You are on page 1of 49

Request for Tenders

Storm Sewer CCTV Inspection 2023


RFT-92-2023
Contact Obtain documents online
Richard Hampton CSCMP Senior https://oakville.bidsandtenders.ca
Purchasing Coordinator
Richard.hampton@oakville.ca
905-845-6601, ext. 3746

Closing date Closing location


On or before 2:00 p.m. https://oakville.bidsandtenders.ca
December 12, 2023 (the Bidding System)

Electronic bid submission only


The Town of Oakville (the town) invites tenders for services described as:
This contract will require the successful bidder to perform all work and supply all labour, equipment and materials
necessary to undertake the Close Circuit Television Inspection (CCTV) for various sizes of sewer mains, laterals
and all upstream and downstream manholes as identified on the provided location maps.

To Obtain Documents Online please visit: https://oakville.bidsandtenders.ca

If you subscribe to bids&tenders™ you can login into your account to download the bid document(s) without the
preview watermark. You may also opt to purchase a one-time download for this opportunity. Documents are
not provided in any other manner.

All bidders shall have a Bidding System vendor account and be registered as a Plan Taker for this bid opportunity,
which will enable the bidder to download the Request for Tender without the watermark preview, to receive
addenda email notifications, download addenda and to submit their bid electronically through the Bidding System.

Bidders are cautioned that the timing of their bid submission is based on when the bid is successfully received by
the Bidding System, not when a bid is submitted by a bidder, as bid transmission can be delayed in an “internet
traffic jam” due to file transfer size, transmission speed, etc. It is a bidder’s responsibility to deliver its bid to the
proper place at the proper time, and to transmit their bid sufficiently in advance of the time set for receipt of bids
to allow for timely receipt by the town.

For the above reasons, the town recommends that bidders allow sufficient time to upload their bid submission and
attachment(s) (if applicable) and to resolve any issues that may arise. The closing time and date shall be determined
by the town’s Bidding System web clock.

The town also recommends that bidders take advantage of the Bidding System feature that allows bidders to view
their uploaded documents prior to submission of their bid. By doing so, a bidder may avoid an error that could
occur by uploading an incorrect or unreadable file, which would render their submission non-compliant.

The Bidding System will send a confirmation email to the bidder advising that their bid was submitted successfully.
If you do not receive a confirmation email, contact technical support at bids&tenders™ via telephone at 1-800-594-
4798, or email to support@bidsandtenders.ca. Late Bids will not be accepted.

To ensure receipt of the latest information and updates via email regarding this bid, the onus is on the bidder to
create a Bidding System vendor account and register as a Plan Taker for the bid opportunity at
https://oakville.bidsandtenders.ca.
All inquiries must be submitted through the bidding system by utilizing the Submit Question
button.

The town’s Procurement Policy By-law forms part of all competitive bid documents. The By-law can be found
on the Town of Oakville website at: oakville.ca/business/quotes-quotes.html

Leanne Dacosta
Manager of Purchasing and Risk Management
TABLE OF CONTENTS

SECTION 1 INSTRUCTIONS TO BIDDERS

SECTION 2 GENERAL CONDITIONS

SECTION 3 LIABILITY AND INSURANCE REQUIREMENTS

SECTION 4 SCOPE OF WORK AND SPECIFICATIONS

SECTION 5 SCHEDULES - TO BE COMPLETED AND/OR UPLOADED ONLINE ONLY

SECTION 6 ATTACHMENTS

SCHEDULE OF EVENTS
THESE DATES ARE APPROXIMATE AND SUBJECT TO CHANGE

Release of RFT November 27, 2023


Mandatory Site Visit Not Applicable
Close of Question Period 2:00pm three days prior to Closing Date
RFT Closing Date 2:00pm, December 12, 2023
Section 1
Instructions to Bidders

The Corporation of the Town of Oakville


REQUEST FOR TENDER # RFT-92-2023
Storm Sewer CCTV Inspection 2023
The Town of Oakville (hereafter referred to as the town) will receive tenders for the successful bidder
to perform all work and supply all labour, equipment and materials necessary to undertake the Close
Circuit Television Inspection (CCTV) for various sizes of sewer mains, laterals and all upstream and
downstream manholes as identified on the provided location maps.

1.1 Instructions to Bidders

1.1.1 Electronic bid submissions only, shall be received by the Bidding System, on or
before 2:00 p.m. (14:00 hours) local Oakville time, on December 12, 2019.

1.1.2 Should the town receive a bid that is subsequently found to be from a bidder that is not
registered with bids&tenders™, and the bidder did not obtain their bid document from
https://Oakville.bidsandtenders.ca, the town reserves the right to remove the bid from further
consideration. Bids submitted by any other method will not be accepted.

1.1.3 It is the sole responsibility of each bidder to make sure that its bid is delivered and be
received by the Bidding System, on or before 2:00 p.m. (14:00 hours) local time. Tenders
received after the specified closing date and time will not be accepted by the Bidding System.

1.1.4 There will not be a public opening for this tender. When tenders are opened the total tendered
price(s) “As Read” bid results will be posted to the town’s Bidding System at
https://oakville.bidsandtenders.ca and are typically available within 2 hours of the tender
closing.

Bid results will not be provided in any other manner.

1.1.5 Following the opening, all bids will be reviewed for compliance with the tender terms and
conditions. Once the determination of compliance is complete, bid results will be updated on
the town’s Bidding System at https://oakville.bidsandtenders.ca if required.

1.1.6 The town shall not be liable for any costs, expenses, loss or damage incurred by any bidder in
the preparation and submission of a tender, the tender process, including the evaluation and
interview process (if any), in the negotiation, preparation and execution of the award, or the
acceptance or non-acceptance by the town of any tender, and by submitting a bid each bidder
shall be deemed to have agreed that it has no claim. The town shall not be liable for any costs,
expenses, loss or damage resulting from any technical difficulty with the Bidding System,
including, without limitation, a power failure or a bidder’s inability to upload a bid submission.

1.1.7 The working language of the town is English and all responses to this Request for Tender
must be in English.

1.2 Site Meeting

1.2.1 Where a site meeting is mandatory, bidders must sign in prior to start of meeting. Once the
meeting begins, the sign-in sheet will be removed. No late sign-in will be permitted. Bids will
only be accepted from bidders who are signed in and in attendance for the entire meeting.
Section 1
Instructions to Bidders

1.2.2 In the event that no potential bidders or only one potential bidder attends the mandatory site
meeting, the town reserves the right in its absolute discretion to re-schedule a second meeting
to ensure competitive bid submissions are received in accordance with the town’s Procurement
Policy By-law.

1.2.3 Before submitting a tender, bidders shall carefully examine drawings, specifications and site
conditions, fully inform themselves of all existing conditions and limitations and shall include
in the tender, sums to cover the cost of all work included in the tender document. The bidder
shall accept sole responsibility for any error or neglect in respect to this requirement and no
allowance shall be made by the town for the bidder’s failure to do so.

1.3 Clarification

1.3.1 If a bidder finds discrepancies in or omissions from the tender documents, or if a bidder is in
doubt as to their meaning, questions must be submitted through the Bidding System portal by
clicking on the “Submit Question” button on the bid details page for the applicable opportunity.
Questions received after the deadline or via any other method are not guaranteed a response.

1.3.2 The town shall not be bound by any oral instruction, amendment, clarification,
information, advice or suggestion from any town staff or consultant to the town.

1.3.3 Correspondence sent to persons other than the designated purchasing contact, including other
potential bidders, with respect to the tender, may be grounds for disqualification, and the
town may, in its discretion, and in addition to any other rights or remedies available at law,
reject any potential or actual tender by that bidder.

1.4 Addenda

1.4.1 The town reserves the right at any time prior to the closing time:
 to withdraw or cancel the Request for Tender;
 to extend the time for the submission of bids; or
 to modify these instructions, the bid form, the specifications, or the description of the
project, work or supply;

by the publication of an addendum or other notice, and the town shall not be liable for any
expense, cost, loss or damage incurred or suffered by any bidder (or any other person) as a
result of its so doing.

1.4.2 Bidders shall acknowledge receipt of any addenda when submitting their bid through the
Bidding System. Bidders shall check the appropriate box for each addenda and any applicable
attachments that have been issued. This must be done before a bidder can submit their bid
submission. Addenda shall become part of the tender documents and will be considered in
determining the bid price(s).

1.4.3 Addenda will be issued through the Bidding System, typically forty-eight (48) hours prior to
the closing date and time, unless otherwise approved. It is the responsibility of the bidder to
have received all addendum/addenda that have been issued. Bidders should check online at
https://oakville.bidsandtenders.ca prior to submitting their bid and up until bid closing date and
time in the event additional addenda are issued.
Section 1
Instructions to Bidders

1.4.4 If a bid has been submitted prior to an addendum/addenda being issued by the town, the
Bidding System shall automatically retract the bid submission. The bid submission status will
be changed to an incomplete status (NOT accepted by the town). The retracted bid can be
viewed by the bidder in the “MY BIDS” section of the Bidding System. The bidder becomes
solely responsible for the following actions:

i) make any required adjustments to their bid; and


ii) acknowledge the addendum/addenda; and
iii) Ensure the re-submitted Bid is successfully received by the Bidding System on or
before 2:00 p.m. (14:00 hours) local Oakville time, on the bid closing date.

SPECIAL NOTES:

It is strongly recommended that bidders have one or more “invited” company contacts in your
Bidding System vendor account with their own unique login to the Bidding System. This will
permit these contacts to manage (register, submit, resubmit, edit and withdraw) bids for which
your company is a Registered Plan Taker.
In the event the original contact becomes unavailable, these additional contacts may act on your
company’s behalf and have the authority to receive addendum notifications from the Bidding
System; submit bids electronically through the Bidding System; and/or withdraw, edit,
acknowledge addendum/addenda or resubmit, etc. on your behalf.

Do not invite any additional contacts that you do not want to have access to view, edit, submit,
resubmit and/or withdraw or who may be in direct competition, for example a company may
have two divisions that could compete for the same bid opportunity.

If you are an invited company contact, it is imperative that you create your login from the link
contained in the email invitation. Do NOT go directly to the website and create a separate
vendor account.

1.5 Withdrawal of Bids / Irrevocable

1.5.1 Bidders may edit or withdraw their bid submission online through the Bidding System prior
to the closing date and time. However, the bidder is solely responsible to:

i) make any required changes to their bid (if applicable); and


ii) in the case where the bidders wishes to re-submit a bid, it is received by the
Bidding System before the specified bid closing date and time.

1.5.2 Requests to withdraw bids received by the Bidding System will not be considered after the
closing date and time.

1.5.3 A bid shall be irrevocable (i.e. open for acceptance by the town) for a period of sixty
(60) days following the closing date for the tender.

1.6 Confidentiality/Non-Disclosure of Information

1.6.1 It is town practice to disclose the name of the successful bidder(s) and the total contract price.
The town shall make every effort to safeguard the confidentiality of other information included
in each submission; however, all submissions are subject to the provisions of the Municipal
Freedom of Information and Privacy Act (MFIPPA and the Personal Information Protection
and Electronic Documents Act.
Section 1
Instructions to Bidders

1.6.2 The personal data provided by the town to the successful bidder (or collected on behalf of the
town by the successful bidder) shall be used in compliance with Section 31 of the Municipal
Freedom of Information and Protection of Privacy Act (MFIFFA).

1.6.3 The successful bidder agrees that during and after the effective period of the contract, all
information provided to the successful bidder by the town shall be treated as privileged and
confidential and shall not be used by the successful bidder for any other purpose nor divulged
to any third party for any reason whatsoever without the written permission of the town, and
which is specifically authorized by MFIPPA.

16.3 The Town of Oakville logo should not be used by the bidder without express permission from
the town, as the Logo is a registered trademark belonging to the Town of Oakville.

1.7 Schedule of Prices (Bid Form)

1.7.1 The amounts stipulated on the bid form is intended to cover the cost of the complete work as
described in this tender.

1.7.2 All prices to be tendered in Canadian Funds, FOB Destination (town locations). HST will be
extra and should not be included in bid prices.

1.7.3 The bid form may include a “Contingency” amount that has been identified for unforeseen
work that may arise. Payment from this amount will be for work requested and/or approved by
the town.

1.7.4 Pricing for any requests under the heading Optional Prices will not to be included in the
summary table. Optional items may or may not be selected and added to the total contract
amount at the sole discretion of the town.

1.7.5 Pricing for any requests under the heading Provisional Prices will be included in the
summary table. Provisional items may be cancelled by the Project Manager at any time
during the contract. The Contractor shall have no claim for delay and loss of overhead or
profit should the Project Manager decide to delete any or all Provisional Items.

1.7.6 The person submitting the bid on behalf of the bidder shall have authority to bind the bidder.

1.7.7 All information required on the forms shall be completed in full including references and
subcontractors that it proposes to use for work described.

The town will also review the bidder’s prior performance on other contracts with the town or
conduct on previous contracts with the Town or other institutions.

