VILLAGE OF ALERT BAY

Similar documents
ON-SITE SEWAGE DISPOSAL SYSTEM INSTALLATIONS FOR LAHAVE RIVER PROPERTIES TENDER # PROJECT GROUP # 2

INSTRUCTIONS TO TENDERERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

DOCUMENT INSTRUCTIONS TO BIDDERS

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

The lowest or any Tender will not necessarily be accepted, and the Township reserves the right to award any portion of this Tender.

CONTRACT DOCUMENTS FOR Project Name Tender XX-XX

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

The Corporation of The Township of Lanark Highlands. TENDER #PW Resurfacing Lavant Mill Road

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

TOWN OF MIDLAND PUBLIC WORKS DEPARTMENT CONTRACT L WILLIAM STREET WATERMAIN (BAY STREET TO FRANK STREET)

SECTION INSTRUCTIONS TO BIDDERS

Instructions to Bidders Page 1 of 8

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT.

SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX. Contract # XXXX-XXXX #Project Name #Project Limits #Project Description

Request for Tender. Hot Mix Asphalt

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM

ALBRO COURT HOUSING CO-OPERATIVE INVITATION TO TENDER (ITT) # BATHROOMS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

INSTRUCTIONS TO BIDDERS Medical Center

COUNTY OF OSWEGO PURCHASING DEPARTMENT

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

1 CORPORATION of the TOWN of SMITHS FALLS COMMUNITY SERVICES & PUBLIC WORKS AND UTILITIES CONTRACT #_17-CS-02_

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

INFORMATION FOR BIDDERS

CONDITIONS OF TENDERING (E-SUBMISSION)

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

FORM A: BID (See B9)

ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner.

FORM 31 LABOUR AND MATERIAL PAYMENT BOND UNDER SECTION 85.1 OF THE ACT Construction Act

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

COUNTY OF LOUISA, VIRGINIA

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

NAPA SANITATION DISTRICT

CITY OF HOPKINSVILLE

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

INVITATION TO BID. Sealed Bid, Stone, Gravel & Washed Sand

FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR TOWN OF WESTPORT, DANE COUNTY, WISCONSIN

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

CITY OF NORTH LAS VEGAS 2250 Las Vegas Boulevard North, Suite 200, North Las Vegas, Nevada (702) Fax(702) TDD(800)

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

DESIGN - BUILD PROPOSAL OF

TENDER AND ACCEPTANCE FORM FOR STIPULATED PRICE CONTRACT

APPENDIX V ESCROW BOND AGREEMENT

LAKE COUNTY ROAD DEPARTMENT P.O. BOX 908 LAKEVIEW, OREGON APPLICATION FOR RIGHT-OF-WAY PERMIT

SANITARY SEWERAGE SERVICE AGREEMENT Between MOUNT LAUREL TOWNSHIP MUNICIPAL UTILITES AUTHORITY And

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

REQUEST FOR APPLICATIONS PASSENGER VEHICLES

LES MAISONS CO-OPERATIVE ST. JACQUES PHASE 2 INVITATION TO TENDER (ITT) # ACCESSIBILITY IMPROVEMENT FEATURES

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

REQUEST FOR PROPOSAL. Aerial Photography Services 2016

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

BOROUGH OF FOX CHAPEL BIDS FOR RUBBISH CONTAINER BINS. CONTRACT NUMBERS and 08-06

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

TENDER NOTICE. AVAILABILITY OF TENDER DOCUMENTS Tenderers are requested to download the Tender Documents from the SATS Website:

REQUEST FOR PROPOSAL For Annual Independent Audit Services. Due Date & Time WEDNESDAY March 7, 2018 at 1:00PM

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

TOWN OF PETAWAWA PUBLIC TENDER. Tender # FD FOR THE SALE OF SURPLUS EQUIPMENT One (1) Fort Garry 1993 GMC Topkick Pumper Fire Truck

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Fraser Health INVITATION TO TENDER

LEGAL NOTICE - ADVERTISEMENT FOR BID

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

BUILDING AGREEMENT. Between

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

TERMS AND CONDITIONS OF THE INVITATION TO BID

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and


Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

AGREEMENT WITH BUILDER. NAME or COMPANY NAME: ADDRESS:

REQUISITION & PROPOSAL

INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES

Sunnyside Valley Irrigation District

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

REQUISITION & PROPOSAL

RIGHT-OF-WAY PERMIT SUBMITTAL REQUIREMENTS CHECKLIST

Invitation to Submit Tenders

SCHEDULE 2 OF BYLAW 7900 CITY OF KELOWNA SERVICING AGREEMENT

RSR LIMITED TERMS AND CONDITIONS OF SUPPLY (GOODS AND SERVICES)

