9117-19-7221 august 27, 2019 marie reid 416-397-5187 … · 2020-06-22 · purchasing and materials...

94
Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019 Buyer: Marie Reid Telephone No.: 416-397-5187 Email: [email protected] Client Division: Engineering & Construction Services REQUEST FOR QUOTATION COVER PAGE Quotations in response to this RFQ must be completed, properly executed by the Bidder and received at the Purchasing and Materials Management Division, 18th Floor, West Tower, City Hall, 100 Queen Street West, Toronto, Ontario, Canada M5H 2N2 by 12 O’CLOCK NOON (LOCAL TIME) ON THE SPECIFIED CLOSING DATE or your Quotation will be declared non-compliant. Questions Deadline: September 11, 2019 Closing Date: September 26, 2019 Late submissions will not be considered. Delays caused by any delivery service (including Canada Post and courier services) shall not be grounds for any extension of the submission deadline. Quotations will not be accepted by fax or email. DESCRIPTION QUOTATIONS ARE REQUESTED FOR: Quotations are invited for the non-exclusive supply, delivery, installation, and warranty of Geotechnical Hydrogeological and Environmental Investigation including a field investigation to support the Black Creek Drainage Area Improvements Class Environmental Assessment being led by the City of Toronto’s Engineering and Construction Services Division. PUBLIC OPENING – You are invited to attend a public opening of the Quotations at the time and location indicated above. Unless otherwise indicated the prices will be read aloud at this time. Acceptance of any Quotation is subject to further review by the City of Toronto. For any questions, contact the above named Buyer in writing. IMPORTANT NOTICE – Transition to City's new Source-to-pay tool – SAP Ariba As of September, 2018, the City of Toronto will launch an online Source-to-Pay tool utilizing SAP Ariba and begin to migrate the City's Solicitations (RFQs, RFPs etc.) from being posted on the City's Online Call Document System to being posted through SAP Ariba. It is important for all Suppliers to register on the SAP Ariba network in order to continue to be able to access City of Toronto Solicitations. For more information on this transition please visit: Upcoming Changes to Bidding on City Contracts Any questions about this transition should be directed to City Bids at: [email protected] The undersigned, the Bidder, agrees with the City of Toronto, the party inviting the Quotation referred to above (hereinafter referred to as “the City” unless otherwise indicated) that: (a) the Bidder will furnish to the City, in conformity with all of the terms and conditions, specifications, plans, price schedules, samples, instructions, addenda or other details provided in connection therewith or referred to herein, the goods, material, articles, equipment, work or services, specified or called for in this RFQ, at the prices quoted herein, on receipt of an official purchase order therefore; (b) the Bidder warrants that any goods, material, articles or equipment to be supplied under or pursuant to any official purchase order based on this Quotation, that is or are to be made or used for a particular purpose, will be fit and suitable for that purpose; and (c) By submitting a Quotation in response to this RFQ, the Bidder certifies that: i) The prices in the Quotation have been arrived at independently of those of any other Bidder; ii) The prices in the Quotation have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to the award, directly or indirectly, to any other Bidder or competitor; and iii) No attempt has been made, or will be made to induce any other person to submit or not to submit a Quotation, for the purpose of restricting competition. Name of Bidder: Address of Bidder: Telephone: Fax Number: Email: Signature of Authorized Signing Officer: (must be signed in ink) I have the authority to bind the Bidder Print Name: Date: Title: Site meeting to be held: Not Required I/WE ACKNOWLEDGE THE RECEIPT OF ADDENDUM TO DATED TO . TOTAL EVALUATED BID PRICE (transcribed from Appendix C -Price Form) 1 of 94 VIEWING COPY

Upload: others

Post on 08-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Purchasing and Materials Management Division

Request for Quotation #: 9117-19-7221

Issued: August 27, 2019

Buyer: Marie Reid

Telephone No.: 416-397-5187

Email: [email protected] Client Division: Engineering & Construction Services

REQUEST FOR QUOTATION COVER PAGE

Quotations in response to this RFQ must be completed, properly executed by the Bidder and received at the Purchasing and Materials Management Division, 18th Floor, West Tower, City Hall, 100 Queen Street West, Toronto, Ontario, Canada M5H 2N2 by 12 O’CLOCK NOON (LOCAL TIME) ON THE SPECIFIED CLOSING DATE or your Quotation will be declared non-compliant.

Questions Deadline: September 11, 2019 Closing Date: September 26, 2019

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

DESCRIPTION

QUOTATIONS ARE REQUESTED FOR: Quotations are invited for the non-exclusive supply, delivery, installation, and warranty of Geotechnical Hydrogeological and Environmental Investigation including a field investigation to support the Black Creek Drainage Area Improvements Class Environmental Assessment being led by the City of Toronto’s Engineering and Construction Services Division.

PUBLIC OPENING – You are invited to attend a public opening of the Quotations at the time and location indicated above. Unless otherwise indicated the prices will be read aloud at this time. Acceptance of any Quotation is subject to further review by the City of Toronto. For any questions, contact the above named Buyer in writing.

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

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

and conditions, specifications, plans, price schedules, samples, instructions, addenda or other details provided in connection therewith or referred to herein, the goods, material, articles, equipment, work or services, specified or called for in this RFQ, at the prices quoted herein, on receipt of an official purchase order therefore;

(b) the Bidder warrants that any goods, material, articles or equipment to be supplied under or pursuant to any official purchase order based on this Quotation, that is or are to be made or used for a particular purpose, will be fit and suitable for that purpose; and

(c) By submitting a Quotation in response to this RFQ, the Bidder certifies that:

i) The prices in the Quotation have been arrived at independently of those of any other Bidder;

ii) The prices in the Quotation have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to the award, directly or indirectly, to any other Bidder or competitor; and

iii) No attempt has been made, or will be made to induce any other person to submit or not to submit a Quotation, for the purpose of restricting competition.

Name of Bidder: Address of Bidder:

Telephone: Fax Number: Email:

Signature of Authorized Signing Officer: (must be signed in ink) I have the authority to bind the Bidder Print Name: Date:

Title:

Site meeting to be held: Not Required

I/WE ACKNOWLEDGE THE RECEIPT OF ADDENDUM TO DATED TO .

TOTAL EVALUATED BID PRICE (transcribed from Appendix C -Price Form)

1 of 94

VIEWING C

OPY

Page 2: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Amended on October 1, 2018

For convenience, you may affix the return label found below to the envelope containing your submission. If you do not use the provided return label, the front of your envelope must indicate ALL of the information shown on the return label below. Purchasing and Materials Management cannot be held responsible for documents submitted in envelopes that are not labelled in accordance with the above instructions.

Return Label

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

Firm Name: Request for Quotation No. 9117-19-7221 Closing Deadline: 12:00 O’Clock Noon, September 26, 2019

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

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

2 of 94

VIEWING C

OPY

Page 3: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Table of Contents RFQ 9117-19-7221

COVER PAGE.............................................................................................................................................. 1 Table of Contents .......................................................................................................................................... 3 1.0  RFQ Summary ............................................................................................................................... 4 2.0  Terminology .................................................................................................................................. 4 3.0  Scope of Work and Associated Deliverables ................................................................................. 8 4.0  Term of Contract ......................................................................................................................... 14 5.0  Site Meeting - Not Applicable ..................................................................................................... 14 6.0  Quotation Response Requirements .............................................................................................. 14 7.0  Evaluation of Bids ....................................................................................................................... 17 8.0  Offers to Agencies and Corporations (Piggyback Option) .......................................................... 18 9.0  Specifications .............................................................................................................................. 18 10.0  Quantity ....................................................................................................................................... 18 11.0  Material Safety Data Sheets (MSDS) .......................................................................................... 18 12.0  Delivery and Installation ............................................................................................................. 18 13.0  Return of Products ....................................................................................................................... 19 14.0  Warranty ...................................................................................................................................... 19 15.0  Insurance (Refer to Appendix B – General Contract Terms and Conditions) ............................. 19 16.0  Performance Security .................................................................................................................. 19 17.0  Occupational Health and Safety .................................................................................................. 19  APPENDIX “A” - REQUEST FOR QUOTATIONS PROCESS TERMS AND CONDITIONS APPENDIX “B” - GENERAL CONTRACT TERMS AND CONDITIONS APPENDIX “C” - PRICE FORM APPENDIX “D” - SUPPLEMENTARY FORMS APPENDIX “E” - CITY POLICY COMPLIANCE FORMS APPENDIX “E1” - APPLICABLE CITY POLICIES APPENDIX “E2” - FAIR WAGE SCHEDULE APPENDIX “F” – TERMS OF REFERENCE FOR UNDERTAKING GEOTECHNICAL, HYDROGEOLOGICAL AND ENVIRONMENTAL INVESTIGATION PROGRAM, WSP, JULY 2019 APPENDIX “G” – 1991 and 1998 Lower Keele Sewer Golder Reports NOTICE OF “NO BID”

RFQ 9117-19-7221

3 of 94

VIEWING C

OPY

Page 4: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply, delivery, installation, warranty of Geotechnical

Hydrogeological and Environmental Investigation including a field investigation to support the Black Creek Drainage Area Improvements Class Environmental Assessment being led by the City of Toronto’s Engineering and Construction Services Division, all in accordance with the provisions and specifications contained in this Request for Quotation (RFQ) and the City of Toronto's Procurement Policies, the attached Appendix “C” - Price Form, and the City of Toronto Fair Wage Policy and Labour Trades Contractual Obligations in the Construction Industry.

2.0 Terminology 2.1 Definitions 2.1.1 In this request for quotation, unless inconsistent with the subject matter or context:

“Addendum” or “Addenda” means any document or documents issued by the City prior to the Closing Deadline that changes the terms of the RFQ or contains additional information related to the RFQ; "Affiliated Person" means everyone related to the Bidder including, but not limited to employees, agents, representatives, organizations, bodies corporate, societies, companies, firms, partnerships, associations of persons, parent companies, and subsidiaries, whether partly or wholly-owned, as well as individuals, and directors, if:

A. Directly or indirectly either one controls or has the power to control the other, or B. A third party has the power to control both.

“Award” means the formal acceptance of a bid that results in a contract;

"Bid" means a Bidder's response to the RFQ, which includes all of the documentation necessary to satisfy the requirements of the RFQ, has the same meaning as "Quotation" and is used interchangeably;

“Bidder” means any legal entity that submits a Quotation in response to the RFQ;

“Business Day” means any working day, Monday to Friday inclusive, excluding statutory and other holidays, namely: New Year’s Day; Family Day; Good Friday; Easter Monday; Victoria Day; Canada Day; Civic Holiday; Labour Day; Thanksgiving Day; Remembrance Day; Christmas Day; Boxing Day and any other day which the City has elected to be closed for business;

“Buyer” or "Senior Buyer" means the main contact person at the City for all matters related to the RFQ process, as set out on the RFQ Cover Page; "City" means the City of Toronto including all Agencies and Corporations of the City;

"Chief Purchasing Official (CPO)" means the person designated to undertake the responsibilities of the chief purchasing official of the City.

RFQ 9117-19-7221

4 of 94

VIEWING C

OPY

Page 5: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

“Closing Deadline” means the date and time specified on the RFQ Cover Page or any Addenda issued by the City, as the date and time by which Bidders must submit their Quotation;

"Conflict of Interest or Unfair Advantage" means:

A. In relation to the RFQ process, a Bidder that has, or is seen to have, an unfair advantage or

engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to: (1) Having, or having access to, confidential information of the City in the preparation of its

bid that is not available to other Bidders, or (2) Communicating with any person with a view to influencing preferred treatment in the

procurement process (including but not limited to the lobbying of decision makers involved in the procurement process), or

(3) Engaging in conduct that compromises, or could be seen to compromise, the integrity of the procurement process; or

B. In relation to the performance of its contractual obligations in the City contract, the Bidder’s

other commitments, relationships or financial interests: (1) Could, or could be seen to, exercise an improper influence over the objective, unbiased and

impartial exercise of its independent judgement, or a) Could, or could be seen to, compromise, impair or be incompatible with the effective

performance of its contractual obligations.

“Contract” means the binding agreement that is formed upon Award as confirmed by the issuance of a purchase order, blanket contract or the execution of any written agreement by the City.

“Council” means City Council; “Deliverables” means everything provided to the City in the course of performing the Contract or agreed to be provided to the City under the Contract by the Vendor "Diverse Supplier" means any business or enterprise that is certified by a Supplier Certification Organization to be: More than 51% (majority) owned, managed and controlled by persons belonging to an

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

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

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

"HST", means Harmonized Sales Tax;

RFQ 9117-19-7221

5 of 94

VIEWING C

OPY

Page 6: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

“including” means “including without limitation” and ”includes” means “includes without limitation”; the use of the word “including” or “includes” is not intended to limit any statement that immediately precedes it to the items immediately following it.

“may” and “should” used in this RFQ denote permissive (not mandatory);

“must”, “shall” or “will” used in this RFQ denote imperative (mandatory), meaning Quotations not satisfying imperative (mandatory) requirements will be deemed to be non compliant and will not be considered for Award of Contract.

“MFIPPA” means the Municipal Freedom of Information and Protection of Privacy Act;

"Non-Compliant" means that the Quotation has failed one (1) or more mandatory requirement(s) and will not be considered for Award;

"Public Body" means any government or government agency, municipality or local board, commission or non-profit corporation carrying out a public function, and includes any corporation of which the City is a shareholder. "Purchase Order" means a document issued to the Vendor under the authority of the Chief Purchasing Official that sets out the terms and conditions applicable to the supply of goods and services by a supplier, including reference to any other Contract documents and the contract value. "Quotation" means a Bidder's response to the RFQ, which includes all of the documentation necessary to satisfy the requirements of the RFQ, has the same meaning as "Bid" and is used interchangeably; “Requirements of Law” mean all applicable requirements, laws, statutes, codes, acts, ordinances, orders, decrees, injunctions, City by-laws, rules, regulations, policies, official plans, permits, licences, authorisations, directions, and agreements with all authorities that now or at any time hereafter may be applicable to either the Contract or the Deliverables or any part of them; "RFQ" means this Request for Quotation inclusive of all Appendices, Schedules and any Addenda that may be issued by the City;

"Supplier Certification Organization" means a non-profit organization recognized by the City of Toronto that certifies businesses and enterprises as Diverse Suppliers by assessing them using established, consistent criteria. Recognized Supplier Certification Organizations include:

Canadian Aboriginal and Minority Supplier Council Canadian Gay and Lesbian Chamber of Commerce Social Purchasing Project Women Business Enterprise Canada

Canadian Council for Aboriginal Business "Supplier Code of Conduct" means business ethical standards contained in Article 13 Chapter 195,

Purchasing, of the Toronto Municipal Code;

RFQ 9117-19-7221

6 of 94

VIEWING C

OPY

Page 7: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

“Term” means the period of time from the effective date of the Award as evidenced by a City

purchase order, until the completion date of the Contract including any renewal options exercised by the City as detailed in Section 4.0.

“Vendor” means the successful Bidder that has been awarded the Contract. 2.2 References to Labeled Provisions

Each reference in this Request for Quotation to a numbered or lettered “section”, “subsection”, “paragraph”, “subparagraph”, “clause” or “subclause” shall, unless otherwise expressly indicated, be taken as a reference to the correspondingly labelled provision of this Request for Quotation (RFQ).

2.3 General Interpretation In this RFQ, unless the context otherwise necessitates:

2.3.1 any reference to an officer or representative of the City shall be construed to mean the person

holding that office from time to time, and the designate or deputy of that person, and shall be deemed to include a reference to any person holding a successor office or the designate or deputy of that person;

2.3.2 a reference to any Act, bylaw, rule or regulation or to a provision thereof shall be deemed to include

a reference to any Act, bylaw, rule or regulation or provision enacted in substitution thereof or amendment thereof;

2.3.3 all amounts are expressed in Canadian dollars and are to be secured and payable in Canadian

dollars; 2.3.4 all references to time shall be deemed to be references to current time in the City; 2.3.5 a word importing only the masculine, feminine or neuter gender includes members of the other

genders; and a word defined in or importing the singular number has the same meaning when used in the plural number, and vice versa;

2.3.6 any words and abbreviations which have well-known professional, technical or trade meanings, are

used in accordance with such recognized meanings; 2.3.7 all accounting terms have the meaning recognized by or ascribed to those terms by the Chartered

Professional Accountants Canada (CPA Canada); and

2.3.8 all index and reference numbers in the RFQ or any related City document are given for the convenience of Bidders and such must be taken only as a general guide to the items referred to. It must not be assumed that such numbering is the only reference to each item. The documents as a whole must be fully read in detail for each item.

2.4 RFQ Process Terms and Conditions This RFQ process is governed by the terms and conditions in Appendix “A”.

RFQ 9117-19-7221

7 of 94

VIEWING C

OPY

Page 8: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

3.0 Scope of Work and Associated Deliverables 3.1 Background 3.1.1 The City is currently undertaking the Black Creek Drainage Area (Schedule C) Class

Environmental Assessment. The preferred proposed solution, "Alternative 2" is a large diameter trunk sewer along Keele Street from Finch Ave. W to the Hydro Corridor parallel to St. Clair Ave. West and along the Hydro Corridor parallel to St. Clair Ave. West from approximately Weston Rd. to the Humber River, with connecting sewers diverting flow from the existing Black Creek Sanitary Trunk Sewer along Finch Avenue West, Trethewey Drive. The storage component of the solution proposes one or more Combined Sewer Overflow tanks at Rockcliffe Blvd and Alliance Avenue and on Rockcliffe Court, or a linear storage solution along the proposed trunk sewer alignment. A map showing the locations of boreholes and monitoring wells along the alignment of the infrastructure composing the proposed solution is included as Drawing No. 1 in the attached Terms of Reference by WSP July 2019 (See Appendix F). Twelve (12) borehole locations are shown numbered BH19-1 through BH19-12 inclusive, which are part of the scope of work. Specified in this assignment are five (5) additional boreholes to similar depths of Boreholes BH19-2 (1 additional), BH19-4 (1 additional), BH19-6 (1 additional) and BH19-11(2 additional) which are also included in the scope of work to account for adjustments/revisions to the alignment, for a total of seventeen (17) boreholes with monitoring wells included in the scope of work of this RFQ assignment.

3.1.2 Boreholes to be drilled as part of this assignment are generally located in the vicinity of proposed shafts required for construction of the preferred solution. The structures that will be built here will likely be tunnelling/trenchless boring machine launching/receiving shafts for the duration of construction and will be sewer maintenance hole locations permanently thereafter. The Bidder shall make recommendations regarding excavation, shoring, dewatering and excavation waterproofing requirements, foundation and structural requirements, suitability of typical construction methods, ground instability, settlement and settlement monitoring as well as trenchless tunnel installation methods, structural tunnel liner requirements. The Bidder shall assess, estimate and map the extents of subsidence / earth settlement trough due to the entire infrastructure proposed, and recommend appropriate settlement mitigation measures.

3.1.3 The City requires the Bidder to perform geotechnical, hydrogeological and environmental investigations in support of the proposed Class EA solution all in specific accordance with the terms set out in the Terms of Reference for Undertaking Geotechnical, Hydrogeological and Environmental Investigation Program document (WSP, 2019) provided in Appendix F.

3.1.4 The Bidder shall perform all work required for the geotechnical and hydrogeological investigations in general accordance with the ECS General Requirements in Sections 3.2 to 3.9, inclusive. Where a conflict exists between the ECS General Requirements and WSP requirements, the more stringent requirement shall apply.

3.1.5 In addition, review the full May 1991 and February 1998 Golder reports, and analysis of them as well as including comparing and contrasting all findings. Final reports produced for this assignment must overlay all findings from this assignment on to past investigation data. See Appendix G. Note that due to file size only the Abstract, Table of Contents and overview maps of these two reports are provided in Appendix G as a basis for Bidders to provide quotations, however electronic copies of the full reports will be provided to the successful Bidder for the Bidder to complete this scope of work.

3.1.6 The Bidder shall meet the mandatory qualification and experience requirements of Section 3.2, below.

RFQ 9117-19-7221

8 of 94

VIEWING C

OPY

Page 9: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

3.1.7 The Bidder shall provide for one (1) project kickoff meeting, one (1) meeting to confirm borehole locations prior to commencing field investigation and one (1) meeting post-field investigation.

3.1.8 In addition to above the Bidder shall provide for three (3) separate meetings with City transportation to confirm location, traffic and road cut permit requirements.

3.1.9 Assume 2 Bidder team members to attend meetings, which are to be held at Metro Hall, 55 John Street, Toronto for a duration of two (2) hours each.

3.1.10 Bidder is responsible for all coordination of site investigation, including required permits, Road Cut permits, RODARS, Hydro One easement permits, MTO permits.

3.1.11 Borehole locations shown in diagram are approximate and subject to be refined through the Bidder's preliminary work and input from stakeholders. Bidders to assume all boreholes within road traffic lanes and include for all applicable permits, approvals and clearances.

3.1.12 The Successful Bidder shall provide a critical path GANTT project schedule in MS Project format with monthly update submissions.

3.1.13 The Bidder shall have the availability to complete the borehole drilling and monitoring well installation components of the field investigation within the 2019 calendar year given an award date of October 2019..

3.1.14 The Bidder shall provide for monthly progress update conference calls 30 minute duration. 3.1.15 During field investigation the Bidder shall provide daily and weekly progress updates and look-

ahead updates via email, with site photos. 3.1.16 Bidder shall identify information relevant to tunnelling, liner and pipe construction and shaft

construction. For example, cobble ratio, boulder ratio, rock layers.

