment 6). The Contractor’s arborist shall review the attached Tree Inventory reports and may identify additional or fewer trees that may be injured or destroyed based on the Contractor’s construction plans, equipment, means and methods. For these additional trees the Contractor shall prepare and submit such applications or amend the initiated applications.

In support of the initiated and additional applications, the Contractor shall provide tree protection and preservation plans, pruning plans, and other documentation that Urban Forestry requires. No separate payment shall be made for this process, except the City shall facilitate and provide all permit fees to the City’s Urban Forestry.

42. Management and Disposal of Contaminated Excess Excavated Material - SP18

Special Provision April 2019

The Contractor shall be responsible for the disposal of excavated soil and shall dispose of it in accordance with the Environment Protection Act (EPA).

The City will not make any arrangements for the disposal of excavated and/or surplus materials or supply bills of lading.

The Contractor shall dispose of all excavated soil off site immediately upon removal. Stockpiling of excavated soil within the City street allowance is not permitted.

The Contractor shall indemnify the City from and against all claims, losses, expense, costs, damages, actions, suits, or proceedings by third parties directly or indirectly arising, or alleged to arise out of the disposal activities.

Page 92: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-123

The geotechnical reports indicate that the soil samples that were tested have elevated levels of electrical conductivity (EC) and sodium adsorption ratio (SAR). The Contractor shall assume that all excavated soils will have levels of EC and/or SAR that do not meet the standards for industrial / commercial / community property use in accordance with Table 3 of the Ministry of the Environment, Conservation and Park’s (MECP’s) Soil, Ground Water and Sediment Standards for Use Under Part XV.1 of the Environment Protection Act (dated April 15, 2011).

Soil samples were also tested per O.Reg. 347 (as amended by O.Reg 558/00) for metals and Inorganics. The TLCP sample results were compared with O.Reg 347 (as amended by O.Reg 558/00) Schedule 4 Criteria. No exceedances of Schedule 4 criteria (Leachate Quality Criteria) were noted in any samples tested. As such, the excess materials generated at these sites may be classified as non-registrable and non-hazardous, and shall be transferred to a MECP landfill for final disposal.

The Contractor shall be required to provide a list of the proposed dump or receiving site(s) that will accept the excess excavated material from the construction sites at the pre-construction meeting. In advance of any excavation, the Contractor shall be required to submit written waivers from the owners of the dump sites a form that is acceptable to the City. If any dump or receiving site(s) requires additional testing, the Contractor shall arrange for these tests on the excess material and provide the certificates to the dump site(s), prior to commencement of the fieldwork. The Contractor shall also submit copies of the certificates to the Contract Administrator.

Before commencing construction, the Contractor shall submit to the Contract Administrators, an Excess Soil Management Plan and a Fill Management Plan prepared by a Qualified Person (QP) and incorporating best practices for excess soils management and fill management and in compliance with prevailing legislation at the time of preparation of the Excess Soil Management Plan and Fill Management Plan. The QP is to be accredited in accordance with the requirements of Ontario Regulation 153/04.

The Contractor shall also submit a detailed haulage plan identifying material receiving sites, the associated truck haulage routes, haulage hours, type of trucks to be utilized and the estimated quantity of material to be trucked over the duration of the Contract.

The Contractor shall have no basis to claim for any temporary stockpiling and double-handling of the contaminated material. The Contractor shall find appropriate off-site disposal sites that are licensed by the MECP to accept such waste in accordance with regulatory requirements, on a temporary basis.

All costs associated with this work, including but not limited to, the cost of the haulage, any additional environmental testing and all associated dump fees, shall be included in the appropriate tender items. The Contractor is responsible for ensuring compliance with all

Page 93: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-124

Regulatory requirements under Ontario Regulation 153/04 as amended by Ontario Regulation 511/09.

Payment for disposal of excavated soil shall be included in the bid price for applicable items in the Form of Tender.

REMOVAL AND DISPOSAL OF CONTAMINATED EXCAVATED MATERIALS

Contaminated excavated material shall be treated as any excavated material that is in exceedance of Table 3 disposal requirements for Industrial/ Commercial/ Community Property as specified in the Ministry of the Environment, Conservation and Park’s (MECP’s) Soil, Ground Water and Sediment Standards for Use Under Part XV.1 of the Environment Protection Act (dated April 15, 2011).

This item shall include removal and disposal of all contaminated excavated materials (non-hazardous solid waste) as directed by the Contract Administrator. This item does not apply to soil with elevated levels of EC and/or SAR.

If during excavation, presence of contaminated material is suspected beyond those noted in the geotechnical investigation reports, the Contractor shall immediately notify the Contract Administrator. The Contractor shall also arrange for required environmental tests to identify and document the contaminants. When required, the Contractor shall temporarily stockpile the potentially contaminated soil at a location off-site of his/or her choice. The Contractor shall ensure the dump sites temporarily stockpiling the suspected contaminated material are aware of and have acknowledged in writing their agreement to temporarily stockpile this material.

The Contractor shall submit the environmental test results to the Contract Administrator for review and to confirm the contamination. Any contaminated soil shall be disposed of as non-hazardous solid waste at a facility that is licensed by the MECP to accept such waste in accordance with regulatory requirements. Prior to disposal, the Contractor shall provide written proof to the Contract Administrator that the proposed dump sites are authorized to accept contaminated excavated materials. The Contractor shall be responsible for additional environmental testing required by the dump sites. The Contractor shall provide copies of test results to the Contract Administrator. The Contractor shall also be required to submit written waivers from the owners of the dump sites a form that is acceptable to the City

The Contractor is responsible for ensuring compliance with all Regulatory requirements (i.e. Ontario Regulation 153/04 as amended by Ontario Regulation 511/09) for analyses and sampling frequencies for soil to be disposed off site.

Page 94: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-125

Basis of Payment All supplemental costs associated with these requirements, including additional environmental tests, reporting, temporary storage, any double handling, haulage and final disposal of contaminated excavated material shall be paid at the Contract Price. Measurement shall be according to daily sheets prepared by the Contract Administrator and the Contractor’s representative. No adjustment in quantity on the basis of mislaid tickets will be tolerated. If no contamination is found in the environmental tests, the Contractor shall dispose the temporarily stored excess material to an appropriate dump site. No separate payment shall be made for the environmental tests, temporary storage, double handling, haulage and final disposal.

43. Gutter Adjustment- RD407SP

Special Provision April 2019

Gutter Adjustment – RD407SS is amended by removing the Supplementary Specification in its entirety and replacing it with the following:

Where the Contractor is removing curb or curb and gutter adjacent to existing pavement which will not be removed as part of another operation, the Contractor shall saw cut full pavement depth, at 200 to 300 mm from the proposed face of curb or front of gutter. The Contractor shall also remove and dispose of the existing pavement to accommodate the reconstruction of the curb or curb and gutter. If the Contractor removes concrete pavement or base beyond the 300 mm limitation, at the discretion of the Contract Administrator, the Contractor shall supply and install anchored hook dowels into the existing concrete base at 300 mm spacing to stabilize the gutter adjustment and at no extra cost to the City. After the curb or curb and gutter is reconstructed, the Contractor shall supply and place the necessary granular and pavement materials to reinstate the roadway to its original composition. Where the curb or gutter is adjacent to composite or concrete pavement, the Contractor shall install a keyway in the concrete curb or gutter.

Temporary restoration of the gutter area to facilitate the maintenance of traffic during construction shall be considered incidental to the appropriate items. No separate payment shall be made.

Measurement of Payment

Measurement of the new gutter adjustment shall be by length in metres along the face of the curb.

Basis of Payment

Page 95: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-126

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

44. Supplemental Cost for Asbestos Gutter Adjustment - SP19

Special Provision April 2019

The removal of asbestos pavement within the gutter over-break for curb, curb and gutter, and monolithic sidewalk shall be paid under this item.

To ensure proper compaction, a minimum over-break must be done in the roadway as follows:

For replacement of barrier curb with new barrier curb, a minimum 300 mm over-break is required, measured from the face of the curb.

For replacement of barrier curb with new curb and gutter, a minimum 600 mm over-break is required, measured from the face of the curb.

For replacement of curb and gutter with new curb and gutter, a minimum 600 mm is required, measured from the face of the curb (300 mm over-break).

For replacement of monolithic sidewalk, a minimum of 300 mm over-break is required, measured from the face of curb.

No payment will be made for over-breaks greater in width than the minimum above.

The Contractor shall immediately backfill the excavated gutter with temporary granular and compact it, to restore safe pedestrian and vehicular access and facilitate drainage to catchbasins for the full length of the excavation. This temporary restoration shall be considered incidental and no separate payment shall be made.

The asphalt thickness used for estimation of the asbestos pavement removal quantity (tonnage) should be based on the maximum asphalt thickness for the entire road identified in the attached geotechnical coring results. Additional compensation will not be made for minor variations (less than 25%) of asphalt thickness over the cored asphalt depth provided.

Measurement of Payment

Measurement of payment shall be linear meter along the face of curb within areas adjacent to asbestos-containing asphalt.

Page 96: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-127

Basis of Payment

Payment at the Contract Price for the respective contract items shall be full compensation for all labour, Equipment and Material to do the Work. The Contractor shall provide disposal tickets to the Contract Administrator to verify delivery to an approved asbestos disposal site. No Payment will be made until the Contractor provides asbestos removal tickets corresponding to the work.

45. Heated Driveways - SP20

Special Provision April 2019

The Contractor may encounter heated driveways within the construction limits. The Contractor shall identify these by coordinating with the residents before commencement of any underground work. The Contractor is to provide a comprehensive list of all identified heated driveways to the Contract Administrator, four weeks prior to the start of related water service replacements. The Contractor shall await further instruction before commencing work on these water service connections. Any excavations within the heated driveways shall be restored to the existing or better condition and shall be paid according to the General Conditions of Contract

46. Removal of Catch Basin - SP21

Special Provision April 2019

The Contractor shall remove catch basins as per the Contract Drawings.