1.7.8 All price(s) submitted shall be a reasonable price for each particular item as determined by the
purchasing official and under no condition will an unbalanced tender be considered.
Submissions containing prices which appear to be so unbalanced as to likely affect the interests
of the town adversely will be clarified and may be rejected.
Section 1
Instructions to Bidders

1.8 Bid Bond / Agreement(s) to Bond

1.8.1 The bidder shall submit a 10% bid bond and agreement(s) to bond for 50%
Performance and 50% Labour & Materials, from a Surety Company authorized by law
to carry on business in the Province of Ontario, in favour of the Town of Oakville. Bonds must
be irrevocable and open for bid acceptance for at least sixty (60) days from the date of bid
closing.

1.8.2 Each submission must be accompanied by a digital Bid Bond and digital Agreement to Bond.
The town will only accept submissions that include both the Bid Bond and Agreement to Bond
in an electronically verifiable/enforceable (e-Bond) format. For more information regarding e-
Bonds bidders are encouraged to contact their surety company or visit the Surety Association
of Canada at the following link:
https://www.surety-canada.com/en/ebonding/index.html Information at
this site includes;

 A list of third parties that provide online surety digital bond services such as Mobile Bonds
or Xenex. The town does not endorse or promote any third party digital bond service
provider.
 An Industry Checklist which Digital Bonds provided should meet.

1.8.3 All instruction details for accessing authentication should be included with the uploaded Bond.
Note: A scanned pdf copy of a Bid Bond or an Agreement to Bond are not
acceptable.

1.8.4 Where a surety provides the Bid Bond and Agreement to Bond in a single zipped file
download, bidders shall upload this file to the town’s Bidding System, in the bid submission
file labelled “Bid Bond and Agreement to Bond”. Bidders are cautioned not to alter the file in
any way prior to uploading as this could affect the electronically verifiable/enforceable format.

1.8.5 Where a surety provides the Bid Bond and Agreement to Bond separately, bidders shall create
a single zip file (see Bidding System instructions on how to create a zip file) containing both
the Bid Bond and Agreement to Bond and upload the zipped file to the file labelled “Bid Bond
and Agreement to Bond”. Do not merge electronic bond files manually.

1.8.6 Any costs associated with e-Bonds are the responsibility and cost of the bidder. No interest
will be paid on any bid deposit.

1.9 Performance and Labour & Materials Bonds

1.9.1 Upon award, the successful bidder shall provide a 50% Performance Bond and a 50% Labour
& Materials Bond, in an original form, issued by a reputable bonding company, licensed to
carry on business in Ontario, payable to the Town of Oakville. Bonds must be in original form,
completed, duly signed and executed, and submitted to the town when requested.

1.9.2 If the successful bidder fails to provide a performance and labour & materials bond when
requested, the town shall declare the bid deposit forfeited and the bidder will be held
responsible for any increased costs or damages incurred by the town. Any bidder who fails to
provide all required documents within the timelines provided, or otherwise
Section 1
Instructions to Bidders

fails to enter into an agreement with the town upon notice of being the successful bidder
may be subject to suspension by the town and prohibited from bidding for a period of up
the three (3) years.

1.9.3 Performance surety shall guarantee all conditions as set out in the contract, including proper
execution of the work and for all matters for which the successful bidder is responsible for
throughout the period of maintenance and warranty.

1.9.4 Any costs associated with Performance and Labour & Materials Bonds are the
responsibility and cost of the bidder.

1.10 Brand Names

1.10.1 Any reference to the trade name, brand name or catalogue number of a particular
manufacturer shall be understood to have been made solely for the purpose of establishing
and describing general performance and quality levels of the item to be supplied and shall
not be construed to restrict bidders to that manufacturer.
Where substitutes are not being accepted the Specifications and/or Form of Tender shall
indicate “No Substitutes”. It should be noted that in some cases specified products may be
town Standards and may not be considered for substitution.

1.10.2 Where approved equivalents are permitted, approval must be obtained from the town, in
writing, prior to acceptance. Requests must be submitted to Town of Oakville Purchasing
Services, Attention Richard Hampton via Richard.hampton@oakville.ca for consideration
before 2:00 p.m. local time, December 7, 2023

Include brand name and model number of the substitute manufacturer. It is not necessary to
submit samples unless requested, although it is the bidder's responsibility to demonstrate that
the product bid meets the specifications. Contractor or Supplier shall be responsible for all costs
associated with the use of the “approved equal”. The onus is on the Contractor or Supplier to
provide all pertinent information in the request so the town can review and make a
determination as to acceptability of the proposed substitute. Once a decision has been rendered
it will not be reexamined.

The town shall be the sole judge (in its absolute discretion) as to whether an
equivalent meets its specifications.

If no substitution is indicated, it will be assumed the price is for the product specified and the
town will not accept substitutes after closing of the bid.

1.11 Reserved Privileges of the Owner

1.11.1 Without limiting or restricting any other right or privileges, the town shall have the
following reserved rights and privileges, which may be exercised or waived in its
absolute discretion to:
a. reject any or all bids and the lowest tender will not necessarily be accepted;
b. reject any bid where the bidder has failed to execute a Contract or provide
performance surety for any awarded Contract for the town in the past;
c. reject any tender where the bidder has defaulted or failed to satisfactorily complete other
work for the town in the past;
d. reject any tender that contains qualifying conditions or otherwise fails to conform to these
tender documents;
Section 1
Instructions to Bidders

e. reject any tender submitted by a company which in the opinion of the town or its
professional advisors, does not possess the experience, or financial, technical, personnel
or other resources that may reasonably be expected to be necessary in order to carry out
the obligations that the bidder proposes to assume under the terms of its tender;
f. not accept a tender from any person or corporation which includes any non-arms length
corporation who, or which, has a claim or instituted a legal proceeding against the Town
of Oakville, or against whom the Town of Oakville has a claim or instituted a legal
proceeding with respect to any previous contracts, bid submissions or business
transactions who is listed as either the proposed general contractor or subcontractor and/or
vendor within the submitted responses; and/or
g. reject any tender submitted by a bidder or cancel the Contract awarded to that bidder
without penalty, where any information provided by the bidder in its tender or as part of
any pre-qualification procedure is determined to be false or otherwise misleading in any
material respect.

1.11.2 Where only one tender has been received or the lowest priced compliant tender submission
exceeds the town’s budgeted or estimated costs, the town may, but is not obligated to:
a. cancel the Request for Tender;
b. re-issue the Request for Tender and accept new tenders based on revised
documents; or
c. enter into negotiations with the bidder with the lowest priced and compliant tender
submission provided that the requirements of the tender documentation are not
substantially modified, and no other bidder shall have any right to object that its tender
would have been lower had the negotiated amendments been included in the original
Request for Tender.

1.12 Bribery and Collusion

1.12.1 Bidders including any of their agents are prohibited from engaging in any form of
political or other lobbying of any kind whatsoever to influence the outcome of the tender
process and the town shall be at liberty to reject the bidder’s submission or cancel any
contract in contravention of this requirement.

1.12.2 The bidder further acknowledges that its bid is made without any connection, knowledge,
comparison of figures or arrangements with any other firm or person making a bid for the same
work and is in all respects fair and without collusion or fraud.

1.13 Conflict of Interest

1.13.1 No employee of the town, advisors or members of Council of the town shall personally sell
goods or services to the town, nor have a direct or indirect interest in a company that sells goods
or services to the town, other than a de minimus passive investment in a publicly issued entity.
The town may reject any bid submitted, or cancel any Contract awarded, in contravention of
this requirement.

1.13.2 The successful bidder shall refrain from acting in any case where there may be any conflict
of interest between it (or any of its directors, officers, or employees) and the town, and the
successful bidder shall notify the town immediately of any actual or potential conflict of
interest that may arise during the performance of the Contract.
Section 1
Instructions to Bidders

1.13.3 It is imperative that any real or perceived conflict that is evident or suspected be declared
and adjudicated in order to preserve the integrity of the bid process. If the town discovers a
bidder’s failure to disclose a conflict of interest, the town may disqualify the bidder or
terminate any contract pursuant to this tender process.

1.14 Award Process

1.14.1 The town intends to award the contract in whole to one bidder.

1.14.2 The term of the agreement will be in effect until the completion of the Deliverables. O -
Deliverables must include warranty and reflected in the procurement Document and Contract.

1.14.3 Where a written Contract is not required, the issuance of a Purchase Order by the town gives
rise to a contract between the town and the successful bidder in accordance with the terms and
conditions set out in the Request for Tender process, the General Conditions, the Scope of
Work / Specifications, Contract Terms & Conditions, Form of Tender, Drawings, applicable
Addenda and any other related documents.

1.14.4 Award of the tender will be made by the town as soon as practical. Award may be subject to
budget approval and will occur on approval by town officials as designated in the By-law.
Once approvals are received from designated officials the award is deemed to have been made
by the town.

1.14.5 Where quantities are noted as approximate, the town may, at its discretion, purchase more or
less of the commodity based on the unit price bid.

1.14.6 Only contractors that the town deems as fully qualified will be considered for award of this
tender. It is the bidder’s responsibility to provide satisfactory references that are relevant to the
current project in scope and value. The town will also review the bidder’s prior performance on
other contracts with the town and when relying on the services of a Consultant in the conduct
of the project, the knowledge of that Consultant will also be considered. Award of this tender
is not made solely on low bid.

1.14.7 Following written notification from the town to the successful bidder, the executed
Contract (if required) and performance surety (if applicable) will be provided by the
successful bidder within ten (10) calendar days or sooner if possible.

1.14.8 In the event the successful bidder fails to execute the Contract as prescribed or fails to provide
performance surety as applicable within ten (10) calendar days following written notification
from the town to the successful bidder, the town may grant additional time to fulfill the
necessary requirements, if in the opinion of town staff the extension does not compromise the
interests of the town.

1.14.9 Where the successful bidder fails to execute the Contract or provide performance surety as set
out in 1.9.1, the town shall declare the bid deposit forfeited and the bidder will be held
responsible for any increased costs or damages incurred by the town, such amounts being a fair
and reasonable estimate of foreseeable losses. The town may then make a recommendation to:
a. award the contract to the next lowest compliant bidder, or
b. cancel the Request for Tenders.

1.15 Bid Review Procedures


Section 1
Instructions to Bidders

1.15.1 To maintain the integrity of the process, a bidder who believes there has been a breach of the
requirements of the Canadian Free Trade Agreement (CFTA), shall take the following steps:
a. A request by a bidder for a bid review must be received by the Manager of Purchasing
within ten (10) business days from the time when the basis of the dispute became known
or reasonably should have become known. The request must provide sufficient detail
including reference to the specific Article in the CFTA the bidder believes was breached.
b. An adhoc review committee consisting of the Manager of Purchasing, the
departmental director and the town solicitor or their approved designates shall review
such dispute.
c. Findings shall be issued to the bidder in writing within 90 days after filing of its dispute,
unless an extension of time is warranted due to extenuating circumstances, in which case
the findings will be issued within 135 days after the filing of the dispute.
d. The town and the bidder shall seek to resolve the dispute through consultations.
e. Where a bidder provides an appeal, in writing, to the review committee’s initial
findings, the town will establish an arbitrator independent of the town to receive and
review the appeal.
f. If the arbitrator determines that there has been a breach, compensation to the bidder is
limited to the costs of the preparation of the bid submission, or the costs relating to the
dispute, or both.
g. If the town and the bidder cannot agree upon the fair and reasonable amount of such costs
defined under item f., their quantum may be referred to the arbitrator for determination.
The costs to be borne by the party that is unsuccessful in the dispute.

1.16 Guidelines Regarding Bid Irregularities

1.16.1 A bid irregularity is a variance between the requirements (terms, conditions, specifications,
special instructions) of a bid request and the information provided by the bidder in a bid
response.

1.16.2 Examples below represent the general types of bid irregularities and the resulting action. This
list is not inclusive and for irregularities not listed the Manager of Purchasing shall determine
the resulting action based on municipal best practices and legal precedence. The town shall
have the right to accept or reject any or all bids, to waive minor irregularities at its sole
discretion, or request a bidder rectify any deviation at the town’s sole discretion.

Late Bid Bid received after the closing date and time Bidding System does
specified in the bid documents. not accept late bids

Site Meeting Bidder did not attend a mandatory site meeting. Bid not accepted by
the Bidding System

Method of Where the bid has been submitted via any other Bid Declared
Delivery method other than as allowed for in the bid Non-Compliant
Section 1
Instructions to Bidders

documents.

Format Bid not on the form supplied by the town or not in the Bid Declared
format specified by the town. Non-Compliant

Bid Bond Amount less than the amount indicated in the bid Bid Declared
document. Non-Compliant

Bid Bond / Bond is missing, not an electronically Bid Declared


Agreement to verifiable/enforceable (e-Bond), or bonding Non-Compliant
Bond company not licensed to conduct business in
Ontario.

Qualified Bid Where the bid has been qualified by changes to Bid Declared
specification or major requirements and acceptance Non-Compliant
would allow an unfair advantage over competitors.

Failure to Fails to execute a contract or supply supplementary Bid Set Aside


Execute documents after Intent to Award letter has been
issued.