3.2 ECS General Requirements For Geotechnical and Hydrogeological Investigations

3.2.1 The Bidder is required as part of the scope of work to conduct geotechnical investigations and

prepare reports for each of the proposed assignment locations. The Bidder is responsible for all asbestos testing, classification of subsoil, water table monitoring, chemical analyses of in-situ soils to determine excavated soil disposal requirements, suitability as fill material and necessary engineering properties that may have an impact on design and construction of the assignment and as a minimum comply with the following requirements:

3.2.2 The Bidder shall engage geotechnical and hydrogeological expertise and initiate and co-ordinate all work associated with the sub-surface investigation including:

3.2.2.1 Identify areas to be investigated based on the review of the existing reports and the proposed land use

3.2.2.2 Prepare the terms of reference for a sub-surface investigation in compliance with the City’s standards

3.2.2.3 Administer all work undertaken by the sub-surface sub-Bidder 3.2.2.4 Incorporate the recommendations in the relevant reports

3.3 Geotechnical and Hydrogeological Investigations General Requirements

3.3.1 Supply all labour, equipment and materials, necessary to complete the soil borings, including

packaging and delivery of samples and submission of reports as specified herein. 3.3.2 Arrange for stake out of all underground utilities and obtain the necessary road occupancy permits

prior to commencing work. 3.3.3 Continuously employ not less than three workers on any one boring machine, including a drilling

foreman experienced in both soil and rock drilling and sampling, an assistant, and a flag person to

RFQ 9117-19-7221

9 of 94

VIEWING C

OPY

Page 10: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

direct traffic. Bidder shall provide his own technician with the appropriate experience in field supervision and sample preparation.

3.3.4 The final location of each borehole must be reported in the borehole log with reference to an easily identifiable object on the street, such as house number or measurement from the nearest road intersection. The location of the borehole must also make reference to which travelled lane of a roadway the borehole is situated. Furthermore, the Bidder shall prepare a key plan as part of the geotechnical investigation report for each assignment location and include three tie-in measurements per borehole from permanent structures in the vicinity, with offset from curb lines.

3.3.5 In the event that bedrock is encountered, continue the borehole into the bedrock for a depth of 3 metres minimum or up to full depth of the bore hole specified in the RFP

3.3.6 Designated substance testing must be carried out as part of the geotechnical Investigation and findings must be identified in the report.

3.3.7 Bidder shall perform the Standard Penetration Resistance test to determine and record the number of blows, of a 65 kg hammer, falling 760 mm, required to drive a 50 mm diameter split spoon sampler 300 mm into the material. Do this for every 750 mm of depth and near the top of each layer of new material. Record the relative elevation of the above tests.

3.3.8 Bidder to note and log the type of soil at various levels from the datum provided by the City's Project Lead, to the depth of the borehole, or from road/ground surface as specified. Take the first sample before the hole is 250 mm deep, and the second sample between 250 mm and 1000 mm depth. Thereafter take samples with a sampling spoon of approved type, every 750 mm, and at every level where there is a change in character of the soil. Immediately upon removal from the hole, samples shall be tightly sealed in air tight containers, to be supplied by the Bidder. Take care to ensure all fine materials are retained and that materials are well mixed and truly representative of the soils to be encountered during construction. Assemble samples separately for each hole, and label to give a complete record of each boring, including names of assignments, order number, hole number and depth at which the sample was taken.

3.3.9 Pavement investigations to address the permeability of the sub-grade materials are to be performed to facilitate drainage design. The permeability of the sub-grade shall be estimated by comparing the particle size distribution of the material with the established permeability correlation data. Combined sieve and hydrometer analyses shall be carried out on representative samples of the sub-grade material(s) to obtain the particle size distribution curves for comparison.

3.3.10 During the field investigation works, Bidder to provide, erect and maintain all requisite barriers and fences, or build proper protection, provide, keep and maintain watchperson and warning lights as specified by the City of Toronto, to ensure safety to the public as well as those engaged on or about the work, without further order or expense.

3.3.11 Upon completion of the works, remove all piping, temporary structures, garbage and waste materials and restore ground surface to its previous conditions. If a monitoring well is not installed, refill each borehole immediately after its completion, with cement grout (1:3 cement sand mortar mixed dry and tamped in).Test pits to be backfilled in accordance with City Standard TS 4.60: Construction Specification for Utility Cut and Restoration. Restoration must be satisfactory to the City.

3.3.12 Install monitoring wells in each monitoring location indicated and monitor water levels for a period of 30 days after well installation.

3.3.13 Conduct geotechnical and hydrogeological investigations and prepare reports for each of the proposed assignment locations.

3.3.14 The geotechnical investigations shall be supplemented as required with additional explorations to verify consistent conditions within a critical component zone and/or as recommended by the Bidder and approved by the City. Additional boreholes may be required to confirm conditions if two adjacent boreholes show differing information.

RFQ 9117-19-7221

10 of 94

VIEWING C

OPY

Page 11: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

3.3.15 Prepare borehole plans for each assignment location, obtain permits as required for soil investigations, co-ordinate and perform/supervise soil environmental investigation activities in the field and incorporate all necessary soil and disposal practices and procedures required by the regulatory agencies into the contract documents.

3.3.16 The Bidder shall select the location of boreholes to avoid conflict with above or underground utilities, distribute boreholes evenly across the entire length of the assignment location, and cover all the traveled lanes. The quantity and depth of boreholes for each assignment location shall be determined by the Bidder to ensure the required geotechnical information is obtained to successfully complete the design and construction works.

3.3.17 Where boreholes or test pits are located near or on public roads, the Bidder will be required to arrange the geotechnical investigation equipment so as to provide minimum inconvenience to traffic and to conform to the traffic requirements and obtain necessary permits and approvals.

3.3.18 For shallow boreholes up to 5 m depth, the boring depth should be at least as deep as the estimated bedding or foundation depth plus 1 m. For medium depth boreholes from 5 m to 12 m the boring depth should be at least as deep as the estimated tunnel depth, bedding depth or foundation depth plus 3 m. For tunnel and tunnel shaft installation, the bore depth shall be 5 metre beyond the invert of the proposed excavation or the alignment.

3.3.19 Criteria for ending borings in bedrock is minimum of 3 metre into bedrock. 3.3.20 Note that without communication between the geotechnical designer and drilling inspector, these

criteria can sometimes result in borings that are drilled deeper than necessary 3.3.21 Bidder to keep a continuous log of materials encountered during the sinking of each borehole. All

sample descriptions in the report shall follow the Canadian Foundations Engineering Manual soil classification system.

3.3.22 Piezometers are to be installed in boreholes that are not dry upon completion of drilling. Water inside a borehole should be pumped out before a piezometer is installed prior to backfilling. The Bidder is responsible disposing of the surplus water. Bidder should return to the site to record the free standing ground water level inside the borehole after 24 hours. Each piezometer assembly shall include a proper piezometer tip, an appropriate length plastic tubing of 12.7 mm outside diameter, couplings, and protective plastic caps. The Bidder shall determine adequate water sampling and laboratory analysis for each monitoring well to ensure the information available is relevant to determine discharge location for the dewatering water as well as to specify the type of treatment required for the dewatering water. The dewatering water may be discharged to a sanitary sewer, storm sewer or a water course and hence the water sampling and analysis shall be conducted to determine the type of treatment required for specific discharge location.

3.3.23 The type and quantity of laboratory tests for each assignment location shall be determined by the Bidder to ensure the required geotechnical information is obtained to successfully complete the design and construction works.

3.3.24 When a pervious storm sewer system is identified in the scope of an assignment, in situ infiltration tests are to be performed in a separate 5.00 metre deep borehole by inserting a perforated casing with the top 1.5 m perforations being blocked off. Fill the hole with water and measure the time required for the water to infiltrate into the soil.

3.3.25 Bidder to undertake soil chemical analysis for each of the proposed assignment locations. 3.3.26 Where required, asphalt cores shall be analyzed to determine asbestos content as per O. Reg. 278/05

utilizing the U.S. Environmental Protection Agency Test Method EPA/600/R-93/116: Method for the Determination of Asbestos in Bulk Building Materials (June 1993). Bidder shall review the City's Asbestos Locations map to determine if asbestos analysis of cores are required. Asbestos analysis shall be typically done on a composite of all asphalt layers found in a core sample. If asbestos is detected in the composite sample or if asbestos is already suspected in a specific layer, then separate analysis of each distinguishable asphalt layer may be required. Asbestos

RFQ 9117-19-7221

11 of 94

VIEWING C

OPY

Page 12: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

concentrations shall be reported as a percent by weight to less than 0.25% asbestos content and shall include an indication of the asbestos fibre type. Asbestos fibre analysis shall be done using polarized light microscopy (PLM). Asbestos fibre analysis method shall be based on EPA 600 or approved equivalent.

3.3.27 At a minimum, provide recommendations to address following: 3.3.27.1 Pipe bedding (materials) requirements with respect to City's standards; 3.3.27.2 Dewatering requirements describing available methods including well points, if required and

determine the Category of Permit to Take Water (PTTW) depending on the proposed construction staging and number of simultaneous dewatering activities (The prime Bidder must discuss this with the City construction duration and staging plan and inform geotechnical Bidder of number of simultaneous activities to determine PTTW category);

3.3.27.3 Recommendations relative to bedrock blasting and removal, if required; 3.3.27.4 Recommendations for open cut excavation, type of shoring system, methods of tunneling, or

jacking and boring; 3.3.27.5 Recommendations for type of shaft construction for micro tunneling and tunneling projects.

Recommendation for type of micro tunnel and tunnel machines which shall be utilized. 3.3.27.6 Recommendations on the use of native backfill, placement depth of layers, and compaction

specification for same; 3.3.27.7 Recommendations for soil parameters to be used for calculation of trust blocks and restrained

joints (including coefficient of friction, shear angle, and bearing capacity); 3.3.27.8 Concerns in relation to trench bottom uplift; and, 3.3.27.9 Recommendations on the disposal of the material off site based on the outcome of the chemical

analysis of the soil.

3.4 Geotechnical Investigation Report

3.4.1 All findings from the geotechnical investigation, including borehole log report, chemical analyses results, comments and recommendations should be presented in an assignment by assignment or assignment grouping report format. Recommendations shall include a cost effective life cycle pavement design based on the City's Pavement Structural Design Guideline and suitability of materials for backfilling purposes. Traffic volumes (AADT) required for the pavement design will be supplied by the City.

3.4.2 For each geotechnical investigation, the Bidder shall submit to the City's Project Lead two (2) separate reports, a factual report and a recommendations report.

3.4.3 Any extra costs borne by the City which are determined to be attributed to inadequate geotechnical information (such as boreholes not extended at a minimum depth of proposed works as defined above, sufficient chemical analysis or asbestos testing to minimize costs during construction, identifying dewatering requirements, etc.) shall be deducted from the Bidder's overall fee for the assignment.

3.4.4 The Bidder to confirm the activities related to boreholes and boreholes preparation confirm with OHSA requirements, including but not limited to, how it pertains to the requirement of the Constructor.

3.5 Borehole Log Report

3.5.1 All sample descriptions in the report shall follow the Canadian Foundations Engineering Manual soil classification system. The borehole log report, among other relevant information, shall include the following:

3.5.1.1 Project description, location, date and time of test and drill type.

RFQ 9117-19-7221

12 of 94

VIEWING C

OPY

Page 13: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

3.5.1.2 Detail description of the types of soil encountered, their soil classifications and depths and delineate soil stratigraphy in accordance with the Ministry of Transportation of Ontario’s Soil Classification System.

3.5.1.3 Record the thickness of asphalt and/or concrete and granular road base in the borehole log report, where boreholes are located within an asphalt or concrete roadway.

3.5.1.4 Describe colour, consistency and or wetness of soil. 3.5.1.5 Make specific note of soil colour stains, odours where present and any metal, wood, debris or

organic materials encountered. Record any observations that indicate contamination of excavated material with petroleum products, garbage or other wastes.

3.5.1.6 Record N values from Standard Penetration Tests and penetration depth of split spoon sampler. 3.5.1.7 Record ground water and free standing water table in the borehole upon completion of boring and

after 24 hours. 3.5.1.8 Report cave-in depth if cave-in occurs. 3.5.1.9 Rock Quality Designation (RQD) to determine degree of jointing or facture if shale or rock mass

in encountered in the bore hole. Describe the type and hardness of bedrock if encountered

3.6 Soil Chemical Analysis

3.6.1 Environmental Site Assessment chemical analysis of representative soil samples as outlined in the Ministry of Environment and Climate Change (MOECC) Criteria for use at Contaminated Sites in Ontario (General and Inorganic) and the MOECC Regulation 347. The chemical analysis is intended to address any qualitative concerns for materials disposed offsite. Make recommendation on the disposal of the material off site based on the outcome of the chemical analysis of the soil.

3.6.2 Consult with MOECC and/or TRCA staff and develop a work program to analyze and classify the material, which is intended for excavation during construction. The proposed work program must be satisfactory to MOECC and/or TRCA staff. The work program may include only analysis of existing soil samples and/or collection and analysis of additional soil samples as considered appropriate to the site and project at hand.

3.6.3 Conduct sufficient laboratory analysis to classify soil samples for landfill disposal options in accordance with ILQCP and MOECC guidelines.

3.6.4 Prepare a final report outlining the work program undertaken; test results; and commenting on the suitability of excavated material for landfill disposal or alternative landfill disposal options consistent with Ontario Regulations 558 and MOECC guidelines for disposal at a licensed landfill.

3.7 Infiltration Test

3.7.1 If required, in situ infiltration tests are to be performed in a separate 5.00 metre deep borehole by inserting a perforated casing with the top 1.5 m perforations being blocked off. Fill the hole with water and measure the time required for the water to infiltrate into the soil.

3.7.2 Soil percolation rates are to be measured in each borehole. Soil percolation rates are to be measured in the depth range of approx. 1.2m to 3.5m. Infiltration testing shall be done to assess suitability of area for pervious catch basins.

3.7.3 Recommendations are to be provided concerning suitability of soils for infiltration as per MOECC guidelines.

3.8 Geotechnical Baseline Report

3.8.1 For some assignment/projects, a Geotechnical Baseline Report (GBR) is required as a means of allocating and managing subsurface risks associated with subsurface construction

RFQ 9117-19-7221

13 of 94

VIEWING C

OPY

Page 14: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

3.8.2 If a Geotechnical Baseline Report (GBR) is identified as part of the base scope or provisional work in the RFP, the Bidder shall prepare a GBR following ASCE -Geotechnical Baseline Reports for Construction: Suggested Guidelines – Current edition.

3.9 Traffic Requirements

3.9.1 Traffic Management Plans must be prepared and implemented, as approved by the City, whenever

movement of traffic or traffic safety is impacted by the Bidder’s operations. The Traffic Management Plan shall conform to the Ministry of Transportation – Ontario Traffic Manual Book 7.

3.9.2 Materials and equipment must be confined to one side of the street only and stored so as not to interfere with visibility and/or corner movements.

3.9.3 If a bicycle lane is within the road allowance, ensure the traffic management plan incorporates provision for bicycle users.

3.9.4 Consider AODA regulations and requirements when preparing traffic management plans. 3.9.5 Sidewalks access shall maintain a minimum 1.5m width at all times. However, if sidewalks must

be blocked, pedestrians shall be directed to the other sidewalk on the opposite side of the road with proper signage.

3.9.6 Satisfactory facilities for pedestrians crossing at corners must be provided. 3.9.7 Provide flag persons to guide pedestrians and vehicular traffic when required. 3.9.8 Maintain access to all streets at all times. 3.9.9 Comply with conditions of the Road Occupancy Permits such as meeting with the Work Zone

Traffic Coordinator when required and issue RODARS lane restriction notifications. 3.9.10 As a general guideline, pay duty police are required during any construction activity carried out

within 30 metres of a signalised intersection, in signalised intersections when the left turn has been eliminated and/or turning movements cannot be made in a safe manner, at signalised intersections when pedestrian movements cannot be made safely due to the construction, or whenever there is a need to direct or stop two (2) lanes of traffic flowing in the same direction or opposite directions. Two (2) pay duty police officers shall be required to be present during the installation, relocation and/or removal of traffic control signs and delineators on any arterial roadway. Whenever towing services are required, a pay duty police officer must be present to direct and control this operation.

4.0 Term of Contract

4.1 Upon Award of this RFQ, the Vendor and the City will have a Contract to supply, deliver and install

the above materials within 60 days of the Purchase Order Issue date, all in accordance with the terms, conditions, and specifications contained in this RFQ and any applicable City policy.

4.2 The Contract is not applicable for a renewal. 5.0 Site Meeting - Not Applicable 6.0 Quotation Response Requirements 6.1 General Response Requirements 6.1.1 The following section lists the items that are to be included with your submission. Failure to include

mandatory items will result in your submission being found to be non-compliant and not considered further.

RFQ 9117-19-7221

14 of 94

VIEWING C

OPY

Page 15: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

6.1.2 Bidders must submit one (1) original (clearly marked and identified) and should submit three (3)

additional hard copies of their Quotation, and one (1) text-searchable .pdf electronic copy on a USB drive. In the event where there are deviations between the original and any copies, the original hard copy shall prevail.

6.2 Request for Quotation Cover Page

6.2.1 If providing a Quotation on behalf of a corporation, the RFQ cover page must be signed by an

authorized signing officer who has the authority to bind the corporation. If the Bidder is not a corporation, the cover page must be signed by an authorized signing officer, having the authority to legally bind the Bidder to the extent permissible by the Requirements of Law. Bidders must also indicate the receipt of all Addenda as indicated on the RFQ cover page.

6.3 Price Form – Appendix “C” 6.3.1 In order for your Quotation to be considered, the Bidder must provide pricing on all items listed in

Appendix “C” - Price Form inclusive of Prompt Payment discounts where applicable. Quotations that do not include pricing on all Deliverables listed will be declared Non-Compliant.

6.3.2 The Bidder is to transcribe the grand total base bid price from the Appendix C - Price Form into

RFQ Cover Page 1 – Total Base Bid Price. In the event of any discrepancy between the information provided in RFQ Cover Page 1 – Total Base Bid Price and the amount set out in the Price Form, the Price Form shall govern.

6.3.3 All prices, rates, and/or costs submitted by Bidders with respect to this Request for Quotation, must include any and all expenses that may be anticipated and incurred by the Vendor while providing the Products F.O.B. destination as specified in this RFQ. No additional costs will be considered.

6.3.4 All prices, rates, and/or costs submitted by Bidders with respect to unit prices, and lump sums for labour hours prior to the start of the work in relation to this Request for Quotation, must include any and all expenses that may be anticipated and incurred by the Vendor while providing the Services as specified in this RFQ. No additional costs will be considered.

6.3.5 Bidders must provide a quote for Deliverables that meet or exceed the minimum specifications and requirements detailed in the Terms of Reference document (by WSP Global Inc, July 2019) included in Appendix, as well as Section 9 and Section 3.

6.3.6 For firms that manufacture and/or market products identified within the Ontario Municipal Hazardous Waste or Special Waste (MHSW), all fees payable to Stewardship Ontario are to be included in the unit prices.

6.3.7 Bidders must provide ALL prices requested in the Price Form(s). Prices that are intended to be zero cost/no charge to the City must be submitted in the space provided in Price Form(s) as "$0.00", "0" or "zero". BIDDERS THAT DO NOT FULLY COMPLETE THESE FORMS (SUCH AS LEAVING LINES BLANK), OR HAVE UNCLEAR ANSWERS (SUCH AS "N/A", "-", OR "TBD", DASHES OR HYPHENS) WILL BE DECLARED NON-COMPLIANT.

RFQ 9117-19-7221

15 of 94

VIEWING C

OPY

Page 16: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

6.4 Bid Security- Not Applicable.

6.5 City Policies Submission Form(s) – Appendix "E"

The Policy Submission Form contains statements from different City of Toronto Policies. The complete text of these policies can also be found on the City’s website at http://www.toronto.ca/purchasing/policies. Where applicable, the Bidder shall answer the questions posed and include the submission form with the completed Request for Quotation, failure to do so will result in the Bidder being declared Non-Compliant.

6.6 Literature 6.6.1 Bidders, where applicable, should submit technical specification on all products being included in

their quotation including, but not limited to, description, product properties, standard manufacturer’s warranty, and other relevant documentation as part of their Quotation.

6.7 Bidder Qualifications

6.7.1 Bidders must meet the mandatory qualifications and experience requirements of this section in

order to be successfully considered for this assignment. Failure to demonstrate all of the following mandatory requirements will result in disqualification of the submission.

6.7.2 Bidders must have a minimum of 10 years of experience as a geotechnical engineering firm. 6.7.2.1 The Bidder must have experience completing work similar to that proposed herein; geotechnical,

hydrogeological and environmental investigation primarily for large diameter trunk sewer pipelines to be installed by deep trenchless tunneling methods, more than 20 metres below ground surface, including associated field component of drilling boreholes 50 metres deep or deeper.

6.7.2.2 An organizational chart must be included with the submission indicating the team structure as well as the names and duties of team members, with reporting lines clearly indicated. The organizational chart must clearly indicate whether staff are with the prime Bidder or with a sub-Bidder or sub-contracted entity.

6.7.3 Bidders must be licenced to practice by Professional Engineers Ontario as a consultant in the specialist areas required to carry out the work described in this RFQ.

6.7.4 Bidders must be approved to carry out testing as per MECP guidelines for Soil, Groundwater and Sediments Standards for use under Part XV.1 of the Environmental Protection Act, 2004. Provide copies of certificate or other appropriate documentation proving these requirements are met within the submission.

6.7.5 Bidders must carry out the work with team members that meet or exceed the following experience and qualification requirements:

6.7.5.1 Project Manager – 15 years as a P.Eng./P.Geo. 6.7.5.2 Geotechnical Engineer – 15 years as a P.Eng. 6.7.5.3 Professional Hydrogeologist – 15 years as a P.Geo. 6.7.5.4 Environmental Engineer – 15 years as a P.Eng. 6.7.5.5 Bidders must include in the submission the names of their team members and copies of

professional licence certificates or licence numbers and dates they were obtained as proof of meeting this mandatory experience and qualification requirement. Experience will be measured from the date of obtaining the licence to the current date, i.e. licenced experience.