Basis of Payment

Payment at the Contract Price for removal of catch basin – full depth shall be full compensation for all Labour, Equipment and Material to do the Work. The cost of removal of catch basin lead (all diameters) shall be paid separately.

47. Installation of Catch Basin & Lead and Ditch Inlet Catch Basin & Lead- SP22

Special Provision April 2019

The Contractor shall supply and install new catch basin and / or ditch inlet catch basin and catch basin lead as per the Contract Drawings. This work shall include the supply and installation of catch basin lead and connection to catch basin and sewer where applicable.

Page 97: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-128

Basis of Payment

The supply and installation of new catch basin and/ or ditch inlet catch basin including catch basin lead and connection to catch basin and sewer shall be full compensation for all Labour, Equipment and Material to do the Work. Insulation as per Contract Drawings shall be paid separately.

48. Replacement of Sub-standard Catch Basin Frame and Grate and Maintenance Hole Frame and Cover - SP23

Special Provision April 2019

The Contractor shall remove and replace cast iron catch basin frame and grate to raised frame and circular grate as per OPSD 400.070. The Contractor shall remove and replace the broken or damaged cast iron maintenance hole frame to Type A/B cover and square frame as per OPSD 401.010. The contractor shall do the mentioned work for all applicable within the project limit of proposed work regardless of whether it is impacted.

Basis of Payment

The cost of work shall be included in the respective remove and replace cast iron catch basin frame and grate or remove and replace cast iron maintenance hole frame and cover. The items shall also include the cost to remove and replace curb or curb & gutter (all types), subdrain, sidewalk (including monolithic curb & sidewalk, all types, and all thicknesses), driveway (all types and all thicknesses), sod, necessary road restoration and other associated work including rout and seal required due to the respective replacements unless shown otherwise as per Contract Drawings. No separate payments shall be made.

49. Access for Regular Businesses, Institutions and Emergency Facilities - SP24

Special Provision April 2019

The Contractor shall coordinate with any businesses, institutions, and emergency facilities that may be impacted to ensure there is minimal interruption to accessibility and water supply.

Street Name Regular Businesses, Institutions and Emergency Facilities to be notified

Conrad Avenue from Hillcrest Drive to Tyrrel Avenue

Page 98: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-129

Eleanor Avenue from Oakwood Avenue to [101.6 m W] Oakwood Avenue [End]

~ Oakwood Village Montessori School (#471 Oakwood 

Ave, 0.15 Km from project limit) 

~ Sunflower Montessori School (#582 Oakwood 

Avenue, 0.21 Km from project limit) 

~ Sunflower Montessori Day Care (#582 Oakwood 

Avenue, 0.21 Km from project limit)   

Keywest Avenue from Lauder Avenue to Northcliffe Boulevard

~ Lycee Francais De Toronto (#2327 Dufferin Street, 

0.16 Km from project limit) 

~ Fairbank Public School (#2335 Dufferin Street, 0.22 

Km from project limit) 

~ D’Arcy McGee Catholic Elementary School (#20 

Bansley Avenue, 0.24 Km from project limit) 

Ronald Avenue from Castlefield Avenue to [216 m N] Castlefield Avenue [End]

Bertal Road from Industry Street to Planning Boundary

~ Donald C. Macdonald Child Care Centre (#116 

Industry Street, 0.34 Km from project limit) 

~ Darul Arqam Islamic Academic School, 0.37 Km from 

project limit) 

~ Trimbee Early Learning & Child Care Centre (#30 

Denarda Street, 0.35 Km from project limit) 

Donald Avenue from Kane Avenue to Keele Street ~ Silverthorn Community School (#300 Kane Avenue, 

0.16 Km from project limit) 

~ Network Child Care Services – Just Kids Child Care 

Centre (#1695 Keele Street, 0.05 Km from project 

limit) 

~George Harvey Collegiate Institute (#1700 Keele 

Street, at end limit of project)   

~ George Harvey Child Care Centre (#1700 Keele 

Street, at end limit of project)  

Vaughan Road from Oakwood Avenue to Northcliffe Boulevard

~ Sunflower Montessori School (#582 Oakwood 

Avenue, 0.11 Km from project limit) 

~ Sunflower Montessori Day Care (#582 Oakwood 

Avenue, 0.11 Km from project limit) 

~ Oakwood Village Montessori (#582 Oakwood 

Avenue, 0.20 Km from project limit) 

~ Oakwood Village Montessori School (#582 Oakwood 

Avenue, 0.20 Km from project limit) 

~ D’Arcy McGee Catholic Elementary School (#20 

Bansley Avenue, 0.11 Km from project limit) 

~ St. Thomas Aquinas Catholic Elementary School 

(#636 Glenholme Avenue, 0.16 Km from project limit) 

Page 99: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-130

~ Lycee Francais De Toronto (#2327 Dufferin Street, 

0.16 Km from project limit) 

~ Fairbank Public School (#2335 Dufferin Street, 0.18 

Km from project limit) 

Fairbank Avenue from [57 m S] Roselawn Avenue [End] to Roselawn Avenue

Brockhouse Road from [104.60 m W] Bestobell Road [Cul-de-sac] to [127.30 m E] Bestobell Road [End]

Diesel Drive from Evans Avenue to [192 m N] Evans Avenue [End]

~ New Haven Learning Centre for Children (#301 Lanor 

Avenue, 0.30 Km from project limit) 

~ Sonechko Day Care Centre (#301 Lanor Avenue, 0.30 

Km from project Limit) 

Carson Street from Staffordshire Place to Horner Avenue

~ Vincent Massey Academy – Franklin Horner Campus 

(#432 Horner Avenue, 0.24 Km from end limit of 

project) 

In addition to those listed above, there may be several after-school programs and recreational centres that may need timely coordination. As such, please note the above list has been provided for convenience only and does not relieve the contractor of coordinating with any other regular businesses, institutions, and emergency facilities that shall be affected as a result of proposed work. Basis of Payment

All costs associated with this work shall be included in all related items of Work.

50. Pre-Construction Items - SP25

Special Provision April 2019

The project baseline construction schedule showing the order of streets for construction shall be provided by the Contractor within five (5) business days following notification of Award of the Contract. As a minimum, the Contractor shall prepare and provide the following items at the pre-construction meeting:

The list of Contractor's equipment with all necessary details and schedule rates in accordance to OPSS 127 (make, model type, specification references, capacity etc.)

The list of current labour rates for each category of workmanship (labourer, assistant pipe layer, pipe layer, driver, operator, masonry, etc.)

Page 100: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-131

Concrete mix designs

Asphalt mix designs

Notice of Project and Registration of Constructors and Employers Engaged in Construction

WSIB Clearance Certificate

Overall Traffic Control and Protection Plans and Staging Plan; site specific plans will be required 10 working days prior to activity commencement on site

Safety Program / Policy

Emergency contact list

Completed and signed Payroll Burden Form

MSDS sheets

Asbestos removal plan

Baseline Construction Schedule - showing the order of streets for construction (two week look ahead Construction Schedule showing a breakdown per operation by street will be required every Thursday)

Basis of Payment

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

51. Construction Schedule - SP26

Special Provision April 2019 The Contractor shall submit schedules and associated reports to the Contract Administrator in accordance with the following requirements, and as outlines in other sections of the Contract Documents. Schedule Submittal Requirements

The Contractor shall submit to the Contract Administrator the following schedules and documents. If the schedule is not submitted within the prescribed timeframes, the City may withhold all, or part, of the progress payment(s).

Page 101: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-132

Initial Project Schedule – and initial schedule shall be submitted a minimum of seven days prior to the pre-construction meeting. The initial project schedule shall become the baseline schedule once accepted.

Progress Schedules – updated schedules shall be submitted electronically at a minimum interval of every two weeks until final contract completion. The submission shall be made two days prior to the regularly scheduled construction progress meetings.

Project Execution Narrative – shall be submitted with the initial project schedule, and with each progress schedule.

Schedule Submittal Format

The schedule shall be prepared in Microsoft Project and provided to the Contract

Administrator in both PDF format and electronic Microsoft Project Document (.mpp) format.

The Contractor shall provide three (3) colour hard copies on 11 x 17 of each schedule submittal at construction progress meetings.

Schedule Detail Requirements

The schedule shall provide the following details: All major components of the work at each project location and the

dependencies of the work, to the satisfaction of the Contract Administrator. The number of activities shall be sufficient to plan and control the work;

Critical path for the Contract; All construction phasing and staging as outlined in the Contract Documents; Resources proposed for the work. The resources shall be provided a unique

identifier, and descriptor (i.e. Concrete Crew 1, etc.); After the Contract Administrator has reviewed and accepted the initial project

schedule, the Contractor shall set a baseline in Microsoft Project. This baseline shall be visible on all subsequent progress schedule submissions;

Progress schedule submissions shall be updated with the actual durations of work completed to date;

Schedule columns to be included in the initial, baseline, and progress schedules shall be to the satisfaction of the Contract Administrator;

Progress schedules shall be updated such that all uncompleted work is rescheduled to start on or after the schedule status date;

Progress schedules shall incorporate and logically connect approved contract changes in order to model potential or actual impacts on the critical path. These changes shall be identified by the number and description of the associated change documentation;

Page 102: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-133

Project execution narrative shall be in the form of a letter and will support the initial project schedule. The narrative shall provide information and assumptions on the Contractor’s proposed execution, production rates, and project resources;

Updated project execution narratives shall provide supporting information and assumptions on the Contractor’s changes to the schedule. The updates shall detail the change to the schedule, reasons for the changes, causes for delay, and proposed mitigation strategies for keeping the Contract on schedule.

52. Work Crews - SP27

Special Provision April 2019 The Contractor shall deploy multiple work crews for each type of work necessary to complete all of the Work within the stipulated contract performance period. The Contractor shall deploy multiple work crews simultaneously for extended periods throughout Work.

The Contractor is required to maintain a minimum of three (3) water service crews, four (4) concrete crews, and in addition, a minimum of two (2) asphalt crews working simultaneously six days a week at multiple locations for the Contract duration.