1.17 MANDATORY SUBMISSION REQUIREMENTS

Submission Forms (within the online bidding system) Proponents shall refer to the
instructions attached to the solicitation for the Submission Forms (within the online bidding
system) requirements and provide all required information in accordance with the instructions
provided in the bidding system.

Each submissionl must include the following mandatory Submission Forms and provide all
required information:

1. Schedule of Prices
2. Completed Reference Form
3. Completed Subcontractor Form
4. 10% Bid Bond
5. Agreement to bond for 50% Performance and 50% Labour & Materials
Section 2
General Conditions

SECTION 2 – GENERAL CONDITIONS

2.1 Governing Codes

This Contract shall be subject to any of the following governing codes (latest edition) having
jurisdiction over this project.
 Ontario Building Code
 Fire and Electrical Safety Codes
 Fire Marshal Act
 National Fire Prevention Authority
 Ontario Water Resources Act
 Gas Utilization Code
 Environmental Protection Act
 ESA (Electrical Safety Authority)
 Municipal Bylaws
 Ontario Occupation Health and Safety Regulations
 Oakville Hydro

or any other applicable code or by-law affected by this project.

2.2 Owner’s Designate

The Project Manager for this project is:


Name: Matthew Sferrazza
Title: Water Resources Technologist
Email: matthew.sferrazza@oakville.ca
Phone: 289-772-6295

The Project Manager shall inspect and oversee all work included and specified herein to the
extent of ensuring that specifications are being followed and the quality of work meets the
expectations of the town and shall have authority to stop the work whenever such stoppage, in
his/her opinion, may be necessary to ensure the proper execution of the Contract. The Project
Manager shall also have authority to reject all work and materials which do not conform to the
tender specifications or which are viewed as substandard, flawed or in any other way deemed
not suitable for the town’s purposes, and to answer all questions which arise in the execution of
the work. The town reserves the right to change the Project Manager upon written notice to the
Contractor.

2.3 Scope of Work / Specifications / Record Drawings

2.3.1 It is the intent of the specifications to furnish and install all materials and equipment as
hereinafter specified and/or as shown in the drawings.

2.3.2 The specifications are to be considered as an integral part of the plans, which accompany them;
neither the plans nor the specifications shall be used alone. Any item or subject omitted from
one, but which is mentioned or reasonably implied in the other, shall be considered as properly
and sufficiently specified, and must, therefore be provided. Misinterpretations of either the
plans or the specifications shall not relieve the Contractor of their responsibility.

2.4 Permits, Licenses, Laws and Regulations


Section 2
General Conditions

2.4.1 With the exception of the Building Permit, the Contractor shall apply and pay for all
necessary permits and licenses, approvals and consents required for the execution of the
Work.
The Contractor shall give all necessary notices and pay all fees required by law and comply
with all laws, by-laws, rules, regulations, and requirements relating to the work and to the
preservation of public health.
The Contractor shall be responsible for the safety of all workers and equipment on the site in
accordance with all applicable safety legislation passed by Federal, Provincial and Local
Authorities governing construction safety.

2.4.2 The Contractor shall ensure that all persons supplying services or materials to the Project, Work
or Supply hold all valid and current licenses required by law with respect to the services or
materials to be supplied by them respectively. Any Contractor who is not a registered entity in
Ontario shall obtain all necessary approvals, consents, permits, licences, certificates,
registrations, and other authorizations prior to execution of the Contract. The Contractor shall
ensure that all Subcontractors the Contractor proposes to use for carrying out any of the Work
required by the Contract and who are not a registered entity in Ontario have obtained all
necessary approvals, consents, permits, certificates, registrations, and other authorizations prior
to execution of the subcontract.

2.4.3 The Contractor shall comply with all applicable statutes, law, by-laws, regulations, ordinances,
notices, and orders of the Federal, Provincial or municipal government from time to time in
effect during the course of the Contract, and where the attention of the Contractor is called to
any violation thereof by the town or Consultant, the Contractor shall immediately desist from
and remedy that violation.

2.4.4 The town’s Corporate Health and Safety Manual can be found on our website at:

http://www.oakville.ca/assets/town%20hall%20-%20employee%20resources/hs-
hsmanual.pdf

At all times the Contractor and all subcontractors engaged in the Work shall comply with
all requirements of the town’s Corporate Health and Safety Manual and shall confirm
compliance as indicated on the bid form provided.

2.5 Scheduling and Hours of Work

2.5.1 The Contractor and all of its employees are required to identify themselves as the
Contractor, or employee of the Contractor, and shall be equipped with sufficient
identification for that purpose.

2.5.2 In accordance with the town’s Noise By-law 2008-098, Schedule 2, the Contractor shall not
carry out operations under this contract:
a. after 7:00 p.m. or before 7:00 a.m. Monday to Saturday, and
b. all day Sunday and Statutory Holidays.

If the Contractor wishes to perform work on Saturdays between 7:00 a.m. and 7:00 p.m.,
they may do so with the written permission of the Project Manager, some restrictions may
apply.

2.5.3 The Project Manager may, in writing, require the Contractor to cease operations on any day or
days if the work is so located that the Project Manger deems it expedient to do so.
Section 2
General Conditions

2.5.4 The Contractor shall have no claim for any delay resulting from such work stoppage and
shall be granted an additional day for completion for each day work has been stopped.

2.5.5 Where a Force Majeure occurs, the town shall determine in its reasonable discretion the
number of additional days (if any) to be allowed for completion of Work. “Force Majeure”
means a delay in the performance of the Contract occurring other than as a result of the
deliberate act or negligence of either party respectively, and which could not have been
reasonably foreseen; and was caused by an event beyond the reasonable control of each
party.

2.5.6 Neither party shall be responsible for any delay or failure to perform its obligations under
this agreement where such delay or failure is due to fire, flood, explosion, war, embargo,
governmental action, Act of Public Authority, Act of God, or to any other cause beyond its
control, except labour disruptions.

2.5.7 In the event Force Majeure occurs, the party who is delayed or fails to perform shall give
prompt notice to the other party and shall take all reasonable steps to eliminate the cause.

2.5.8 Should the Force Majeure event last for longer than thirty (30) days, the town may terminate
this agreement by notice to the successful Contractor without further liability, expense or cost
of any kind. The successful Contractor shall not be entitled to payment for any time period
during which service is interrupted under this clause.

2.6 Code of Conduct and Behaviour

2.6.1 Each of the parties agrees to act in a manner that is consistent with the Town’s Policy HR-
MNG-006 – Employee Code of Conduct and Policy G-GEN-006 – Code of Conduct for
Members of Council and Local Board Members in their business dealings with the other. These
policies can be found on the Town’s website at: http://oakville.ca/townhall/policies-
procedures.html.

2.6.2 The Town of Oakville is committed to maintaining a healthy, safe and supportive workplace
for all employees that is free from discrimination and harassment. All employees are to be
treated with respect and dignity in keeping with the town’s values of accountability,
dedication, honesty, innovation, respect and teamwork. The policy applies to all town
employees (including but not limited to full-time, part-time, students, volunteers, temporary
and interns), councillors, contractors, consultants, workers and every person accessing town
property, services, events and programs. Each of the parties agrees to act in a manner that is
consistent with the Town’s Policy HR-MNG- 008 - Respectful Conduct, including the
associated procedures. These policies and procedures can be found on the Town’s website at:
http://oakville.ca/townhall/policies-procedures.html .

2.7 Accessibility

2.7.1 The Town of Oakville is committed to providing accessible programs, services and facilities to
help achieve the town’s vision to be the most livable town in Canada and to comply with the
Accessibility for Ontarians with Disabilities Act, 2005 (AODA). The goal of the AODA is to
make Ontario accessible to people with disabilities by 2025. As required under the AODA,
each time the town purchases goods, services and facilities it must incorporate accessibility
design, criteria and features unless not practicable to do so.
Section 2
General Conditions

2.7.2 The Act also requires persons who provide goods, services or facilities on behalf of the Town
of Oakville to ensure training on the AODA’s Integrated Accessibility Standard Regulation and
the Human Rights Code as they pertain to persons with disabilities.

2.7.3 To comply, all suppliers and contractors must provide training in accordance with the
legislation to all its employees and must be able to provide proof that training has occurred.
By signing the Form of Tender, you certify that your firm is compliant and you are able to
provide proof of training upon request.

The Province of Ontario has developed training that can be taken online and its website
provides convenient tools to ensure your employees are properly trained. The Town of
Oakville has also developed training materials which can be found on the town’s website at
http://www.oakville.ca/business/quotes-quotes.html.

2.7.4 The Town of Oakville is committed to providing accessible facilities, programs and services
and to be the most livable town in Canada. The Oakville Universal Design Standards (OUDS)
was developed to help staff realize this commitment and provides an innovative and detailed
approach for the design of barrier free and accessible facilities. Use of the OUDS is mandatory
for all construction projects at town owned facilities or leased premises and includes new
construction, additions, renovations and capital replacements.

2.8 Sustainable Purchasing

2.8.1 The procurement needs of the town represent a significant level of responsibility to
demonstrate leadership and support for greener business practices. Integrating environmental
performance and impact into supply chain decisions is a commitment to improvement of the
environment and the quality of life of town residents.

2.8.2 Green procurement shall be viewed in the context of achieving value for money for the total
life-cycle costs. It requires the inclusion of environmental impact considerations into the
procurement process, including planning, acquisition, use and disposal. Value for money shall
include the consideration of many environmental tangible and intangible factors when
determining the total life-cycle costs and environmental impact.

2.8.3 For further information about sustainable purchasing initiatives visit the town’s website:
http://www.oakville.ca/townhall/en-gen-001.html

2.9 Environmental Protection Act

2.9.1 No persons shall use any facilities or equipment for the storage, handling, treatment, collection,
transportation, processing or disposal of waste that is not part of a waste management system
for which a certificate of approval has been issued and accept in accordance with the terms and
conditions of such certificate in compliance with the provisions of the EPA and its Regulations.
The persons or corporation shall advise the town of any spills in accordance with the Spills
Response Program required under the EPA.

2.10 Extent of Work

2.10.1 The work to be performed under these specifications shall include the supply of all labour,
transport, material services, and equipment necessary, and required to construct the
following work as described by; or reasonably inferable from these specifications.
Section 2
General Conditions

2.10.2 Work area to be restricted to area shown on drawings.

2.10.3 In cases where the work necessitates a larger disturbed area, it shall be the
responsibility of the Contractor to notify the Project Manager and receive written
approval for extending the area of disruption.

2.11 Materials

2.11.1 The contractor shall be responsible for the supply of all materials required for the complete
construction of the work as described herein and specified on the drawings unless otherwise
specifically stated in writing.

2.11.2 All materials are to be delivered to the site and stored in appropriate locations with
manufacturer or distributor's label intact; handled and stored in accordance with
manufacturer's requirements.

2.11.3 All materials to be used in the work are to be new without defects. Failure of adherence or
failure to comply with specifications requirements shall cause rejection of materials or
replacement of same, at contractor's expense.

2.12 Site

2.12.1 The Contractor is responsible for damage caused to surrounding facilities, and for the
protection of the public. Facilities and/or surroundings damaged by the Contractor shall be
repaired and paid for in full by the Contractor at no cost to the town.

2.12.2 Prior to commencing any excavation work, the contractor shall establish as near as possible,
the location and state of use of all utilities or services, and is responsible for damage or
relocation incurred during the execution of the project.

2.12.3 The setting out of work shall rest solely with the Contractor who will be responsible for the
same. It is the Contractor's responsibility to verify all grades, lines, levels, and dimensions as
indicated on the drawings and report any errors or discrepancies to the Project Manager before
the commencement of work.

2.13 Commencement and Completion

2.13.1 The Contractor shall commence work no later than seven (7) days from contract execution date
or as otherwise directed by the Project Manager. The work shall be completed according to the
plans and specifications, within the time limit as established in these documents. Upon
completion of the work, the Contractor shall apply for acceptance in writing to the Project
Manager. If the work is satisfactory, the town shall issue a written "Acceptance".

2.14 Assignment of Contract

2.14.1 The Contractor shall not assign the whole or any part of the resulting contract without the
prior written consent of the Project Manager.

2.15 Site Storage

2.15.1 The Contractor shall stockpile his materials in areas approved by the Project Manager.
Perishable, stainable or damageable products shall be placed above grade and adequately
protected from the elements of nature.
Section 2
General Conditions

2.16 Temporary Services

2.16.1 It shall be the responsibility of the Contractor to provide temporary services, i.e., hydro, water
and heat.

2.17 Fires

2.17.1 The Town will "NOT" permit the lighting of fires on any project; all waste must be
removed from the site.

2.18 Subcontractors

2.18.1 When indicated in the bid documents, these listings must be submitted with the bid in order
for the bid to be considered compliant. The town reserves the right to reject any subcontractor
so nominated.

2.18.2 The subcontractor listing included within the Form of Tender must be completed in full. If the
contractor is not carrying subcontractors, state “own forces” on the form. Only those
subcontractors listed on the form will be permitted to work on site unless approval in writing is
obtained from the Project Manager. If this form is not completed as noted, the bid may be
disqualified.

