You are on page 1of 77

Instructions to Bidders

T-XXXX

Tender documents
and
Specifications
T-XXXXX

[Storm Sewer CCTV Inspection]

1|Page
Instructions to Bidders
T-XXXX

Table of Contents

Section 1..........................................................................................................................................3

SECTION 2 – GENERAL CONDITIONS............................................................................................

SECTION 3: LIABILITY & INSURANCE REQUIREMENTS

SECTION 4: SCOPE OF WORK / SPECIFICATIONS/ SPECIAL PROVISIONS

2|Page
Instructions to Bidders
T-XXXX

Section 1

INSTRUCTIONS TO
BIDDERS

3|Page
Instructions to Bidders
T-XXXX

Section 1
1. Instructions to bidders
1.1 Instructions to Bidders
Bid results will not be provided in any other manner.
1.2 Bid results will not be provided in any other manner.
1.2 Site Meeting
1.3 Clarification
1.4 Addenda
1.5 Withdrawal of Bids / Irrevocable
1.6 Confidentiality/Non-Disclosure of Information
1.7 Schedule of Prices (Bid Form)
1.8 Bid Bond / Agreement(s) to Bond
Note: A scanned pdf copy of a Bid Bond or an Agreement to Bond are not acceptable.
1.9 Performance and Labour & Materials Bonds
1.10 Brand Names
1.11 Reserved Privileges of the Owner
1.12 Bribery and Collusion
1.13 Conflict of Interest
1.14 Award Process
1.15 Bid Review Procedures
1.16 Guidelines Regarding Bid Irregularities
1.17 MANDATORY SUBMISSION REQUIREMENTS

4|Page
Instructions to Bidders
T-XXXX

1. Instructions to bidders
OTTAWA ON (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.

5|Page
Instructions to Bidders
T-XXXX

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 Bid results will not be provided in any other manner.

1.1.8 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.

1.1.9 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.

1.1.10 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.

1.2 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.

1.2.2 In the event that no potential bidders or only one potential bidder attends the
6|Page
Instructions to Bidders
T-XXXX

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
7|Page
Instructions to Bidders
T-XXXX

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.

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.
8|Page
Instructions to Bidders
T-XXXX

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.

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).
9|Page
Instructions to Bidders
T-XXXX

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.

10 | P a g e
Instructions to Bidders
T-XXXX

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.

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.
11 | P a g e
Instructions to Bidders
T-XXXX

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

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
12 | P a g e
Instructions to Bidders
T-XXXX

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;

13 | P a g e
Instructions to Bidders
T-XXXX

d. reject any tender that contains qualifying conditions or otherwise fails to


conform to these tender documents;

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.

14 | P a g e
Instructions to Bidders
T-XXXX

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.

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.

15 | P a g e
Instructions to Bidders
T-XXXX

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

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

16 | P a g e
Instructions to Bidders
T-XXXX

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.

17 | P a g e
Instructions to Bidders
T-XXXX

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
Delivery method other than as allowed for in the bid Declared Non-
Compliant
documents.

Format Bid not on the form supplied by the town or not in Bid
the format specified by the town. Declared Non-
Compliant
Bid Bond Amount less than the amount indicated in the bid Bid
document. Declared Non-
Compliant
Bid Bond / Bond is missing, not an electronically Bid
Agreement to verifiable/enforceable (e-Bond), or bonding Declared Non-
Bond company not licensed to conduct business in Compliant
Ontario.
Qualified Bid Where the bid has been qualified by changes to Bid
specification or major requirements and acceptance Declared Non-
would allow an unfair advantage over competitors. Compliant

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


Execute supplementary 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.