The minimum crew for concrete work shall be comprised of: one (1) Foreman, one (1) Operator, one (1) Truck Driver, one (1) Formsetter, one (1) Concrete Finisher, two (2) Labourers, and two (2) Traffic Control Persons.

The minimum crew for asphalt work shall be comprised of: one (1) Foreman, one (1) Operator, one (1) Truck Driver, one (1) Asphalt Finisher, two (2) Labourers, and two (2) Traffic Control Persons.

All crews shall be capable of carrying out the work in accordance with the terms of this Contract and the City of Toronto Standards and Specifications.

Written permission must be obtained from the Contract Administrator in the event the Contractor wishes to propose a different arrangement of concrete and/or asphalt crews. Further, in order to complete the contract within the stipulated time frame, when considered essential by the Contract Administrator, the Contractor shall provide additional crews within one (1) week of written notification by the City.

In addition, the Contractor will be required to have a dedicated full time Project Co-ordinator/Assistant Project Manager at all times when the crew(s) are working. The Co-

Page 103: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-134

ordinator/Assistant Project Manager responsibilities include scheduling the work of the crews, ensuring compliance of health and safety of the workers, ensuring traffic control plans are implemented, confirming validity and compliance of stake-outs, coordinating the delivery of materials, and public relations/handling complaints received from the Field Ambassador. The Project Co-ordinator/Assistant Project Manager shall be equipped with a mobile telephone dedicated to respond to any inquiries from City representatives, relating to this contract within one (1) hour of the original call. The time of the Project Co-ordinator/Assistant Project Manager shall be evenly divided between crews listed in this contract and no consideration will be given for minimum number of work hours in a given day.

Basis of Payment

All costs associated with this Work, including the mobilizing of additional crews, shall be considered incidental to all related items of Work. No separate payment shall be made.

53. Supplemental Cost for the Restoration of Hard Surfaces at New Smaller Diameter Water Service Replacements - SP28

Special Provision April 2019 This item shall only be used at locations where the excavation for a new smaller diameter water service will require the removal and replacement of hard surfaces. These include restoration of driveways (gravel, asphalt (all types), concrete (all types), interlock, brick, unit pavers), driveway return curbs (all types), culverts and retaining walls in the vicinity of new smaller diameter water service replacements. There will be no separate payment for excavations that occur in grassed or sodded areas. The Contractor shall obtain permission from the Contract Administrator prior to utilizing this item. Effort shall be made to limit excavations for new smaller diameter water service replacements to sodded areas wherever feasible. This item shall only be used in locations where the Contract Administrator agrees that there is no alternative to excavating in the hard surface. Measurement of Payment

Payment shall be made per each hard surface location restored at property line as a result of the new smaller diameter water service replacement at the price tendered by the Contractor. Where two smaller diameter water services are located in a driveway for a single residential address, only one shall be counted. Payment of the new smaller diameter water service installation shall be paid under the respective item. Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment, and Material to do the Work.

Page 104: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-135

54. Clean out Existing Catch Basins – SP29

Special Provision April 2019

Clean Out Existing Catch Basins – SW303SS is amended by removing the first and second paragraphs in its entirety and replacing with:

Prior to commencement of construction, all existing catch basins and pup catch basins within the contract limits shall be inspected by the Contractor and the Contract Administrator and, where necessary, cleaned of all debris to facilitate the inspection of the existing catch basins to determine the need for any repairs or replacement by the Contractor.

The Contractor shall provide a list of catch basins and pup catch basins requiring repairs or replacement to the Contract Administrator in a timely manner, so that the material can be made available without causing delays to the Contract. The City shall not be responsible for any delay or additional costs incurred if a catch basin or pup catch basin is not cleaned out prior to the Work and is found to need repairs or replacement in the future.

Clean Out Existing Catch Basins – SW303SS Basis of Payment is amended by the addition of the following:

The payment for clean out of existing catch basins and pup catch basins shall be as per the following schedule:

50% upon completion of pre-construction cleaning and inspection;

50% upon completion of post-construction cleaning and inspection.

55. General Excavation and Grading - SP30

Special Provision April 2019

The requirements of OPSS MUNI.180 and MUNI.206 shall apply for the work of this item, except as modified herein.

The work to be carried out at the contract price for this item, consists of excavation for road work, shoulders, entrances, and ditching / boulevards, placing of suitable earth materials to the

Page 105: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-136

lines and grades shown on the Contract Drawings, the re-use of all suitable earth material into the roadbed, shoulders, entrances and ditching / boulevards. Topsoil shall not be used as fill.

All materials shall be loaded, hauled and disposed of, off the site, as general excavation where directed by the Contract Administrator. This Work shall also include any full-depth asphalt removal for Road Reconstruction streets as specified in Contract Drawings. For Road Reconstruction streets this item shall include excavation of both Composite and Flexible pavements. The final trimming of sub-grade shall be to within 30 mm of the design subgrade. Any excess material shall be disposed of off-site as per Management and Disposal of Contaminated Excess Excavated Material – SP18.

The Contractor shall ensure the integrity of adjacent components that shall remain during and after the work including, but not limited to, light poles, maintenance holes, catchbasins, utility chambers, valve chambers, retaining walls, curbs, sidewalks, driveways, walkways, valve boxes, sign posts, traffic sign posts, fences, gardens, decorative stones, garden edging, and vegetation. The Contractor shall carefully remove existing traffic sign posts along the line of construction and replace same in good condition as indicated on Contract Drawings. The Contractor shall be required to place signs in temporary locations until such time as the grading operations are completed.

Wherever tree roots are cut during excavation work, the cut ends shall be neatly trimmed and painted with tree dressing by a qualified arborist, arranged and paid for by the Contractor.

Unless specified otherwise in the Contract, the Contractor shall perform excavation operations in such a manner as to avoid ponding of water or the saturation by flooding of embankment or sub-grade materials.

Measurement of Payment

OPSS requirements shall be used to determine stripping quantities. Quantities for under-fill stripping shall be calculated based on 0.30 m topsoil depth and applies also where fill exceeds 1.2 m depth. Quantities for cut-stripping shall be calculated based on 0.15 m topsoil depth. The depth of topsoil stripping shall be based on borehole data as per attached Geotechnical Reports. If the average actual depth of topsoil or other unsuitable materials varies from the assumed depth, measurements will be taken and the pay quantity adjusted upward or downward accordingly.

No quantities shall be included for any cuts in boulevard for the placement of topsoil and sod, and for the placement of sidewalk, etc. Likewise, no reduction shall be made in the quantity of fill, for placement of topsoil and sod, sidewalk, etc. in boulevards. The Contractor shall make allowances for this work in the appropriate Contract prices.

Basis of Payment

Page 106: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-137

The Contractor shall include all costs associated with the handling and disposal of soil offsite or meeting Table 3 requirements for Industrial/ Commercial/ Community Property as specified Ministry of the Environment, Conservation and Park’s (MECP’s) Soil, Ground Water and Sediment Standards for Use Under Part XV.1 of the Environment Protection Act (dated April 15, 2011).

Payment at the Contract Price shall be full compensation for all Labour, Equipment and Material to do the Work. No separate payment or claim for delay shall be made for any asphalt pavement encountered below grade.

56. Cold Wet Mill and Disposal of Asphalt Pavement Containing Asbestos - SP31

Special Provision April 2019 Cold Wet Mill and Disposal of Asphalt Pavement Containing Asbestos – RD403SP Measurement of Payment is amended by replacing it with the following:

Measurement of Payment

Measurement of the asbestos-containing asphalt material will be by by mass in Mg or Tonne (megagrams or metric tonnes).

57. Vehicle Relocations - SP32

Special Provision April 2019 The Contractor shall not undertake vehicle relocation without the express authority of either the Toronto Parking Enforcement Unit or the Toronto Police Services.

Where work is planned, the Contractor is required to give 48 hours advance notice to the Parking Enforcement Unit to schedule a Parking Enforcement Officer to be on site, and to the residents of the planned curbside parking restrictions by delivery of a notice to each property. The relocation of any vehicle will be the sole responsibility of the Contractor. If the work is anticipated to impact/effect any street parking permits, the Contractor is required to arrange temporary parking for the effected permit holder.

Arrangements for a Parking Enforcement Officer can be obtained at 416-808-1645 for the West District and 416-808-1670 for the East District. At both numbers, ask for the Shift Supervisor.

Page 107: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-138

Basis of Payment

Payment at the Contract Price shall be full compensation for all travelling time, additional towing devices and minimum charges. A copy of the Towing Services invoice shall be submitted as proof of service and verification of hours.

58. Pipe Subdrain - SP33

Special Provision April 2019

Where indicated on the Contract Drawings, the Contractor shall supply and install subdrains as per the City Standard Drawing T-216.02-8.

Basis of Payment

Payment at the Contract Price shall be full compensation for all Labour, Equipment and Material to do the Work as described above. All excavation, dewatering and backfilling shall be included in the Contract Price.

59. Shoulder with Granular Sealing - SP34

Special Provision April 2019 Section 305.05 of OPSS.MUNI 305 is amended by the deletion of Type I-b Emulsified asphalt primer.

In subsection 305.07.03 of OPSS.MUNI 305, delete the second paragraph and replace with the following:

Only Type I-a sealer may be used in any areas where Type 1 sealers have been specified.

Measurement of Payment

Subsection 305.09.01.01 of OPSS.MUNI 305 is deleted and replaced with the following:

Measurement shall be by the area sealed in square metres with no deduction for guide rail posts and other roadside objects.

Page 108: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-139

Basis of Payment

Payment at the Contract Prices shall be full compensation for all Labour, Equipment and Material to do the Work.

60. Step Joints - SP35

Special Provision April 2019

Cold milling of asphalt pavement as per TS 3.15 to blend at joints, minimum 40 mm depth, 1250 mm width is required. Basis of Payment

All costs associated with this Work shall be paid under the general milling item and the general paving item at the Contract Price and shall be full compensation for all labour, Equipment and Material to do the Work.