2.18.3 The Contractor agrees to preserve and protect the rights of the parties under the Contract with
respect to work performed under subcontract, and shall enter into contracts or written
agreements with their subcontractors to require them to perform their work in accordance with
and subject to, the terms and conditions of the contract. Further, the Contractor shall be fully
responsible to the town for acts and omissions of their subcontractors and for any persons
directly or indirectly employed by them.

2.18.4 By signing the Form of Tender, the bidder certifies that all workers and subcontractors have
received proper training and carry required certifications as necessary by law in the Province
of Ontario.

2.19 Changes

2.19.1 No change in the work shall proceed without the written approval of the town’s Project
Manager.

2.20 Performance Evaluation

2.20.1 At project completion, the Project Manager will conduct an evaluation of the contractor’s
overall performance with input from the town’s Inspectors or consultants, if applicable.
Recommendations will be put forward as to the contractors overall suitability for future Town
of Oakville work. It must also be noted that while overall performance is being evaluated, the
Town reserves the right to suspend a bidder for continued and/or repeated inadequate
performance on any issues.

2.20.2 Vendor performance is governed by the town’s Procurement Policy By-law – Section 11 –
Supplier Performance Evaluation and the Supplier Performance Program. Both of these
documents are available on the Town of Oakville website at:

http://www.oakville.ca/business/quotes-quotes.html
Section 2
General Conditions

2.21 Non-Performance / Contractor’s Default

2.21.1 In the event the Contractor does not comply with the specifications, terms and conditions of
the Contract, or other such act of non-performance, the town shall advise the Contractor to
correct such non-performance issue within such period of time as stated.

2.21.2 If the Contractor fails to remedy the non-performance issue after being instructed to do so, the
town may issue final written notice or terminate the Contract and take corrective action itself.

2.21.3 Where an act or event of default by the Contractor occurs, the town may terminate the
Contract by giving written notice to that effect. Alternatively, the town may hold back any
amount payable (on this or any other contract with the town) as in the opinion of the town is
reasonably required to secure timely completion of the work.

Acts or events of default by the Contractor may include but not be limited to the
following:
a. The Contractor fails or neglects to commence or to proceed with the Project, Work or
Supply diligently and at a rate of progress that in the opinion of the town will ensure entire
completion within the time provided for in the contract documents.
b. The town determines reasonably that the Contractor has abandoned the work, the
determination of which the town shall be the sole judge.
c. The Contractor is adjudged bankrupt or becomes insolvent, or a petition in bankruptcy is
filed against the Contractor, or where the Contractor makes an assignment for the general
benefit of creditors or applies for relief under the Companies’ Creditors Arrangement Act,
or where proceedings of any type are instituted in any jurisdiction in respect of the alleged
insolvency or bankruptcy of the Contractor.
d. Where any formal or informal proceeding for the dissolution of, liquidation of, or winding
up of, the affairs of the Contractor is instituted by or against the Contractor, or where a
resolution is passed or any other act undertaken for the winding up of the Contractor.
e. The Contractor ceases or threatens to cease to carry on its business, or the
Contractor makes or agrees to make a bulk sale of its assets.
f. A receiver, manager or trustee is appointed in respect of the business or assets of the
Contractor, or any part of thereof, by a court of competent jurisdiction, or under an
agreement.
g. The Contractor defaults in payment of any indebtedness or liability to a bank or other
lending institution, or an approved subcontractor or supplier whether secured or not.
h. The Contractor defaults in the completion of the work or the Contractor fails or
refuses to remedy any unsatisfactory or defective work or to remove any
unsatisfactory or condemned material when so ordered by the town in writing.
i. The Contractor persists in any course in violation of any of the provisions of the
contract documents after receiving written notice from the town to correct that
violation.
Section 2
General Conditions

Termination may occur subsequent to the town providing notification


pursuant to s. 2.21.1 or s. 2.21.2, or may be immediate without notice under
either s. 2.21.1 or s. 2.21.2 depending on the severity of the default.

2.21.4 The remedies provided in this section are in addition to all other legal, equitable or statutory
remedies to which the town is otherwise entitled, and the taking of any one remedy shall not
preclude the taking of any other remedy.

2.21.5 Where there is a default by the Contractor under the contract, the town may waive that default
by written notice to that effect. A waiver of a default shall not extend to, or be taken in any
manner whatsoever to affect the rights of the town with respect to any subsequent default,
whether similar or not. The failure of the town to insist on strict performance on any provisions
of the Contract shall not be construed as a waiver or relinquishment of the right to insist upon
strict performance of such provisions on any future occasion.

2.22 Restoration

2.22.1 It is the responsibility of the Contractor to restore the site to its original condition to the
satisfaction of the owner after work has been completed. At all times, the Contractor shall
keep the site free from accumulations of debris and upon completion of each stage of work,
remove from the site all equipment, surplus materials and rubbish resulting from such work.

2.23 Inspection

2.23.1 Inspection shall be carried out by the Project Manager, and the Contractor shall be responsible
for notifying the same at least forty-eight (48) hours prior to the proposed inspection, confirmed
in writing by the Contractor. The owner’s representative has the right to accept or reject any
work and/or materials to be used in the work that he deems to be in the best interests of the
town.

2.24 Application for Payment

2.24.1 Application for payment as the job progresses shall be arranged with the Project
Manager.

2.24.2 The town reserves the right to request further evidence of breakdown or documentation to
establish a fair and reasonable evaluation of the application. Should such information be
required, the receipt date of application shall be adjusted accordingly.

2.24.3 All payments shall be made by the town within thirty (30) days of the official receipt of the
application.

2.25 Final Payment

2.25.1 Final payment and release of holdback shall be released only when the following
documentation, as applicable, has been received from the Contractor:

 Workers' Compensation Certificate


 Certificates of Guarantees
 Manuals if Specified
 Record Drawings
Section 2
General Conditions

2.26 Warranty / Guarantee

2.26.1 The Contractor shall guarantee the quality of workmanship and materials for a period of
twelve (12) months from the date of acceptance, and make any repairs or replacements as
required by the town.

2.26.2 The Contractor agrees to correct promptly, at his own expense, defects or deficiencies in the
work which appear prior to and during the period of twelve (12) months from the date of
substantial performance of the work or such longer periods as may be specified for certain
products or work.

2.26.3 If after seven (7) days’ notice, the Contractor fails to carry out any repairs as directed by the
town, the town may proceed with such and charge the same against any monies that are
outstanding to the Contractor. If no monies are being held by the town, the town reserves the
right to bill such repairs back to the Contractor or to make a claim against performance security
that is being held for the work in question.

2.26.4 The Contractor agrees to correct or pay for damage resulting from corrections made under
the requirements of the warranty.

2.26.5 The decision of the town shall be final as to the nature and imperfection of guaranteed work,
and the necessary remedy of same.

2.27 Contract Dispute Resolution

2.27.1 In the event of any dispute or claim arising between the town and the Contractor as to their
respective rights and obligations under the contract, either party may give the other written
notice of such dispute or claim.

2.27.2 The notification of dispute or claim shall be made in writing within seven (7) calendar days of
the dispute or cause of action arising and state the nature of the dispute giving full details and
history of the events leading to the dispute or claim. Failure to provide timely notification of
any Contract dispute may result in diminished rights on either party.

2.27.3 The parties agree that they will work together in good faith first, to resolve the matter
internally by escalating (if necessary) to higher levels of management. The parties shall make
all reasonable efforts to resolve their dispute by amicable negotiations and agree to provide,
without prejudice, frank, candid and timely disclosure of relevant facts, information and
documents to facilitate these negotiations.

2.27.4 If the dispute or claim with regard to rights and obligations under the Contract cannot be
resolved to the satisfaction of both parties, even after being escalated to the highest level of
management within their respective organizations, the parties may between themselves agree to
submit the particular matter to arbitration in accordance with the laws of Ontario prior to
resorting to litigation. Each party is responsible for its own costs related to the use of the third
party mediator process, and the cost of the third party mediator shall be equally shared by the
Owners and Contractor.

2.27.5 Any agreed dispute resolution process shall be binding and held in strict confidence in order to
protect and safeguard both parties confidential information.
Section 2
General Conditions

2.27.6 Each party shall continue performing its obligations under the contract during the resolution of
any dispute. The Contractor shall use its best efforts to minimize the impact upon the
performance and schedule of the work, take all reasonable measures to mitigate any loss or
expense which may be incurred as a result of such claim and keep such records as may be
necessary to support the claim.

2.27.7 Notwithstanding anything in this Section 2.27, Non-Performance / Contractor’s Default are to
be dealt with in accordance with Section 2.21 are not subject to Contract Dispute Resolution.

2.28 Invoicing and Payments

2.28.1 To ensure that payment is not deferred, the following information shall be on all
invoices:
 Purchase Order Number, Name of Purchaser, Shipment Destination
 Complete Product Description
 Vendor’s Name, Address and HST registration number
 Date of Invoice
 HST where applicable

2.28.2 Invoices shall be submitted in PDF or TIF format to the following email address;
accountspayable@oakville.ca.

2.28.3 Unless otherwise specified on the Form of Tender, terms are to be NET 30 Days. It is the
policy of the town that application by a vendor for penalty charges for late payment will not be
allowed.
Section 3
Liability & Insurance Requirements

SECTION 3: LIABILITY & INSURANCE REQUIREMENTS

3.1 Agreement with Terms

By submitting a bid the bidder agrees to all the terms and conditions of this Request for Tender
and this document or any portion thereof, may not be used for any purpose other than the
submission of bids.

3.2 Laws of Ontario

Any Contract resulting from this Request for Tender will be governed by and will be construed
and interpreted in accordance with the laws of the Province of Ontario. The successful bidder
shall abide by all relevant provisions of the Canada Labour Code and the Employment
Standards Act of Ontario, as amended.

3.3 Liability for Errors

While the town has used considerable efforts to ensure an accurate representation of information
in this Request for Tender, the information contained in this Request for Tender is supplied
solely as a guideline for bidders. The information is not guaranteed or warranted to be accurate
by the town, nor is it necessarily comprehensive or exhaustive. Nothing in this Request for
Tender is intended to relieve bidders from forming their own opinions and conclusions with
respect to the matters addressed in this Request for Tender.

3.4 Insurance

3.4.1 Upon award and prior to signing of any Contract documents (including the issuance of a
purchase order), the successful bidder shall obtain and maintain at its own expense, including the
cost of any applicable deductible, the following policies of insurance:

Commercial General Liability Insurance, written on IBC Form 2100 or its equivalent, including
but not limited to bodily injury and personal injury liability, property damage, products liability,
completed operations liability, owners & contractors protective liability, blanket contractual
liability, premises liability, broad form property damage, employer’s liability and voluntary
compensation and contingent employer’s liability coverage, having an inclusive limit of not less
than $5,000,000 per occurrence. Policy shall be endorsed to show the Town of Oakville as
additional insured.

Standard Form Automobile Liability Insurance that complies with all requirements of the
current legislation of the Province of Ontario, having an inclusive limit of not less than
$2,000,000 per occurrence; for Third Party Liability, in respect of the use or operation of
vehicles owned, operated or leased by the successful bidder for the provision of services.

Non-Owned Automobile Liability Insurance in standard form having an inclusive limit of not less
than $2,000,000 per occurrence in respect of vehicles not owned by the bidder, that are used or
operated on its behalf for the provision of services under the Contract;
Section 3
Liability & Insurance Requirements

3.4.2 This policy may be subject to the approval of the Town Solicitor and shall be kept in full force
through the term of the contract and until the date of acceptance and maintenance period of the
entire Work.

3.4.3 WSIB Certificate: The Town of Oakville requires all Contractors be in full compliance with all
requirements imposed upon them by the Workplace Safety Insurance Board. All certificates of
training and Safety Policies and Manuals must be available for presentation upon request.

3.4.4 The successful bidder will be required to provide a WSIB Certificate to the town. Such
certificates shall indicate that the Contractor and any subcontractors have complied with the
requirements of the Workplace Safety & Insurance Board and are in good standing with the
Board.

3.5 Workplace Hazardous Materials Information System WHMIS

3.5.1 No hazardous material is to be stored or used on the town property by the contractor unless
the prescribed requirements concerning labeling material safety data sheets (MSDS) and
worker instruction and training are met.

3.6 Indemnification

3.6.1 The successful bidder, its agents, all workmen and persons employed by him, or under his
control, will use due care that no person or persons are injured and that no property is damaged in
the prosecution of the work and the successful bidder will be solely responsible for all damages to
person or property, including theft, whether the property is owned by the town or any of its
employees.

3.6.2 Each bidder and the successful bidder shall defend, indemnify and save harmless the town, its
officers, agents and employees from any and all claims, demands, suits, actions or proceedings
of any kind or nature whatsoever, including Workers' Compensation claims, in any way
resulting from or arising out of this contract; provided, however, that the bidder need not
indemnify or save harmless the town, its officers, agents and employees from damages resulting
from the sole negligence of the town's officers, agents and employees.
Section 4
Scope of Work / Specifications

SECTION 4: SCOPE OF WORK / SPECIFICATIONS/ SPECIAL PROVISIONS

SP – 1 INTRODUCTION/BACKGROUND
The Town of Oakville is located in Southern Ontario and is border by the City of Burlington to
the west, the City of Mississauga to the east, and the Town of Milton to the North. The Town is
responsible for providing planning, operations, maintenance and management of approximately
700 kilometers of storm sewer main and approximately 440 kilometers of individual lateral
connections. This CCTV inspection project is being carried out as part of the Town’s annual
storm sewer inspection program.