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT GILMORE, POLARIS, AND RIDGEWAY WATERLINE REPLACEMENT PROJECT ADDENDUM NO. 1 JANUARY 25, 2017

BID: Escanaba WWTP Digester Roof Restoration

Transcription:

TENDER NO. 2018-01 2018 Sanitary Sewer Upgrade Master Municipal Construction Documents - 2009 Lump Sum Contract Canadian Construction Documents Committee 2 February 2018

CONTENTS The complete Contract Documents consist of the following parts: 1. Included in this package: Invitation to Tender Instructions to Tenderers Form of Tender Appendix 1 -- Schedule of Prices Appendix 2 Chargeout Rates Appendix 3 -- Preliminary Construction Schedule Appendix 4 -- Experience of Superintendent Appendix 5 -- Comparable Work Experience Appendix 6 -- Subcontractors Appendix 7 -- Tenderer s Current Projects Underway CCDC 2 Stipulated Price Contract Schedule 1 -- Schedule of Contract Documents Schedule 2 -- List of Drawings General Conditions of the Stipulated Price Contract Supplementary General Conditions, if any 2. The balance of the Master Municipal Construction Documents. These documents are available in the MMCD Volume II, Specifications and Standard Detail Drawings Platinum Edition dated 2009. (not distributed in this tender package): Specifications Standard Detail Drawings 3. BC Plumbing Code (not distributed in this tender package): 4. Performance Bond (as part of executed Agreement) 5 Labour and Materials Payment Bond (as part of executed Agreement)

INVITATION TO TENDER 2018 Sanitary Sewer Upgrade The Village of Alert Bay invites tenders for the construction of new neighbourhood sewer collection systems in Alert Bay, BC. The work consists of the installation of approximately 984 metres of 150mm sewer main, connection of house services and related appurtenances. Tender Documents will be available (starting Wednesday, February 21, 2018) from Monday to Friday, 9:00am to 4:30pm (excluding statutory holidays) for purchase at a cost of $25.00 each Tender (non-refundable), GST included at: Village of Alert Bay Village Office 15 Maple Road Alert Bay, BC V0N 1A0 Tel: (250)974-5213 Fax: (250)974-5470 OR Gifco Engineering Ltd. 7085 St. John s Point Road Hornby Island, BC V0R 1Z0 Tel: (250)335-1115 Fax: (250)335-1115 The Tender Packages will be available (starting Wednesday, February 21, 2018) for viewing at: Address: The Village of Alert Bay and Gifco Engineering Ltd. - addresses as above Vancouver Island Construction Association - #5-1850 Northfield Road, Nanaimo, BC, V9S 3B3 BC Bid at www.bcbid.gov.bc.ca A Bid Bond in the amount of 10% of the Tender Price plus GST must accompany each tender submitted. The successful tenderer will be required to provide a Performance Bond and Labour and Materials Payment Bond, each in the amount of 50% of the Tender Price plus GST. Tenders are scheduled to close at: Tender Closing Time: 4:00 pm local time Tender Closing Date: Friday, March 23, 2018 Tenders Delivered to: Village of Alert Bay 15 Maple Road Bag Service 2800 Alert Bay, B.C. V0N 1A0 Inquiries: Jana Zamyslicka, Deputy CAO Telephone: (250) 974-5213 Fax: (250)974-5470 email: deputy@alertbay.ca

PAGE 1 OF 1 INSTRUCTIONS TO TENDERERS INSTRUCTIONS TO TENDERERS TABLE OF CONTENTS Page 1 Introduction... 2 2 Tender Documents... 3 3 Submission of Tenders... 3 4 Tender Requirements... 3 5 Additional Instructions to Tenderers... 4

PAGE 1 OF 4 INSTRUCTIONS TO TENDERERS Instructions to Tenderers Contract: Reference No.: 2018-01 Introduction 1 1.1 These Instructions apply to and govern the preparation of tenders for this Contract. The Contract is generally for the following work: The installation of approximately 984 metres of 150mm sewer main, house service connections and related appurtenances. 1.2 Direct all technical inquiries regarding the Contract, to: Gifford La Rose, P.Eng. Address: Gifco Engineering Ltd. 7085 St. John s Point Road Hornby Island, BC Phone: (250) 335-1115 Fax: (250) 335-3397 Email: gifco@telus.net Direct all other inquiries regarding the Contract, to: Jana Zamyslicka, Deputy CAO Address: Village of Alert Bay 15 Maple Road, Bag Service 2800 Alert Bay, BC V0N 1A0 Phone: (250) 974-5213 Fax: (250) 974-5470 Email: deputy@alertbay.ca