61. Major Crack Repair- SP36

Special Provision April 2019

The Contractor shall repair major cracks to a width of 150 mm. No additional payment will be made for extra width of repair due to oversize equipment.

Basis of Payment

Payment at the Contract Price of the respective asbestos and non-asbestos contain Major Crack Repair shall be full compensation for all labour, Equipment and Material to do the Work.

62. Service Interruptions- SP37

Special Provision April 2019 In the case if a telecommunications, natural gas, electrical or other service cable, conduit, chamber, and/or any other utility infrastructure is cut or otherwise damaged during construction the Contractor must coordinate with the utlity company and emergency services immediately to report the incident, take the necessary actions identified by the utility owner, and notify any and all required parties, including the City of Toronto Project Manager, Site Representative, and Contract Administrator.

Page 109: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-140

This clause includes both mainline utilities and individual service connections. The Contractor is required to provide the service’s ticket number to the Site Representative and Contract Administactor within 1 hour of the service interuption.

63. Street Furniture- SP38

Special Provision April 2019

Supplementary Specification: Street Furniture – RD409SS is amended by the addition of the following:

Basis of Payment

All costs associated with this Work shall be incidental to all related items of Work. No separate payment shall be made. There will be no compensation for delays or rescheduling of work related to street furniture temporary removal.

64. Watermain / Sewer to be Abandoned - SP39

Special Provision April 2019

Where the existing watermain/sewer is to be abandoned, the watermain should be dewatered, cut and capped and the sewer shall be filled with grout and plugged with concrete. Where the existing watermain/sewer is to be replaced in-situ, the existing watermain/sewer is to be removed and disposed of offsite (as indicated on the Contract Drawings or where required).

Basis of Payment

All costs associated with removing the watermain/sewer shall be included in the respective bid prices for new watermain/sewer. Costs for abandoning the watermain/sewer shall be paid per location capped and/or plugged. Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work.

65. Re-Channel and Fine Grade Existing Ditches, Proposed Ditches and Installation of Driveway Culverts - SP40

Special Provision April 2019

Page 110: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-141

Under this Item the Contractor shall re-grade the existing ditches as directed and in accordance with City of Toronto Construction Standard Specification TS 2.10.

The Contractor shall excavate and grade the ditch so as to maintain consistent positive drainage. Any excess material shall be disposed of off-site as per Management and Disposal of Contaminated Excess Excavated Material – SP18.

The grading of the ditch may include excavation up to 1.0 metre from the existing grade of the ditch. The grading of ditches shall include a 4.0 m width of excavation. All re-graded ditch areas shall replace sod according to TS 5.00 – Construction Specification for Sodding and restore additional top soil as required.

Measurement will be made in linear metres along the centre line of the re-graded ditch and the driveway culvert, respectively.

Basis of Payment

Payment at the Contract Price shall be full compensation for all labour, Equipment and Material to do the Work including excavation, removal and disposal of ditching material, and supply, placement and maintenance of 100 mm top soil, sod (staked and un-staked), and bedding material. No payment will be made for additional excavation, unless approved in advance of the work by the Contract Administrator and the City.

This work is incidental to all other related items of work. No separate payment shall be made.

66. Cast-in-Place Concrete Toe Wall- SP41

Special Provision April 2019 The requirements of OPSS MUNI.405, 902, MUNI.904 and 919 shall apply except as modified herein. The Contractor shall construct cast-in-place concrete wall in accordance with OPSD 3120.100 Type 2 and OPSS 902, 904 and 919. This item also includes all excavation, backfilling and subdrain. Walls greater than 0.6m above grade shall have a fence with top and bottom rails or railing that meets the requirements for guards a defined in the Ontario Building Code. Fence and railings mounted on the wall shall be provided under the applicable Contract items.

HDPE subdrain pipe shall be dual-walled with smooth inner wall and corrugated outer shell, as manufactured by ADS Pipe Canada or Agency approved equal, complete with watertight joining systems and manufactured fittings.

Page 111: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-142

Subdrain shall be 150mm diameter perforated pipe. Both the subdrain pipe and the trench shall be wrapped with non-woven geotextile, Type 270R manufactured by Terrafix Geosynthetics Inc., or Agency approved equivalent. The subdrain shall outlet at each end of the wall and be connected to the nearest catchbasin or terminate in a ditch with stone splash pad and an outlet to OPSD 206.050.

Backfill shall be Granular ‘A’, Type I compacted to 100% SPMDD.

Measurement of Payment

Measurement of payment will be based on exposed face of wall above grade. The portion of wall constructed below grade will not be measured.

Basis of Payment

Payment at the Contract price for this tender item shall be full compensation for all labour, equipment and material required to do the work.

67. Pedestrian Barricade / Hand Rail - SP42

Special Provision April 2019

The Contractor shall supply and install Pedestrian Barricade / Hand Rail as per OPSD 980.101 as indicated on Contract Drawings. This item shall also include all excavation and backfilling required to do the respective Work.

Measurement of Payment

Measurement of payment shall be based on the linear metre length of Pedestrian Barricade / Hand Rail installed.

Basis of Payment

Payment at the Contract Price shall be full compensation for all Labour, Equipment and Material to do the Work. Any removal of pedestrian barricade / hand rails shall be paid under the respective Contract item.

Page 112: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-143

68. Headwall and Grate (All Sizes) - SP43

Special Provision April 2019

The requirements of OPSS 902, MUNI.904, MUNI.905 and 919 shall apply except as modified herein.

This item includes the supply and installation of all materials, excavation, shoring, dewatering, forming reinforcing steel, precast or cast-in-place concrete, finishing, curing and protection; 15MPa concrete backfill, and all other work necessary to complete the headwalls and install outlet grating as per OPSD 804.030, OPSD 804.040 and OPSD 804.050.

The OPSD dimensions shall be modified as required to suit the elevations of proposed pipe and finished grade. Submit shop drawings showing pipe dimensions / elevations and finished grade elevations based on actual requirements stamped by a Professional Engineer licensed to practice in the Province of Ontario

Precast headwalls will only be considered if it meets the dimensions of the related OPSD.

Fence or railings mounted on the headwall shall be included in the Work under this Contract item.

Basis of Payment

Payment at the Contract Price shall be full compensation for all Labour, Equipment and Material to do the Work.

69. Internet Access for Field Office- SP44

Special Provision April 2019

In addition to the specifications outlined in TS 1.10, all field offices shall be supplied with internet access wirelessly and by ethernet cable to the following specifications:

Minimum Download Speed: 35 Mbps

Minimum Upload Speed: 10 Mbps

Minimum GB Usage: unlimited

Page 113: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-144

The Contractor shall be responsible for connecting and maintaining the internet access.

No separate payment shall be made for the supply and maintenance of internet access for each field office. All associated costs shall be included in the item for each field office.

Additionally, all field offices shall be supplied with five (5) mobile internet sticks to be used solely by the City of Toronto Project Manager, Contract Administrator and their representatives to the following specifications:

Minimum Download Speed: 35 Mbps

Minimum Upload Speed: 10 Mbps

Minimum GB Usage: unlimited

Basis of Payment

Payment at the Contract Price for supply, install and maintain Field Office shall be full compensation for all labour, Equipment and Material to provide internet access. No separate payment shall be made for the supply and maintenance of internet access for each field office. The unit price for each field office shall include relocations as per the direction of the Contract Administrator.

70. Traffic Sign - SP45

Special Provision April 2019

The Contractor shall supply and install new traffic signs and steel posts as indicated on Contract Drawings.

Basis of Payment

Payment at the Contract price for this tender item shall be full compensation for all labour, equipment and material required to do the work.

Attachment 1 Field Services Manual Appendix E –

As-built Features Requirements

Page 114: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

Section 4A – Special Specifications Tender Call No. 209-2019 Contract No. 19ECS-TI-103LR

ECS Linear Rev. 6.01 Page 4A-145

Attachment 2

Guideline for Excavation in the Vicinity of Utility Lines

Attachment 3

Third-Party Requirements in the Vicinity of Natural Gas Facilities

Attachment 4

Guideline for Construction Zones in School Areas

Attachment 5

New Wet Tap Procedure for Engineering and Construction Service Contracts and In Conjunction with Development/Third-Party Projects

Attachment 6

Arborist Reports

Note: These arborist reports are provided for information purposes only. Not all trees within the above sites have been inventoried and included in these reports. The Contractor shall determine and retain an arborist for tree related services prior to and during construction at no additional cost to the City,

Page 115: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

2+00

2+10

2+20

2+30

2+40

2+50

2+60

2+70

2+80

2+90

3+00

3+10

3+20

3+30

3+40

3+50

3+60

3+70

3+80

3+90

4+00

4+10

BU

DE S

T

CR

ES

ON

SL

OW

AV

E

GLE

NH

OL

ME

723No.

724No.

721No.

719No.

717No.

715No.

713No.

711No.

709No.

707No.

705No.

703No.

701No.

699No.

697No.

695No.

693No.

691No.

689No.

687No.

685No.

683No.

681No.

679No.

677No.

675No.

673No.

671ANo.

671No.

121

No.

672No.

674No.

676No.

678No.

680No.

684No.

686No.

688No.

700No.

702No.

704No.

706No.

708No.

710No.

712No.

714No.

716No.

718720No.

602

No.