18 | P a g e
Instructions to Bidders
T-XXXX

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

19 | P a g e
General Conditions
T-XXXXX

Section 2
General conditions

20 | P a g e
General Conditions
T-XXXXX

SECTION 2 – GENERAL CONDITIONS


2.1 Governing Codes
2.2 Owner’s Designate
2.3 Scope of Work / Specifications / Record Drawings
2.4 Permits, Licenses, Laws and Regulations
2.5 Scheduling and Hours of Work
2.6 Code of Conduct and Behaviour
2.7 Accessibility
2.8 Sustainable Purchasing
2.9 Environmental Protection Act
2.10 Extent of Work
2.11 Materials
2.12 Site
2.13 Commencement and Completion
2.14 Assignment of Contract
2.15 Site Storage
2.16 Temporary Services
2.17 Fires
2.18 Subcontractors
2.19 Changes
2.20 Performance Evaluation
2.21 Non-Performance / Contractor’s Default
2.22 Restoration
2.23 Inspection
2.24 Application for Payment
2.25 Final Payment
2.26 Warranty / Guarantee
2.27 Contract Dispute Resolution
2.28 Invoicing and Payments

21 | P a g e
General Conditions
T-XXXXX

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.

22 | P a g e
General Conditions
T-XXXXX

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

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

23 | P a g e
General Conditions
T-XXXXX

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.

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.

24 | P a g e
General Conditions
T-XXXXX

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,

25 | P a g e
General Conditions
T-XXXXX

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.

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

26 | P a g e
General Conditions
T-XXXXX

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.

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.

27 | P a g e
General Conditions
T-XXXXX

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
28 | P a g e
General Conditions
T-XXXXX

grade and adequately protected from the elements of nature.

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.

29 | P a g e
General Conditions
T-XXXXX

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

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

30 | P a g e
General Conditions
T-XXXXX

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.
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

31 | P a g e
General Conditions
T-XXXXX

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

32 | P a g e
General Conditions
T-XXXXX

 Certificates of Guarantees
 Manuals if Specified
 Record Drawings

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

33 | P a g e
General Conditions
T-XXXXX

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.

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

34 | P a g e
General Conditions
T-XXXXX

charges for late payment will not be allowed.

35 | P a g e
Liability & Insurance Requirements
T-XXXXX

Section 3
LIABILITY & INSURANCE
REQUIREMENTS

36 | P a g e
Liability & Insurance Requirements
T-XXXXX

SECTION 3: LIABILITY & INSURANCE REQUIREMENTS


3.1 Agreement with Terms
3.2 Laws of Ontario
3.3 Liability for Errors
3.4 Insurance
3.5 Workplace Hazardous Materials Information System WHMIS
3.6 Indemnification

37 | P a g e
Liability & Insurance Requirements
T-XXXXX

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:

38 | P a g e
Liability & Insurance Requirements
T-XXXXX

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;

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

39 | P a g e
Liability & Insurance Requirements
T-XXXXX

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.

40 | P a g e
Special Provisions
T-XXXX

Section 4
Special Provisions

41 | P a g e
Special Provisions
T-XXXX

Contents

SECTION 4: SCOPE OF WORK / SPECIFICATIONS/ SPECIAL PROVISIONS...............


SP – 1 INTRODUCTION/BACKGROUND..........................................................................................
SP – 2 SCOPE OF WORK......................................................................................................................
SP – 2.1 PERFORMANCE CRITERIA.................................................................................................
SP – 3 ADDITIONAL CONTRACT REQUIREMENTS.....................................................................
SP – 3.1 HEALTH AND SAFETY..........................................................................................................
SP – 3.2 OPERATOR QUALIFICATION FOR INSPECTION AND CODING..............................
SP – 4 CCTV INSPECTION...................................................................................................................
SP – 4.2 EXECUTION OF WORK........................................................................................................
SP – 4.3 Reverse Set-Up...........................................................................................................................
SP – 4.4 Media Reporting Requirements...............................................................................................
SP – 5 DIGITAL DATA...........................................................................................................................
SP – 5.2 DIGITAL DATA SAMPLE & FORMAT...............................................................................
SP – 5.3 INSPECTION SURVEY AND DATA FORMAT..................................................................
SP – 5.5 STREAMING VIDEO SPECIFICATIONS............................................................................
SP – 5.6 DATA REQUIREMENTS FOR PIPES..................................................................................
SP – 5.7 DATA REQUIREMENTS FOR LATERALS........................................................................
SP – 5.8 DATA REQUIREMENTS FOR MANHOLES............................................................
SP – 5.9 UNCHARTED ASSET NAMING CONVENTION...............................................................
SP – 6 SEWER CONDITION CODING................................................................................................
SP – 6.1 SEWER INSPECTION STANDARDS AND DEFECT CODING.......................................
SP – 6.2 Coding Accuracy........................................................................................................................
SP – 7 QUALITY CONTROL/QUALITY ASSURANCE MEASURES............................................
SP – 8 MATERIALS................................................................................................................................
SP – 8.1 PHOTOGRAPHS......................................................................................................................
SP – 9 EQUIPMENT................................................................................................................................
SP – 9.1 INSPECTION VEHICLE.........................................................................................................
SP – 9.2 INSPECTION EQUIPMENT...................................................................................................
SP – 9.3 RECORDING RESOLUTION.................................................................................................
SP – 9.4 DIGITAL VIDEO RECORDER..............................................................................................