6.8 Bidder References

RFQ 9117-19-7221

16 of 94

VIEWING C

OPY

Page 17: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

6.8.1.1 Bidders must provide a minimum of three (3) references of clients for which similar services were provided (preferably municipalities) for the purpose of evaluating the Respondent's experience and record of success. Bidders must use the Bidder References Form provided in Appendix "D" without alteration. Each reference must include:

6.8.1.1.1 The identity of the reference client organization 6.8.1.1.2 A contact name and title, email address and telephone number 6.8.1.1.3 Confirmation of the Bidders proposed team's experience with the scope services (i.e.

Geotechnical, Hydrogeological and Environmental Services and analysis, with at least three (3) Deep Boreholes (>50m below ground surface) with core samples and monitoring wells).

6.8.1.1.4 Confirmation of the Bidders proposed team's ability to deliver the services to the satisfaction of the client (on schedule, on budget, on specified scope/quality)

6.8.1.1.5 City reference check results validating client details, the scope of services provided to clients by the proposed team, and satisfactory service to clients for three (3) references is a mandatory requirement of this RFQ.

6.9 Samples – Not Applicable

6.10 Corporate Profile Report

Prior to the award, if requested by the City, a Bidder will be required to provide a copy of the Bidder's and/or any of the Bidder's Affiliated Person's Corporate Profile Report(s) (Ontario), or equivalent official record issued by the appropriate government authority.

The Corporate Profile Report(s) must have been issued not more than ten (10) working days prior to the date that the City requests the report. The City reserves the right to confirm the accuracy of the information contained in the Corporate Profile Report, and to require additional information from the Bidder as necessary.

In the event that a request for a Corporate Profile Report or equivalent official record cannot be processed by the appropriate government office within five (5) working days of the City contacting the Bidder, the Bidder must provide proof that the request has been made and provide an indication as to when the information is expected to be received. The City may refuse to award a contract to any Bidder, including the lowest bidder, where the requested information has not been received within five (5) working days of the City contacting the Bidder.

The City also reserves the right to require the Contractor to provide a copy of the Corporate Profile Report or equivalent official record for all of the Contractor's affiliated or related legal entities during the life of the contract. 7.0 Evaluation of Bids 7.1 Subject to the process terms contained in Appendix "A" and the City's procurement policies, it is the

intent of the City to award a Contract to one (1) Bidder based on the Bidder meeting specification and providing the lowest total base bid price cost as shown in Appendix “C” – Price Form inclusive of prompt payment.

7.2 Upon award the City will confirm with the Vendor, the Deliverables, date(s) and any other

instructions related to the Deliverables being provided.

RFQ 9117-19-7221

17 of 94

VIEWING C

OPY

Page 18: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

7.3 The provision of Deliverables shall not commence until a signed Contract for the Deliverables is

issued and a Contract Release Order (CRO) has been issued. 7.4 The intention is to award a Contract to the overall lowest Bidder whose Quotation meets the

requirements of this Request for Quotation based on the initial contract period.

8.0 Offers to Agencies and Corporations (Piggyback Option)

After award, the Vendor acknowledges that the City may inform its Agencies and Corporations of the Vendor's Contract with the City. If the Vendor wishes to provide the same Deliverables to the City's Agencies and Corporations, it shall use commercially reasonable efforts to negotiate for the purpose of entering into separate and distinct contracts with the City's Agencies and Corporations based on the same or comparable terms (including price and duration) as are set out in the City's Contract with the Vendor. The Vendor further acknowledges that the City shall not be liable for any separate contracts negotiated with the City's Agencies and Corporations by the Vendor.

9.0 Specifications

The City requires the Bidder to perform geotechnical, hydrogeological and environmental investigations in support of the proposed Class EA solution all in specific accordance with the terms set out in the Terms of Reference for Undertaking Geotechnical, Hydrogeological and Environmental Investigation Program document (WSP, 2019) provided in Appendix F. The Bidder shall perform all work required for the geotechnical and hydrogeological investigations in general accordance with the ECS General Requirements in Sections 3.2 to 3.9, inclusive. Where a conflict exists between the ECS General Requirements and WSP requirements, the more stringent requirement shall apply.

10.0 Quantity

Quantities provided are estimates only and should not be interpreted as indicating a minimum or maximum order quantity. The quantities shall be used as a basis for comparison upon which the award will be made. These quantities are not guaranteed to be accurate and are furnished without any liability to the City whether decreased or increased.

11.0 Material Safety Data Sheets (MSDS) – Not Applicable

12.0 Delivery and Installation 12.1 The Vendor must guarantee delivery of the Deliverables specified in this Request for Quotations 360

calendar days after receipt of a purchase order / Blanket contract, to the delivery location specified by the City in accordance with this section.

12.2 The Vendor must deliver the specified Deliverables as per their Quotation without substitution or deviation.

RFQ 9117-19-7221

18 of 94

VIEWING C

OPY

Page 19: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

12.3 The Vendor shall provide staff who are qualified to undertake the installation services required under

the terms of this RFQ. The staff must be certified to install and set-up the Products listed in Appendix “C” – Price Form.

12.4 Delivery will be to the following location: 12.4.1 Boreholes and monitoring wells as per location plan provided by the Terms of Reference document

provided in Appendix F. Locations in plan are approximate and subject to be refined through the Bidder's preliminary work and input from stakeholders.

12.4.2 All other deliverables at City of Toronto Metro Hall, 20th Floor, 55 John Street, Toronto, Ontario.

12.5 The Vendor will be responsible for:

a) arranging for delivery date and time with a designated contact. b) obtaining all utility locates and clearances, applicable permits and approvals, traffic

control, all site health and safety required for drilling deep boreholes and installing monitoring wells in road traffic lanes.

c) Installation of the Boreholes between 9:30am and 3:00pm d) Completion of Borehole drilling within 2019 calendar year

12.6 Late Delivery, partial shipments or shipment of unauthorized Product may result in the Contract

being cancelled. 12.7 The Vendor shall furnish all labour, materials, services, supplies, tools, equipment, apparatus,

transportation, facilities and incidentals required and perform all operations necessary to accomplish the complete installation of the Product(s).

13.0 Return of Products– Not Applicable

14.0 Warranty (Refer to Appendix B – General Contract Terms and Conditions)

15.0 Insurance (Refer to Appendix B – General Contract Terms and Conditions)

16.0 Performance Security – Not Applicable 17.0 Occupational Health and Safety 17.1 Bidders are required to submit a properly commissioned (**) Occupational Health and Safety

Statutory Declaration (“OHSA Declaration”) in the form attached to this Quotation Request prior to award (Form can be found in Appendix "D" – Supplementary Forms).

17.2 If a properly commissioned OHSA Declaration is not submitted with your Quotation, the City may provide a Bidder with an opportunity to submit the required OHSA Declaration within five (5) working days of such written request. Failure to submit the OHSA Declaration in response to that written request or the inability of the Bidder to satisfy the requirements set out in the OHSA Declaration are grounds for default. The City may also consider previous OHSA violations as

RFQ 9117-19-7221

19 of 94

VIEWING C

OPY

Page 20: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

grounds for rejection of a Quotation and the City may terminate any contract arising from this Request for Quotation if the Bidder is continuously in violation of OHSA requirements.

17.3 In the event that a Bidder is unable to satisfy the OHSA Declarations requirements, Bidders are

advised Occupational Health and Safety training is available to Ontario contractors through the Construction Safety Association. That training should enable Bidders to identify whether further training is necessary to satisfy the requirements of the OHSA Declaration on future Tender/Quotation/Request for Proposal submissions.

17.4 The following persons, by virtue of their office, are Commissioners for taking affidavits in Ontario:

Members of the Legislative Assembly, Provincial judges and justices of the peace, and barristers and solicitors entitled to practise law in Ontario.

RFQ 9117-19-7221

20 of 94

VIEWING C

OPY

Page 21: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

APPENDIX “A” REQUEST FOR QUOTATIONS PROCESS TERMS AND CONDITIONS 1. Bidder’s Responsibility (1) It shall be the responsibility of each Bidder:

a) to examine all the components of this Request for Quotations (RFQ), including all appendices, forms and Addenda;

b) to acquire a clear and comprehensive knowledge of the required Deliverables before submitting a Quotation;

c) to become familiar and (if it becomes a successful Bidder) comply with all of the terms and conditions contained in this RFQ and the City’s Policies and Legislation set out on the City of Toronto website at:

https://www.toronto.ca/business-economy/doing-business-with-the-city/understand-the-procurement-process/purchasing-policies-legislation/

(2) The failure of any Bidder to receive or examine any document, form, addendum, or policy shall not

relieve the Bidder of any obligation with respect to its Quotation or any purchase order issued based on the Bidder’s Quotation.

2. City Contact and Questions

(1) All contact and questions concerning this RFQ should be directed in writing to the City employee(s) designated as “Buyer” in the RFQ.

(2) No City representative, whether an official, agent or employee, other than those identified as “Buyer” or the Chief Purchasing Official or his/her delegate are authorized to speak for the City with respect to this RFQ, and any Bidder who uses any information, clarification or interpretation from any other representative does so entirely at the Bidder’s own risk.

(3) Not only shall the City not be bound by any representation made by an unauthorized person, but any attempt by a Bidder to bypass the RFQ process may be grounds for rejection of its Quotation.

(4) Commencing from the issue date of this RFQ until the time of any ensuing Award, no communication shall be made by any person, including potential Bidders, or its representatives, including a third-person representative employed or retained by it (or any unpaid representatives acting on behalf of either), to promote its Quotation or oppose any competing Quotation, nor shall any potential Bidder, or its representatives, including a third-person representative employed or retained by it (or any unpaid representatives acting on behalf of either), discuss this RFQ or its Quotation with any City staff, City officials or Council member(s), other than a communication with the "City Contact" identified on page 1 on this RFQ.

(5) Communications in relation to this RFQ outside of those permitted by the applicable procurement policies and this RFQ document contravene the Lobbying By-law, an offence for which a person is liable to a maximum fine of $25,000.00 on a first conviction and $100,000.00 on each subsequent conviction. In addition, the City's Supplier Code of Conduct (Article 13 of Chapter 195, Purchasing By-law) provides that any Bidder found in breach of the policy may be subject to disqualification from the call or suspended from future call or calls at the discretion of the Chief Purchasing Official or Council.

(6) Notwithstanding anything to the contrary set out in this document, the obligations with respect to lobbying as set out in the City of Toronto Municipal Code, Chapter 140 shall apply. More information on the Lobbying By-Law can be found at the Office of the Lobbyist Registrar's website.

RFQ 9117-19-7221

21 of 94

VIEWING C

OPY

Page 22: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

3. Addenda

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

4. Exceptions to Mandatory Terms and Conditions

If a Bidder wishes to suggest a change to any mandatory term or condition set forth in any part of this RFQ it should notify the Buyer in writing not later than three (3) Business Days before the Closing Deadline. The Bidder must clearly identify any such term or condition, the proposed change and the reason for it. If the City wishes to accept the proposed change, the City will issue an Addendum as described in the article above titled Addenda. The decision of the City shall be final and binding, from which there is no appeal. Changes to mandatory terms and conditions that have not been accepted by the City by the issuance of an Addendum are not permitted and any Quotation that takes exception to or does not comply with the mandatory terms and conditions of this RFQ will be rejected.

5. Omissions, Discrepancies and Interpretations

A Bidder who finds omissions, discrepancies, ambiguities or conflicts in any of the RFQ documentation or who is in doubt as to the meaning or has a dispute respecting any part of the RFQ should notify the Buyer noted in this RFQ in writing. If the City considers that a correction, explanation or interpretation is necessary or desirable, the City will issue an Addendum as described in the article above titled Addenda. The decision and interpretation of the City respecting any such disputes shall be final and binding, from which there is no appeal. No oral explanation or interpretation shall modify any of the requirements or provisions of the RFQ.

6. Bidders Shall Bear Their Own Costs

Every Bidders shall bear all costs associated with or incurred by the Bidder in the preparation and presentation of its bid including, if applicable, costs incurred for samples, interviews or demonstrations.

7. Limitation of Liability

The City shall not be liable for any costs, expenses, loss or damage incurred, sustained or suffered by any Bidder prior, or subsequent to, or by reason of the acceptance or the non-acceptance by the City of any Quotation, or by reason of any delay in acceptance of a Quotation, except as provided in this RFQ.

RFQ 9117-19-7221

22 of 94

VIEWING C

OPY

Page 23: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

8. Post-Submission Adjustments and Withdrawal of Quotations

(1) No unilateral adjustments by Bidders to submitted Quotations will be permitted.

(2) A Bidder may withdraw its Quotation prior to the Closing Deadline any time by notifying the Buyer designated in this RFQ in writing.

(3) A Bidder who has withdrawn a Quotation may submit a new Quotation, but only in accordance with the terms of this RFQ.

9. Binding Bid

(1) After the Closing Deadline each submitted Quotation shall be irrevocable and binding on Bidders for a period of 90 days

10. Supplier Code of Conduct

(1) Honesty and Good Faith

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

(2) Confidentiality and Disclosure

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

(3) Conflicts of Interest and Unfair Advantage

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

(4) Collusion or Unethical Bidding Practices

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

(5) Illegality

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

(6) Interference Prohibited

No Bidder may threaten, intimidate, harass, or otherwise interfere with any City employee or public office holder in relation to their procurement duties. No Bidder may likewise threaten, intimidate,

RFQ 9117-19-7221

23 of 94

VIEWING C

OPY

Page 24: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

harass, or otherwise interfere with an attempt by any other prospective Bidder to bid for a City contract or to perform any contract awarded by the City.

(7) Gifts of Favours Prohibited

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

(8) Misrepresentations Prohibited

Bidders are prohibited from misrepresenting their relevant experience and qualifications in relation to the RFQ and acknowledge that the City's process of evaluation may include information provided by the Bidder's references as well as records of past performance on previous contracts with the City or other public bodies.

(9) Prohibited Communications

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

(10) Failure to Honour Bid

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

(11) Bidder Performance

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

In determining which Quotation provides the best value to the City, consideration may be given to the past performance of any Bidder and their Affiliated Persons that are currently on a City of Toronto Suspended vendor list are not eligible for an award.

(12) Disqualification for Non-Compliance with Supplier Code of Conduct

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

11. Failure or Default of Bidder

(1) If the Bidder, for any reason, fails or defaults in respect of any matter or thing which is an obligation of the Bidder under the terms of the RFQ, the City may at its option:

a) Consider that the Bidder has submitted a non-compliant Bid, whereupon the City may also rescind any acceptance of the Bid as null and void; or

RFQ 9117-19-7221

24 of 94

VIEWING C

OPY

Page 25: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

b) Consider that the Bidder has abandoned any Agreement and require the Bidder to pay the City the difference between its Quotation and any other Quotation which the City accepts, if the latter is for a greater amount and, in addition, to pay the City any cost which the City may incur by reason of the Bidder’s failure or default. The Bidder shall be ineligible to submit a new Quotation for any Call that the City is required to reissue as a result of the Bidder's failure or default or where the City deems that the Bidder has abandoned the Agreement.

12. Acceptance of Quotations

(1) The City shall not be obliged to accept any Quotation in response to this RFQ.

(2) The City may modify and/or cancel this RFQ prior to accepting any Quotation.

(3) Quotations may be accepted or rejected in total or in part.

(4) The lowest quoted price may not necessarily be accepted by the City.

(5) In determining which Quotation provides the best value to the City, consideration may be given to the past performance of any Bidder. Bidders and their Affiliated Persons that are currently on a City of Toronto suspended vendor list are not eligible for an award.

(6) Quotations which are incomplete, not completed in ink, conditional or obscure or which contain additions not called for, erasures or alterations of any kind may be rejected.

(7) The City reserves the right to waive immaterial defects and minor irregularities in any Quotation.

(8) Quotations not completed in non-erasable medium and signed in ink shall be rejected.

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

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

(11) The City reserves the right to assess the ability of the Bidder to perform the contract and may reject any Quotation where, in the City’s sole estimation, the personnel and/or resources of the Bidder are insufficient.

(12) The City may reject a Quotation if it determines, in its sole discretion, that the Quotation is materially unbalanced. A Quotation is materially unbalanced when:

a) it is based on prices which are significantly less than cost for some items of work and prices which are significantly overstated in relation to cost for other items of work; and

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

c) it is so unbalanced as to be tantamount to allowing an advance payment.

13. Currency

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

RFQ 9117-19-7221

25 of 94

VIEWING C

OPY

Page 26: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

14. Tied Bids

In the event that the City receives two (2) or more Bids identical in price, the City reserves the right to select one of the tied Bids as set out in the Tied Bid procedure under the Purchasing Procurement Processes Policy. The Tied Bid procedure allows for first to consider whether any of the bidders are a Diverse Supplier as defined in the Social Procurement Policy to break the tie. If no bidder is a Diverse Supplier then the tie will be broken by way of coin toss or lottery

15. Mathematical Errors

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

16. City Confidential Information

(1) City Confidential Information provided by City staff to any Bidder or prospective Bidder in connection with, or arising out of this RFQ, the Deliverables or the acceptance of any Quotation:

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

subsequent contract.

17. Ownership and Disclosure of Quotation Documentation

(1) The documentation comprising any Quotation submitted in response to this RFQ, along with all correspondence, documentation and information provided to the City by any Bidder in connection with, or arising out of this RFQ, once received by the City:

a) shall become a record of the City; b) shall become subject to the Municipal Freedom of Information and Protection of Privacy Act

("MFIPPA"), and may be released, pursuant to that Act and other Requirements of Law. (2) Because of MFIPPA, Bidders should identify in their Quotation any scientific, technical, commercial,

proprietary or similar confidential information, the disclosure of which could cause them injury. (3) Each Bidder’s name and quoted total base price shall be made public.

(4) By submitting a Quotation, the Bidder acknowledges that it will be made available to members of City Council and Committees on a confidential basis and may be released to members of the public pursuant to an access request made under MFIPPA and other Requirements of Law.

18. Intellectual Property Rights

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

19. Selection of Successful Bidder

The highest ranked Bidder(s), as established under the evaluation of the RFQ that are recommended by the City to enter into a Contract will be so notified by the City in writing, pending any award.

RFQ 9117-19-7221

26 of 94

VIEWING C

OPY

Page 27: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

20. Notification to Other Bidders

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

21. Debriefing

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

22. No Contract until Execution of Written Agreement No legal relationship or obligation regarding the procurement of any good or service shall be created between the Bidder and the City by the RFQ process until the selection of the Bidder to provide the Deliverables pursuant to an Agreement.

23. Bid Protest Procedure

1) Pre-award bid disputes.

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

2) Post-award bid disputes.

Any dispute to the outcome of this RFQ process must be received in writing by the City Contact no later than ten (10) days after the date of the notification of the outcome of the selection process, or where a debriefing has been requested, no later than five (5) days after such debriefing is received. Any dispute that is not timely received or in writing will not receive further consideration.

Any written dispute with a procurement value over $100,000 that cannot be resolved by the City Contact through consultations with the Bidder, shall be referred to the Treasurer or their designate(s) for an impartial review, based on the following information:

A. A specific description of each act or omission alleged to have materially breached the procurement process;

B. A specific identification of the provision in the solicitation or procurement procedure that is alleged to have been breached;

C. A precise statement of the relevant facts;

D. An identification of the issues to be resolved;

E. The Bidder's arguments, including any relevant supporting documentation; and

F. The Bidder's requested remedial action.

RFQ 9117-19-7221

27 of 94

VIEWING C

OPY

Page 28: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

The Treasurer or their designate(s), in consultation with the City Solicitor, may:

A. Dismiss the dispute;

B. Accept the dispute and direct the City Contact to take appropriate remedial action, including, but not limited to, rescinding the award and any executed contract, and canceling the solicitation.

For more information, see the Pre-Award and Post-Award Bid Dispute Process.

24. Governing Law and Interpretation

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

RFQ 9117-19-7221

28 of 94

VIEWING C

OPY

Page 29: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

APPENDIX "B" GENERAL CONTRACT TERMS AND CONDITIONS In addition to any other terms and conditions contained elsewhere in this RFQ, the following terms and conditions shall form part of the Contract between the City and the Vendor and are deemed to be incorporated into and take precedence over the terms of any purchase order(s) issued in connection with this RFQ. The order of precedence shall be: (i) the RFQ, including any appendices, schedules and Addenda; (ii) the purchase order; and (iii) the Quotation;

1. Compliance with Laws

The Vendor will be required to comply, at its sole expense, with all applicable Requirements of Law (including, without limitation, the City's Fair Wage and other policies or by-laws applicable to the City's vendors, the Ontario Fire Code, the Ontario Employment Standards Act, the Ontario Human Rights Code, the Ontario Labour Relations Act, the Workplace Safety and Insurance Act, the Income Tax Act and Occupational Health and Safety requirements) in relation to the provision of any Services, including the obtaining of all necessary permits and licences, and shall submit proof of such compliance to the City, upon request, and the Vendor shall indemnify and save the City harmless from any liability or cost suffered by it as a result of the vendor's failure to comply with this provision.

2. Non-Exclusivity

The awarding of a Contract to a Vendor shall not be a guarantee of exclusivity. 3. Confidentiality

The Vendor shall treat as confidential all information of any kind which comes to the attention of the Vendor in the course of carrying out the Services and shall not disseminate such information for any reason without the express written permission of the City or otherwise in accordance with MFIPPA or other applicable privacy law. The Vendor may be required to enter into a detailed confidentiality and conflict of interest agreement in a form satisfactory to the City Solicitor.