GLE

NH

OL

ME A

VE

C

CC

C

SL514

60

No. 7

24

Unkno

wn,

16m

m, M

aterial

No. 7

18

Unkno

wn,

19m

m, M

aterial

No. 7

10

19m

m

Copper,

No. 7

08

19m

m

Copper,

No. 6

88

Unkno

wn,

16m

m, M

aterial

No. 6

86

Unkno

wn,

16m

m, M

aterial

No. 680

Unk

no

wn,

16m

m,

Material

No. 678

Unk

no

wn,

16m

m,

Material

No. 717

13m

m,

Lead,

No. 711

Unk

no

wn,

19m

m,

Material

No. 705Unknown,38mm, Material

No. 687

Unk

no

wn,

Locatio

n

16m

m,

Material,

No. 703

Unk

no

wn,

Siz

e,

Material

No. 701

Unk

no

wn,

Siz

e,

Material

No. 699

Unk

no

wn,

Locatio

n

19m

m

Co

pper,

No. 695

Unk

no

wn,

Locatio

n

19m

m

Co

pper,

No. 697

Unk

no

wn,

Siz

e,

Material

No. 675

Unk

no

wn,

16m

m,

Material

No. 689

Unk

no

wn,

16m

m,

Material

No. 691

Unk

no

wn,

16m

m,

Material

No. 693

Unk

no

wn,

16m

m,

Material

No. 671A

Unk

no

wn,

Locatio

n

Siz

e,

Material,

No. 671

Unk

no

wn,

Locatio

n

19m

m

Co

pper,

No. 121Unknown,16mm, Material

No. 602Unknown,Location Size, Material,

No. 7

04

16m

m

Copper,

No. 7

00

16m

m

Copper,

No. 7

02

16m

m

Copper,

No. 6

84

Unkno

wn,

Locatio

n

13m

m

Lead,

No. 676

19m

m

Co

pper,

No. 677

19m

m

Co

pper,

No. 674

Unk

no

wn,

Locatio

n

13m

m

Lead,

No. 707

Unk

no

wn,

Locatio

n

13m

m

Co

pper,

No. 715

16m

m

Lead,

No. 719

16m

m

Lead,

No. 723

16m

m

Lead,

No. 679

13m

m,

Material,

No. 681

16m

m,

Material,

No. 683

16m

m,

Material,

No. 685

16m

m,

Material,

No. 713

16m

m

Lead,

No. 7

14

13m

m

Lead,

No. 7

16

19m

m

Copper,

No. 7

20

19m

m

Copper,

No. 721

25

mm

Lead,

No. 7

12

Unkno

wn,

Locatio

n

13m

m, M

aterial,

150 mm Watermain

150 mm Watermain

300mm Combined Sewer

300mm Combined Sewer

375mm Combined Sewer

450mm Combined Sewer

100mm Gas Main

100mm Gas Main

100mm Gas Main

150 CI ACTV

300, VIT

SL51470

150 mm Watermain

300, VIT

SL514

63

Sewer300mm Combined

375, VIT

SL51471

100mm Gas Main

150 mm Watermain

100mm Gas Main

150 CI ACTV

375, VIT

SL51472

No. 673

Unk

no

wn,

16m

m,

Material

No. 709

19m

m

Co

pper,

No. 7

06

Locatio

n

Unkno

wn

16m

m

Copper,

No. 672

13m

m

Lead,

CC

WK GK

Grass

WK

GrassLS

Con

Con

CC

LS

RS

WK

INLK.

Asph

WKGrass

Con

WKWKWK

Grass

Grass

HEWK

RS

Asph

Con

Con

Asph

CC

INLK.

WV

WKAs

ph

Brick

WK

CC

Con

INLK.Gr

ass

Grass

Grass

Grass

Grass

Asph

Brick

Brick

HE

Grass

RS Grass

INLK.

Grass

Grass

Grass

Grass

GK

RS

Brick

Con

Asph

Asph

Asph

Grass

Grass

Grass

Grass

Con

ConGK

AsphAs

ph

Grass

Con

WK

TWW

RS

TWW

Con

RS

Asph

Asph

INLK.

HYD

WV

GrassBr

ick

WKStone

Stone

Con

Grass

INLK.

INLK.

INLK.

TWW

TWW

RSG/P

Con

Con

INLK.

WKWKWK

Con

GKCon

Con

Grass

RS

Grass

ConI

NLK.

WKWKWKWK

PM

Asph

Brick

RS

Con

Con

Con

WKWK

HE

Grass

Grass

Grass

Con

Grass

Grass

WKWK

TWW

Grass

WK

GK

Grass

Con

Grass

Con

Brick

Con

Con

WKWK

Brick

Grass

Grass

WKWK

Asph

HE

RS

Asph

Grass

LS

RS

Asph

HE

Brick

Brick

Con

Grass

Con

Grass

HE

WK

Grass

WKWK

Con

Con

WK

HYD

Con

RS Grass

Grass

Con

TWWGrass

Grass

WK

Grass

Asph

Con

Grass

Asph

INLK.

WK WK

Grass

Grass

RS

Grass

WK

Brick

Grass

Grass

GKGrass

Con

Grass

GKWK WK

WK

G/P

CC

GK

Grass

WK

Grass

Con

Con

CC

LS

RS

WK

INLK.

Asph

WK

Grass

Con

WK

WKWK

Grass

Grass

WK

RS

Asph

Con

Con

Asph

CC

INLK.

WV

WK

Asph

Brick

WK

CC

Con

INLK.

Grass

Grass

Grass

Grass

Grass

Asph

Brick

Brick

Grass

RSGrass

INLK.

Grass

Grass

Grass

Grass

GK

RS

Brick

Con

Asph

Asph

Asph

Grass

Grass

Grass

Grass

Con

Con

GK

Asph

Asph

Grass

Con

WK

TWW

RS

TWW

Con

RS

Asph

Asph

INLK.

WV

Grass

Brick

WKSto

ne

Stone

Con

Grass

INLK.

INLK.

INLK.

TWW

TWW

Con

Con

INLK.

WK

WK

WK

Con

GK

Con

Con

Grass

RS

Grass

Con

INLK.

WKWK

WK

WK

PM

Asph

Brick

RS

Con

Con

Con

WK

WK

Grass

Grass

Grass

Con

Grass

Grass

WK

WK

TWW

Grass

WK

GK

Grass

Con

Grass

Con

Brick

Con

Con

WKWK

Brick

Grass

Grass

WK

WK

Asph

RS

Asph

Grass

LS

Asph

Brick

Brick

Con

Grass

Con

Grass

HE

WK

Grass

WK

WK

Con

Con

WK

HYD

Con

RS

Grass

Grass

Con

TWW

Grass

Grass

WK

Grass

Asph

Con

Grass

Asph

INLK.

WKWK

Grass

Grass

RS

Grass

WK

Brick

Grass

Grass

GK

Grass

Con

Grass

GK

WKWK

WK

G/P

LS

LS

RS

WK

WK

WK

WK

engineering environment infrastructure

R.V.Anderson Associates Limited

Construction Services

Engineering &

EXECUTIVE DIRECTOR

CHIEF ENGINEER and

MICHAEL D'ANDREA, P.ENG

Transportation Infrastructure

Director, Design & Construction

FRANK CLARIZIO, P.ENG.

Local Roads

Transportation Infrastructure

Manager, Design & Construction

LUIS DE JESUS, P.ENG.

N

STATION

GEODETIC DATUM

ELEVATION

EXISTING CROWN

GEODETIC DATUM

STATION

ELEVATION

EXISTING CROWN

DATE INITIALREVISIONSNo. SIGNEDDIGITAL INFORMATION

SURVEY(2015) y16XXXsvy2d.dgn

y16XXXwat.dgn, y16XXXwatpf.dgn

Engineering & Construction Services

NO

RTHCLIF

FE B

LVD

BELVIDERE AVE

KEYWEST AVE

BANSLE

Y A

VE

STRADER AVE

GLOUCESTER GRV

CLOVELLY AVE

CLOVELLY AVE

BUDE ST

BUDE ST

GREYTO

N C

RES

ELEANOR AVE

ALLENVALE AVE

K

E

Y

P

L

A

N

RELATED DRAWINGS: P-/U- NOT TO SCALE

OAK

WO

OD A

VE

OAK

WO

OD A

VE

ONSLO

W C

RES

LAU

DER A

VE

GLEN

HOLM

E A

VE

GLEN

HOLM

E A

VE

NO

RTHCLIFFE B

LVD

VAUGHAN ROAD

VAUGHAN ROAD

VAUGHAN ROAD19-03066-002

06-12-2019 ISSUED FOR TENDER

07-24-2019

PI 2+30.0

00

ELE

V 1

66.3

67

PI 3+30.3

37

ELE

V 1

66.0

08

PI 3+66.4

69

ELE

V 1

66.1

89

PI 3+86.0

00

ELE

V 1

66.3

87

PI 4+05.6

73

ELE

V 1

66.7

16

N

DESIGN DRAWN CHECKED

NUMBER

DRAWINGSCALE SHEET

CONTRACT No.

DATE

HORIZONTAL 1:200 VERTICAL 1:100

2 OF 3 2019-0

7-2

511:5

8:3

5 A

MASSIG

NM

EN

T N

O:

XX

VAUGHAN ROAD

VAUGHAN RDFROM OAKWOOD AVE TO NORTHCLIFFE BLVD

ROAD RECONSTRUCTION

155.00 m

160.00 m

165.00 m

175.00 m

170.00 m

175.00 m

170.00 m

165.00 m

160.00 m

155.00 m

19ECS-TI-103LRS.M.A. / M.L. S.M.A. M.L.

19-03066-002

MA

TC

HLIN

E S

EE D

RA

WIN

G 1

9-0

3066-0

01

MA

TC

HLIN

E S

EE D

RA

WIN

G 1

9-0

3066-0

03

CATCH BASIN INDICATOR ARROW MARKING

T-216.02-25

NOTES:

DAMAGE OR RESTORATION TO SAME.

THE LOCATION AND DEPTH OF ALL SUCH UTILITIES AND STRUCTURES AND SHALL ASSUME ALL LIABILITY FOR

OR UTILITY COMPANIES CONCERNED BEFORE COMMENCEMENT OF THE WORK. THE CONTRACTOR SHALL PROVE

LOCATION OF ALL SUCH SERVICES, UTILITIES AND STRUCTURES BY CONSULTING THE APPROPRIATE AUTHORITIES

OF SUCH SERVICES, UTILITIES AND STRUCTURES ARE NOT GUARANTEED. THE CONTRACTOR SHALL DETERMINE THE

APPROXIMATE ONLY WHERE SHOWN ON THE DRAWING(S), THE COMPLETENESS AND ACCURACY OF THE LOCATION

1. THE LOCATION OF ALL UNDER/ABOVE GROUND MUNICIPAL SERVICES, UTILITIES AND STRUCTURES ARE

WHICHEVER IS GREATER, UNLESS OTHERWISE SHOWN IN THE PLAN.