42 | P a g e
Special Provisions
T-XXXX

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


SP – 9.6 FLUSHING/CLEANING EQUIPMENT................................................................................
SP – 10.2 NOTICE TO TOWN OF INSPECTIONS............................................................................
SP – 10.3 SEWER PIPE INSPECTIONS...............................................................................................
SP – 10.4 CAMERA POSITION AND TRAVEL SPEED....................................................................
SP – 10.5 SEWER MAINTENANCE HOLE MEASUREMENTS.....................................................
SP – 10.6 SEWER REVERSAL AND ABANDONMENT OF INSPECTION SURVEY
....................................................................................................................................................................
SP – 10.7 EMERGENCY NOTIFICATION REQUIREMENTS........................................................
SP – 11 FINAL DOCUMENTATION....................................................................................................
SP – 11.2 CCTV INSPECTION SUBMISSION....................................................................................
SP – 11.3 FINAL REPORT FORMAT..................................................................................................
SP – 11.4 REPORT SUBMISSION AND LABELLING......................................................................
SP – 12 FLUSHING, CLEANING AND INSPECTION OF SEWER MAINS AND
MANHOLES.............................................................................................................................................
SP – 12.1 SCOPE OF WORK.................................................................................................................
SP – 12.3 CLEAN AND INSPECT.........................................................................................................
SP – 12.4 REAM AND INSPECT...........................................................................................................
SP – 12.5 WATER USE...........................................................................................................................
SP – 12.6 Disposal of Material.................................................................................................................
SP – 13 INSPECTION TYPES................................................................................................................
SP – 13.1 INVENTORY INSPECTIONS...............................................................................................
SP – 13.2 LATERAL INSPECTIONS....................................................................................................
SP – 13.3 DETAILED MANHOLE INSPECTIONS............................................................................
SP – 13.4 DIFFICULT TO ACCESS INSPECTIONS..........................................................................
SP – 14 PROGRESSION UPDATES......................................................................................................
SP – 15 LINEAR MEASUREMENTS....................................................................................................
SP – 17 MEASUREMENT FOR PAYMENT.......................................................................................
SP – 17.1 ACTUAL MEASUREMENT.................................................................................................
SP – 17.2 BASIS OF PAYMENT............................................................................................................
SP – 18 DUTY TO REPORT...................................................................................................................
SP – 19 RESTORATIONS.......................................................................................................................
SP – 20 INVOICES...................................................................................................................................

43 | P a g e
Special Provisions
T-XXXX

SP – 21 PAY DUTY POLICE OFFICER..............................................................................................

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

44 | P a g e
Special Provisions
T-XXXX

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 bedeemed
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

45 | P a g e
Special Provisions
T-XXXX

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.

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

46 | P a g e
Special Provisions
T-XXXX

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:

47 | P a g e
Special Provisions
T-XXXX

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
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.

48 | P a g e
Special Provisions
T-XXXX

Together the Contractor, the Contract Administrator will decide to


undertake one of the following:
 Re-perform the inspection subsequent to:
 Performing solid debris cutting;
 Removing intruding connections;
 Modifying the camera setup (positions and/or method of
transport);
 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.