SP – 2 SCOPE OF WORK
This contract will require the successful bidder to perform all work and supply all labour,
equipment and materials necessary to undertake the Close Circuit Television Inspection (CCTV)
for various sizes of sewer mains, laterals and all upstream and downstream manholes as
identified on the provided location maps.
Should any Sub Contractors be used to perform the work as outlined in the CCTV Inspection
Media Reporting Requirements, a list of these Sub Contractors shall be submitted to the Town.
Bidders shall also supply the full mailing address and primary contact information of the
subcontractors, complete with specific information about the sub items that the subcontractors
will perform.
CCTV Inspection activities shall include the preparation of all video and inspection, including
the digital archiving of such information to a media drive or external hard drive and
accompanying digital pdf inspection report. All digital and video data shall conform to the
CCTV Inspection Media Reporting Requirements outlined in Section 3.
All marked up plans, sketches and operator’s maps shall be returned to the Town as part of the
inspection report. Digital recording time codes must link the time to the on-screen display of the
condition of the pipe. Global ID’s of pipes and manholes must match the correspond on the
provided maps to allow error free input into the Town’s CT SPEC database
It should be noted that as part of scheduling the required works, all work related to Network 18
is to be prioritized and completed first in its entirety before proceeding on with the other
networks listed.
The Ontario Provincial Standard Specification 409, Construction Specification for Closed-
Circuit Television (CCTV) Inspection of Pipelines, November 2017 (OPSS.MUNI 409) apply
except as modified within this document.

SP – 2.1 PERFORMANCE CRITERIA


Approximately 39,000 meters of storm mains and 520 maintenance holes will require inspection
in 2023/2024 and the Contractor must be capable of inspecting around 450 meters of sewer
mains per day. If a pipe is in immediate need of reaming, please contact the Contract
Administrator and be prepared to provide photo proof if necessary.
The Contractor will be required to employ a sufficient number of working crews to complete the
work within the times specified. Delivery dates will be based on the type of request issued. These
dates will be based on the 450 meters per day. The completed delivery will be subject to review
by the Contract Administrator for the determination of the final product meeting media
specifications. Any report that has deficiencies or errors will be returned to the Contractor and be
Section 4
Scope of Work / Specifications

deemed incomplete until the deficiencies or errors have been corrected and resubmitted to the
Town.
All works related to Network 18 to be completed no later than January 31, 2024.
All remaining works are to be completed no later than May 3rd, 2024.

SP – 3 ADDITIONAL CONTRACT REQUIREMENTS


On or before thirty day(s) after the award of the contract, the Contractor must meet the following
requirements:
The project supervisor and CCTV inspection units must all be equipped with mobile cellular
phones. An up to date list of company contacts must be submitted to the Contract Administrator
and maintained as changes occur. A copy of the current NASSCO certification is to be submitted
to the Town for all operators performing work on this contract.

SP – 3.1 HEALTH AND SAFETY


In addition to the Health and Safety requirements contained in the General Terms and
Conditions, the Contractor shall adhere to all provisions of the Ontario’s Traffic Manual, Book 7
(Temporary Conditions) complete with the latest revisions, with particular emphasis on
Confined Space Entry and Traffic Control. Violations of these provisions may result in
termination of this contract.

SP – 3.2 OPERATOR QUALIFICATION FOR INSPECTION AND CODING


Provide a minimum of one operator on the site at all times with each inspection unit who holds a
valid certificate from NASSCO for PACP or an equivalent industry recognized alternate training
program acceptable to the Contract Administrator. Ensure that each operator is fully trained in all
aspects of sewer inspection and capable of making accurate observations and recording all
conditions that may be encountered in the sewers and the maintenance holes.
Perform inspection work only when PACP certified operators are on site. PACP certificates shall
be available on site at all times. Perform condition coding using operators who hold a valid
certificate from the NASSCO PACP Qualification or an alternate training program acceptable to
the Contract Administrator.
Submit a valid copy of the NASSCO PACP Operators Certificate for each operator to the
Contract Administrator a 10 Working Days prior to the commencement of the inspection work.
Operators shall have been certified or re-certified within five years prior to the start of the
contract.

SP – 4 CCTV INSPECTION

SP – 4.1 GENERAL
The following generally describes the work covered under this section:
Inspect sewers to observe and record structural defects, service defects and to assess the
overall quality of installation.
The Contractor shall code the sewer condition in accordance with the requirements of the
latest NASSCO 7.0 Pipeline Assessment Certification Program, (PACP & MACP) and
include the findings in an inspection report consisting of a digital pdf report and an
inspection video to be in Windows Media Video (MP4) format.
Section 4
Scope of Work / Specifications

The Contractor shall code all observations in accordance with PACP & MACP. Only
operators who have successfully attained the National Association of Sewer Service
Companies (NASSCO 7.0) Level of Qualification or equivalent for CCTV Operators shall
perform condition coding. All references to operators having NASSCO 7.0 PACP Level of
Qualification for CCTV Operators shall be understood to mean operators that have been
certified or re-certified within the last three (3) years.
Pictures must be clear and in focus and must not be hazy due to steam or water vapor. Levels
in sewers must be controlled by jetting, by-passing, etc. so that any significant occurrence or
defect can be seen in enough detail for identification, including the invert of the line.

SP – 4.2 EXECUTION OF WORK


As part of this project, the Town’s Field Collector application will be used to provide the
contractor with a digital and mobile map illustrating the locations of the required inspections.
The contractor will utilize this application to both view the locations of the pipes and
maintenance holes requiring inspection, as well as view the pipe and maintenance hole IDs that
must be correctly assigned to the inspection reports and videos. In addition, the contractor will
also be responsible for updating the inspection completed field, within this application, for each
pipe segment inspected. This is to enable the contractor to provide the contract administrator
with live updates of the pipe sections that have been completed and to ensure proper QA/QC of
the work. The Contractor is responsible for providing their own devices capable of running the
application. These devices may include a tablet or other mobile device which has mobile internet
connection capabilities. The successful Contractor will be provided with a login for crews to
access the application and view/edit the maps.
All pipes are to be flushed and any additional cleaning or reaming must be approved by the
Contract administrator prior to work starting. Upon completion of flushing/cleaning in
accordance with SP-12, the contractor will commence the upstream maintenance hole
inspections followed by the pipe, finishing with the downstream manhole. Each video must be
separate with correct header and video display information, condition rated per PACP and
MACP.
The Contractor shall measure the distance between the centers of the start and finish manhole on
the ground surface, to the nearest 0.01 of a meter, using a preferred measurement tool prior to
beginning the inspection. This measurement shall be displayed on the video overlay of the table
of contents at the start of survey as described in SP-5.1. The Contractor shall implement flow
control measures to ensure a minimum of 80% of the height of the sewer is visible for the entire
inspection. The Contractor must ensure they evacuate all fog from the sewer through fans or
other means. The Contractor must keep the camera lens clean at all times.
The Contractor must also measure the vertical distance of manholes from the sewer invert to the
manhole frame to the nearest 0.01 of a meter using a steel tape before beginning the sewer or
manhole inspection.
All sewer inspections must be conducted in accordance with the following:
Inspect sewers in the direction of flow unless a reverse set up is required. Begin with the
upstream sewer in the system and proceed downstream in a consecutive manner. Inspect all
contributing upstream sewers before proceeding downstream. Ensure that the start manhole is
clearly visible at the start of the inspection and perform the inspection from the center of the
start manhole to the center of the finish manhole. At the start of the inspection record the
length of sewer from the face of the manhole to the cable calibration point and adjust the
Section 4
Scope of Work / Specifications

distance reading at the cable calibration point such that zero is at the face of the start
manhole.
Ensure that the automatic distance measurement is displayed on-screen at all times during the
inspection. Ensure that the distance measurement is accurate from the cable calibration point
to the center of the finish manhole. Set a maximum camera speed of 9 meters/minute.
Keep the picture in focus during the inspection from the point of observation to a minimum
of two pipe diameters ahead. Stop camera for 2 seconds at major defects and connections,
junctions, and major branches. Rotate and pan the camera to provide a perpendicular view of
all major defects, connections, junctions, and major branches. Major defects to include but
not be limited to deformed sewers, displaced bricks, holes, large displaced joints, missing
bricks, missing mortar, obstructions, and large open joints.
Capture an image (digital data and video files) and notify the Contract Administrator
immediately if flow disparity, clear water infiltration, hole or missing bricks, collapse, void,
or deformation >10%, is observed during the course of inspection. Turn over captured data
and images to the Contract Administrator with the submission of the inspection report
(Digitally as well as an external hard drive at the completion of the contract).
Please note all videos must be formatted such that CTSPEC entry is without any errors.

The Contractor shall re-perform sewer inspections at their own expense where the
Contract Administrator has determined the specified tolerance requirements have not
been satisfied.

SP – 4.3 Reverse Set-Up


If inspection of an entire sewer cannot be completed due to a collapse, excessive deformation or
solid debris, intruding connection, obstructions, or large displaced joints, stop the survey and
contact the Contract Administrator or Wastewater Collection Supervisor. At which point the
Contractor will be provided direction with regards to next steps.
Together the Contractor, the Contract Administrator will decide to undertake one of the
following:
1) Re-perform the inspection subsequent to:
a. Performing solid debris cutting;
b. Removing intruding connections;
c. Modifying the camera setup (positions and/or method of transport);
d. Completing emergency repairs

Track all locations where a complete inspection could not be obtained for any reason. The
Contractor will review these locations with the Town on a daily basis where required. The
Contractor will record the Global ID number and work order number, steel tape measurement,
length inspected (upstream or downstream), length of missing video and the reason the
inspection could not be completed.

SP – 4.4 Media Reporting Requirements


The CCTV Inspection work shall include all associated costs, preparation, and quality control of
all video and inspection data, including the digital archiving of such information to an external
hard drive to be provided at the end of the contract which will include all reports and videos SP -
11.2.
Section 4
Scope of Work / Specifications

When possible, the Town will provide operating maps with unique ID numbers of storm mains
and manholes to be inspected (see figure 1). All references to any storm mains must include the
adjoining upstream and downstream manhole numbers as well as the main ID number. If any
alterations to the original numbers are required, the Contractor should revise them appropriately.
This plan will be returned to the Town with the completed report. Any errors on the provided
maps should be noted and sent to the Contract Administrator.
Please note the first character when inputting the global ID for any asset is an “O” for
object and not a zero, this will be considered a data entry error.
A digital video of the sewer inspection shall be submitted in MP4 format via email link to
CTSpec web database unless otherwise specified. All finalized videos and reports shall be
downloaded onto a single external hard drive at end of contract at the cost to the contractor.

SP – 5 DIGITAL DATA

SP – 5.1 ON SCREEN DATA DISPLAY


OPSS 409.07.01 MUNI will be used with the following modifications:
CCTV inspection videos are to have black text on the video overlay.
At the start of each survey use a video overlay system to clearly display, on the monitor and
video recording, the following alpha-numeric information for 30 seconds. (Figure 2)
TOWN OF: OAKVILLE
DATE:
TIME:
STREET:
START MH ID: MH DEPTH:
MH LOC:
FINISH MH ID: MH DEPTH:
MH LOC:
PIPE ID:
PIPE MATERIAL: FLOW DIRECTION:
SIZE: SURFACE DISTANCE:
DUTY/USE:
WEATHER:
Figure 2 Video Overlay Information Display
During the inspection the following information must be continuously recorded and displayed
on both the monitor and video recording:
Start Manhole ID
Finish Manhole ID
Street Name
Global ID (Pipe ID) number
Distance (length) measurements of Inspection
Time lapse of inspection

SP – 5.2 DIGITAL DATA SAMPLE & FORMAT


To ensure the Contractor is delivering digital data that is acceptable to the Town Representative,
a sample digital inspection video and the associated PACP & MACP survey data file shall be
Section 4
Scope of Work / Specifications

submitted for acceptance as per Specifications covered in this tender. Once the Town
Representative approves the sample, all other reports must be compiled and presented in the
same manner.
Digital inspection video files are required to be:
A single (one) digital inspection video file for each single survey inspection. Captured and
recorded in “.MP4” digital video files. Fully compliant with CSA’s plus 4012 Visual Sewer
Pipe Inspection Technical Guide’s NASsCO PACP specifications recorded with a minimum
video resolution of 420 lines with NTSC size of 720 x 480 at 29.98 frames per second
Encoded for streaming playback from a Windows Media Services Server as per the
specifications contained in the following “Streaming Media Videa Specifications”
Any digital data that fails to meet the following requirements outlined in this section will be
rejected and returned for reprocessing.
All digital data shall be submitted via CTSpec Web cloud and finalized onto an external hard
drive upon contract completion for the Town of Oakville’s records. External hard drive will be
checked for errors and functionality before final invoice is paid. SP- 9.5.