REPLACED WITH COPPER SERVICES. NEW WATER SERVICES SHALL BE 19 mm IN DIAMETER OR MATCH THE EXISTING,

4. WATER SERVICES THAT ARE FOUND TO BE SMALLER THAN 19 mm OR LEAD OR GALVANIZED MATERIAL SHALL BE

T-216.02-25

3. THE CONTRACTOR SHALL INSTALL "CATCH BASIN INDICATOR ARROW MARKINGS" AS PER THE CITY'S STANDARD

T-310.030-7 , T-310.030-8, T-310.030-9, T-310.030-10 AND T-310.030-11, ON ALL THE SIDEWALK CROSSINGS.

2. THE CONTRACTOR SHALL INSTALL "TACTILE WALKING SURFACE INDICATORS" AS PER THE CITY'S STANDARDS

LIMIT TO RAISED SQUARE FRAMES AND CIRCULAR GRATES AS PER OPSD 400.070

THE CONTRACTOR SHALL REPLACE ALL SUBSTANDARD CATCH BASINS FRAMES AND GRATES WITHIN THE PROJECT 5.

M.L. M.L.

JULY 24, 2019

FOR GENERAL NOTES AND DETAILS.

REFER TO DRAWING NO. 19-03078-001

SIDEWALK TO BE RECONSTRUCTED

PAVEMENT TO BE RECONSTRUCTED

PAVEMENT TO BE RESURFACED

NEW SIDEWALK TO BE CONSTRUCTED

LEGEND:

CITY STANDARD (T-310.010-2)TO BE RESTORED AS PER

STANDARD (T-310.010-2)AS PER CITY

DRIVEWAY CONSTRUCTION COMMERCIAL ASPHALT

DRIVEWAY CONSTRUCTIONRESIDENTIAL CONCRETE

DRIVEWAY CONSTRUCTION RESIDENTIAL INTERLOCK

TO BE RESTORED AS PER TS-3.80

CONCRETE 150 mm - GRANULAR A150 mm - 32 MPa PORTLAND CEMENT

DRIVEWAY CONSTRUCTION RESIDENTIAL ASPHALT

150 mm - GRANULAR A80 mm - SP12.5 (2 LIFTS)

150 mm - GRANULAR A80 mm - SP19.0

SP 12.5 SURFACE COURSEPAVEMENT, OVERLAY WITH 40 mm MILL 40 mm OF EXISTING

PAVEMENT STRUCTURE

EXISTING ROAD HAS COMPOSITE

M.L. M.L.

1

1DEPTH RECONSTRUCTIONADDENDUM 1 - REVISED PAVEMENT OF SIDE STREETS TO FULL

2+00

2+20

2+40

2+60

2+80

3+00

3+20

3+40

3+60

3+80

4+00

CONSTRUCTION

CENTERLINE OF

FENCE (TYP.)

EXISTING

EXISTING

MATCH

EXISTING

MATCH

EXISTING

MATCH

CONSTRUCTION

CENTERLINE OF

T-600.05-1 (TYP.)

CURB & GUTTER

PROPOSED

T-600.05-1 (TYP.)

CURB & GUTTER

PROPOSED

T-600.05-1 (TYP.)

CURB & GUTTER

PROPOSED

T-600.05-1 (TYP.)

CURB & GUTTER

PROPOSED

5.5

m

5.6

m

5.5

m

5.5

m

5.5

m

5.5

m

5.5

m

(TYP.)

HEDGE

EXISTING

WALL(TYP.)

RETAINING

FENCE AND

EXISTING

R=7.4mR=5.0m

R=4.2m

R=5.0m R=5.0m

R=6.0m

R=5.0m

3.0 m

1.6 m 1.5 m

1.8 m

1.5 m

1.8 m

3.0m

3.0m

1.7 m

1.8 m

(TYP.)

INDICATOR AND DROPPED CURB

TACTILE WALKING SURFACE

1.70m 1.70m

1.70m

SIDEWALK (T-310.010-2) (TYP.)

PROPOSED 1.7m

SIDEWALK (T-310.010-2) (TYP.)

PROPOSED 1.8m

SIDEWALK (T-310.010-2) (TYP.)

PROPOSED 1.5m

BACK OF SIDEWALK

BACK OF HYDRO POLE TO

1.4m CLEARANCE FROM

HYDRO POLE TO BACK OF SIDEWALK

1.2m CLEARANCE FROM BACK OF

OF SIDEWALK

HYDRO POLE AND GUY WIRE TO BACK

1.3m CLEARANCE FROM BACK OF

HYDRANT TO BACK OF SIDEWALK

1.2m CLEARANCE FROM BACK OF

FENCE (TYP.)

WALL AND

RETAINING

EXISTING

SIDEWALK

POLE TO BACK OF

FROM BACK OF LIGHT

1.3m CLEARANCE

ROAD SIGN

REPLACE

REMOVE AND

11.1

m

11.1

m

11.0

m

11.0

m

SIDEWALK

HYDRO POLE TO BACK OF

1.3m CLEARANCE FROM BACK OF

WALL

RETAINING

EXISTING

DROPPED CURB (TYP.)

SURFACE INDICATOR AND

TACTILE WALKINGROAD SIGN

REPLACE

REMOVE AND

(TYP.)

GUTTER T-600.05-1

PROPOSED CURB & ROAD SIGN

REPLACE

REMOVE AND

ROAD SIGN

REPLACE

REMOVE AND

SIDEWALK (TYP.)

REMOVE AND REPLACE

SIDEWALK (TYP.)

REMOVE AND REPLACE

SIDEWALK (TYP.)

REMOVE AND REPLACE

SIDEWALK (TYP.)

REMOVE AND REPLACE

SIDEWALK (TYP.)

REMOVE AND REPLACE

SIDEWALK (TYP.)REMOVE AND REPLACE

(TYP.)

AND DROPPED CURB

SURFACE INDICATOR

TACTILE WALKING

SIDEWALK (TYP.)

REMOVE AND REPLACE

SIDEWALK

BACK OF

POLE TO

HYDRO

BACK OF

FROM

CLEARANCE

1.3m

ROAD SIGN

REPLACE

REMOVE AND

R=1.0mR=4.4m

(TYP.)

INDICATOR AND DROPPED CURB

TACTILE WALKING SURFACE

3.0 m

ROAD SIGN

REPLACE

AND

REMOVE

5.6

m 11.0

m

(T-310.010-2) (TYP.)

SIDEWALK

PROPOSED 1.8m

(TYP.)

REPLACE SIDEWALK

REMOVE AND

T-600.05-1 (TYP.)

PROPOSED CURB & GUTTER

ON

E

WA

Y

(TYP.)

BASIN

CATCH

ADJUST

(TYP.)

BASIN

CATCH

ADJUST

(TYP.)

MANHOLE

ADJUST

(TYP.)

MANHOLE

ADJUST

FENCE (TYP.)

REPLACE

REMOVE AND

BASIN (TYP.)

CATCH

ADJUST

166.18

1 EP

166.18

0 EP

166.14

7 EP16

6.13

2 EP

166.113 E

P

166.04

0 EP

165.97

7 EP

165.87

5 EP

165.84

6 EP

165.82

1 EP

165.76

3 EP

165.88

5 EP

165.875 EP

165.84

4 EP

165.989 EP

166.055 EP

166.22

5 EP

166.41

5 EP

166.64

4 EP

166.810 EP

166.277 EP

166.226 EP

166.1

69 E

P

166.115 EP

166.065 EP

166.028 EP

165.983 EP

165.935 EP

165.877 EP

165.894 EP

165.869 EP

166.014 EP

165.925 EP

166.014 EP

166.115 EP

166.246 EP

166.385 EP

166.548 EP

166.690 EP

166.869 EP

TEST PIT (TYP.)

MANDATORY

TEST PIT (TYP.)

MANDATORY

TEST PIT (TYP.)

MANDATORY

2.5

m

2.2

m

COURSE

40 mm SP 12.5 SURFACE

PAVEMENT, OVERLAY WITH

MILL 40 mm OF EXISTING

COURSE

40 mm SP 12.5 SURFACE

PAVEMENT, OVERLAY WITH

MILL 40 mm OF EXISTING

COURSE

40 mm SP 12.5 SURFACE

PAVEMENT, OVERLAY WITH

MILL 40 mm OF EXISTING

EXISTING

MATCH

EXISTING CROWN

PROPOSED CROWN

166.5

32

166.4

77

166.4

22

166.3

67

166.3

34

166.2

85

166.2

35

166.185

166.136

166.0

85

166.0

30

166.0

22

166.0

14

166.0

07

166.0

40

166.0

74

166.108

166.2

15

166.3

23

166.4

54

166.6

21

166.7

83

-0.582%-0.359%0.502%

1.014%1.670%

ACCORDING TO CONTRACT SPECIFICATIONS.