4. Conflict of Interest

The Vendor shall: (a) avoid any Conflict of Interest in the performance of its contractual obligations; (b) disclose to the City without delay any actual or potential Conflict of Interest that arises during the performance of its contractual obligations; and (c) comply with any requirements prescribed by the City to resolve any Conflict of Interest. In addition to all other contractual rights or rights available at law or in equity, the City may immediately terminate the Contract upon giving notice to the Vendor where: (a) the Vendor fails to disclose an actual or potential Conflict of Interest; (b) the Vendor fails to comply with any requirements prescribed by the City to resolve or manage a Conflict of Interest; or (c) the Vendor’s Conflict of Interest cannot be resolved to the City's reasonable satisfaction. 5. Indemnities (1) The Vendor shall indemnify and save harmless the City of Toronto, its Mayor, Members of Council,

officers, employees, and agents from and against any losses, liens, charges, claims, demands, suits, proceedings, recoveries and judgments (including legal fees and costs) arising from or related to the

RFQ 9117-19-7221

29 of 94

VIEWING C

OPY

Page 30: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Vendor's performance or non-performance of its obligations, including payment obligations to its approved subcontractors and suppliers and others, and including or breach of any confidentiality obligations under the Contract or infringement, actual or alleged of any Canadian, American or other copyright, moral right, trade-mark, patent, trade secret or other thing with respect to which a right in the nature of intellectual/industrial property exists.

(2) Upon assuming the defence of any action covered under this sub-article the Vendor shall keep City of Toronto reasonably informed of the status of the matter, and the Vendor shall make no admission of liability or fault on City of Toronto's part without City of Toronto's written permission.

Intellectual Property Indemnity

The Vendor shall indemnify and save harmless the City of Toronto, its Mayor, Members of Council, officers, employees, and agents from and against any losses, liens, charges, claims, demands, suits, proceedings, recoveries and judgements (including legal fees and costs) arising from infringement, actual or alleged, by the Quotation, its use or misuse, or by any of the deliverables developed or provided or supplied under or used in connection with the Services (including the provision of the Services themselves), of any Canadian, American or other copyright, moral right, trade-mark, patent, trade secret or other thing with respect to which a right in the nature of intellectual/industrial property exists.

Employment & WSIB Indemnity

Nothing under this Agreement shall render the City responsible for any employment, benefit or termination liability (including those under or in connection with the Workplace Safety and Insurance Act, 1997 or any successor legislation ("WSIA"), whether statutorily required, at common law or otherwise, resulting from Services supplied under this Agreement by persons employed or otherwise engaged by the Vendor. In the event that employment related costs, or other related responsibility falls to the City for any reason whatsoever, the Vendor agrees to indemnify the City for such costs.

6. Insurance

The successful vendor agrees to purchase and maintain in force, at its own expense and for the duration of the services, the following policies of insurance, which policies shall be in a form and with an insurer acceptable to the City. A certificate evidencing these policies signed by the insurer or an authorized agent of the insurer must be delivered to the City prior to the commencement of services: 1. Professional liability (errors and omissions coverage) insurance in the amount of not less than Two Million Dollars ($2,000,000.00);

(i) Includes Environmental Consultants Professional Liability where the Vendor's services include environmental work (ii) Provides for thirty (30) days prior written notice of cancellation (iii) Will extend to infringement of copyright and other intellectual property, including misuse of trade secrets, if appropriate.

2. Comprehensive General Liability in the amount of not less than Two Million Dollars ($2,000,000.00);

(i) adds the City of Toronto as an additional insured;

RFQ 9117-19-7221

30 of 94

VIEWING C

OPY

Page 31: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

(ii) includes the following clauses: personal injury liability; a cross-liability/severability of interest; broad form contractual liability; owner's/contractor's protective liability; contingent employer's liability; employers liability and Non Owned Automobile Liability,;

(iii) includes a clause which will provide the City with thirty (30) days' prior written notice of cancellation.

3. Automobile Liability insurance with a minimum limit of One Million Dollars ($1,000,000) for all owned or leased licensed motorized vehicles used in the performance of services. It is understood and agreed that the coverage and limits of liability noted above are not to be construed as the limit of liability of the vendor in the performance of services. It is also agreed that the above insurance policies may be subject to reasonable deductible amounts, which deductible amounts shall be borne by the vendor. At the expiry of the policies of insurance, original signed Certificates evidencing renewal will be provided to the City without notice or demand.

The successful vendor is responsible for any loss or damage whatsoever to any of its materials, goods, equipment or supplies and will maintain appropriate all-risk coverage as any prudent owner of such materials, goods, supplies and equipment. The successful vendor shall have no claim against the City or the City’s insurers for any damage or loss to its property and shall require its property insurers to waive any right of subrogation against the City.

7. No Assignment

The Vendor shall not assign any part of the Contract nor any interest therein without the prior written consent of the City, which consent shall not be unreasonably withheld. However, such written consent shall not under any circumstances relieve the Vendor of its liabilities and obligations under this RFQ and the Contract, including the terms of this RFQ.

8. Subcontractors

(1) The Vendor shall be solely responsible for the payment of every subcontractor employed, engaged, or retained by it for the purpose of assisting it in the performance of its obligations under the contract. The Vendor shall coordinate the provision of the Deliverables by its subcontractors in a manner acceptable to the City, and ensure that they comply with all the relevant requirements of the Contract.

(2) The Vendor shall be liable to the City for all costs or damages arising from acts, omissions, negligence or willful misconduct of its subcontractors.

9. Personnel and Performance (1) The Vendor must make available appropriately skilled workers, consultants or subcontractors, as

appropriate, and must be able to provide the necessary materials, tools, machinery and supplies to fulfill its obligations under the Contract.

(2) The Vendor shall be responsible for its own staff resources and for the staff resources of any subcontractors and third-party service providers.

(3) The Vendor will ensure that its personnel (including those of approved subcontractors), when using any City buildings, premises, equipment, hardware or software shall comply with all security policies, regulations or directives relating to those buildings, premises, equipment, hardware or software.

(4) Personnel assigned by the Vendor to provide the deliverables (including those of approved

subcontractors) may also, in the sole discretion of the City, be required to sign confidentiality and conflict of interest agreement(s) satisfactory to the City Solicitor.

RFQ 9117-19-7221

31 of 94

VIEWING C

OPY

Page 32: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

10. Independent Contractor

The Vendor and the City agree and acknowledge that the relationship of the City and the Vendor is one of owner and independent contractor and not one of employer-employee. Neither is there any intention to create a partnership, joint venture or joint enterprise between the Vendor and the City.

11. Warranties and Covenants

The Vendor represents, warrants and covenants to the City (and acknowledges that the City is relying thereon) that any deliverable resulting from or to be supplied or developed under the Contract will be in accordance with the City’s functional and technical requirements (as set out in the RFQ) and, if applicable, will function or otherwise perform in accordance with such requirements.

12. Ownership of Intellectual Property and Deliverables The City will own all intellectual property rights, including (without limitation) copyright, in and to all deliverables provided by the Vendor and its subcontractors. All information, data, plans, specifications, reports, estimates, summaries, photographs and all other documentation prepared by the Vendor in the connection with the provision of the Deliverables under the Contract, whether they be in draft or final format, shall be the property of the City.

13. Termination Provisions

(1) Upon giving the Vendor not less than 30 days’ prior written notice, the City may, at any time and without cause, cancel the Contract, in whole or in part. In the event of such cancellation, the City shall not incur any liability to the Vendor apart from the payment for the Deliverables that have been satisfactorily delivered or performed by the Vendor at the time of cancellation.

(2) Failure of the Vendor to perform its obligations under the Contract shall entitle the City to terminate the Contract upon ten (10) calendar days’ written notice to the Vendor if a breach which is remediable is not rectified in that time. In the event of such termination, the City shall not incur any liability to the Vendor apart from the payment for the Deliverables that have been satisfactorily delivered or performed by the Vendor at the time of termination.

(3) All rights and remedies of the City for any breach of the Vendor's obligations under the Contract shall be cumulative and not exclusive or mutually exclusive alternatives and may be exercised singularly, jointly or in combination and shall not be deemed to be in exclusion of any other rights or remedies available to the City under the Contract or otherwise at law.

(4) No delay or omission by the City in exercising any right or remedy shall operate as a waiver of them or of any other right or remedy, and no single or partial exercise of a right or remedy shall preclude any other or further exercise of them or the exercise of any other right or remedy.

14. Liquidated Damages

If the vendor at any time fails to supply all goods or services to the City as specified within the Contract, or fails to replace goods or services rejected by the City, then the City shall be permitted to procure such goods or services elsewhere and charge any additional costs incurred by the City to the vendor as liquidated damages, unless otherwise specified, and deduct such amounts from payments due to the vendor or to otherwise collect such costs from the vendor by any other method permitted by law.

15. Right to Retain Monies

RFQ 9117-19-7221

32 of 94

VIEWING C

OPY

Page 33: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

The City shall have the right to retain out of monies payable to the vendor under the Contract the total amount outstanding for time to time of all claims arising out of the default of the vendor of its obligations to the City. This shall include claims pursuant to this or any other contract or cause of action between the vendor and the City which have not been settled between the City and the vendor.

16. Right to Audit

The City may audit all financial and related records associated with the terms of the Agreement including timesheets, reimbursable out of pocket expenses, materials, goods, and equipment claimed by the Vendor. The Vendor shall at all times during the term of the contract, and for a period of 2 years following completion of the Agreement, keep and maintain records of the Work performed pursuant to this Agreement. This shall include proper records of invoices, vouchers, timesheets, and other documents that support actions taken by the Vendor. The Vendor shall at his own expense make such records available for inspection and audit by the City at all reasonable times.

17. Occupational Health and Safety

(1) The Vendor shall comply with all federal, provincial or municipal occupational health and safety legislative requirements, including, and without limitation, the Occupational Health and Safety Act, R.S.O., 1990 c.0.1 and all regulations thereunder, as amended from time to time (collectively the "OHSA").

(2) Nothing in this section shall be construed as making the City the "employer" (as defined in the OHSA) of any workers employed or engaged by the Vendor for the Work, either instead of or jointly with the Vendor.

(3) The Vendor agrees that it will ensure that all subcontractors engaged by it are qualified to perform the Work and that the employees of subcontractors are trained in the health and safety hazards expected to be encountered in the Work.

(4) The Vendor acknowledges and represents that:

a) The workers employed to carry out the Work have been provided with training in the hazards of the Work to be performed and possess the knowledge and skills to allow them to work safely;

b) The Vendor has provided, and will provide during the course of the agreement, all necessary personal protective equipment for the protection of workers;

c) The Vendor’s supervisory employees are competent, as defined in the OHSA, and will carry out their duties in a diligent and responsible manner with due consideration for the health and safety of workers;

d) The Vendor has in place an occupational health and safety policy in accordance with the OHSA; and

e) The Vendor has a process in place to ensure that health and safety issues are identified and addressed and a process in place for reporting work-related injuries and illnesses.

(5) The Vendor shall provide, at the request of the City, the following as proof of the representations made in paragraph d(i) and d(iv):

RFQ 9117-19-7221

33 of 94

VIEWING C

OPY

Page 34: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

a) documentation regarding the training programs provided or to be provided during the Work (i.e. types of training, frequency of training and re-training); and

b) the occupational health and safety policy.

(6) The Vendor shall immediately advise the City in the event of any of the following:

a) A critical injury that arises out of Work that is the subject of this agreement;

b) An order(s) is issued to the Vendor by the Ministry of Labour arising out of the Work that is the subject of this agreement;

c) A charge is laid or a conviction is entered arising out of the Work that is the subject of this agreement, including but not limited to a charge or conviction under the OHSA, the Criminal Code, R.S.C 1985, c. C-46, as amended and the Workplace Safety and Insurance Act, 1997, S.O. 1997, c. 16, Sched. A, as amended.

(7) The Vendor shall be responsible for any delay in the progress of the Work as a result of any violation or alleged violation of any federal, provincial or municipal health and safety requirement by the Vendor, it being understood that no such delay shall be a force majeure or uncontrollable circumstance for the purposes of extending the time for performance of the Work or entitling the Vendor to additional compensation, and the Vendor shall take all necessary steps to avoid delay in the final completion of the Work without additional cost to the City.

(8) The parties acknowledge and agree that employees of the City, including senior officers, have no authority to direct, and will not direct, how employees, workers or other persons employed or engaged by the Vendor do work or perform a task that is the subject of this agreement.

18. Workplace Safety and Insurance Board Vendor shall secure, maintain and pay all costs for Workplace Safety and Insurance Board ("WSIB") workers’ compensation coverage for its employees providing Services under this agreement, whether required statutorily or not under the Workplace Safety and Insurance Act, 1997. Vendor represents and warrants that it shall be in good standing with the WSIB throughout the term of this agreement. Prior to supplying the Services and prior to receiving payment, the Vendor shall produce a Clearance Certificate issued by the WSIB confirming that the Vendor has paid its assessment based on a true statement of the amount of its current payroll in respect of the Services and that the City is relieved of financial liability. Thereafter, throughout the period of Services being supplied, a new Clearance Certificate will be obtained from the WSIB by the Vendor and provided to the City every 90 days or upon expiry of the Certificate's validity period whichever comes first. Vendor shall ensure that any and all persons, including but not limited to volunteers, students, subcontractors and independent contractors, providing services under this agreement, have secured WSIB coverage, whether required statutorily or not, for the term of this agreement.

19. Accessibility Standards for Customer Service Training Requirements

RFQ 9117-19-7221

34 of 94

VIEWING C

OPY

Page 35: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

The Vendor shall require all applicable personnel (including those of its subcontractors) to fulfill the training requirements set out in the City's policy on Accessible Customer Service Requirements for Contractors, Consultants and other Service Providers.

20. City of Toronto – Invoice/Billing Requirements To assist in prompt payment, it is essential that all required billing information is provided on the invoice submitted to the City of Toronto. If billing information is missing from an invoice it will result in a payment delays. It is the Vendor's responsibility to submit accurate invoices for goods /services delivered to the City of Toronto divisions. If an inaccurate invoice (ie: but not limited to, pricing, quantity or services provided) is submitted, the Vendor will be requested to issue a credit note and submit a new invoice. If the invoice in question offered an early payment discount, the re-issue date of the new invoice will be used to calculate the early payment discount terms. 19.1 Standard Invoices: 1) Electronic Invoices invoices must be addressed and sent DIRECTLY to the ECS Project Manager. 2) Invoice/s submitted to the City of Toronto must have complete ship to information including:

I. Name of City Division, II. The City Division’s contact name and phone number (the person ordering or picking up

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

release order number (CRO) purchase order (PO) or Divisional Purchase Order (DPO) must be clearly indicated on the invoice.

V. Complete "Remit To" address is required on all submitted vendor invoices A purchasing document number must be provided by City Staff at time of order for goods or services. 3) City purchases with the use of a credit card/PCard, are NOT to be sent to Corporate Accounts Payable. These invoices are considered paid. 4) Vendors are encouraged to provide packing slips and/or goods receipt confirmations directly to the

ordering Division for goods/services delivered. 5) Vendors are to provide backup documentation directly to the ordering Division, not Corporate

Accounts Payable.

RFQ 9117-19-7221

35 of 94

VIEWING C

OPY

Page 36: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

APPENDIX “C” PRICE FORM

UNIT PRICES QUOTED SHALL INCLUDE GEOTECHNICAL, HYDROGEOLOGICAL AND ENVIRONMENTAL INVESTIGATIONS IN SUPPORT OF THE BLACK CREEK PROPOSED CLASS EA SOLUTION IN ACCORDANCE WITH THESE RFQ TERMS AND CONDITIONS, EXCLUDING HARMONIZED SALES TAX (HST).

BOREHOLE LINE ITEMS TO ASSUME INSTALLATION WITHIN ROAD TRAFFIC LANES, INCLUDE ALL COSTS FOR MTO BOOK 7 TRAFFIC CONTROL, PEDESTRIAN CONTROL, BOREHOLE DRILLING, CORE SAMPLING AND TESTING, MONITORING WELL INSTALLATION, MONITORING, ENVT'L SAMPLING AND TESTING PROGRAM AND DECOMMISSIONING. ASSUME COST OF BEDROCK DRILLING TO SPECIFIED DEPTHS NOTING THE ACTUAL DRILLING DEPTH IN BEDROCK MAY VARY +/- 5 METRES THAN THAT PROVIDED HERE. ANY CLAIM FOR EXTRA COST ARISING FROM ADDITIONAL BEDROCK DRILLING LESS THAN 5 METRES PER BOREHOLE WILL NOT BE PAID.

IN THE EVENT OF MATHEMATICAL ERRORS FOUND IN THE PRICING PAGES, THE UNIT PRICES QUOTED SHALL PREVAIL. EXTENSIONS AND TOTALS WILL BE CORRECTED ACCORDINGLY AND ADJUSTMENTS RESULTING FROM THE CORRECTION WILL BE APPLIED TO THE TOTAL PRICE QUOTED.

Item Unit type Qty Unit price Total cost

PART A

PROJECT MGMT, COORDINATION, PERMITS AND APPROVALS

LUMP SUM 1 - $

MEETINGS - 2 BIDDER TEAM MEMBERS TO ATTEND AT 55 JOHN ST., TORONTO, 2 HOURS EACH

EA 6

LOCATION BH19-1*, 42M BGS, 12M IN BEDROCK

EA 1

LOCATION BH19-2*, 36M BGS, 3M IN BEDROCK

EA 1

LOCATION BH19-2A*, 36M BGS, 3M IN BEDROCK

EA 1

LOCATION BH19-3*, 32M BGS, 0M IN BEDROCK

EA 1

LOCATION BH19-4*, 54M BGS, 13M IN BEDROCK

EA 1

LOCATION BH19-4A*, 54M BGS, 13M IN BEDROCK

EA 1

LOCATION BH19-5*, 71M BGS, 21M IN BEDROCK

EA 1

RFQ 9117-19-7221

36 of 94

VIEWING C

OPY

Page 37: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

LOCATION BH19-6*, 81M BGS, 26M IN BEDROCK

EA 1

LOCATION BH19-6A*, 81M BGS, 26M IN BEDROCK

EA 1

LOCATION BH19-7*, 82M BGS, 26M IN BEDROCK

EA 1

LOCATION BH19-8*, 79M BGS, 26M IN BEDROCK

EA 1

LOCATION BH19-9*, 75M BGS, 25M IN BEDROCK

EA 1

LOCATION BH19-10*, 59M BGS, 3M IN BEDROCK

EA 1

LOCATION BH19-11*, 57M BGS, 0M IN BEDROCK

EA 1

LOCATION BH19-11A*, 57M BGS, 0M IN BEDROCK

EA 1

LOCATION BH19-11B*, 57M BGS, 0M IN BEDROCK

EA 1

LOCATION BH19-12*, 52M BGS, 0M IN BEDROCK

EA 1

ALL REPORTS – DRAFT LUMP SUM 1 -

ALL REPORTS - FINAL LUMP SUM 1 -

SUBTOTAL PART A

CONTINGENCY, 15% OF SUBTOTAL PART A

TOTAL PART A (SUBTOTAL PART A + CONTINENCY)

PROVISIONAL ITEMS

REFUSED BOREHOLE EA 1

PAID DUTY POLICE ALLOWANCE

ALLOWANCE 1 5000.00 $5000.00

Subtotal $

HST $

Total $

NOTES:

RFQ 9117-19-7221

37 of 94

VIEWING C

OPY

Page 38: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

M = METRES

BGS = BELOW GROUND SURFACE

*BOREHOLE LINE ITEMS TO ASSUME INSTALLATION WITHIN ROAD TRAFFIC LANES, INCLUDE ALL COSTS FOR MTO BOOK 7 TRAFFIC CONTROL, PEDESTRIAN CONTROL, BOREHOLE DRILLING, CORE SAMPLING AND TESTING, MONITORING WELL INSTALLATION, MONITORING, ENVT'L SAMPLING AND TESTING PROGRAM, DECOMMISSIONING. ASSUME COST OF BEDROCK DRILLING TO SPECIFIED DEPTHS NOTING THE ACTUAL DRILLING DEPTH IN BEDROCK MAY VARY +/- 5 METRES THAN THAT PROVIDED HERE. ANY CLAIM FOR EXTRA COST ARISING FROM ADDITIONAL BEDROCK DRILLING LESS THAN 5 METRES PER BOREHOLE WILL NOT BE PAID.