SP – 5.3 INSPECTION SURVEY AND DATA FORMAT


Computer generated tabular and image data shall be compiled as per NASSCO Pipeline
Assessment Standards (PACP & MACP) coding requirements and delivered in (MP4) format to
the Town’s CTSpec Web database SP – 9.5.
The MP4 digital file shall include time related information in hours, minutes and seconds and be
in FULL synchronization with all the other products that make up the inspection package.
The Contractor shall consistently populate the following information on all reports to a
documented field location (supplied to the Town) in the data file.
All reports shall be submitted by email to the Town of Oakville representative in the form of
PACP and MACP inspection forms with the mandatory information.

SP – 5.5 STREAMING VIDEO SPECIFICATIONS


The above noted “.MP4” format digital video (of the sewer inspection) shall be converted and
encoded for video streaming and uploaded to the linked CTSpec database SP – 9.5.
All “.MP4” streaming media files shall conform to the following specifications:
 Video Buffer Window to be 5 seconds (the number of seconds the file need to buffer before
playback)
 Video Size Mode to be “Source”
 Video Aspect Ration to be “Source”
 Audio not required

SP – 5.6 DATA REQUIREMENTS FOR PIPES


A summary of the data requirements for mainline pipes is provided as follows:
Asset ID Only global IDs officially assigned pipe IDs to be used.
Example: O_200_1234
Note: IDs are not to be truncated
Video Resolution Minimum recorded video resolution must be 420 lines with an
Video Format of digital MP4 and uploaded to CTSpec Web
CCTV
Section 4
Scope of Work / Specifications

Measurement System Metric for all measurements and settings


Timestamp Time and date to be 24 hr military format for all settings
Database/Data Standard/Data Microsoft Access Database conforming to NASSCO data model
Structure
Sewer Main Videos Files PipeID_StartManhole_DateMilitaryTime_version.mpg eg.
Naming Convention (Ref O_0200_1234_ O_0160_1234_202103011423_V3.mp4
Appendix B – CSA
PLUS4012-10)
Photograph Files Naming PipeID_DateMilitaryTime_ObservationPosition_DefectCode.jpg
Convention (Ref Appendix B E.g. O_0200_1234_202103011423_61.2_FL.jpg
– CSA PLUS4012-10)
CCTV inspection data to be All mandatory and non-mandatory PACP fields to be recorded
recorded

SP – 5.7 DATA REQUIREMENTS FOR LATERALS


Please provide a condition rating for the laterals listed along with the inspection videos. Videos
must be inputted into CTSpec Web, SP – 9.5. Catch Basins should be noted as upstream or
downstream as shown on the maps.
If flushing is required please contact Contract Administrator immediately before beginning.

SP – 5.8 DATA REQUIREMENTS FOR MANHOLES


Please provide a condition rating for all Manholes as per MACP guidelines. Videos must be
uploaded in MP4 format to our CTSpec Web database with the following naming convention.
Note that inspections are Level 1 according to the latest NASSCO MACP guidelines with the
inclusion of video inspections and all mandatory inspection fields.

SP – 5.9 UNCHARTED ASSET NAMING CONVENTION


Newly found manholes will be assigned Asset IDs by referencing the upstream manhole and an
alpha character starting with “A”. Example O_0160_1234A, O_0160_1234B for 2 newly
found manholes.
Split pipe segments will be assigned as Asset ID by adding a numeric suffix to the original pipe
asset id. Example O_0200_6789-1, O_0200_6789-2 after 2 new manholes are found.

SP – 6 SEWER CONDITION CODING


The CCTV inspection shall include condition, feature and defect classification coding according
to the National Association of Sewer Service Companies (NASSCO) Pipeline Assessment
Certification Program (PACP). Flow type, start and finish depths to be identified in the
inspection report.

SP – 6.1 SEWER INSPECTION STANDARDS AND DEFECT CODING


CCTV inspection and defect coding shall be carried out by NASSCO PACP certified operators.
New operators and operators with an expired PACP certification over three years must provide
sufficient evidence of training by an approved entity such as an individual or association that
has been approved by the Contract Administrator.
Section 4
Scope of Work / Specifications

The Contract Administrator may at any time during this contract specify a form of training or
certification to be undertaken by inspection operators based on the current standard or any other
industry standard the Town adopts in the future.
The Contractor will be required to inspect and record sewer pipe and assess the condition of the
pipe and manholes according to PACP and MACP defect coding standards including but not
limited to:
a) Structural condition of pipe walls. Length, size, material type, and depth of each pipe (all depths
shall be referenced from the top of the manhole frame to the invert of the pipe being inspected)
b) Any blockage or obstruction located within the pipe
c) Condition of pipe joints, and lateral connections
d) Any change in pipe diameter or pipe materials encountered in any section between
two manholes
e) Report on grade of pipe as to whether it is uniform or whether there appears to be sectional
settlement or grade changes
f) Infiltration/Inflow
g) Explanations for water level fluctuations
h) Location and condition of connection of sewer laterals, including pan and tilt of all
junctions/connections unless otherwise specified by Town staff

Special problems and conditions such as sources of inflow, overflows, bypasses, and
manholes located in natural ponding areas shall be noted.
Contractor must ensure that “deviates down” and “deviates up” should be used in
correspondence with the direction of inspection as this effects code scoring.
The virtual pan, tilt and unfolded views must be able to be viewable by the Contract
Administrator without the need of full CTSpec license. Film files must be able to be integrated
into the Town’s other databases without the need of installing CTSpec or Side Scanning CTSpec
module on viewing PCs.

SP – 6.2 Coding Accuracy


Coding accuracy will be a function of the number of defects or construction features not
recorded or omitted and the correctness of the coding and classification recorded. Coding
accuracy will satisfy the following requirements.
 Header accuracy – 95%
 Detail accuracy – 80%

Implement a formal coding accuracy verification system before starting the work.
Verify coding accuracy on a random basis on a minimum of 10% of the inspection reports.
Submit coding accuracy checks with the corresponding video recording.
Perform an accuracy verification for each operator for each week working and submit the results
to the Contract Administrator for review. Operators failing to meet the accuracy requirements on
two occasions will not be permitted to code on the remainder of the Contract until they have
successfully re-attained the NASSCO Level of Qualification for PACP Operators.
Re-code inspections not satisfying the accuracy requirements and verify the accuracy of the
inspection immediately preceding and following the non-compliant inspection. Repeat the
process until the proceeding and subsequent inspections meet the accuracy requirements.
Section 4
Scope of Work / Specifications

SP – 7 QUALITY CONTROL/QUALITY ASSURANCE MEASURES


The Contractor shall implement a formal coding accuracy verification system at the onset of the
work to ensure that these accuracy requirements are met. The Contractor must use the following
procedure as a base and adjust review frequency as required by the Contractor or the Town.
Calculate accuracy as a function of the number of defects or construction features not
recorded (omissions), and the correctness of the coding and classification recorded.
Verify coding accuracy on a random basis, on a minimum of 10% of the inspection reports.
Submit the coding accuracy checks along with corresponding videos. Submission must be
uploaded to CTSpec Web.
Perform a minimum of two accuracy verifications for each operator for each week working. Re-
code inspections not satisfying the accuracy requirements and check the accuracy of the
inspection immediately preceding and following the non-compliant inspection verified by the
Contractor. Repeat this process until the preceding and subsequent inspections meet the accuracy
requirements.
The Town or their designation representative may visit the Contractor’s office, at their
discretion, to periodically audit quality control procedures and review associated documentation.
The Town Contract Administrator will review inspection video to ensure compliance with
specifications; only inspections which match the specifications and have a minimum accuracy
for header information of 95%, and a minimum detail accuracy for defects and features of 80%
will be accepted and paid for. Ensure as much detail from the header information gets displayed
on the video at the start while it record (ie. Pipe ID, Street, MH Start and End, direction of travel,
date & time, etc.)
The Town Contract Administrator or a designated representative will review submittals and
confirm acceptance within ten (10) working days of submission.
The Town Contract Administrator or a designated representative will return the non-compliant
submissions to the Contractor for correction at the Contractor’s Expense.
The Contractor shall resubmit the corrected reports within five (5) working days.

SP – 8 MATERIALS
Media storage shall be as specified in SP – 3.4. DVD submissions will not be accepted.
USB flash drive and USB hard drives shall be identified with the following information or as
specified in the Contract Documents:
a) Owner’s name
b) Contract number or project number
c) Maintenance hole to maintenance hole identifier
d) Town of Oakville
e) Street name or park name
f) Inspection date
g) Consultant’s/Contractor’s name

SP – 8.1 PHOTOGRAPHS
Digital photograph files shall meet or exceed a resolution of at least 640 x 480 pixels and be in
JPEG format or as specified in the contract documents. Printed photographs shall be in colour
with a minimum size of 90 x 70 mm and shall be reproduced on premium glossy photo quality
paper.
Section 4
Scope of Work / Specifications

SP – 9 EQUIPMENT

SP – 9.1 INSPECTION VEHICLE


The inspection vehicle shall contain a separate area for viewing, recording and controlling the
CCTV operation. Proper seating accommodation shall be provided to enable two people, in
addition to the operator, to clearly view the screen of the monitor screen, which displays the
inspection work in the sewer as such work proceeds. All equipment utilized within the sewer
shall be stored outside the viewing, recording and control area.
The Contractor shall equip the inspection units and crew supervisor with a cellular telephone
utilizing Ontario telephone numbers and will provide the Contract Administrator with the
cellular telephone numbers.
The Contractor shall provide all required inspection equipment subject to the initial and
continuing approval of the Town. Vehicles and equipment must be numbered so that they may be
easily referenced. This number will be displayed clearly on each vehicle’s left and right doors or
front fender. The successful bidder will provide a complete equipment and vehicle list including
specification, descriptions and vehicle numbers. The successful bidder will demonstrate
equipment at the request of the Town (including cameras, computers and printers) for acceptance
prior to the award of the contract. The survey vehicle shall comply with OPSS 409.
The survey equipment shall be capable of surveying a length of pipeline up to:
a) 350m where entry to the pipeline may be obtained at each end of the pipeline
b) 30m where rodding is used; or
c) 150m where a self-propelled unit is used when entry is at only one end of the pipeline.

All mainline inspection units will have pan and tilt capabilities. All survey equipment shall
comply with OPSS 409 Section 409.06 (Equipment)
Spare parts for the closed-circuit, in-line television camera and monitoring unit, complete with
self-contained lighting system shall be kept on site in each inspection vehicle at all times in
order to minimize down-time in the event of equipment failure.

SP – 9.2 INSPECTION EQUIPMENT


The CCTV camera used for the inspections shall be colour, pan, tilt and zoom view type capable
of radial rotation of 360o, lateral rotation of 270o, and of producing a continuous picture
resolution of not less than 420 lines at the periphery of the picture.
Self-propelled rubber tired or crawler tractor capable of passing over minor surface
imperfections including but not limited to broken joints and solid debris up to 40mm in height.
The cameras shall be equipped with a self-contained, adjustable, directed light source
compatible with the lens angle and dispersed to create even distribution of the light around the
pipe perimeter without the loss of contrast, flare out of picture or shadowing.
The camera shall be self-propelled. The mounting of the camera shall be adjustable such that the
central axis of the camera lies at a point equidistant between the invert and overt of the pipe
during inspection of the sewer. In the case of egg shaped sewers, the camera lens must be
positioned vertically above the invert at a height two thirds of the vertical dimension of the
sewer. In all instances, when transporting the camera through the sewer the camera lens must be
positioned on, and looking along the central axis of the sewer. For more information on camera
start position and focal length corrections, see Section 6.5.3 of CSA – Technical Guide Visual
Inspection of Sewer Pipe PLUS 4012-10.
Section 4
Scope of Work / Specifications

Float or skid for mounting the video camera and towing it through sewers where the condition of
the sewer prevents the use of a tractor. Obtain the Contract Administrator’s approval before
using a skid or float. Position the towing equipment in a manner that will not impede the view of
the sewer from the camera and ensure the float or skid is stable enough to provide a smooth
progress and steady video recording.
Transport equipment and cable shall be capable of inspecting a minimum of 500 meters of sewer
from a single access point and the complete inspection of the sewer from the center of the start
maintenance hole to the center of the finish maintenance hole. For large diameter and trunk
sewers the minimum length of cable shall be 1000 meters.
A remote reading counter shall be used to measure distance travelled from the starting
maintenance hole wall and measurements shall be recorded in meters to the nearest 100 mm.
Transport equipment shall be capable of adjustable camera height.

SP – 9.3 RECORDING RESOLUTION


Provide a minimum of 420 lines of resolution around the periphery of the picture for digital
MPEG video playback.
Confirm recording resolution if requested by the Contract Administrator by recording a RETMA
type resolution chart as follows:
a) Set up camera and accessories for the recording to simulate an actual inspection, for example,
video signal routed through the cable reel and video overlay system.

b) Record camera being introduced and reaching its final position for the test.

c) Resolution chart shall fill the monitor screen.

d) Resolution chart shall be illuminated evenly and uniformly without reflection and illumination
source shall accurately simulate the lighting used in the sewer inspections.

e) Record test for a minimum of 30 seconds.

f) Identify the camera on the recording.

g) Perform the test at the start of digital recording.