WITHIN THE PROJECT LIMITS. IT SHALL BE

TREE PROTECTION ZONES WITHIN CITY'S ROW

PROTECTION FENCES FOR ALL TREES WITH

THE CONTRACTOR SHALL INSTALL TREE

R:\2017\173800 - TORONTO & WATER TRANSPORTATION (PM5)\2019\Design\CAD Drawings\30-VAUGHAN_RD\Drawings\VAUGHAN_ROAD\MASTER\19-03066_SHEETS.dgn

Page 116: Chief Purchasing Officer Division Acting Manager lBth 100 ... · Adden- Unit Unit Price dum No. Standard/ Special Drawing Tender Call No.209-2019 Total Per Item Part A General 1 Payment

4+10

4+20

4+30

4+40

4+50

4+60

4+70

4+80

4+90

5+00

5+10

5+20

5+30

5+40

5+50

5+60

5+70

5+80

5+90

6+00

PI 5+02.0

00

ELE

V 1

68.2

06

PI 5+10.0

00

ELE

V 1

68.3

19

PI 5+40.0

00

ELE

V 1

68.6

30

PI 5+74.9

41

ELE

V 1

68.8

81

EXISTING CROWN

PROPOSED CROWN

166.7

83

166.9

37

167.0

92

167.2

47

167.4

02

167.7

11

167.8

66

168.0

20

168.175

168.3

19

168.4

22

168.5

26

168.6

30

168.7

02

168.7

74

168.8

45

168.9

17

167.5

56

1.547%

1.407%1.038%

0.717%

DRIV

EN

ORTH

CLIF

FE

CR

ES

GR

EY

TO

N

AVE

LA

UDER

DRIV

E

NO

RT

HC

LIF

FE

777No.

775BNo.

775ANo.

775No.

741No.

739No.

737No.

735No.

733No.

731No.

729BNo.

729ANo.

729No.

725No.

758No.

756No.

754No.

752No.

750No.

748No.

746No.

744No.

742No.

740No.

738No.

648

No.

734No.

732No.

728No.

726No.

375 VIT SEW.621 ACTV

300 R

C U-789-0

02

ACT

V

C

C

C

No. 7

32

Unkno

wn

Locatio

n

Size, M

aterial,

No. 7

28

Unkno

wn,

25

mm, M

aterial

No. 7

34

Unkno

wn,

19m

m, M

aterial

No. 756

Unk

no

wn,

Locatio

n

Siz

e,

Material,

No. 758

Unk

no

wn,

Locatio

n

Siz

e,

Material,

No. 752

25

mm

Co

pper,

No. 754

Unk

no

wn,

Locatio

n

Siz

e,

Material,

No. 7

77

Unkno

wn,

Siz

e, M

aterial,

No. 741

Unk

no

wn,

16m

m,

Material

No. 737

Unk

no

wn,

Siz

e,

Material

No. 735

Unk

no

wn,

Siz

e,

Material

No. 729

Unk

no

wn,

Locatio

n

13m

m

Co

pper,

No. 725

Unk

no

wn,

Siz

e,

Material

No. 729

BUnk

no

wn,

Locatio

n

Siz

e,

Material,

No. 64819mm Copper,

No. 738

Siz

e,

Material,

&775B

No. 7

75,7

75

A

Unkno

wn,

Locatio

n

Siz

e, M

aterial, N

o. 731

16m

m

Lead,

No. 733

Unk

no

wn,

Locatio

n

16m

m

Lead,

No. 740

16m

m

Lead,

No. 744

16m

m

Lead,

No. 748

13m

m

Lead,

No. 750

Unk

no

wn,

16m

m,

Material

No. 742

16m

m

Co

pper,

No. 746

16m

m

Lead,

No. 7

26

Unkno

wn,

Locatio

n

19m

m

Copper,

150 mm Watermain

150 mm Watermain

375mm Combined Sewer

375mm Combined Sewer

450mm Combined Sewer

300mm Combined Sewer

300mm Combined Sewer

1350mm Combined Sewer

Telecommunication (Bell)

100mm Gas Main

100mm Gas Main

100mm Gas Main

100mm Gas Main

150 mm Watermain

150 mm Watermain

Telecommunication (Rogers)

100mm Gas Main

Telecommunication (Rogers)

Telecommunication (Bell)

(Rogers)Telecommunication

150 CI ACTV

375, VIT

SL51450

375 VIT SEW.261 ACTV

300

RC

U-7

89-0

01

AC

TV

150 CI ACTV

450, C

ONC

SL5

1451

1350, VIT

SL18

84

No. 739

13m

m

Lead,

No. 729

AUnk

no

wn,

Locatio

n

19m

m

Co

pper,

WK

HCP

Asph Gr

ass

POST

WK

Grass

Grass

CC

Asph

Con

Grass

INLK.

CC

WK

GK

WKWK

CC

Asph

WK

Grass

LS

Grass

Grass

Grass

RS

Grass

CC

Con

Asph

Asph

RS

WK

Grass

Grass

Grass

Asph

Grass

Grass

INLK.

Grass

GMBol

Grass

Grass

RS WK

Grass

TWW

TWW

Grass

Grass

GKAsph

Asph

Asph

Asph

TWW

Asph

GrassGr

ass

Grass

Grass

RS

Grass

Grass

Wood

RS

BMH

Con

Con

WKWK

Con

Con

Asph

RS

Grass

Grass

Grass

INLK.

Asph

Con

WK

Grass

Grass

Grass

Grass

Private

LS

GV

Con

Grass

Grass

Grass

INLK.Wood

Grass

INLK.

Grass

WV

LS

Grass

G/P

GM

Asph

G/P

Private

LS GVAs

ph

INLK.

WK

Con

WK

Asph

Asph

TWW

Con

Con

Grass

Grass

Grass

HE

Private

LS

Con

Private

LS

Private

LS

Con

HYD

Grass

EJB

Wood

Wood

WKWK

MB

WK

Bol

G/P

LSAs

ph

Asph

WK

Bol

GM

Grass

G/P

Grass

RS WoodWood

Grass

Asph

HE

HYD

WK

INLK.

WoodINLK.

Wood

WVWV

GV

Grass

Grass

Grass

Asph

HE G/P

Grass

GKWKWK WK

WK

WK

Asph

Asph

INLK.As

ph

Wood

AsphLS

POST

CC

WK

WV

HE

WK

WV

INLK.

INLK.

INLK.

INLK.

Grass

Asph

WK

WKWK

Grass

RS

WK

HCP

Asph Gr

ass

POST

WK

Grass

Grass

CC

Asph

Con

Grass

INLK.

CC

WK

GK

WKWK

CC

Asph

WK

Grass

Grass

Grass

Grass

RS

Grass

CC

Con

Asph

Asph

RS

WK

Grass

Grass

Grass

Asph

Grass

Grass

INLK.Gr

ass

GM

Bol

Grass

Grass

RS

WK

Grass

TWW

TWW

Grass

Grass

GK

Asph As

phAsph

Asph

TWW

Asph

Grass

Grass

Grass

Grass

RS

Grass

Grass

Wood

RS

BMH

Con

Con

WK

WK

Con

Con

Asph

RS

Grass

Grass

Grass

INLK.

Asph

Con

WK

Grass

Grass

Grass

Grass

Private

LS

GV

Con

Grass

Grass

Grass

INLK.

Wood

Grass

INLK.

Grass

WV

LS

Grass

G/P

GM

Asph

G/P

Private

LS

GV

Asph

INLK.

WK

Con

WK

Asph

Asph

TWW

Con

Con

Grass

Grass

Grass

HE

Private

LS

Con

Private

LS

Private

LS

Con

HYD

Grass

Wood

Wood

WK

WK

MB

WK

Bol

Asph

Asph

WK

Bol

GM

Grass

Grass

RS

Wood

Wood

Grass

Asph

HE

HYD

WK

INLK.

Wood

INLK.

Wood

WV

WV

GV

Grass

Grass

Grass

Asph

Grass

GK

WK

WK WK

WK

WK

Asph

Asph

INLK.

Asph

Wood

Asph

LS

POST

CC

WK

WV

WK

WV

INLK.

INLK.

INLK.

INLK.

Grass

Asph

WK

WKWK

Grass

RS

HEHE

engineering environment infrastructure

R.V.Anderson Associates Limited

Construction Services

Engineering &

EXECUTIVE DIRECTOR

CHIEF ENGINEER and

MICHAEL D'ANDREA, P.ENG

Transportation Infrastructure

Director, Design & Construction

FRANK CLARIZIO, P.ENG.

Local Roads

Transportation Infrastructure

Manager, Design & Construction

LUIS DE JESUS, P.ENG.

0.6m BUFFER

N

STATION

GEODETIC DATUM

ELEVATION

EXISTING CROWN

GEODETIC DATUM

STATION

ELEVATION

EXISTING CROWN

(1%-3%)

VARIES

(1%-3%)

VARIES

150 mm GRANULAR B TYPE II COMPACTED TO 100% SPMDD

150 mm GRANULAR A COMPACTED TO 100% SPMDD

85 mm SP 19.0

40 mm SP 12.5

(2%-4%)

VARIES

(2%-4%)

VARIES

DATE INITIALREVISIONSNo. SIGNEDDIGITAL INFORMATION

Engineering & Construction Services

NO

RTHCLIF

FE B

LVD

BELVIDERE AVE

KEYWEST AVE

BANSLE

Y A

VE

STRADER AVE

GLOUCESTER GRV

CLOVELLY AVE

CLOVELLY AVE

BUDE ST

BUDE ST

GREYTO

N C

RES

ELEANOR AVE

ALLENVALE AVE

K

E

Y

P

L

A

N

RELATED DRAWINGS: P-/U- NOT TO SCALE

OAK

WO

OD A

VE

OAK

WO

OD A

VE

ONSLO

W C

RES

LAU

DER A

VE

GLEN

HOLM

E A

VE

GLEN

HOLM

E A

VE

NO

RTHCLIFFE B

LVD

VAUGHAN ROAD

VAUGHAN ROAD

VAUGHAN ROAD19-03066-003

06-12-2019 ISSUED FOR TENDER

07-24-2019

N

DESIGN DRAWN CHECKED

NUMBER

DRAWINGSCALE SHEET

CONTRACT No.

DATE

HORIZONTAL 1:200 VERTICAL 1:100

3 OF 3 2019-0

7-2

511:5

9:0

0 A

MASSIG

NM

EN

T N

O:

XXVAUGHAN RD

ROAD RECONSTRUCTION

FROM OAKWOOD AVE TO NORTHCLIFFE BLVD

VAUGHAN ROAD

160.00 m

165.00 m

170.00 m

155.00 m

175.00 m

170.00 m

165.00 m

160.00 m

155.00 m

19ECS-TI-103LRS.M.A.S.M.A. / M.L. M.L.