**BH19-2A IS ON CITY PROPERTY AT ROCKCLIFFE COURT.

RFQ 9117-19-7221

38 of 94

VIEWING C

OPY

Page 39: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

APPENDIX “D” – SUPPLEMENTARY FORMS

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

2) Statutory Declaration (Occupational Health & Safety)

3) Bidder References Form

RFQ 9117-19-7221

39 of 94

VIEWING C

OPY

Page 40: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

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

Organizations/individuals in Ontario, including the City of Toronto, have obligations under the Ontario Human Rights Code, the Occupational Health and Safety Act, the Employment Standards Act, the Accessibility for Ontarians with Disabilities Act, the Criminal Code of Canada and the Charter of Rights and Freedoms. In addition, the City of Toronto also has policies that prohibit discrimination on the additional grounds of political affiliation or level of literacy, subject to the requirements of the Charter. Organizations are required to have and post policies, programs, information, instruction, plans and/or other supports, and an appropriate internal process available to their employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints under the applicable legislation and including the additional grounds of discrimination prohibited under City policy. Individuals are obliged to refrain from harassment/hate activity. The City of Toronto requires all organizations and individuals that contract with the City to sign the following Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy. This Declaration must be signed by your organization and submitted with the contract or Letter of Understanding. The name of your organization and the fact that you have signed this declaration may be included in a public report to City Council. Declaration: I/we uphold our obligations under the above provincial and federal legislation. In addition, I/we uphold our obligations under City policies which prohibit harassment/discrimination on a number of grounds including political affiliation and level of literacy. WHERE LEGALLY MANDATED I/we have in place the necessary policies, programs, information, instruction, plans and/or other supports that are consistent with our obligations, and I/we have an internal process available to my/our employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints. I/we agree that I/we shall, upon the request of the City, provide evidence of the policies, programs, information, instruction, plans and other supports and an appropriate internal complaint resolution process required under this Declaration which is sufficient to allow the City to determine compliance. I/We acknowledge that failure to demonstrate compliance with this declaration to the satisfaction of the operating Division, in consultation with the City Solicitor, may result in the termination of the contract. Name of Vendor or Name of Grant Applicant (Organization or Individual): Complete Address: Email _____________________________ Tel. No. ____________________________ Postal Code: Fax No. ____________________________ Name of Signing Officer or Name of Applicant (Name – please print): Position Signature: Date:

Authorized Signing Officer or Individual

Gro

up/V

endo

r/In

divi

dual

Nam

e:

Dat

e:

For

Offi

ce U

se O

nly

DE

CL

AR

AT

ION

OF

CO

MP

LIA

NC

E W

ITH

AN

TI-

HA

RA

SSM

EN

T/D

ISC

RIM

INA

TIO

N L

EG

ISL

AT

ION

& C

ITY

PO

LIC

Y

Multilingual Services: 311 and TTY 416-338-0889.Further information: www.toronto.ca/diversity.ca

RFQ 9117-19-7221

40 of 94

VIEWING C

OPY

Page 41: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

STATUTORY DECLARATION (Occupational Health & Safety)

PROVINCE OF ONTARIO ) JUDICIAL DISTRICT OF YORK )

IN THE MATTER OF RFQ NO. __________ AND ANY ENSUING CONTRACT BETWEEN

_______________________________________________

(Company Name)

- AND -

City of Toronto I, ______________________________ of the City/Town/Village of ___________________________ in the Province

(Name) of _____________________________, do solemnly declare the following:

(Name of Province) 1. I am the ___________________________ of the ____________________________ and as such

(Insert Title) (Insert Company Name) have knowledge of the matters herein stated. 2. __________________________ is a sole proprietorship/partnership/corporation with its head office

(Company Name) located at________________________ and has carried on business as a_______________________________________

(contractor/state other type of business) since on or about_____________________.

(Insert Date) 3. _______________________________ since__________________ had in place a Health and Safety

Policy (Company Name) (Insert Date)

under Section 25(2) (j) of the Occupational Health and Safety Act, R.S.O. 1990, c. 0.1 as amended, (the “Act”) and has/have developed and maintain(s) on an annual basis a program to implement the written Occupational Health and Safety Policy. A copy of the policy and program for________________________ (Insert Company Name) will be delivered to the City of Toronto upon request by the City and will be available for inspection at the City of Toronto, solely for the purposes of

RFQ 9117-19-7221

41 of 94

VIEWING C

OPY

Page 42: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

the above noted Contract. 4._______________________________ since__________________ had in place a Workplace Violence and a

(Company Name) (Insert Date) Workplace Harassment Policy under Section 32.0.1(1) of the Occupational Health and Safety Act, R.S.O. 1990, c. 0.1 as amended, (the “Act”) and has/have developed and maintain(s) on an annual basis a program to implement the written Workplace Violence and Workplace Harassment Policy. A copy of the policy and program for________________________ (Insert Company Name) will be delivered to the City of Toronto upon request by the City and will be available for inspection at the City of Toronto, solely for the purposes of the above noted Contract. 5._______________________________ (Insert Company Name) will employ for the Work under this

Contract a supervisor or supervisors who are competent persons as defined by section 1(1) of the Act, and specifically a person or persons who: (a) are qualified because of knowledge, training and experience to organize the Work and its

performance;

(b) are familiar with the Act and the regulations made thereunder that apply to the Work; and

(c) have knowledge of any potential or actual danger to health and safety associated with the Work.

6.________________________________________ (Insert Company Name) will employ for the purpose of

this project the following competent supervisors: __________________________________________ (Insert name of supervisors)

No supervisors other than those named shall work on this Contract.

7. The supervisors employed by________________________________________ (Insert Company Name) has successfully completed the necessary health and safety courses to be considered a competent person to undertake the Work described in the Contract.

AND I/We make this solemn Declaration conscientiously believing it to be true, and knowing that it is of the same force and

effect as if made under oath and by virtue of “The Canada Evidence Act”.

DECLARED BEFORE ME AT THE ) )

OF ) )

IN THE ) _____________________________________________ ) Signing Officer for Company

THIS DAY OF 20___. ) )

A Commissioner etc. )

RFQ 9117-19-7221

42 of 94

VIEWING C

OPY

Page 43: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

BIDDER REFERENCES FORM

1. Company Name: ______________________________

Contact Name & Title: ______________________________

Telephone Number: ______________________________

Email address: ______________________________ Client was supplied Geotechnical, Hydrogeological and Environmental Services and analysis, with at least three (3) Deep Boreholes (>50m below ground surface) with core samples and monitoring wells?

Yes No Client was provided satisfactory service to client (on schedule, on budget, on specified scope/quality)?

Yes No 2. Company Name: ______________________________

Contact Name & Title: ______________________________

Telephone Number: ______________________________

Email address: ______________________________ Client was supplied Geotechnical, Hydrogeological and Environmental Services and analysis, with at least three (3) Deep Boreholes (>50m below ground surface) with core samples and monitoring wells?

Yes No Client was provided satisfactory service to client (on schedule, on budget, on specified scope/quality)?

Yes No 3. Company Name: ______________________________

Contact Name & Title: ______________________________

Telephone Number: ______________________________

Email address: ______________________________ Client was supplied Geotechnical, Hydrogeological and Environmental Services and analysis, with at least three (3) Deep Boreholes (>50m below ground surface) with core samples and monitoring wells?

Yes No Client was provided satisfactory service to client (on schedule, on budget, on specified scope/quality)?

Yes No

RFQ 9117-19-7221

43 of 94

VIEWING C

OPY

Page 44: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

APPENDIX E - CITY POLICY COMPLIANCE FORMS (Also See City Policies Listed in Appendix "E1")

POLICIES The Bidder has read, understood and agrees to comply with the terms and conditions contained in this RFQ and the City’s Policies and Legislation set out on the City of Toronto website at: http://www.toronto.ca/purchasing/policies DECLARATION OF COMPLIANCE WITH THE CITY'S SUPPLIER CODE OF CONDUCT By signing this form, the Bidder acknowledges that it has read and understands its obligations under the Supplier Code of Conduct and further certifies that the Bidder, and any of its proposed subcontractors, will provide the services in compliance with the Supplier Code of Conduct. Refer to the Supplier Code of Conduct in Article 13 of Chapter 195, Purchasing, of the Toronto Municipal Code.

PROHIBITION AGAINST COLLUSION AND UNETHICAL BIDDING If the box below is left blank, the Bidder will be deemed to declare that it had no affiliation or other relationships with other Bidders that might be seen to compromise the principle of fair competition, including any proposed subcontracting relationships. If the Bidder declares an affiliation or other relationship with other Bidders that might be seen to compromise the principle of fair competition, the Bidder must set out the details below:

Refer to the Supplier Code of Conduct mentioned above.

RFQ 9117-19-7221

44 of 94

VIEWING C

OPY

Page 45: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

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

Refer to the Supplier Code of Conduct mentioned above. CONFLICTS OF INTEREST OR UNFAIR ADVANTAGE For the purposes of this section, the term “Conflict of Interest” means

(a) in relation to the procurement process, the Bidder has, or is seen to have, an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having, or having access to, confidential information of the City in the preparation of its proposal that is not available to other Bidders, (ii) communicating with any person with a view to influencing preferred treatment in the procurement process (including but not limited to the lobbying of decision makers involved in the procurement process), or (iii) engaging in conduct that compromises, or could be seen to compromise, the integrity of the procurement process; or

(b) in relation to the performance of its contractual obligations contemplated in the contract that is the subject of this procurement, the Bidder’s other commitments, relationships or financial interests (i) could, or could be seen to, exercise an improper influence over the objective, unbiased and impartial exercise of its independent judgment, or (ii) could, or could be seen to, compromise, impair or be incompatible with the effective performance of its contractual obligations.

Potential Conflicts of Interest or unfair advantage include, but are not limited to: (1) Engaging current or former City employees or public office holders to take any part in the preparation of the proposal or the performance of the contract if awarded, any time within two (2) years of such persons having left the employ or public office of the City;

RFQ 9117-19-7221

45 of 94

VIEWING C

OPY

Page 46: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

(2) Engaging any family members, friends or private business associates of any public office holder which may have, or appear to have, any influence on the procurement process or performance of the contract, if awarded; (3) Prior involvement by the supplier or affiliated persons in developing the technical specifications or other evaluation criteria for the solicitation; (4) Prior access to confidential City information by the supplier, or affiliated persons, that is materially related to the solicitation and that was not readily accessible to other prospective Bidders; or (5) The Bidder or its affiliated persons are indebted to or engaged in ongoing or proposed litigation with the City in relation to a previous contract. If the box below is left blank, the Bidder will be deemed to declare that (a) there was no Conflict of Interest in connection with preparing its proposal; and (b) there is no foreseeable Conflict of Interest in performing the contractual obligations contemplated in this RFSQ process. The Bidder declares that there is an actual or potential Conflict of Interest relating to the preparation of its proposal, and/or the Bidder foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the procurement. If the Bidder declares an actual or potential Conflict of Interest, the Bidder must set out the details below:

The following individuals, as employees, advisers, or in any other capacity (a) participated in the preparation of our proposal; AND (b) were employees of the City and have ceased that employment within twenty four (24) months prior to the Submission Deadline: Name of Individual: Job Classification: Department: Last Date of Employment with the City: Name of Last Supervisor: Brief Description of Individual’s Job Functions: Brief Description of Nature of Individual’s Participation in the Preparation of the Proposal:

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

RFQ 9117-19-7221

46 of 94

VIEWING C

OPY

Page 47: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

PURCHASE OF PRODUCTS MANUFACTURED IN FACTORIES WHERE CHILDREN ARE USED AS SLAVE LABOUR OR OTHER EXPLOITIVE CIRCUMSTANCES WHICH IMPEDES CHILD DEVELOPMENT (if applicable) Purpose: To advise suppliers that the City of Toronto does not wish to encourage the use of products manufactured in factories where children are used as slave labour or other exploitive circumstances which impedes child development. Policy: Bidders must state where the products offered have been made. City Council does not wish to see products used that have been made in factories in countries where children are used as slave labour or other exploitive circumstances, which impedes child development. Therefore, preference will be given to bidders that obtain products from any country other than the aforementioned, but this criteria will not be used to disqualify any bidder. Bidders must state where the products offered have been made: _______________________ (Specify) Bidders to state if products offered have been made in factories in countries where children are used as slave labour or other exploitive circumstances which impedes child development: ____________________ (Specify)

This policy will be considered in the evaluation of all Bids received. ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT (if applicable) For a copy of the City of Toronto Environmentally Responsible Procurement Policy, please download a copy of the Policy at: https://www.toronto.ca/wp-content/uploads/2017/08/8e27-environment_procurement.pdf State if environmentally preferred products/service is being offered: YES______ NO______ State briefly the environmental benefit of the product/service offered: ____________________________________________________________________________________ ACCESSIBILITY FOR ONTARIANS WITH DISABILITIES STANDARDS The Bidder acknowledges that it shall deliver, as appropriate for each Deliverable, accessible and inclusive Services consistent with the Ontario Human Rights Code (OHRC), the Ontarians with

RFQ 9117-19-7221

47 of 94

VIEWING C

OPY

Page 48: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Disabilities Act, 2001 (ODA) and Accessibility for Ontarians with Disabilities Act, 2005 (AODA) and its regulations in order to achieve accessibility for Ontarians with disabilities. Bidders are also required to comply with the City’s accessibility standards, policies, practices, and procedures, which may be in effect during the Term of the Agreement and which apply to the Deliverables. The accessible customer service training requirements which are applicable to the Deliverables may be reviewed at: https://www.ontario.ca/laws/regulation/110191

RFQ 9117-19-7221

48 of 94

VIEWING C

OPY

Page 49: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

DISCLOSURE OF BID INFORMATION The Bidder hereby agrees that any information provided in this Bid, even if it is identified as being supplied in confidence, may be disclosed where required by law or if required by order of a court or tribunal. The Bidder hereby consents to the disclosure, on a confidential basis, of this Bid by the City to the City’s advisers retained for the purpose of evaluating or participating in the evaluation of this Bid. The Bidder shall provide the City with ongoing disclosure, should the Bidder be awarded a contract and any of the information or representations provided in this form no longer be accurate.

_________________________________________________________________________________ SIGNATURE OF AUTHORIZED SIGNING OFFICER

_________________________________________________________________________________ PRINTED NAME OF SIGNING OFFICER

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

THIS FORM (APPENDIX E, 5 PAGES) MUST BE COMPLETED, SIGNED AND SUBMITTED WITH YOUR BID SUBMISSION OR YOUR BID WILL BE DECLARED NON-COMPLIANT.

RFQ 9117-19-7221

49 of 94

VIEWING C

OPY

Page 50: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

APPENDIX “E1” – APPLICABLE CITY POLICIES

For a copy of the City of Toronto Procurement Policies, please download a copy of the Policy by clicking any of the links as provided below or by visiting the following website (www.toronto.ca/purchasing/policies):

(1) FAIR WAGE POLICY*

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

The policy and schedules are available on the Fair Wage Office website – www.toronto.ca/fairwage LABOUR TRADES CONTRACTUAL OBLIGATIONS IN THE CONSTRUCTION INDUSTRY* Labour Trades Contractual Obligations – (extracted from Schedule B of the City of Toronto Municipal Code, Chapter 67)

(2) ACCESSIBILITY STANDARDS FOR CUSTOMER SERVICE TRAINING REQUIREMENTS POLICY

(3) ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT

(4) POLICY ON DONATIONS TO THE CITY FOR COMMUNITY BENEFITS

(5) RIGHT TO REJECT DEBTORS AND SET OFF POLICY

RFQ 9117-19-7221

50 of 94

VIEWING C

OPY

Page 51: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

APPENDIX “E2” – FAIR WAGE SCHEDULE

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

Heavy Construction

Please review a copy of the Fair Wage Schedule applicable to this Call. The Fair Wage Schedules can be found at the following website:

http://www.toronto.ca/fairwage

In the event that other Fair Wage Schedules may overlap the work covered by this Contract or if you have any questions with respect to the Fair Wage Policy or the Fair Wage Schedules please contact the Fair Wage Office by:

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

RFQ 9117-19-7221

51 of 94

VIEWING C

OPY

Page 52: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

TERMS OF REFERENCE FOR

UNDERTAKING: GEOTECHNICAL,

HYDROGEOLOGICAL AND

ENVIRONMENTAL

INVESTIGATION PROGRAM

BLACK CREEK SANITARY TRUNK SEWER THE CITY OF TORONTO PROJECT NO.: 151-09207-00 DATE: JULY 16, 2019

WSP CANADA INC. 51 CONSTELLATION COURT TORONTO, ON CANADA M9W 1K4 T: +1 416 798-0065 F: +1 416 798-0518 WSP.COM

52 of 94

VIEWING C

OPY

Page 53: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page i

TABLE OF

CONTENTS

1 DESCRIPTION ........................................................................ 1

2 SCOPE OF WORK ............................................................... 2

2.1 GENERAL ............................................................................................ 2

2.1.1 Geotechnical Requirements ..................................................................................................... 2

2.1.2 Hydrogeological Requirements .............................................................................................. 3

2.1.3 Environmental Requirements ................................................................................................. 3

2.1.4 Additional Requirements ............................................................................................................ 3

2.2 INVESTIGATION PROGRAM .........................................................4

2.2.1 Investigation Planning ................................................................................................................... 5

2.2.2 Standards ................................................................................................................................................ 5

2.2.3 Geotechnical Field Work Requirements........................................................................... 6

2.2.4 In-Situ Testing ...................................................................................................................................... 7

2.2.5 Drilling and Sampling .................................................................................................................... 7

2.3 GEOTECHNICAL INVESTIGATION ............................................. 8

2.3.1 General ..................................................................................................................................................... 8

2.3.2 Geophysical Investigation ........................................................................................................... 8

2.3.3 Borehole Drilling ................................................................................................................................ 9

2.3.4 Storage of Samples ....................................................................................................................... 10

2.3.5 Boreholes with Blow-out Prevention ............................................................................... 10

2.4 HYDROGEOLOGICAL INVESTIGATION .................................... 11

2.4.1 General .................................................................................................................................................... 11

2.4.2 Hydrogeological Field Work ..................................................................................................... 11

2.4.3 Monitoring Well and Vibrating Wire Piezometer Installations ....................... 12

2.4.4 Groundwater Level Measurements .................................................................................... 12

2.4.5 Bedrock Corehole Packer Testing ....................................................................................... 12

2.4.6 Single Well Response Tests ...................................................................................................... 12

2.4.7 Aquifer Performance Pumping Tests ............................................................................... 13

2.4.8 Groundwater Quality Sampling and Testing ............................................................... 13

2.4.9 Decommissioning of Monitoring Wells ........................................................................... 13

2.5 ENVIRONMENTAL INVESTIGATION ........................................ 14

2.5.1 General ................................................................................................................................................... 14

53 of 94

VIEWING C

OPY

Page 54: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page ii

2.5.2 Environmental Testing – Soil, Groundwater and Bedrock ................................. 15

2.6 LABORATORY ANALYSIS ........................................................... 15

2.6.1 Geotechnical Testing of Soils and Bedrock .................................................................. 15

2.7 REPORTING ..................................................................................... 17

2.7.1 Geotechnical Data Reports (GDR) – Tunnel, Shafts and Combined Sewer

Overflow Tanks .................................................................................................................................. 17

2.7.2 Hydrogeological Data Report (HDR) ................................................................................. 18

2.7.3 Environmental Investigation Report (EIR) ..................................................................... 18

2.7.4 Drawing Requirements .............................................................................................................. 18

3 CLOSURE ............................................................................. 20

54 of 94

VIEWING C

OPY

Page 55: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page iii

DRAWINGS

PROJECT LOCATION PLAN (DRAWING NO. 1)

BOREHOLE AND MONITORING WELL PLAN (DRAWING NOS. 2 to 7)

APPENDIX A

WSP, DESKTOP GEOTECHNICAL STUDY – BLACK CREEK SANITARY TRUNK SEWER, TORONTO, ONTARIO, DATED JULY 2019.

55 of 94

VIEWING C

OPY

Page 56: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 1

1 DESCRIPTION Geotechnical, hydrogeological and geo-environmental investigations are required to provide input related to the Class Environmental Assessment (EA) for the proposed Sanitary Trunk Sewer (STS) located between an existing sewer at Finch Avenue West and the Humber Sewer Treatment Plant. In connection with this project, there are also a series of new Combined Sewer Overflow (CSO) tanks proposed. It is expected that much of the sewer will be constructed using tunneling methods. The plan involves the new STS alignment as follows:

(1) The sewer will run north to south along Keele Street extending from an existing sewer at Finch Avenue West to Weston Road at Gunns Road. This portion is approximately ten (10) kilometres in length.

(2) From Weston Road at Gunns Road, the sewer will then continue westward for approximately four (4) kilometres along the Ontario Hydro right-of-way located north of St. Clair Avenue to the existing Humber Trunk Sewer.

Drawing No. 1 shows the preliminary location of the proposed sewer.

This document contains project-specific standard methods to collect the geologic, geotechnical, geo-environmental, and hydrogeological information required to successfully complete the investigation and make recommendations for the construction of the STS and CSO tanks. The included recommended scope of work has been designed based on an evaluation of existing published information and available data reports, summarized in a Desktop Study (Appendix A) completed by WSP Canada (WSP).

The purpose of the current Work Plan is for the Class EA and preliminary design of the proposed sewer. Further investigation will be required for the detailed design and construction of the proposed sewer.

56 of 94

VIEWING C

OPY

Page 57: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 2

2 SCOPE OF WORK

2.1 GENERAL

In preparation for completing the Class EA and preliminary design of the Black Creek Sanitary Trunk Sewer, WSP has designed a geotechnical, hydrogeological and environmental investigation program for the preferred sewer alignment. Drawing No. 2 shows the proposed borehole and monitoring well locations. Borehole, monitoring well and vibrating wire piezometer locations have been selected to complement existing information and confirm the subsurface conditions for the final design of the sewer. The general purpose of the investigation is to characterize the overburden, bedrock and groundwater conditions which may impact the proposed design, construction and operation of the project.

2.1.1 GEOTECHNICAL REQUIREMENTS

o Geotechnical investigation program and the production of a detailed Geotechnical Data Report (GDR) combining the existing information with the results of the investigation.

o Conduct the investigations to highest standards of safety, in accordance with local laws, by-laws and city permits.

o Conduct a geophysical investigation of bedrock along the entire tunnel alignment in accordance with the methodology described herein.

o Table 1 provides a list of estimated boreholes and their respective approximate locations and depths to be drilled.

o Document geological, geotechnical, geo-environmental and hydrogeological conditions for the site.

o Identify and classify the geologic features, geologic formations and layers and their extents at borehole locations.

o Where encountered, identify and classify the overburden materials including fill, top of till and bedrock transition zone, top of weathered bedrock and top of fresh bedrock at borehole locations by means of in situ and laboratory testing.

o Where specified, perform in-situ stress measurements in rock and borehole imaging.

o Characterize the physical properties of each geologic layer including strength, weathering, hardness, abrasiveness, slake durability, geologic structure and all other pertinent geologic, geo-mechanical and engineering properties.

o Characterize the discontinuities (joints) in the rock mass.

o Determine the corrosivity and sulphate content of the soil, bedrock and groundwater.

o Prepare a 2-D subsurface stratigraphic profile depicting the ground surface, overburden soil strata, top of bedrock (including geologic formations and layers), the presence of buried stream channels, bedrock valleys, and any additional subsurface anomalies.

o All monitoring and testing required as part of the geotechnical testing program including sample transportation to the laboratory.

o Borehole decommissioning as per Ontario Regulation 903 requirements.

o Prepare geotechnical drawings for a Geotechnical Baseline Report showing the different soil and rock layers with the standard graphic symbols and colours. Note that preparation of the Geotechnical Baseline Report is not included in this scope of work.

o Detailed characterization of soil, bedrock and groundwater as it relates to off-site disposal, on-site re-use, as well as discharge to storm/sanitary sewer.

o Recommendations for further geotechnical investigation based on gaps identified in the final data from the preliminary geotechnical investigation.