SP – 9.4 DIGITAL VIDEO RECORDER


Digital video recorders shall be able to capture in colour from the live video source with MPEG-
4 format. Minimum recorded video resolution shall be 420 lines with an NTSC size of 720 x 480
at 29.97 frames per second.
The compression technology (codec) used in creating the MP4 digital video recordings shall
be fully compatible with all the mainstream video players listed below:
 Windows Media Player, Windows and Mac
 Apple QuickTime Player, Windows and Mac
Section 4
Scope of Work / Specifications

 VideoLAV VLC Player, Windows and Mac

Video files that do not play properly and completely on all the above players will not be accepted
and will require re-doing the CCTV inspection or other corrective procedure. Ensure that the
entire inspection of a particular sewer or maintenance hole is contained on the same USB media.
Record reverse set-up inspections of a sewer immediately after the original inspection where
possible.
Mainline camera equipment shall consist of a self-contained, closed circuit solid-state, colour
video camera, and a monitoring unit connected by a coaxial cable or better. This equipment will
comply with OPSS 409.

SP – 9.5 INPUT INTO TOWN OF OAKVILLE’S CTSpec DATABASE


Files must be uploaded into CTSpec software to be evaluated and verified in CTSpec. Data must
be uploaded to the CTSpec cloud.
The Contractor shall use CTSpec software to upload all CCTV inspection data (i.e., videos,
photos, reports, etc.) to CTSpec cloud storage system.
The Contractor must use the latest version of CTSpec with PACP templates for feature and
defect coding. The CTSpec Side Scanning module must also be used to ensure that film files are
properly reviewed with the highest accuracy possible.
The contractor must supply the Town with a portable hard drive, with CTSpec Viewer
supporting and displaying the Side Scanning module. The Contract Administrator must have
access and the ability to control the unfolded view, the camera, an overview of the entire
pipeline, and the virtual pan and tilt.

SP – 9.6 FLUSHING/CLEANING EQUIPMENT


The Contractor shall provide all required flushing/cleaning equipment, which is subject to the
initial and continuing approval of the Town. All flushing/cleaning equipment shall consist of
a combination flushing/vacuum unit with a two-man crew. The two-man crew must be solely
dedicated to the flushing/cleaning operation.
Combination units will meet the following minimum requirements:
 3,700 litres of water for flushing
 150m of 25mm rodder/flusher hose
 Be capable of delivering 3.5 litres per second at the cutting head, with a pressure of 103 bar
 Ability to control the pressure and the volume of water used for flushing
 Carry sufficient sized cutting heads capable of cleaning mains from 150mm to 750mm in
diameter, and produce a scouring action from 15 to 45 degress
 Have a 9 cubic meter debris tank capable of de-watering the solid debris
 200mm vacuum pick up hose able to vacuum up larger debris, such as bricks or broken pieces of
pipe

SP – 10 INSPECTION PROCESS

SP – 10.1 INTERNAL PIPE CONDITIONS FOR INSPECTION


The sewer section under inspection shall be sufficiently dry so that any remaining fluid does not
obscure any part of the interior of the sewer during CCTV inspection. Where required, flow
control shall be used to accomplish this clear viewing of the sewer.
Section 4
Scope of Work / Specifications

The sewer section under inspection shall be free of fog or vapour that obscures the view. Where
required, ventilation or other provisions shall be used to eliminate such fog and vapour.

SP – 10.2 NOTICE TO TOWN OF INSPECTIONS


Notify the Contract Administrator of the locations where sewer inspections will be performed a
minimum of one (1) working day before starting inspection, flushing or cleaning work at that
location.

SP – 10.3 SEWER PIPE INSPECTIONS


The Contractor is to notify the Contract Administrator if any outfall screens, gates or platforms
require removal for CCTV inspections to proceed.
Evacuate fog from the sewer and maintenance hole before beginning inspections and keep the
sewer and maintenance hole clear of fog during the entire inspection.
Keep the camera lens clean during the entire sewer and maintenance hole inspection. Ensure that
the picture is in focus and there is adequate, even lighting, free of shadows and glare, ahead of
the sewer pipe or maintenance hole riser at all times in order to be able to determine general
condition, features and upcoming defects.
Where required for a specific inspection, the CCTV camera shall stop and view each defect or
service connection clearly and completely for at least five seconds.
Perform sewer inspections according to the following requirements:
1) Perform sewer inspection after cleaning unless otherwise directed by the Contract
Administrator.
2) With the direction of flow unless a reverse set up is required.
3) From the center of the first maintenance hole to be inspected to the center of the last
maintenance hole to be inspected. Counter should be zeroed at the maintenance hole
wall.
4) Begin inspections generally with the upstream sewer in the system and proceed downstream in
a consecutive manner.
5) Schedule inspection of downstream sewers to be done after the contributing upstream sewers
have been cleaned.
6) Ensure the face of the start maintenance hole is clearly visible at the start of the sewer
inspection.
7) Indicate on the monitor screen accurate automatic distance measurement that begins to move
immediately as the camera moves. Ensure measurement is accurate from the cable calibration
point to the last maintenance hole to be inspected.
8) Stop the camera and position to provide a steady five (5) second perpendicular view of
connections, junctions, major branches and major defects including deformed sewers, displaced
bricks, holes, large displaced joints, missing bricks, missing mortar, obstructions, and large open
joints.

Notify the Contractor Administrator of the discovery of the following. Contract Administrator to
advise Contractor of next steps:
a) Uncharted maintenance holes
b) Collapsed sewers
c) Buried maintenance holes
d) Blocked sewer
Section 4
Scope of Work / Specifications

e) Surcharge sewers or maintenance holes that are holding water above the obvert of the sewer
entrance
f) Any cross connections

Re-perform sewer inspections where the Contract Administrator has determined the tolerance
requirements for camera position and speed and internal distance measurement requirements
have not been satisfied.

SP – 10.4 CAMERA POSITION AND TRAVEL SPEED


Position the center of the camera lens in the center of circular and egg-shaped sewers and
maintenance hole risers.
Ensure camera speed does not exceed 9 meters/minute during sewer inspections.

SP – 10.5 SEWER MAINTENANCE HOLE MEASUREMENTS


Measure the vertical distance from the sewer invert to the maintenance hole frame to the nearest
0.10 of a meter with a steel tape before beginning the sewer or maintenance hole inspection.
Provide a remote reading counter to measure the distance to the nearest 0.10 of a meter that
the video camera has travelled within the sewer.
Distance measurement within the sewer to be accurate to within 0.5% of the above ground steel
tape measurement between start and finish maintenance hole centers.

SP – 10.6 SEWER REVERSAL AND ABANDONMENT OF INSPECTION SURVEY


Sewer survey abandonment shall occur for the following reasons:
 Category A – Loose debris (e.g. silt, sand)
 Category B – High water level
 Category C – Hard debris such as encrustation, grease, concrete, roots, and so on
 Category D – Obstruction in line
 Category E – MH Inaccessible; for example private area, off-road, buried, and so on
 Category F – Line deviates
 Category G – Asset not found

The Contractor shall clearly document the reason for a survey abandonment including a
comment in the database file and a photograph. A reversal must be undertaken corresponding to
each abandonment. If a reversal must also be abandoned, it too must be documented with a
comment in the database and a photograph.
Where it is critical to obtain a full and complete inspection of the pipe, the Contract
Administrator shall be notified to assess the possibility of undertaking additional steps to
complete the survey. These steps may include hydraulic flushing, mechanical cleaning
connection remaining, cross-bore removal and so on.

SP – 10.7 EMERGENCY NOTIFICATION REQUIREMENTS


Immediately advise the Contract Administrator when a complete sewer inspection cannot be
completed due to:
 Pipe collapse or imminent collapse
 90% or more pipe blockage
 Excessive deformation
Section 4
Scope of Work / Specifications

 Large displaced joints


 Gas cross-bores
 Missing maintenance hole covers
 Collapse maintenance holes or maintenance holes on the verge of collapse
 Illegal cross connections, for example sanitary into storm

Jointly decide with the Contract Administrator one of the following alternatives:
1) Attempt reversal CCTV inspection
2) Abandon the inspection
3) Repeat the inspection subsequent to one of the following actions:
a. Performing solid debris cutting
b. Removing intruding connections
c. Modifying the camera setup position or method of transport
d. Completion of external or emergency repairs

Contractor to note in a log the sewer or maintenance hole identification number, steel tape
measurements, upstream and downstream length inspected, length of missing video and the
reason the inspection could not be completed and review with the Contract Administrator on a
weekly basis.
Where pipe collapse or cross-bores are found during CCTV, the road shall be marked with spray
paint. This will allow Town of Oakville staff to easily identify the location where digging will be
required.

SP – 11 FINAL DOCUMENTATION

SP – 11.1 INSPECTION REPORTS


Each CCTV inspection submitted shall be accompanied by an electronic PDF format sewer
inspection report that is generated from the sewer.mdb file. The structure of the reports shall be
as required by the Contract Administrator. The PDF reports shall be included on the portable
hard drive along with the video file and sewer.mdb file.
Prior to the regular contract required submission of CCTV inspections and reports, the
Contractor shall submit a trial inspection report in PDF format for approval by the Contract
Administrator.

SP – 11.2 CCTV INSPECTION SUBMISSION


When a required CCTV inspection has been completed, it shall be submitted to the Contract
Administrator into the Town of Oakville’s CTSpec Web data based along with an email link to
the PDF report file.
Additionally at the end of the project the Contractor must provide all submissions on an
external hard drive with all corrections.
The submission for a sewer service shall include the CCTV inspection video file, the sewer.mdb
file and the PDF report file. These three files shall be grouped together on the hard drive along
with any other information relevant to the specific CCTV inspection such as images from the
inspection. The grouping shall be identified by the street number corresponding to the sewer
service inspected.
Section 4
Scope of Work / Specifications

A single hard drive may include multiple CCTV inspections. The hard drive shall be properly
organized with each CCTV inspection submission in its own folder. Such folders shall be clearly
and properly identified in regard to the sewer service to which it pertains by the street number
corresponding to the sewer service inspected. The hard drive must be USB 3.0 or higher
compatible and of reliable quality. The hard drive will become the property of the Town of
Oakville and will not be returned to the Contractor at the completion of the project.
All hard drives are to be properly labelled and organized with the following information:
a) Contractor’s Name
b) Contract Number
c) Contract person and phone number
d) Date
e) Inspection Type: V1, V2, or V3
f) Hard drive number: e.g. 1 or 2

SP – 11.3 FINAL REPORT FORMAT


The following information (at a minimum) must be included in the header of each inspection
report above the structural and observational coding details. Figure 4.
Survey No. Inspection Request No. Inspection Date
Contractor Contact No. Inspection Start Time (24
HR)
Pipe Global ID Survey Distance (m) Inspection Finish Time (24
HR)
Street City Surface Distance
Measurement (m)
Project No. (if applicable) SMH Depth (m) SMH Location
Start Manhole Global ID. FMH Depth (m) FMH Location
Finish Manhole Global ID. Pipe Diameter (mm) Pipe Material
SMH Condition Pipe Shape Location (E.g. urban street)
Observation/Defect Noted
FMH Condition Weather Pre-cleaning
Observation/Defect Noted (Flush/clean/ream)
Pipe Length (m) Pipe Use Survey Direction
(Down stream)
Video No.