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

49 | P a g e
Special Provisions
T-XXXX

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 Stret 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

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

50 | P a g e
Special Provisions
T-XXXX

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 – 5.4 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

51 | P a g e
Special Provisions
T-XXXX

SP – 5.5 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
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 – 5.6 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 – 5.7 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 – 5.8 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.

52 | P a g e
Special Provisions
T-XXXX

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.

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.

53 | P a g e
Special Provisions
T-XXXX

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.

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.

54 | P a g e
Special Provisions
T-XXXX

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

55 | P a g e
Special Provisions
T-XXXX

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.

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.

56 | P a g e
Special Provisions
T-XXXX

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.

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.

57 | P a g e
Special Provisions
T-XXXX

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

 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.

58 | P a g e
Special Provisions
T-XXXX

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

59 | P a g e
Special Provisions
T-XXXX

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.

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

60 | P a g e
Special Provisions
T-XXXX

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

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.

61 | P a g e
Special Provisions
T-XXXX

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

 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

62 | P a g e
Special Provisions
T-XXXX

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

63 | P a g e
Special Provisions
T-XXXX

specific CCTV inspection such as images from the inspection. The grouping shall
be identified by the street number corresponding to the sewer service inspected.

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

64 | P a g e
Special Provisions
T-XXXX

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

65 | P a g e
Special Provisions
T-XXXX

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

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.

66 | P a g e
Special Provisions
T-XXXX

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.

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

67 | P a g e
Special Provisions
T-XXXX

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)

68 | P a g e
Special Provisions
T-XXXX

 Weather

 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.

69 | P a g e
Special Provisions
T-XXXX

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.

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.

70 | P a g e
Special Provisions
T-XXXX

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

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.

71 | P a g e
Special Provisions
T-XXXX

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.

72 | P a g e
Specifications
T-XXXX

Section 5
Specifications

Specifications –

OPSS - Ontario Provincial Standards - are following we use in our project:-

73 | P a g e
Specifications
T-XXXX

OPSS 543- Construction Specification for TRAFFIC CONTROL SIGNING


OPSS 182 - Environmental Protection for Construction In Waterbodies and On
Waterbody Banks
OPSS 201- Clearing, Close Cut Clearing, Grubbing and Removal of Surface Boulders
OPSS 310 - Hot Mix Asphalt (Removal and Disposal of Concrete Curb & Gutter
(All Types))/Full Depth Asphalt Removal and Disposal)
OPSS 501- Compacting
OPSS 510- Removals (Partial Depth Asphalt Removal and Disposal (0mm to
50mm depth)
OPSS 491- Preservation, Protection and Reconstruction of Existing Facilities
OPSS 206- GRADING( Earth Excavation )
OPSS 180 - Management of Excess Materials
OPSS 353 Concrete Curb and Gutter Systems
OPSS 311- Asphalt Sidewalk, Driveway, and Boulevard and for Sidewalk
Resurfacing
OPSS 314 -Untreated Granular, Subbase, Base, Surface, Shoulder and Stockpiling
OPSS 308- Tack Coating and Joint Painting
OPSS 355- Installation of Interlocking Concrete Pavers
OPSS 541- Chain-Link Fence
OPSS 411- Cleaning and Flushing of Pipe Sewers, Catch Basins, Maintenance Holes,
Ditch Inlets, and Oil-Grit Separators
OPSS 710 ,532- Pavement Marking
OPSS 802- Topsoil
OPSD 502.010- Access Lanes, for Rear Lots- Paving
OPSS 491- Preservation, Protection and Reconstruction of Existing Facilities
OPSS 180- Management of Excess Materials

74 | P a g e
List of Drawings
T-XXXX

List of

Section 6
List of
Documents

drawings to be enclosed in the tender package. Follow the drawing list since there could
be multiple drawing for each header :-

75 | P a g e
List of Drawings
T-XXXX

1. Cover Sheet
2. Drawing List
3. General Notes
4. Alignment Details
5. Removals
6. New Construction
7. Pavement Marking & Signage
8. Cross-sections
9. Construction Details

List of documents to be enclosed in the tender package :-

1. Geotechnical Report

76 | P a g e
Vendor Code of Conduct
T-XXXX

77 | P a g e

You might also like