57 of 94

VIEWING C

OPY

Page 58: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 3

2.1.2 HYDROGEOLOGICAL REQUIREMENTS

o Hydrogeological investigation program including field investigations, pumping testing, and the production of a detailed Hydrogeological Data Report (HDR) combining the existing information with the results of the investigation.

o Preparation of technical documents in support of Category 2 PTTW application(s), in support of pumping tests if required. .

o All monitoring and testing required as part of the hydrogeological investigation program.

o Monitoring well decommissioning as per O. Reg. 903 requirements.

o Recommendation for further hydrogeological investigation based on findings of preliminary hydrogeological investigation.

2.1.3 ENVIRONMENTAL REQUIREMENTS

o All components of the Environmental Investigation shall be completed in general accordance with the requirements and analytical methods and protocols as specified in O.Reg. 153/04.

o Groundwater samples shall be collected from all newly installed monitoring wells and analyzed for the required parameters further to both O.Reg. 153/04 and the relevant sewer-use by-laws (storm and sanitary) as well as PWQO.

o Soil and bedrock samples shall be collected from the boreholes and analyzed for the listed parameters, as indicated in Section 2.5, Table 2 and Table 3.

o Further requirements for the Environmental Investigation are included in Section 2.5.

2.1.4 ADDITIONAL REQUIREMENTS

o Applicable traffic management planning including the development and submission of traffic control plans, road permits and implementation to complete the work.

o Preparation of Site Specific Health and Safety Plan for the project.

o Daily health and safety tailgate meetings with the associated documentation.

o Utility locating services as applicable to complete the work.

o Ministry of Labour (MOL) Notice of Project.

o All applicable regulatory and other approvals.

o All laboratory services including testing and reporting.

o Restoration of the physical works being completed to the condition prior to mobilization. Document pre- and post- drilling site conditions with a photographic record.

o Collect and properly dispose all investigation derived waste materials, including excess soil, drilling fluids and purge/development water.

o Ongoing monitoring and maintenance of the various boreholes, well points, monitoring wells and the like to establish patterns, baselines, seasonal fluctuations.

o Prepare geotechnical profile setting based on interpretation of geotechnical conditions and previous investigations.

o All borehole and monitoring well location plans shall adhere to the City of Toronto’s CAD standards.

The geotechnical, hydrogeological and environmental investigation works are to be coordinated to eliminate duplication of field work and redundancy of reporting.

58 of 94

VIEWING C

OPY

Page 59: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 4

The ultimate objective of the assignment is a detailed assessment of the subsurface conditions such that the information can be used for detailed design and development of a GBR (by others) and Geotechnical Memoranda for design (by others) including the required detailed design of tunnel, shafts, CSO tanks, maintenance holes, excavations, dewatering systems, etc.

2.2 INVESTIGATION PROGRAM

The vendor shall prepare a detailed Work Plan encompassing all aspects of the work. The Work Plan is intended to be a field reference for on-site personnel supervising and performing the investigation. The Work Plan will include items indicated below:

o Health, Safety and Environmental Program

o Traffic Control Plan for all anticipated closures related to undertaking of the work within this assignment

o General Site Requirements, such as:

• Excess material disposal plan

• Management of soil, water, drill cuttings on site and protection measures to prevent impact to the environment

• Copies of required permits

• Borehole sealing/decommissioning procedures

• Site restoration plan

• Drilling program

• Drilling methodology for overburden and rock (e.g. wash boring, auger drilling, etc.)

• Field logging procedures

• Procedure for handling contaminated soils, if encountered

• HQ rock coring procedures

• PQ coring procedures

• HQ and PQ core transportation and storage procedures

• Environmental sampling, preserving and labelling procedures for soil and groundwater

• Procedure for management of subsurface gas in accordance with the OGSRA, if encountered

• Procedures for soil sample headspace measurements

• Typical procedures for use of gas meter and photoionization detector (PID) including normal working limits and plan where readings fall outside these limits

• Other components of field investigations

• Borehole televiewer (optical and acoustic) imaging work plan

• Overcoring work plan

• Pressuremeter/dilatometer work plan

• Packer testing work plan

• Single well response test (SWRT) work plan

• Monitoring well and Vibrating Wire Piezometer (VWP) installation work plan

59 of 94

VIEWING C

OPY

Page 60: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 5

• Pumping tests well construction details

• 48-hour Aquifer Performance Testing Procedures

2.2.1 INVESTIGATION PLANNING

Prior to the start of any field work activities, a Site Specific Health and Safety Plan must be developed and implemented in accordance with the Ontario Occupational Health and Safety Act (OHSA) to protect workers and the general public from the safety risks associated with the works. All staff and subcontractors attending the site must understand and follow the requirements of the plan. The Site Specific Health and Safety Plan shall outline the roles and responsibilities of all workers involved in the investigation.

The nature and location of the work, the quality and quantity of the work to be encountered, and the character of equipment and facilities required during the execution of work must be identified prior to drilling.

All locations of underground utilities must be identified to protect against damage of any kind. Any damage to utilities or infrastructure must be reported immediately. Comprehensive, time-stamped pre-investigation condition photographs must be taken of all areas for use in post-investigation restoration. All sites must be restored to their original condition.

All necessary permits, approvals and licences to complete the work must be obtained and their requirements met, including but not necessarily limited to the following:

o Road occupancy and cut permits

o Road cut/excavation/repair permits

o Ministry of Transportation Encroachment Permit(s)

o Conservation Authority approvals

o Boreholes/well installation and modification licences as may be required under Ontario Regulation 903. The well contractor retained by the consultant must fill out the MOECC well record and provide the original to the MOECC

o Filing Notice of Project with Ontario Ministry of Labour

o Noise By-Law Exemption from the City of Toronto (if relevant)

2.2.2 STANDARDS

The geotechnical investigation shall conform to the most recent edition of the following standards:

o International Society for Rock Mechanics (ISRM), Description of Rock Cores

o ASTM D420 ― Standard Guide to Site Characterization for Engineering, Design and Construction Purposes

o ASTM D5434 ― Standard Guide for Field Logging of Subsurface Explorations of Soil and Rock

o ASTM D2488 ― Standard Practice for Description and Identification of Soils (Visual Manual Procedure)

o ASTM D1452 ― Standard Practice for Soil Investigations and Sampling by Auger Boring

o ASTM D1586 ― Test Method for Penetration Test and Split Barrel Sampling of Soils

o ASTM D1587 ― Standard Practice of Thin Walled Tube Geotechnical Sampling of Soils

o ASTM D2113 ― Standard Practice for Diamond Core Drilling for Site Investigations

o ASTM D4220 ― Standard Practice for Preserving and Transporting Soil Samples

o ASTM D4623 ― Standard Test Method for Determination of In Situ Stress in Rock Mass by Overcoring Method—USBM Borehole Deformation Gauge

o ASTM D5079 ― Standard Practice for Preserving and Transporting Rock Core l Samples

o ASTM D2573 ― Test Method for Field Vane Shear Test in Cohesive Soils

60 of 94

VIEWING C

OPY

Page 61: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 6

o ASTM D5784 ― Guide for the use of Hollow Stem Augers for Geo-Environmental Exploration and Installation of Subsurface Water-Quality Monitoring Devices

o ASTM D6151 ― Standard Practice for Using Hollow Stem Augers for Geotechnical Exploration and Sampling

o BS EN ISO 22282-3: 2012 ― BSI Standards, Geotechnical Investigation and Testing – Geohydraulic Testing, Part 3: Water Pressure Tests in Rock

o Canadian Foundation Engineering Manual (CFEM) 4th Edition. Canadian Geotechnical Society 2006

o US EPA SW-846 Test Method 1312: Synthetic Precipitation Leaching Procedure

2.2.3 GEOTECHNICAL FIELD WORK REQUIREMENTS

o Perform all work under overall supervision of a qualified Professional Engineer (P. Eng.) or Professional Geoscientist (P. Geo.) registered in Ontario with demonstrated experience in completing similar investigations. Boreholes and monitoring wells must be drilled by a well contractor licensed with the MECP and with experience drilling in flowing sands and in bedrock.

o Conform to all current relevant industry standards for sampling, collection and testing unless indicated otherwise in this document.

o Table 1 provides a list of boreholes and their approximate location and depth to be drilled. Borehole locations may require shifting depending on available equipment and on-site constraints (e.g. available space, buried utilities, overhead wires, conditions on the road occupancy permits etc.). On written approval from the city, borehole depths may change depending on the final location of boreholes. Boreholes shall be advanced to a depth of at least three (3) times the tunnel diameter below the bottom of the tunnel/shaft.

o All excess materials (soils and drill cuttings, groundwater, fluids, etc.) that are generated from or used for the drilling at these locations shall be legally contained, collected, placed, transported, and disposed according to all applicable local, provincial and federal regulations. All drums are to be labelled with Vendor’s name and project name clearly on the labels.

o Plan geotechnical, hydrogeological, environmental investigations to minimize disruption to vehicle and pedestrian traffic.

o Public and private utility locate services are required at all borehole locations prior to intrusive field work.

o A physical site reconnaissance shall be conducted to review the project area and to lay out the location of boreholes away from the location of existing underground and overhead services, and evaluate accessibility, required equipment, and existing site constraints.

o All necessary precautions must be taken to prevent damage to public and private property, and restore the site to the condition existing prior to entry. Any damage must be re-stored to pre-existing conditions.

o All necessary permits for undertaking the field work must be obtained and valid throughout the entire duration of fieldwork.

o Where boreholes are located within private properties, a written Permit to Enter is required. Borehole locations may be modified to be outside of private properties if conditions warrant.

o The locations and elevations of all boreholes shall be surveyed. Horizontal Datum (Universal Transverse Mercator coordinates (UTM)) Zone 17 North American Datum 83 (NAD) and vertical datum Canadian Geodetic Vertical Datum (CGVD) 1928-1978, Southern Ontario. The horizontal accuracy shall be within 0.3 m. The vertical accuracy of survey readings shall be within 0.01 m.

o Optical and/or acoustic televiewer surveys on selected boreholes shall be carried out to produce continuous oriented 360° digital and sonar images of the borehole walls.

o Bedrock coring shall be carried out using HQ core size and double and/or triple-tube core barrels.

o High definition photographs of all rock cores with corresponding depth measurements as encountered in the field shall be carried out and included in the Geotechnical Investigation Report. Sample photos must be sent to the City

61 of 94

VIEWING C

OPY

Page 62: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 7

for approval prior to commencing field investigations. Field logs are to be photographed and emailed to the City daily during drilling work.

o The field supervisors shall maintain clear and concise field notes.

o Weather conditions while fieldwork is performed, including temperature and general conditions, must be recorded.

2.2.4 IN-SITU TESTING

The following in-situ testing is to be carried out during fieldwork. Table 1 specifies which boreholes shall undergo each test.

o Standard Penetration Testing: All boreholes

o Soil Pressuremeter Testing (carried out in 3m intervals): Three (3) boreholes

o Rock Pressuremeter/Dilatometer Testing (carried out in 3m intervals): Two (2) boreholes

o Soil PQ Coring: Two (2) boreholes

o Packer Testing: All boreholes (bedrock zone only)

o Field Vane Testing: If required (all cohesive soils where SPT ‘N’ value is less than 10)

o Overcoring: Two (2) boreholes

o Optical and/or Acoustic Televiewing: Two (2) boreholes

2.2.5 DRILLING AND SAMPLING

For soils, obtain disturbed samples using standard penetration test (SPT) for soil classification and moisture content. Obtain samples of each soil type encountered, the first sample being at a depth not greater than 750mm and whether succeeding samples of sand or silt are dry, moist, or wet. Record penetration values of standard penetration test at the top of each soil stratum, commencing at 750mm down to 3m and not greater than 1500mm thereafter. Continuous sampling every 750mm should be completed for tunnels in the overburden from five (5) metres above obvert to five (5) metres below invert elevation.

For cohesive soils, obtain relatively undisturbed samples using a thin walled Shelby tube to be sealed and returned to the Laboratory for determination of shear strength and consolidation testing. For cohesive soils, measure shear strength with a pocket penetrometer and for soils that have shear strengths of less than 100 kPa, conduct a field vane test to determine the shearing strength.

The investigation shall be advanced with a hollow-stem-auger (HSA) or casing and wash boring (as appropriate) and SPT sampling to refusal (unless otherwise indicated). The borehole shall be advanced by HQ coring upon refusal and shall extend to the target depth. Care shall be taken to log the location of the till bedrock interface, and all bedrock features including the thickness of limestone interbeds.

Where rock is encountered in the boreholes, the following shall be completed:

o HQ rock coring shall be carried out to extend to the depths noted in Table 1.

o Coring should be completed with HQ-2 or HQ-3 sized core barrels, unless otherwise specified in the standard test method.

o The presence of boulders, obstructions, groundwater, soft soil conditions and gas, as it may also be encountered during excavation and construction of the shafts and tunnels should be identified.

o Conduct a set of overcoring tests at two (2) borehole locations to estimate the in-situ horizontal stresses in rock, as specified in Table 1. If fractures are detected, extend the borehole and try again to obtain representative data. Each set of tests shall consist of three (3) successful tests per borehole.

o The recovered overcores collected from the overcore test shall be stored for record.

62 of 94

VIEWING C

OPY

Page 63: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 8

o The overcoring test shall be conducted at tunnel horizon depth; this means between three (3) excavation diameter above (if possible) and three (3) diameters below the tunnel elevation, but below the weathered rock zone. Minimizing drilling vibrations during the overcoring test is necessary.

o Store core in boxes, marking the orientation and depth of each core run in accordance with ASTM Standards, as well as using placeholders for sections of unrecovered core.

o Care should be taken to preserve orientation of rock jointing in the core boxes.

o Note water loss and gain or changes in drilling resistance.

o All in-situ rock testing listed in section 2.2.4 shall be carried out according to Table 1.

o Identify and classify rock in accordance with the ISRM and CFEM standards referenced in Section 2.2.2, making special note of the thickness of limestone layers.

o Investigate the thickness and physical properties of any soil/bedrock interface complex.

As part of borehole drilling, take measurements of methane gas in each of the boreholes during drilling at suspected soil stratum and immediately after completing the drilling in each borehole.

Boreholes soil or rock cuttings shall not be used to backfill boreholes or monitoring wells. The area around each borehole or monitoring well shall be restored to pre-existing conditions and left in a clean and tidy condition.

Samples for geotechnical characterization of the rock mass should be taken at tunnel horizon elevation.

The disturbed areas (roadway, sidewalk, boulevard, curb, median, sub-drains etc.) must be restored to the original or better condition.

Where monitoring wells are located within the travelled portion of the roadway, they shall be covered with flush mounts to allow for safe passage of the vehicles over the monitoring well.

Measure the water level at each borehole after completion of the drilling process and again before plugging the borehole.

All excavation derived wastes, such as excess soils, drilling fluids and purge or development water must be containerized, characterized and properly disposed in accordance with Ontario Regulations and municipal by-laws.

2.3 GEOTECHNICAL INVESTIGATION

2.3.1 GENERAL

o A geophysical survey by means of Seismic Refraction along the entire proposed tunnel alignment shall be conducted. The geophysical investigation method shall conform to the most recent edition of the following standard/methods:

• ASTM D5777 - Guide for Using the Seismic Refraction Method for Subsurface Investigation.

• Multi-channel Analysis of Surface Waves, Park, C.B., Miller, R.D. and Xia, J. Geophysics, Vol. 64, No. 3 (May-June 1999); P. 800-808.

o Twelve (12) boreholes distributed evenly along the tunnel alignment, designated as BH19-1 to BH19-12, shall be drilled. A monitoring well shall be installed at every borehole location and screened within the overburden or tunnel zone as indicated Section 2.4.3.

2.3.2 GEOPHYSICAL INVESTIGATION

Complete a geophysical investigation to assist in defining the presence and depth of bedrock valleys, and potential groundwater information along the preferred sewer alignment. This will be performed prior to drilling to confirm required borehole depths.

63 of 94

VIEWING C

OPY

Page 64: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 9

The geophysical investigation method selected must conform to the most recent edition of the following standards/methods:

o ASTM D5777 ― Guide for Using the Seismic Refraction Method for Subsurface Investigation.

o Multi-channel Analysis of Surface Waves, Park, C.B., Miller, R.D. and Xia, J. Geophysics, Vol. 64, No. 3 (May-June 1999); P. 800–808.

2.3.3 BOREHOLE DRILLING

Drawing No. 2 presents the locations of the various boreholes and monitoring wells to be installed as part of this scope of work. The boreholes and their corresponding depths, locations along the alignment, and required in-situ testing are outlined in Table 1 below. The depths and in-situ testing indicated in Table 1 are based off preliminary geotechnical information and are subject to change based on findings obtained in this investigation. The total depth of each borehole shall penetrate to a minimum depth of three (3) times the diameter of the tunnel beneath the proposed tunnel depth.

BOREHOLE INVESTIGATION SCOPE SUMMARY

Table 1: Geotechnical Investigation Scope Summary

Borehole Approx. Location Total Depth

(mbgs)

Estimated Rock Core length (m)

In-Situ Testing

BH19-1

Refer to attached

borehole plan in

Drawing No. 2

42 12

Standard Penetrating Testing

Pressuremeter Tests at 3m

intervals in Soil

Packer Testing in Rock

BH 19-2

Refer to attached

borehole plan in

Drawing No. 2

36 3

Standard Penetrating Testing

Packer Testing in Rock

BH 19-3

Refer to attached

borehole plan in

Drawing No. 2

32 -

Standard Penetrating Testing

PQ Coring in Soil

BH 19-44

Refer to attached

borehole plan in

Drawing No. 2

54 13

Standard Penetrating Testing

Packer Testing in Rock

Pressuremeter/dilatometer

Testing in Rock

BH 19-5

Refer to attached

borehole plan in

Drawing No. 2

71 21

Standard Penetrating Testing

Packer Testing in Rock

Overcoring in Rock

BH 19-6

Refer to attached

borehole plan in

Drawing No. 2

81 26

Standard Penetrating Testing

Packer Testing in Rock

Televiewer Survey (acoustic and

optical) in Rock

BH 19-7

Refer to attached

borehole plan in

Drawing No. 2

82 26

Standard Penetrating Testing

Packer Testing in Rock

Pressuremeter/Dilatometer

Testing in Rock

BH 19-8

Refer to attached

borehole plan in

Drawing No. 2

79 26

Standard Penetrating Testing

Packer Testing in Rock

Televiewer Survey (acoustic

and/or optical)

64 of 94

VIEWING C

OPY

Page 65: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 10

Borehole Approx. Location Total Depth

(mbgs)

Estimated Rock Core length (m)

In-Situ Testing

BH 19-9

Refer to attached

borehole plan in

Drawing No. 2

75 25

Standard Penetrating Testing

Packer Testing in Rock

Overcoring in Rock

BH 19-10

Refer to attached

borehole plan in

Drawing No. 2

59 3

Standard Penetrating Testing

Pressuremeter Tests at 3m

intervals

Packer Testing in Rock

BH 19-11

Refer to attached

borehole plan in

Drawing No. 2

57 -

Standard Penetrating Testing

PQ Coring in Soil

BH 19-12

Refer to attached

borehole plan in

Drawing No. 2

52 -

Standard Penetrating Testing

Pressuremeter Tests at 3m

intervals in Soil

Notes: The unit (mbgs) regarding borehole depths refer to vertical length in metres below ground surface.

All soil and bedrock testing must conform to the latest editions of the geotechnical testing of soils and bedrock standards outlined in Section 2.6.1.

2.3.4 STORAGE OF SAMPLES

All soil and bedrock samples collected during the investigation must be stored for a minimum of 36 months following completion of this contract.

Storage of samples shall be indoors in a temperature-controlled space, with temperatures above freezing and below 30°C. Soil and rock samples shall be sealed to preserve their natural moisture conditions. The samples shall not be destroyed or disposed unless notified in writing by the City of Toronto.

The Vendor shall provide access and viewing areas to the City of Toronto and other parties as per their requests during the Tender and Construction phases. The Vendor shall be responsible for disposal of the samples after the retention period at its own cost.

2.3.5 BOREHOLES WITH BLOW-OUT PREVENTION

The Georgian Bay Shale formation expected to be encountered in the boreholes is known to occasionally contain natural gas. Should natural gas (methane) be encountered in quantities and pressures sufficient to pose a health and safety concern (above 20% Lower Explosive Limit) the borehole shall be decommissioned in accordance with the OGSRA (The Oil, Gas and Salt Resources Act) requirements. Additional licensing, drilling, site supervision and potentially blow out prevention (and other potentially extensive gas control measures) will be required to re-drill the borehole to the target depth (as identified in Table 1). With reference to the definition of a ‘well’ under OGSRA, the onus is on the vendor proposing to drill a geotechnical well to determine whether their proposed drilling operation would constitute a “well” under clause of the definition, therefore requiring the vendor to apply for a well licence under the OGSRA. Further, applicable Provincial Operating Standards and reporting requirements under the OGSRA must be followed. The application documents and the process for licencing wells under the OGSRA are outlined in the Provincial Operating Standards and could be downloaded from www.ogsrlibrary.com.