Figure 4 Detailed List of Required Information on the Final Report


Section 4
Scope of Work / Specifications

SP – 11.4 REPORT SUBMISSION AND LABELLING


Reports shall be submitted via email with links to cloud database which are detailed and
organized. File folders containing the videos properly identified for easy download into CTSPEC
as well as detailed reports in accordance with latest PACP, NASSCO version 7.0 guidelines.
All file reports shall be clearly labelled with permanent typed text as illustrated in Figure 5.
TOWN OF OAKVILLE CCTV INSPECTION
REPORTS CONTRACT 3:
VIDEO#:
INSPECTION DATE:
CAPITAL PROJECT
# STREET NAME:

SP – 12 FLUSHING, CLEANING AND INSPECTION OF SEWER MAINS AND


MANHOLES

SP – 12.1 SCOPE OF WORK


The work consists of providing all equipment and labour necessary to undertake flushing,
cleaning and remaining of sewer and storm water mains. The purpose of this flushing, cleaning
or reaming work is to facilitate CCTV inspection of the sewer mains.
Completion of the CCTV inspection shall occur within 96 hours of flushing, cleaning, and/or
reaming. During this time, it is the Contractor’s responsibility to ensure that the main remains
clean. It is acknowledged that there are some conditions, such as broken pipe or major blockages
that prevent the preparation work from being accomplished or where additional damage would
result if the preparation work were attempted or continued. Should such conditions arise, the
Contractor shall immediately contact the Town’s Contract Administrator and may not be
required to clean those specific main sections. If any damages occur from negligent
cleaning/flushing/reaming operations, the Contractor shall be held responsible.
For the purposes of this contract the need to clean or flush the main prior to inspection has
been pre-determined by the Town as is outlined in the table below. Figure 6.
Asset Type Work Activity
Storm mains < 450 mm diameter Flush and inspect
Storm mains ≥ 450 mm diameter Flush and inspect
Storm mains < 450 mm diameter Ream and inspect AS DIRECTED
Storm mains ≥ 450 mm diameter Ream and inspect AS DIRECTED
Storm mains < 450 mm diameter Clean and inspect AS DIRECTED
Storm mains ≥ 450 mm diameter Clean and inspect AS DIRECTED
Difficult to access main < 450 mm diameter Flush and inspect AS DIRECTED
Difficult to access main ≥ 450mm diameter Flush and inspect AS DIRECTED
Manhole camera inspection Inspect
CCTV Inspection of laterals from the mains < Inspect
450mm diameter
Figure 6. Required Work Activity by Item
Section 4
Scope of Work / Specifications

SP – 12.2 FLUSH AND INSPECT


The purpose of flushing is not to clean the pipe but to remove any obstructions that might
prevent the CCTV Inspection from being completed. All pipes requiring flushing will be flushed
to 95% of the pipes carrying capacity. Any debris flushed back to the manhole must be removed
and disposed of accordingly. Time and water spent shall be the equivalent of 1 hour per 100m.
In the event the main is extremely dirty and allowed time has exceeded the Contractor shall
notify the Contract Administrator for approval of extra flushing to be charged in conjunction
with the “(As Directed) Ream, Flush & Detailed Pan and Tilt CCTV Inspection with report”
item for the network the pipe is located within.

SP – 12.3 CLEAN AND INSPECT


The purpose of cleaning is to remove all debris from the main. Where specified, mains will be
cleaned to 99% carrying capacity.
All debris from the main and the manhole will be removed and disposed of accordingly. The
pipe should be cleaned properly and completely the first time. The cleaning crew should only
visit each main section once. Time and water spent shall be the equivalent of 1 hour per 100m.
Therefore in the event the main is extremely dirty and the allowed time has exceeded the
Contractor shall notify the Contract Administrator for approval of extra cleaning to be charged in
conjunction with the “(As Directed) Ream, Flush & Detailed Pan and Tilt CCTV Inspection with
report” item for the network the pipe is located within.
All cleaning activities must be approved and coordinated via the Town Contract Administrator
prior to any work commencing.

SP – 12.4 REAM AND INSPECT


All reaming activities must be approved and coordinated via the Town Contract Administrator
prior to any work commencing.
Reaming activities performed as part of this contract are to allow for the full inspection of main
section and is not intended as a form of main rehabilitation. Reaming will be performed in order
to eliminate those obstructions that cannot be removed by the flushing process, such as
protruding laterals, calcified joints, root penetration, or heavy grease deposits. A CCTV
inspection unit will monitor the reaming process at all times. It is acknowledged that there are
some condition where additional damage would result if the reaming were to continue. Should
such conditions be encountered, the reaming process will be continued or abandoned at the
discretion of the Contract Administrator or Wastewater Collection Supervisor.
The Contractor is to notify the Contract Administrator or Stormwater Collection Supervisor 48
hours prior to the commencement of any reaming. All reaming in areas of laterals or mains in
poor structural condition will be done with a robotic cutter only. Any further damage caused by
reaming will be assessed and ay repair costs may be levied against the Contractor.

SP – 12.5 WATER USE


Water from a built-in water storage tank will be used to dislodge and flush out debris, solids, and
sediment from the pipelines. Water for flushing can be purchased at the Halton Region’s Bulk
Water Stations.
For a full list of Bulk Water Stations,
Visit: http://www.halton.ca/cms/One.aspx?portalld=8310&pageId=41054
The Contractor is responsible for all transportation costs to and from the bulk water stations.
Section 4
Scope of Work / Specifications

No hydrants are to be used unless otherwise approved by the Halton Region, the Town of
Oakville will not be responsible for obtaining these permissions and training.

SP – 12.6 Disposal of Material


The Contractor shall be responsible for the transporting and disposal of all debris material
associated with cleaning, reaming and/or flushing to an approved disposal site. The term debris
includes sludge, dirt, rock, grease (that can be removed by flushing), and other solid or semisolid
materials. Abandoning of foreign materials in adjoining sewer lines is strictly prohibited.
Contractors must adhere to all MECP procedures related to disposal of materials.

SP – 13 INSPECTION TYPES

SP – 13.1 INVENTORY INSPECTIONS


The purpose of these inspections is to develop detailed structural and maintenance condition
assessments for the Town’s existing sewer main network. These mains shall be flushed prior to
CCTV Inspection. The mains will require flushing to 95% full capacity at an estimated rate of
100m of flushing in 1 hour. Mains less than 450 mm shall be flushed and or cleaned (upon
request); mains greater than 450mm shall be flushed only. All debris is to be removed and
disposed of. Flushing costs shall be included in the CCTV inspection price.
All inventory inspections are to be surveyed, inspected and coded per the
standards outlined in this contract.

SP – 13.2 LATERAL INSPECTIONS


The Contractor shall perform all work and supply all labour, equipment and material necessary
to undertake the closed circuit television inspection of sewer laterals of various sizes located
throughout the Town, including emergency responses as indicated by the Contract
Administrator. Lateral requests will entail CCTV inspection of laterals from the sewer main or
manhole to the end catch basin shown on the map.
Lateral inspection videos are to be submitted on media web link and are to conform to the
specifications previously detailed. Only one map will include the inspection of laterals or catch
basin leads.
In the event that a lateral inspection is abandoned, the Contractor must state the maximum
distance that the camera inspected from the main line/manhole towards the property line. The
Contractor shall be responsible for identifying why a survey was abandoned during the
inspection. Lateral inspection will be paid per meter.

SP – 13.3 DETAILED MANHOLE INSPECTIONS


The Contractor shall provide a price for inspection and rating of manholes for major defects.
Major defects are considered to be defects that pose a risk of imminent failure to the chamber
and/or road surface. The defects include, but are not limited to large holes, large fractures,
migration of surrounding soil into the chamber, etc.
Inspections must be performed in accordance with the latest MACP version 7, Level 1
inspection. Information must be inputted into the Town of Oakville’s CTSpec Web data base
with all mandatory header information. The header must also include:
 Global ID of manhole (example: O_0160_1000)
 Weather
Section 4
Scope of Work / Specifications

 Project #
 Location details for difficult to access manholes

The purpose of these inspections are to is to establish condition ratings for the Town’s storm
sewer infrastructure as part of its annual storm sewer CCTV investigation program. This
information will be used in future capital budget planning.

SP – 13.4 DIFFICULT TO ACCESS INSPECTIONS


In some specific instances, the Town may request the Contractor to complete an inspection on a
sewer main that, due to its location, is extremely difficult to access requiring the set up of special
equipment or the use of additional time to complete the work (e.g. mains in a rear yard
easement, sidewalks and homeowner property lines). The Town should be notified as soon as
possible should this occur. Bolted manhole lids will be found on easements or other areas where
the Town wishes to limit access to manholes. These bolted manhole lids alone shall not
constitute difficult access mains. The Contractor shall be equipped to remove and replace these
bolts in order to gain access to the mains. Timelines for the completion of the work will be
negotiated with the Town on a case-by-case basis.

SP – 14 PROGRESSION UPDATES
The contractor must always notify the Contract Administrator where the crews will be working.
Spot checks may occur, the Town of Oakville reserves the right to safely view any part of the
inspection process onsite.

SP – 15 LINEAR MEASUREMENTS
All measurements are to be made in accordance with OPSS 409.07.01 and OPSS 409.07.04 in
addition to the following:
The CCTV video recording shall display an automatically updated measurement, accurate to one
tenth of a meter (0.1m), between the camera position and the cable calibration point.
Ensure that the distance measurement within the sewer is accurate to within 0.5% of the above
ground measurement.
If found that the distance measurement does not satisfy the accuracy requirements the
Town will request the Contractor to re-inspect the line at the Contractor’s expense and
under the supervision of a Town representative within 48 hours of the re-inspection
request.
The camera distance counter is to measure the distance from the center of starting manhole to the
center of the finish manhole. The distance measured by the camera between the two manholes is
to be confirmed by using a measuring wheel or steel tape. Payment distances will be calculated
using the horizontal “steel tape” or “measuring wheel” measurement of the distance between
manholes.
The entire length of the main from starting to finishing manhole wall will be shown on the video
recording whenever possible.
The operator shall ensure that the distance counter starts to register within the first 2 meters of
the inspection. The distance from the start of the survey to the point where the counter starts to
register will be known as the cable calibration point. If a defect is noted before the cable
calibration point has been reached, the distance will be estimated and noted accordingly.
Section 4
Scope of Work / Specifications

The meter reading entered into the data display at the cable calibration point must allow for the
distance from the start of the survey to the cable calibration point such that the meter-age at the
start of the survey is zero.
At the start of each main length being surveyed, the length of main from zero chainage up to
the cable calibration point shall be recorded and reported in order to obtain a full record of the
main length from center of manhole to center of manhole.

SP – 17 MEASUREMENT FOR PAYMENT

SP – 17.1 ACTUAL MEASUREMENT


Measurement for a CCTV inspection of pipeline shall be measured in meters on the ground
surface along the centerline of the pipe sewer from the center of one drainage structure to the
center of another drainage structure or outlet end of the pipe sewer. Measurement for pipe
culverts shall be from one end of the pipe culvert to the other end of the pipe.
In the event that a CCTV inspection is terminated due to a blockage or collapsed pipe or the pipe
is inaccessible, measurements shall be in meters for the actual length of pipeline inspected as
determined from the chainage indication on the inspection video.

SP – 17.2 BASIS OF PAYMENT


Payment at the Contract Price shall be full compensation for all Labour, Equipment and Material
to do the Work.
Non-compliant submission returned for correction shall be corrected and resubmitted at no extra
cost to the Town.

SP – 18 DUTY TO REPORT
In the event that serious deficiencies are discovered (e.g. hydraulic deficiency, broken stairs,
missing or broken manhole lids, no access, or other safety concerns) the deficiencies must be
reported immediately while still on-site. In some cases, deficiencies could be rectified
immediately. Notification should be made to the Town’s Contract Administrator by telephone at
(905) 845 6601 x 3344 (Kevin Allen) or (289) 772 6295 (Matthew Sferrazza) in emergency
situations and/or by email. Reports shall include the location and type of defect.
In the case of conflicting information in the field the Contractor must contact either the Town’s
Contract Administrator prior to commencing any work.

SP – 19 RESTORATIONS
The Contractor will be held responsible for damage to street surfaces, curbs, gutters, and existing
utilities, etc., that result from operations and/or negligence during any inspection. The Contractor
shall repair any damage resulting from their operations and such repairs will be subject to the
approval from the Town Representative. All repairs shall be done at no extra cost to the Town.

SP – 20 INVOICES
Shall be submitted at the end of each month. Contractor will be paid according to approved
digital submissions given the Contract Administrator 10 business day review period. If
submissions have errors or incorrect data contractor will not be paid until submissions have been
corrected to the satisfaction of the Contract Administrator. If payment has already been
Section 4
Scope of Work / Specifications

processed for that month contractor will be paid for corrected submission on next month’s
invoice.

SP – 21 PAY DUTY POLICE OFFICER


All bidders are to include in the Form of Tender a cash allowance for Pay Duty Police
Officers. The Contractor shall arrange for Pay Duty Police Officers for direction of traffic
within intersections when authorized by the Contract Administrator. The Contract
Administrator shall determine the need for any Pay Duty Police Officers in consultation with
the Contractor.
Pay Duty Police Officers may be required in signalized intersections when the turning
movements cannot be made in a safe manner.
Payment for this item shall be made in the amount of the actual invoices received plus 5% mark-
up on the cost to arrange and schedule the Pay Duty Police Officer.
It is the Contractor’s responsibility to schedule pay duty officers in advance as required.
Section 5
Schedules

SECTION 5: SCHEDULES

Schedules are posted separately and will need to be completed online only through the
Bidding System by the bidder as part of your bid submission.

Please note that the Schedules are subject to change/addition/deletion by addendum(s) issued by the
town. Following the issuance of each addendum, such changes will be reflected in the electronic
Schedules to be completed online only. The revised Schedules (in pdf format) will be uploaded to the
Bidding System as a separate document. It is the bidder’s responsibility to review all addendums and
ensure that the bid is submitted based on the most current requirements.

For greater certainty, the bidder shall submit their bid by completing all Schedules and fields in the
online Bidding System. Any bid submitted on the basis of the preview Schedules may, in the town’s
sole discretion, be disqualified on the basis of being incomplete.
Section 6
Attachments

Attachments:
 RFT-92-2023 Network 15 Map.pdf
 RFT-92-2023 Network 18 Map.pdf
 RFT-92-2023 Network 19 Map.pdf
 RFT-92-2023 Network 55 Map.pdf
 RFT-92-2023 Network 57 Map.pdf

You might also like