MA

TC

HLIN

E S

EE D

RA

WIN

G 1

9-0

3066-0

02

19-03066-003

CATCH BASIN INDICATOR ARROW MARKING

T-216.02-25

NOTES:

DAMAGE OR RESTORATION TO SAME.

THE LOCATION AND DEPTH OF ALL SUCH UTILITIES AND STRUCTURES AND SHALL ASSUME ALL LIABILITY FOR

OR UTILITY COMPANIES CONCERNED BEFORE COMMENCEMENT OF THE WORK. THE CONTRACTOR SHALL PROVE

LOCATION OF ALL SUCH SERVICES, UTILITIES AND STRUCTURES BY CONSULTING THE APPROPRIATE AUTHORITIES

OF SUCH SERVICES, UTILITIES AND STRUCTURES ARE NOT GUARANTEED. THE CONTRACTOR SHALL DETERMINE THE

APPROXIMATE ONLY WHERE SHOWN ON THE DRAWING(S), THE COMPLETENESS AND ACCURACY OF THE LOCATION

1. THE LOCATION OF ALL UNDER/ABOVE GROUND MUNICIPAL SERVICES, UTILITIES AND STRUCTURES ARE

WHICHEVER IS GREATER, UNLESS OTHERWISE SHOWN IN THE PLAN.

REPLACED WITH COPPER SERVICES. NEW WATER SERVICES SHALL BE 19 mm IN DIAMETER OR MATCH THE EXISTING,

4. WATER SERVICES THAT ARE FOUND TO BE SMALLER THAN 19 mm OR LEAD OR GALVANIZED MATERIAL SHALL BE

T-216.02-25

3. THE CONTRACTOR SHALL INSTALL "CATCH BASIN INDICATOR ARROW MARKINGS" AS PER THE CITY'S STANDARD

T-310.030-7 , T-310.030-8, T-310.030-9, T-310.030-10 AND T-310.030-11, ON ALL THE SIDEWALK CROSSINGS.

2. THE CONTRACTOR SHALL INSTALL "TACTILE WALKING SURFACE INDICATORS" AS PER THE CITY'S STANDARDS

LIMIT TO RAISED SQUARE FRAMES AND CIRCULAR GRATES AS PER OPSD 400.070

THE CONTRACTOR SHALL REPLACE ALL SUBSTANDARD CATCH BASINS FRAMES AND GRATES WITHIN THE PROJECT 5.

FOR GENERAL NOTES AND DETAILS.

REFER TO DRAWING NO. 19-03078-001

M.L. M.L.

JULY 24, 2019

FOR GENERAL NOTES AND DETAILS.

REFER TO DRAWING NO. 19-03078-001

SIDEWALK TO BE RECONSTRUCTED

PAVEMENT TO BE RECONSTRUCTED

PAVEMENT TO BE RESURFACED

NEW SIDEWALK TO BE CONSTRUCTED

LEGEND:

CITY STANDARD (T-310.010-2)TO BE RESTORED AS PER

STANDARD (T-310.010-2)AS PER CITY

DRIVEWAY CONSTRUCTION COMMERCIAL ASPHALT

DRIVEWAY CONSTRUCTIONRESIDENTIAL CONCRETE

DRIVEWAY CONSTRUCTION RESIDENTIAL INTERLOCK

TO BE RESTORED AS PER TS-3.80

CONCRETE 150 mm - GRANULAR A150 mm - 32 MPa PORTLAND CEMENT

DRIVEWAY CONSTRUCTION RESIDENTIAL ASPHALT

150 mm - GRANULAR A80 mm - SP12.5 (2 LIFTS)

150 mm - GRANULAR A80 mm - SP19.0

TYPICAL CROSS SECTION

C/LVAUGHAN ROAD

N.T.S

CONC. SIDEWALK

(1.5m - 2.1m)

VARIES

CONC. SIDEWALK

1.5m TO 2.1

VARIES

3% MIN3% MIN

CONC. SIDEWALK

(1.5m - 1.7m)

EXISTING

CONC. SIDEWALK

(1.3m - 2.1m)

EXISTING

(T-216.02-8)

PROPOSED SUBDRAIN (TYP.)

S.S.L.

N.S.L.

1.5m

LANE

BIKE

T-600.05-1, T-310.010-2

REPLACE WITH CURB AND GUTTER AND SIDEWALK

REMOVE EXISTING CURB AND SIDEWALK AND

LANE 3.3m2.1m - 2.5m

PARKING

VARIES

LANE 3.3m

PAVEMENT STRUCTURE

EXISTING ROAD HAS COMPOSITE

SP 12.5 SURFACE COURSEPAVEMENT, OVERLAY WITH 40 mm MILL 40 mm OF EXISTING

M.L. M.L.

1

1

1

1

DEPTH RECONSTRUCTIONADDENDUM 1 - REVISED PAVEMENT OF SIDE STREETS TO FULL

1

4+20

4+40

4+60

4+80

5+00

5+20

5+40

5+60

5+80

6+00

CONSTRUCTION

CENTERLINE OF

FENCE (TYP.)

EXISTING

EXISTING

MATCH

EXISTING

MATCH

EXISTING

MATCH

EXISTING

MATCH

T-600.05-1 (TYP.)

CURB & GUTTER

PROPOSED

T-600.05-1 (TYP.)

CURB & GUTTER

PROPOSED

T-600.05-1 (TYP.)

CURB & GUTTER

PROPOSED

T-600.05-1 (TYP)

CURB & GUTTER

PROPOSED

T-600.05-1 (TYP.)

CURB & GUTTER

PROPOSED

T-600.05-1 (TYP)

CURB & GUTTER

PROPOSED

EXISTING

MATCH

T-310.010-4

CURB & SIDEWALK

PROPOSED MONOLITHIC

5.7

m

5.5

m

5.6

m

5.5

m

5.6

m

5.5

m

CURB & SIDEWALK

EXISTING MONOLITHIC

CURB & SIDEWALK

EXISTING MONOLITHIC

CURB & SIDEWALK

EXISTING MONOLITHIC

CURB & SIDEWALK

EXISTING MONOLITHIC

1.60 m

R=4.0m

R=1.0m

R=1.0m

R=4.0m

1.7 m

1.8 m

1.5 m

1.8m

1.5 m

(TYP.)

INDICATOR AND DROPPED CURB

TACTILE WALKING SURFACE

(TYP.)

INDICATOR AND DROPPED CURB

TACTILE WALKING SURFACE

(T-310.010-2) (TYP.)

SIDEWALK

PROPOSED 1.5m

(T-310.010-2) (TYP.)

SIDEWALK

PROPOSED 1.6m - 1.7m

OF SIDEWALK

HYDRO POLE AND GUY WIRE TO BACK

1.2m CLEARANCE FROM BACK OF

HYDRO POLE TO BACK OF SIDEWALK

1.2m CLEARANCE FROM BACK OF

HYDRO POLE TO BACK OF SIDEWALK

1.2m CLEARANCE FROM BACK OF

11.2

m

11.2

m

11.1

m

BACK OF SIDEWALK

HYDRO POLE TO

FROM BACK OF

1.0m CLEARANCE

BACK OF SIDEWALK

HYDRO POLE TO

FROM BACK OF

1.2m CLEARANCE

WALL (TYP.)

RETAINING

EXISTING

ROAD SIGN

REPLACE

REMOVE AND

T-310.010-4

CURB & SIDEWALK

PROPOSED MONOLITHIC

SIDEWALK (TYP.)

REMOVE AND REPLACE

SIDEWALK (TYP.)

REMOVE AND REPLACE

SIDEWALK (TYP.)

REMOVE AND REPLACE

RETAINING WALL

JUNCTION BOX AND

EXISTING HYDRO

R=4.0m

R=1.0m

R=6.0mR=6.0m

1.7m

OPSD 705.010

PROP. CATCH BASIN

REMOVE CATCH BASIN

SIDEWALK (TYP.)

REPLACE

REMOVE AND

(TYP.)

SIDEWALK (T-310.010-2)

PROPOSED 1.8m

6.6 m 3.3m

7.0m

6.0 m

SIDEWALK

EXISTING

MATCH

CURB (TYP.)

INDICATOR AND DROPPED

TACTILE WALKING SURFACE OPSD 705.010

PROP. CATCH BASIN

BASIN

REMOVE CATCH

ON

E

WA

Y

(TYP.)

CATCH BASIN

ADJUST

(TYP.)

CATCH BASIN

ADJUST

(TYP.)

MANHOLE

ADJUST

ON

E

WA

Y

ON

E

WA

Y

166.955 EP

167.138 EP

167.22

6 EP

167.43

8 EP

167.59

1 EP

167.75

3 EP167

.906

EP

168.05

3 EP

168.16

6 EP

168.30

9 EP

168.42

4 EP

168.44

3 EP168

.453

EP

168.58

7 EP

168.63

3 EP

168.71

7 EP

167.080 EP

167.220 EP

167.278 EP

167.421 EP

167.561 EP

167.740 EP

167.916 EP

168.096 EP

168.374 EP

168.470 EP

168.576 EP

168.813 EP

168.829 EP

168.785 EP

168.186 EP

168.215 EP

TEST PIT (TYP.)

MANDATORY

TEST PIT (TYP.)

MANDATORY

ACCORDING TO CONTRACT SPECIFICATIONS.

WITHIN THE PROJECT LIMITS. IT SHALL BE

TREE PROTECTION ZONES WITHIN CITY'S ROW

PROTECTION FENCES FOR ALL TREES WITH

THE CONTRACTOR SHALL INSTALL TREE

R:\2017\173800 - TORONTO & WATER TRANSPORTATION (PM5)\2019\Design\CAD Drawings\30-VAUGHAN_RD\Drawings\VAUGHAN_ROAD\MASTER\19-03066_SHEETS.dgn