65 of 94

VIEWING C

OPY

Page 66: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 11

2.4 HYDROGEOLOGICAL INVESTIGATION

2.4.1 GENERAL

The purpose of a detailed hydrogeology study is to characterize existing hydrogeologic conditions, determine the need for and options for groundwater and surface water control, determine potential impacts within the area of influence of the project during the different stages of the project (shaft construction, dewatering, tunneling, etc.), and provide a mitigation and contingency plan to deal with any adverse situation encountered. The main objectives for the study are to establish the following:

o An assessment of current groundwater conditions/piezometric levels (quantity and quality) describing the regional and local hydrogeology and the likelihood of the requirement for dewatering/depressurization during the construction, using information based on the existing groundwater studies and from the additional investigations outlined in this RFT.

The level of data collection detail shall be sufficient to support submission of any permit applications (e.g. Permit to Take Water) or municipal approvals. The methodology to complete the study requirements is at the discretion of the Vendor, but shall conform to generally accepted groundwater engineering and hydrogeology practices and shall meet the requirements of respective upper and lower tier municipalities, conservation authority, MNRF and MOECC as applicable.

The groundwater testing program should conform to the latest edition of the following standards, where applicable:

o O. Reg. 153/04, Records of Site Condition – Part XV.1 of the Act under Environmental Protection Act

o R.R.O. 1990, Reg. 903: Wells under Ontario Water Resources Act

o ASTM D653 ― Terminology Relating to Soil, Rock, and Contained Fluids

o ASTM D4043 ― Guide for Selection of Aquifer Test Method in Determining Hydraulic Properties by Well Techniques

o ASTM D4044 ― Test Method for (Field Procedure) for Instantaneous Change in Head (Slug) Tests for Determining Hydraulic Properties of Aquifers

o ASTM D4050 ― Test Method for (Field Procedure) for Withdrawal and Injection Well Tests for Determining Hydraulic Properties of Aquifer Systems

o ASTM D4630 ― Standard Test Method for Determining Transmissivity and Storage Coefficient of Low-Permeability Rocks by In Situ Measurements Using the Constant Head Injection Test

o ASTM D4750 ― Test Method for Determining Subsurface Liquid Levels in a Borehole or Monitoring Well (Observation Well)

o ASTM D4104 ― Standard Test Method (Analytical Procedure) for Determining Transmissivity of Nonleaky Confined Aquifers by Overdamped Well Response to Instantaneous Change in Head (Slug Tests)

o ASTM D5092 ― Standard Practice for Design and Installation of Groundwater Monitoring Wells

o ASTM D6286 ― Standard Guide for Selection of Drilling Methods for Environmental Site Characterization

o ASTM D5912 ― Test Method for (Analytical Procedure) Determining Hydraulic Conductivity of an Unconfined Aquifer by Overdamped Well Response to Instantaneous Change in Head (Slug)

2.4.2 HYDROGEOLOGICAL FIELD WORK

Field work for hydrogeological studies shall be conducted concurrently with the Geotechnical Investigations provided the scope of work for each individual investigation is satisfied.

Field hydrogeological investigations will be conducted and a HDR shall be prepared including borehole/monitoring well logs, cross-sections and hydraulic testing results.

66 of 94

VIEWING C

OPY

Page 67: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 12

Specific tasks include the following and are detailed in the following subsections:

o Investigative field activities, groundwater elevation measurement, groundwater sampling (for comparison to the Provincial Water Quality Objectives [PWQO], sanitary and sewer use by-law criteria), and hydraulic testing designed to characterize the site conditions, evaluate groundwater control needs, and to address areas of potential groundwater impact.

2.4.3 MONITORING WELL AND VIBRATING WIRE PIEZOMETER INSTALLATIONS

Monitoring wells shall be installed in accordance with ASTM D5092, O.Reg. 903 and O.Reg. 153/04, as amended. Monitoring wells should be constructed using 50mm diameter PVC casing, except for two (2) wells which require large diameter (150mm diameter) PVC casing. The monitoring well screens shall be a maximum of 3m long and be properly sealed to avoid short circuiting of groundwater between two aquifers. A clean, appropriately-graded silica sand pack should be placed between the well screen and the annulus of the borehole wall, from the bottom of the well screen to 30 to 60 cm above the top of the well screen. A granular bentonite seal of 60 to 90 cm thick will be placed in the borehole annulus above the sand-packed well-screen section. Each well should be capped with a J-plug. The new monitoring wells should be finished with either flush-mount or monument casings, per the site conditions. Monument-style casings should be secured using a weather-resistant padlock.

There shall be one (1) 50mm diameter monitoring well installed at each borehole location. At two (2) locations, a large diameter (150mm) pumping well shall be constructed. In addition, at each proposed tunnel shaft location, a fully grouted Vibrating Wire Piezometer (VPN) shall be installed. Exact depths are to be determined once soil conditions are known at each location. The monitoring well testing will be carried out using Solinst Leveloggers. The total number of tests required will be confirmed towards the end of the drilling program and depend on the groundwater levels and the soil profile. For costing purposes, assume that each well shall undergo the minimum of a Single Well Hydraulic Test (SWRT) and a pumping test. The two (2) 150mm diameter wells shall undergo Aquifer Performance Pumping Testing.

The newly installed wells should be developed at least one day after well installation. Each of the monitoring wells installed should be developed and pumped out at least three (3) well volumes (or until the monitoring well is purged dry three (3) times). All excavation derived wastes, such as excess soils, drilling fluids and purge or development water must be containerized, characterized and properly disposed in accordance with Ontario Regulations and municipal by-laws. Loggers refer to electronic datalogging equipment.

2.4.4 GROUNDWATER LEVEL MEASUREMENTS

Collect six (6) rounds of groundwater elevation measurements from all monitoring wells. Additional groundwater elevation measurements should be taken on a bi-weekly basis after installation for a minimum of three (3) readings including the use of an oil-water interface probe. Dataloggers shall be installed in all wells and set to an appropriate measurement interval of twelve (12) hours. Instruments are to be left in place for a period of six (6) months. Loggers shall be downloaded when manual levels are taken and corrected for barometric pressure based on barologger data. A discussion of measurements taken after report submission shall be summarized in a technical memorandum. Results from this monitoring program shall be considered in the design.

2.4.5 BEDROCK COREHOLE PACKER TESTING

Bedrock corehole packer tests shall be performed at each coring location to assess and verify the hydraulic conductivity of weathered and unweathered bedrock. The packer tests should be conducted at 3.0 m intervals from the top of the bedrock to the bottom of the corehole to estimate the hydraulic conductivity of the bedrock. Double packer HQ sized wireline water pressure acceptance test apparatus is to be used. This test procedure shall follow standard BS EN ISO 22282-3 (2012).

2.4.6 SINGLE WELL RESPONSE TESTS

Single Well Response Tests (SWRTs) shall be completed at all monitoring well locations to provide supplementary information on the groundwater hydraulic parameters. This will be used to assess the need for groundwater control and to estimate construction water takings, if required.

67 of 94

VIEWING C

OPY

Page 68: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 13

2.4.7 AQUIFER PERFORMANCE PUMPING TESTS

Aquifer Performance Pumping Tests shall be carried out on the two (2) large diameter (150mm) pumping wells. The depth and location of the tests will be determined based on the soil profiles encountered in the investigation. The tests should be carried out using Solinst leveloggers along with a manual water tape for back-up. The groundwater levels in both the test well and the adjacent wells must be monitored throughout the duration of the testing. For costing purposes, presume that each well is 80m below grade, with a four (4) hour step test followed by a 72 hour constant head test (subject to change based on conditions encountered).

The vendor is responsible for obtaining PTTW/ESAR as well as city discharge permits to allow the pumping tests.

2.4.8 GROUNDWATER QUALITY SAMPLING AND TESTING

Groundwater quality samples from various monitoring wells shall be collected and analysed to characterize the groundwater quality of the local aquifer(s) as per Table 3.

Groundwater quality sampling from selected monitoring wells should be analysed for comparison to the PWQO and Sewer-Use By-Law criteria. The data shall be used to determine management options for the discharge of potential construction dewatering (if required) as well as to be used as background information in case of any complaint from neighbouring properties.

The groundwater testing program should conform to the latest edition of the following standards:

o ASTM D653 -Terminology Relating to Soil, Rock, and Contained Fluids

o ASTM D4043 -Guide for Selection of Aquifer Test Method in Determining Hydraulic Properties by Well Techniques

o ASTM D4044 - Test Method for (Field Procedure) for Instantaneous Change in Head (Slug) Tests for Determining Hydraulic Properties of Aquifers

o ASTM D4050 -Test Method for (Field Procedure) for Withdrawal and Injection Well Tests for Determining Hydraulic Properties of Aquifer Systems

o ASTM D4630 -Standard Test Method for Determining Transmissivity and Storage Coefficient of Low-Permeability Rocks by In Situ Measurements Using the Constant Head Injection Test

o ASTM D4750 -Test Method for Determining Subsurface Liquid Levels in a Borehole or Monitoring Well (Observation Well)

o ASTM D4104 -Standard Test Method (Analytical Procedure) for Determining Transmissivity of Nonleaky Confined Aquifers by Overdamped Well Response to Instantaneous Change in Head (Slug Tests)

o ASTM D5092 -Standard Practice for Design and Installation of Groundwater Monitoring Wells

o ASTM D6286 -Standard Guide for Selection of Drilling Methods for Environmental Site Characterization

o ASTM D5912 -Test Method for (Analytical Procedure) Determining Hydraulic Conductivity of an Unconfined Aquifer by Overdamped Well Response to Instantaneous Change in Head (Slug)

2.4.9 DECOMMISSIONING OF MONITORING WELLS

Upon completion of the investigation and monitoring program, the monitoring wells must be decommissioned in accordance with Ontario Regulation 903 (Wells Regulation), as amended, under the Ontario Water Resources Act. The vendor shall assume that well decommission will take place one (1) year after completion of the monitoring period.

68 of 94

VIEWING C

OPY

Page 69: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 14

2.5 ENVIRONMENTAL INVESTIGATION

2.5.1 GENERAL

The following scope of work for the Environmental Investigation is required, at a minimum, but shall not be limited to the following tasks:

o Collection of soil and groundwater samples from the boreholes and monitoring wells shall be carried out according to Section 2.5.2 of this document. Soil and groundwater samples shall be collected and analyzed in accordance with CSA CZ-769-00 (R2013) Phase Two Environmental Site Assessment standards, and in general accordance with Ontario Regulation 153/04.

o Collection of combustible gas levels utilizing a photoionization detector (PID) or alternative shall be measured in all retrieved soil samples as a preliminary screening method for the potential presence or absence hydrocarbons and or VOCs associated vapours.

o Development and the collection of groundwater samples from each of the shallow and deep monitoring wells located listed in 3. Standard water quality parameters (pH, electrical conductivity, temperature, etc.) to be collected and recorded during sampling.

o Submission of soil and ground water samples to a laboratory that has Standards Council of Canada (SCC) and/or Canadian Association for Laboratory Accreditation Inc. (CALA) and capable of completing chemical analyses of soils and groundwater in accordance with the requirements of Ontario Regulation 153/04 (as amended) and Ontario Regulation 347 (as amended).

o Selection of analysis should be based on the parameters included in Table and Table 3 of this document.

o Analysis of a quality assurance/quality control (QA/QC) samples (soil and groundwater) shall be completed that consists of 10% of the analytical testing program, with a minimum of one trip blank, and one blind duplicate (groundwater).

o Soil disposal requirements shall be defined based on O.Reg. 347 (as amended), and groundwater disposal requirements shall be defined based on municipal sewer use bylaw requirements.

o With reference to Table and Table 3 below, provisional boreholes and several provisional monitoring well sampling has been determined based on preliminary geotechnical information. This is subject to change based on investigation findings.

Soil and groundwater testing for this investigation shall be completed based on the information in Section 2.5.2 below.

69 of 94

VIEWING C

OPY

Page 70: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 15

2.5.2 ENVIRONMENTAL TESTING – SOIL, GROUNDWATER AND BEDROCK

Table 2: Environmental Testing Scope Summary – Soil and Bedrock Analytical

Boreholes

Soil Testing

Bedrock Testing

All Boreholes

Metals and Inorganics, PAH, VOC, PHCs F1-F4, BTEX,

PCBs (Allow for 24 samples)

TCLP (Allow for 12 mixed samples)

PHC (F1-F4), VOCs (Allow for

3 samples)

TCLP (Allow for 3 samples)

Table 3: Environmental Testing Scope Summary – Groundwater Analytical

Boreholes

Groundwater Quality Testing

All Monitoring Wells Metals, pH, Inorganics, PHC, SVOC, PCB, VOC, PAH, PCBs, Nutrients (Allow for 12

samples)

Notes: The boreholes sampled will be determined based on the field conditions. Boreholes proximal to the proposed shaft locations, as well as boreholes located in proximal distance to areas of concern (gas stations, dry cleaners, treatment plants, etc.) shall undergo this sampling indicated in Table 2. For costing purposes, assume every borehole and well will require environmental sampling.

Requirements for further sampling will be established based on data gaps identified in this investigation.

Soil Sampling Notes: Metals and Inorganics – Includes O.Reg. 153/04 Metals and Inorganics including pH, Hg, SAR and Electrical Conductivity; PAHs – Polycyclic Aromatic Hydrocarbons; VOCs – Volatile Organic Compound (VOCs); PHCs – Petroleum Hydrocarbons F1-F4; BTEX – Benzene, Toluene, Ethylbenzene and Xylene; TCLP – Toxicity Characteristic Leaching Procedure; PCBs - Polychlorinated Biphenyls.

o The TCLP sample shall be analyzed for Metals and Inorganics in accordance with O.Reg.347/558.

Groundwater Sampling Notes: Metals – O.Reg. 153 Metals; PHCs – Petroleum Hydrocarbons F1-F4; BTEX – Benzene, Toluene, Ethylbenzene and Xylene; Nutrients – Ammonia, Nitrate, Nitrite, and Total Phosphorous; PAH – O.Reg. 153 Polycyclic Aromatic Hydrocarbons; VOCs: Volatile Organic Compounds; Inorganics: O.Reg. 153 Inorganics; sVOC: Semi-Volatile Organic Compounds; PCBs: Polychlorinated Biphenyls.

It shall be noted that if field evidence of contaminated soils or groundwater is encountered at any of the boreholes or monitoring wells not included in Table 2 or Table 3 of this document, undertaking sufficient chemical sampling at the suspected impacted areas to support the disposal of the excess materials during the construction of this project is required.

Representative bedrock samples shall be collected and submitted for the analyses noted in Table 2 above. The bedrock is being sampled for the determination of proper disposal of the excess materials generated during the tunneling procedures.

2.6 LABORATORY ANALYSIS

2.6.1 GEOTECHNICAL TESTING OF SOILS AND BEDROCK

The soil testing program must conform to the latest edition of the following standards:

o ASTM D422 ― Standard Test Method for Particle Size Analysis of Soils (Hydrometer Analysis)

o ASTM D2166 ― Standard Test Method for Unconfined Compression Strength of Cohesive Soil

70 of 94

VIEWING C

OPY

Page 71: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 16

o ASTM D2435 ― Standard Test Method for One-Dimensional Consolidation Properties of Soil Using Incremental Loading

o ASTM D2487― Standard Practice for Classification of Soils for engineering purposes (Unified Soil Classification System)

o ASTM D3967 ― Standard Test Method for Splitting Tensile Strength of Intact Rock Core Specimens

o ASTM D4318 ― Standard Test Method for Liquid Limit, Plastic Limit and Plasticity Index of Soils

o ASTM D4546 ― Standard Test Methods for One-Dimensional Swell or Collapse of Soils

o ASTM D5731 ― Standard Test Method for Determination of the Point Load Strength Index of Rock and Application to Rock Strength Classifications

o ASTM 5753 – Standard Guide for Planning and Conducting Borehole Physical Logging

o ASTM D6913 ― Standard Test Method for Particle Size Distribution (Gradation) of Soils using Sieve Analysis

o ASTM D7012 ― Standard Test Methods for Compressive Strength and Elastic Moduli of Intact Rock Core Specimens under Varying States of Stress and Temperatures

o ASTM D7625 ― Standard Test Method for Laboratory Determination of Abrasiveness of Rock Using the Cerchar Method

The Geotechnical Laboratory must be certified by CCIL (Canadian Council of Independent Laboratories) except as noted.

In the geotechnical laboratory, the soil samples shall be subject to tactile examination by an experienced geotechnical engineer who confirms the field descriptions on the borehole log, and who selects representative samples for detailed testing.

The following minimum testing program is required:

Soil:

o Water content: All soil samples

o Grain size analyses: 4 per borehole (48 samples total)

o Atterberg limits: 2 per borehole (24 samples total)

o Corrosivity Testing (including Water Soluble Sulphate Content): 1 per borehole (12 samples total)

Rock Core:

o Thin section Microscopy (testing to be done by Colorado School of Mines) – 1 per corehole (9 tests total)

o Point load index Tests: 5 per corehole (45 tests total)

o Unconfined compressive strength (UCS) tests including bulk density, Poisson’s ratio and Young’s Modulus tests: 1 per corehole (9 tests total)

o Tensile Strength Tests: 1 per corehole (9 sets of tests total)

o Cerchar Abrasivity Tests: 1 set of tests on 2 coreholes (4 tests total)

o Slake Durability Tests: 1 set of tests on 2 coreholes (4 tests total)

o Free Swell Tests including water, salinity and calcite content: 3 samples (testing to be done by University of Western Ontario): 1 test on 3 coreholes (3 tests total)

o Null Swell Tests including water, salinity and calcite content: 3 samples (testing to be done by University of Western Ontario): 1 test on 3 coreholes (3 tests total)

o Direct Shear Tests (3 separate rock core samples at 3 different normal pressures per test): 1 per corehole (9 tests total)

o Triaxial Testing: 3 sets of tests on 3 coreholes (9 tests total)

71 of 94

VIEWING C

OPY

Page 72: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 17

o Punch Penetration Testing (testing to be done by Colorado School of Mines): 1 per corehole (9 tests total)

2.7 REPORTING

For every Draft and Final report described below, it is required to provide six (6) hard (bound) copies and one electronic copy in .pdf format. In addition to the hard copies and .pdf format, all data of in-situ and laboratory tests results, water level measurements, etc. shall also be submitted in excel (.xls or xlsx format) and the drawings in Microstation format as indicated in this RFT. gINT files to be submitted in native format. Final reports must be signed and sealed by a professional engineer registered in the Province of Ontario before submission.

2.7.1 GEOTECHNICAL DATA REPORTS (GDR) – TUNNEL, SHAFTS AND

COMBINED SEWER OVERFLOW TANKS

Prepare and submit Draft and Final GDRs that shall combine the existing information from previous investigations with the results of the investigation as requested in this RFT and shall contain the following information as a minimum:

o Description of the geological/physiographic setting

o Description of the geotechnical setting

o Description of the site exploration program including the field work performed and equipment used

o Logs of all boreholes and site investigation notes

o Advanced sampling and laboratory testing requirements for tunnelling design

o Description of field test program, which should include:

• Subsurface conditions

• Drilling methods and dates drilled

• Soil stratification, including thickness of each layer

• Results of all field tests performed

• Interpretation and calculations associated with various tests such as determination of horizontal in-situ stresses in the rock calculated using the results gathered from unconfined compression and overcoring testing

• Vertical depth where tests and/or samples were taken.

• Presence and concentrations of methane gas

• Depth to soil/bedrock complex, and depth to unweathered bedrock

• Groundwater elevations (stabilized), including piezometer measurements

• Geodetic elevation and coordinates of ground surface at boreholes

• Thickness and description of materials just below the ground surface, which have not been sampled, such as topsoil, pavement structures, fill, etc.

• Field observations of drilling and sampling including boulders, caving, upwelling, unusual behaviour, etc.

o Description of laboratory test program, which should include:

• Results of all laboratory tests requested herein or during execution of the investigation program

• Results of all environmental tests requested here or during execution of the investigation program

• Type, strength, jointing analysis and hardness of bedrock in accordance with CFEM, 4th Edition

72 of 94

VIEWING C

OPY

Page 73: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 18

o Geophysical surveying results, including figures showing the final lines surveyed to better establish changes in profile of geotechnical conditions etc.

All borehole logs shall be developed using the gINT software. The gINT digital logs shall be used to update the geological profile along the proposed sewer alignment. This shall be included in the submission. Vendor is to provide all native gINT files and relevant library files to the City.

2.7.2 HYDROGEOLOGICAL DATA REPORT (HDR)

Prepare and submit a Draft and Final HDR for the tunnel sections, shafts and CSO tank locations under this project and shall contain the following information as minimum:

o Summarize the data and results

o Provide an assessment of the current hydrogeological conditions, including bedrock and Quaternary geology

o Description of the physical hydrogeological setting, aquifer hydraulic properties and evaluation of the groundwater flow direction

o Logs of all monitoring wells installation, including screen depths and water levels

o Geological cross-sections along the proposed sanitary trunk sewer route with borehole/monitoring well locations and profiles of the sanitary trunk sewer, shafts and CSO tanks

o SWRTs analyses and results

o Piezometric level hydrographs for each monitoring well with precipitation event data superimposed

o Description of the physical hydraulic properties and evaluation of the groundwater flow (if applicable)

o Summary of groundwater and surface water quality

2.7.3 ENVIRONMENTAL INVESTIGATION REPORT (EIR)

Prepare and submit an Environmental Investigation Report (EIR) summarizing the methodology and results of the soil, groundwater and bedrock environmental sampling completed in accordance with standards referenced in Section 2.5.1 of this document. The report shall be completed in general accordance with the O.Reg. 153/04 (as amended) that shall combine all existing information from previous investigations and shall contain the following information as minimum:

o A discussion on the presence/absence of soil, groundwater and/or bedrock impacts

o The likelihood of contaminants migration within work areas

o The presence of known areas of soils with aesthetic impacts (i.e. odours, staining, etc.) and/or mixed materials (i.e. wood, concrete rubble, brick pieces, steel, etc.) where additional costs would be incurred for off-site disposal of these materials

o Drawings showing the known extent of any soil and/or groundwater impacts identified

o Estimation of the regional groundwater flow direction

o Disposal recommendations

o Recommendations for soil, groundwater and bedrock management during construction

The Environmental Investigation Report shall be submitted as a Draft, and following review the report shall then be re-submitted addressing any required edits or revisions.

2.7.4 DRAWING REQUIREMENTS

All plan, profile and detail drawings prepared shall be spatially accurate and be submitted in Micro-Station format.

73 of 94

VIEWING C

OPY

Page 74: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 19

All borehole and monitoring well locations must be presented on borehole location plans illustrating the factual stratigraphy and groundwater conditions in a plan and profile format. The geotechnical plan and profile drawings shall depict the different soil and rock layers using the standard graphic symbols and colours.

All electronic borehole logs shall be developed using the gINT software. These gINT digital logs shall be used to update the current project CAD profile drawings with the investigation findings.

Stratigraphic profiles shall show the following data in addition to stratigraphy:

o Well screen zones

o Most recent piezometric levels and data

o Standard Penetrations Test (SPT) ‘N’ Values

o Vane shear strengths

o Rock Quality Designations (RQD)

74 of 94

VIEWING C

OPY

Page 75: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

Terms of Reference for Black Creek Sanitary Trunk Sewer, Toronto, Ontario Project No. 151-09207-00 The City of Toronto

WSPJuly 16, 2019

Page 20

3 CLOSURE

Thank you for the opportunity to be of service to you. Should you have any questions or require further clarification on any aspect of this report, please do not hesitate to contact this office.

S I G N A T U R E S

Karlene Horsfield, B.Eng. Geotechnical Engineering Intern Laifa Cao, Ph.D., P.Eng. Senior Geotechnical Engineer Scott Peaker, M.A.Sc., P.Eng. V.P., Discipline Lead, Geotechnics

75 of 94

VIEWING C

OPY

Page 76: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

DRAWINGS

PROJECT LOCATION PLAN (DRAWING NO. 1) BOREHOLE AND MONITORING WELL LOCATION PLAN (DRAWING NOS. 2 TO 7)

76 of 94

VIEWING C

OPY

Page 77: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

BH.1

BH.10

BH.9

BH.8

BH1-H

MW6908503

MW7112446

BH19-1

BH19-2

BH19-3

BH19-4

BH19-5

BH19-6

BH19-7

BH19-8

BH19-9

BH19-10

BH19-11

BH19-12

12m in bedrock)

(42m/

3m in bedrock)

(36m/

(32m)

13m in bedrock)(54m/

21m in bedrock)(71m/

26m in bedrock)(81m/

26m in bedrock)(82m/

26m in bedrock)(79m/

25m in bedrock)(75m/

3m in bedrock)(59m/

(57m)

(52m)

BH.2/2A

P2-13-45

KL204

BH.6

BH.5

BH.3

BH.4

BH2010-1

BH.7

PROJECT NO:

CHECKED BY:DRAWN BY:

SCALE:DATE:

ORIGINAL SIZE: REV. #

CLIENT:

TITLE:

PROJECT:

CITY OF TORONTO

DESK-TOP STUDY - BLACK CREEK SEWER TREATMENT SYSTEM

KEELE ST FROM FINCH AVE W SOUTH TO WESTON RD,

THEN WEST TO HUMBER TREATMENT PLANT

151-09207-00

ZMO LC

JULY 10, 2019

11 x 17 N/A

3OOm 0 300 600 900m

C:\

Use

rs\W

00140

058

\Des

ktop\

WS

P -

Jul

y11-2

01

9\1

51-0

9207-0

0 -

Bla

ck C

reek

\Dra

win

gs\1

51-0

920

7-0

0 -

Jul

y16-2

01

9-P

ropo

sed

Bor

ehole

.dw

g

51 CONSTELLATION COURT

TORONTO, ONTARIO CANADA M9W 1K4

TEL.: 416-798-0065 | FAX: 416-798-0518 | WWW.WSP.COM

Bla

ck

Cre

ek

Dr

Terry Dr

Ke

ele

St

Lawrence Ave W

401

Rustic Rd

Wilson Ave

Sheppard Ave W

Finch Ave W

400

Lambton Golf

& Country Club

Ro

ya

l Y

ork

Rd

Eglinton Ave W

Ke

el e

St

Ke

el e

St

DRAWING NO:

1

PORPOSED BOREHOLELOCATION PLAN

St Clair Ave W

N.T.S

LEGEND Proposed Borehole/ Monitoring Well

Existing Borehole by CH2M Hill (2014)

Existing Borehole by WSP (2012)

Existing Well from MECP (2008)

Existing Borehole by Thurber Engineering Ltd (2018)

Murray Ross Pkwy

Ro

ck

cli

ffe

Blv

d

Existing Borehole by Golder Associates (1990/2010)

Approximate Shaft Location 77 of 94

VIEWING C

OPY

Page 78: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

0

100

2 00

300

400

500

600

700

800

ELE

VA

TIO

N (

mas

l - v

ertic

al e

xagg

erat

ion

= 1

0x)

110

105

95

100

90

900

1000

1100

1200

1300

1400

1500

1600

1700

1800

1900

2000

2100

2200

2300

2400

2500

2600

2700

2800

2900

85

80

3000

3100

115

120

125

Silty Clay Till

Silty Clay

Silty Sand

Silty Sand

Sand

Fill

BH

1-H

BH

.1

BH

.2A

Fill

Shale

Sand & Gravel

Clayey Silt Till

Silty Clay

Silt

Sand

Gravelly Sand

ELE

VA

TIO

N (

mas

l - v

ertic

al e

xagg

erat

ion

= 10

x)

110

105

95

100

90

85

80

115

120

125

FillFillSilty Clay

Shale

DISTANCE (m)

W.

L.

11

1.2

mM

ar

22

, 1

99

0

MW

690

8503

Shale

MW

711

2446

W.

L.

11

4.1

m

Shale

70

65

60

55

50

45

40

75

70

65

60

55

50

45

40

75

3200

3300

3400

3500

3600

3700

90.69

92.80 94.20

SH

AF

T

SH

AF

T

SH

AF

T

W.

L.

10

6.9

mF

eb

7,

19

90

BH

19

-1

BH

19

-2

12

m i

n b

ed

roc

k)

(42

m/

3m

in

be

dro

ck

)(3

6m

/

? ??

PROJECT NO:

CHECKED BY:DRAWN BY:

SCALE:DATE:

ORIGINAL SIZE: REV. #

CLIENT:

TITLE:

PROJECT:

CITY OF TORONTO

DESK-TOP STUDY - BLACK CREEK SEWER TREATMENT SYSTEM

KEELE ST FROM FINCH AVE W SOUTH TO WESTON RD,

THEN WEST TO HUMBER TREATMENT PLANT

151-09207-00

ZMO LC

JULY 12, 2019

11 x 17 N/AC:\

Use

rs\W

0014

0058

\Des

ktop\

WS

P -

Jul

y11-2

019\1

51-0

9207-0

0 -

Bla

ck C

reek

\Dra

win

gs\P

ropo

sed

BH

\Jul

y 1

2-2

019

\15

1-0

92

07-0

0 -

Jul

y12-2

01

9-P

ropo

sed

Bor

ehole

.dw

g

LEGEND

51 CONSTELLATION COURTTORONTO, ONTARIO CANADA M9W 1K4

TEL.: 416-798-0065 | FAX: 416-798-0518 | WWW.WSP.COM

DRAWING NO:

3

GEOLOGICAL SECTION - EAST WEST SECTION

AS SHOWN

78 of 94

VIEWING C

OPY

Page 79: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

ELE

VA

TIO

N (

mas

l - v

ertic

al e

xagg

erat

ion

= 1

0x)

110

105

95

100

90

85

80

75

115

120

125

0

100

200

300

400

500

600

700

800

900

1000

1100

1200

1300

1400

1500

1600

1700

1800

1900

2000

2100

2200

2300

2400

2500

2600

2700

2800

2900

3000

3100

Silty Clay Till

Silty Clay

Silty Sand

Silty Sand

Sand

Fill

BH

.2A

130

140

150

160

170

180

190

135

145

155

165

175

185

195

200

BH

.10

BH

.6

KL 2

0 4

BH

.5

205

210

Fill

Clayey Silt Till

Silty Sand toSand

Shale

Silt

Clayey Silt Till

Silty Clay Till

Silty Clay Till

Silty SandSand

Silt

DaylightedFill

Clayey Silt Till

Silty Sand

Silt & Sand

Shale

Clayey Silt Till

Fill

Clayey Silt

Sand

Clayey Silt SiltClayey Silt

Silt

Silty Clay Till

Silty Clay

Clayey Silt TillSand

ELE

VA

TIO

N (

mas

l - v

ertic

al e

xagg

erat

ion

= 1

0x)

110

105

95

100

90

85

80

75

115

120

125

130

140

150

160

170

180

190

135

145

155

165

175

185

195

200

205

210

DISTANCE (m)

W.

L.

11

8.9

mF

eb

7,

19

90

70

65

60

55

50

45

40

W.

L.

11

4.1

m

MW

711

2446

ShaleSand

Clay Till

Clay Till

Clay Till

StonesSand

94.295.5

98.32

97.00

SH

AF

T

SH

AF

T

SH

AF

T

SH

AF

T

W.

L.

11

1.2

mM

ar

22

, 1

99

0

W.

L.

10

8.3

mM

ar

22

, 1

99

0

P2 -

1 3-4

5

Fill

Sand

Silty Clay Till

Clayey Silt

SiltClayey SiltSilt

??

? ?

?

BH

19

-3

BH

19

-4

(32

m)

(54

m/

PROJECT NO:

CHECKED BY:DRAWN BY:

SCALE:DATE:

ORIGINAL SIZE: REV. #

CLIENT:

TITLE:

PROJECT:

CITY OF TORONTO

DESK-TOP STUDY - BLACK CREEK SEWER TREATMENT SYSTEM

KEELE ST FROM FINCH AVE W SOUTH TO WESTON RD,

THEN WEST TO HUMBER TREATMENT PLANT

151-09207-00

ZMO LC

JULY 12, 2019

11 x 17 N/AC:\

Use

rs\W

0014

0058

\Des

ktop\

WS

P -

Jul

y11-2

019\1

51-0

9207-0

0 -

Bla

ck C

reek

\Dra

win

gs\P

ropo

sed

BH

\Jul

y 1

2-2

019

\15

1-0

92

07-0

0 -

Jul

y16-2

01

9-P

ropo

sed

Bor

ehole

.dw

g

LEGEND

51 CONSTELLATION COURTTORONTO, ONTARIO CANADA M9W 1K4

TEL.: 416-798-0065 | FAX: 416-798-0518 | WWW.WSP.COM

DRAWING NO:

4

GEOLOGICAL SECTION - NORTH SOUTH SECTION

AS SHOWN

79 of 94

VIEWING C

OPY

Page 80: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

3100

3200

3300

3400

3500

3600

3700

3800

3900

4000

4100

4200

4300

4400

4500

4600

4700

4800

4900

5000

5100

5200

5300

5400

5500

5600

5700

5800

5900

6000

6100

6200

BH

0 3

BH

.4

BH

2 01 0

-1

Fill

Clayey Silt Till

Sandy Silt Sand & Silt to

Clayey Silt

Fill

Clayey Silt Till

Silty Clay

Sandy Silt Till

Sand

Sand

Shale

Fill

Sandy Silt Till

Silty Clay

Silt Till

Sand

Sandy Silt

Sand

Shale

110

105

95

100

90

85

80

75

115

120

125

130

140

150

160

170

180

190

135

145

155

165

175

185

195

200

205

210

ELE

VA

TIO

N (

mas

l - v

ertic

al e

xagg

erat

ion

= 1

0x)

110

105

95

100

90

85

80

75

115

120

125

130

140

150

160

170

180

190

135

145

155

165

175

185

195

200

205

210

DISTANCE (m)

W.

L.

14

8.2

mF

eb

07

, 1

99

0

W.

L.

15

3.6

mO

ct

06

, 2

01

0

99.92

SH

AF

T

SH

AF

T

BH

19

-4

BH

19

-5

BH

19

-6

BH

19

-7

13

m i

n b

ed

roc

k)

(54

m/

21

m i

n b

ed

roc

k)

(71

m/

26

m i

n b

ed

roc

k)

(81

m/

26

m i

n b

ed

roc

k)

(82

m/

PROJECT NO:

CHECKED BY:DRAWN BY:

SCALE:DATE:

ORIGINAL SIZE: REV. #

CLIENT:

TITLE:

PROJECT:

CITY OF TORONTO

DESK-TOP STUDY - BLACK CREEK SEWER TREATMENT SYSTEM

KEELE ST FROM FINCH AVE W SOUTH TO WESTON RD,

THEN WEST TO HUMBER TREATMENT PLANT

151-09207-00

ZMO LC

JULY 12, 2019

11 x 17 N/A

ELE

VA

TIO

N (

mas

l - v

ertic

al e

xagg

erat

ion

= 1

0x)

110

105

95

100

90

85

80

75

115

120

125

130

140

150

160

170

180

190

135

145

155

165

175

185

195

200

205

210

70

65

60

55

50

45

40

C:\

Use

rs\W

0014

0058

\Des

ktop\

WS

P -

Jul

y11-2

019\1

51-0

9207-0

0 -

Bla

ck C

reek

\Dra

win

gs\P

ropo

sed

BH

\Jul

y 1

2-2

019

\15

1-0

92

07-0

0 -

Jul

y16-2

01

9-P

ropo

sed

Bor

ehole

.dw

g

LEGEND

51 CONSTELLATION COURTTORONTO, ONTARIO CANADA M9W 1K4

TEL.: 416-798-0065 | FAX: 416-798-0518 | WWW.WSP.COM

DRAWING NO:

5

GEOLOGICAL SECTION - NORTH SOUTH SECTION

As Shown

80 of 94

VIEWING C

OPY

Page 81: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

BH

.7

ELE

VA

TIO

N (

mas

l - v

ertic

al e

xagg

erat

ion

= 1

0x)

110

105

95

100

90

85

115

120

125

130

140

150

160

170

180

190

135

145

155

165

175

185

195

200

205

210

ELE

VA

TIO

N (

mas

l - v

ertic

al e

xagg

erat

ion

= 1

0x)

110

105

95

100

90

85

115

120

125

130

140

150

160

170

180

190

135

145

155

165

175

185

195

200

205

210

Fill

Clayey Silt Till

Clayey Silt

Silt

Sand & Silt

Silt

Sand

Sand

Shale

W.

L.

15

0.7

mF

eb

07

, 1

99

0

106.4

121.0

SH

AF

T

BH

19

-8

BH

19

-9

BH

19

-10

26

m i

n b

ed

roc

k)

(79

m/

(75

m/

25

m i

n b

ed

roc

k)

3m

in

be

dro

ck

)(5

9m

/

PROJECT NO:

CHECKED BY:DRAWN BY:

SCALE:DATE:

ORIGINAL SIZE: REV. #

CLIENT:

TITLE:

PROJECT:

CITY OF TORONTO

DESK-TOP STUDY - BLACK CREEK SEWER TREATMENT SYSTEM

KEELE ST FROM FINCH AVE W SOUTH TO WESTON RD,

THEN WEST TO HUMBER TREATMENT PLANT

151-09207-00

ZMO LC

JULY 12, 2019

11 x 17 N/A

6200

6 300

6400

6500

6600

6700

6800

6900

7000

7100

7 200

7300

7400

7500

7600

7700

7800

7900

8000

8100

8 200

8300

8400

8500

8600

DISTANCE (m)

C:\

Use

rs\W

0014

0058

\Des

ktop\

WS

P -

Jul

y11-2

019\1

51-0

9207-0

0 -

Bla

ck C

reek

\Dra

win

gs\P

ropo

sed

BH

\Jul

y 1

2-2

019

\15

1-0

92

07-0

0 -

Jul

y16-2

01

9-P

ropo

sed

Bor

ehole

.dw

g

LEGEND

51 CONSTELLATION COURTTORONTO, ONTARIO CANADA M9W 1K4

TEL.: 416-798-0065 | FAX: 416-798-0518 | WWW.WSP.COM

DRAWING NO:

6

GEOLOGICAL SECTION - NORTH SOUTH SECTION

AS SHOWN

81 of 94

VIEWING C

OPY

Page 82: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

8500

8600

8700

8800

8900

9000

9100

9200

9300

9400

9500

9600

9700

9800

9900

1000

0

1010

0

1020

0

1030

0

BH

.9

BH

0 8

Clayey Silt

Clayey Silt Till

Clayey Silt Till

Silty Sand

Silty Clay

Clayey Silt

Silty Clay

Sand & Gravel

Silt

Sand

Clayey Silt

Sand

Silty Sand Till

Topsoil

110

105

95

100

90

85

80

75

115

120

125

130

140

150

160

170

180

190

135

145

155

165

175

185

195

200

205

210

ELE

VA

TIO

N (

mas

l - v

ertic

al e

xagg

erat

ion

= 1

0x)

Clayey Silt Till

Silty Sand

Silty Clay

Sandy Silt

Silty Sand

Silt

Shale

ELE

VA

TIO

N (

mas

l - v

ertic

al e

xagg

erat

ion

= 1

0x)

110

105

95

100

90

85

80

75

115

120

125

130

140

150

160

170

180

190

135

145

155

165

175

185

195

200

205

210

DISTANCE (m)

W.

L.

16

4.9

mF

eb

07

, 1

99

0

70

65

60

55

50

45

40

151.0

161.25

SH

AF

T

1040

0

1050

0

1060

0

1070

0

BH

19

-10 B

H1

9-1

1

BH

19

-12

3m

in

be

dro

ck

)(5

9m

/

(57

m)

(52

m)

PROJECT NO:

CHECKED BY:DRAWN BY:

SCALE:DATE:

ORIGINAL SIZE: REV. #

CLIENT:

TITLE:

PROJECT:

CITY OF TORONTO

DESK-TOP STUDY - BLACK CREEK SEWER TREATMENT SYSTEM

KEELE ST FROM FINCH AVE W SOUTH TO WESTON RD,

THEN WEST TO HUMBER TREATMENT PLANT

151-09207-00

ZMO LC

JULY 12, 2019

11 x 17 N/AC:\

Use

rs\W

0014

0058

\Des

ktop\

WS

P -

Jul

y11-2

019\1

51-0

9207-0

0 -

Bla

ck C

reek

\Dra

win

gs\P

ropo

sed

BH

\Jul

y 1

2-2

019

\15

1-0

92

07-0

0 -

Jul

y16-2

01

9-P

ropo

sed

Bor

ehole

.dw

g

LEGEND

51 CONSTELLATION COURTTORONTO, ONTARIO CANADA M9W 1K4

TEL.: 416-798-0065 | FAX: 416-798-0518 | WWW.WSP.COM

DRAWING NO:

7

GEOLOGICAL SECTION - NORTH SOUTH SECTION

AS SHOWN

82 of 94

VIEWING C

OPY

Page 83: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

83 of 94

VIEWING C

OPY

Page 84: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

84 of 94

VIEWING C

OPY

Page 85: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

85 of 94

VIEWING C

OPY

Page 86: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

86 of 94

VIEWING C

OPY

Page 87: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

87 of 94

VIEWING C

OPY

Page 88: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

88 of 94

VIEWING C

OPY

Page 89: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

89 of 94

VIEWING C

OPY

Page 90: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

90 of 94

VIEWING C

OPY

Page 91: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

91 of 94

VIEWING C

OPY

Page 92: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

92 of 94

VIEWING C

OPY

Page 93: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

93 of 94

VIEWING C

OPY

Page 94: 9117-19-7221 August 27, 2019 Marie Reid 416-397-5187 … · 2020-06-22 · Purchasing and Materials Management Division Request for Quotation #: 9117-19-7221 Issued: August 27, 2019

NOTICE OF "NO BID" RFQ#: 9117-19-7221

CLOSING DEADLINE:

September 26, 2019

IMPORTANT - PLEASE READ THIS It is important to the City to receive a reply from all Bidders. There is no obligation to submit a Bid; however, should you choose not to bid, completion of this form will assist the City in determining the type of goods or services you are interested in bidding on in the future in order to ascertain a better understanding of why a Quotation was not provided to the City to consider. INSTRUCTIONS: If you are unable, or do not wish to quote on this RFQ, please complete the following portions of this form. State your reason for not bidding by checking applicable box(es) or by explaining briefly in the space provided. It is not necessary to return any other quotation documents. Return the completed form by email or fax to the Official Point of Contact prior to the Closing Deadline.

Company Name:

Address:

Signature of Company Representative:

Position:

Date: Telephone :

1. We do not manufacture/supply this commodity 6. We do not manufacture/supply to this

specification

2. Unable to quote competitively 7. Cannot handle due to present plant loading

3. Quantity/job too large 8. Quantity/job too small

4. Cannot meet delivery/completion requirements 9. Licensing restrictions

5. Agreements with distributors/dealers do not permit us to sell direct

10. Conditions too restrictive

Yes No

Do you wish to quote on these goods/services in the future?

Please take the opportunity to tell us how we can improve upon this call:

Email the Buyer at [email protected]

RFQ 9117-19-7221

94 of 94

VIEWING C

OPY