PAGE 2 OF 4 INSTRUCTIONS TO TENDERERS Tender Documents 2 2.1 The tender documents which a tenderer should review to prepare a tender consist of all of the Contract Documents listed in Schedule 1 entitled "Schedule of Contract Documents". Schedule 1 is attached to the Agreement which is included as part of the tender package. The Contract Documents include the Drawings listed in Schedule 2 to the Agreement, entitled "List of Drawings". 2.2 Any additional information made available to Tenderers prior to the Tender Closing Time by the OWNER or representative of the OWNER, such as as-built plans, which is not expressly included in Schedule 1 or Schedule 2 to the Agreement, is not included in the Contract Documents. Such additional information is made available only for the assistance of tenderers who must make their own judgment about its reliability, accuracy or completeness and neither the OWNER nor any representative of the OWNER gives any guarantee or representation that the additional information is reliable, accurate or complete. Submission of Tenders 3 3.1 Tenders must be submitted in a sealed opaque envelope, clearly marked on the outside with the above Contract Title and Reference No.2018-01, and must be received on or before: Tender Closing Time: 4:00 pm local time Tender Closing Date: Friday, March 23, 2018 Delivered to: Village of Alert Bay 14 Maple Road Alert Bay, BC V0N 1A0 Fax: (250) 974-5470 Tender Requirements 3.2 Late tenders will not be accepted or considered, and will be returned unopened. 4 4.1 A tender must be on the Form of Tender as provided including all Appendices and signed by the authorized signatory(s) as follows: 4.1 4.11 signature(s) must be in original handwriting 4.1.2 If the tender is a partnership of joint venture then the name of the partnership of joint venture and the name of each partner or joint venture must be included and each partner or joint venture must sign personally; if a partner of joint venture is a corporation then such corporation must sign as indicated in 4.1.3 below; and 4.1.3 If the tenderer is a corporation then the full name of the corporation must be included, together with the names and signatures of authorized signatories.

PAGE 3 OF 4 INSTRUCTIONS TO TENDERERS 4.2 A tender must be accompanied by tender security ( Bid Security ) in the form of : 4.2.1 A bid bond issued by a surety licensed to carry on the business of suretyship in British Columbia in a form reasonably satisfactory to the Owner; or 4.2.2 Cash, bank draft or letter of credit in a form acceptable to the Owner; In an amount equal to 10% of the Tender Price. Additional Instructions to Tenderers Freedom of Information Cost of Tender Submission Evaluation Criteria 5 5.1 The OWNER is subject to the provisions of the Freedom of Information and Protection of Privacy Act. As a result, while Section 21 of the Act does offer some protection for third party business interests, the OWNER cannot guarantee that any information provided to the OWNER can be held in confidence. All tenders, after closing time and date become the property of the OWNER. 5.2 The OWNER shall not be liable for a tenderer s cost of submitting a tender. 5.3 Tenders will be evaluated on the combination of information provided in the Form of Tender and Appendices which may offer the best value and not necessarily the lowest price. Construction Association Policy 5.4 5.4.1 5.4.2 The OWNER is not a member of the Public Construction Council of British Columbia, the British Columbia Construction Association or any other construction association. The OWNER does not adopt or agree to be bound by The Procedures and Guidelines Recommended For Use on Publicly Funded Construction Projects produced by the Public Construction Council of British Columbia, September, 1989, or any other procedure/guideline recommended, adopted or produced by any construction association in the tendering and award of the Contract of this project. Good Neighbour Policy Mandatory Site Meeting 5.5.1 Contractors working on Municipal rights-of-way or on private land where new rights-of-way are being created are required to provide written notice to the residents in the immediate area of the works, describing what is being constructed, when the works will occur, who to contact for more information and what precautions should be taken if necessary; and that the work-site be posted for safety reasons. 5.6 NOT REQUIRED

PAGE 4 OF 4 INSTRUCTIONS TO TENDERERS Deletion / Addition of Work Omissions and Discrepancies 5.7 Tenderers are advised that the OWNER may, at its option, and subject to available funding and budgetary considerations, delete any Work described in the Contract Documents or may require that optional work be added to the scope of Work. The Work is divided into three (3) Areas for this purpose. 5.8 Should a tenderer find omissions from or discrepancies in the Contract Documents, or be in doubt as to their meaning, the tenderer should notify the OWNER no later than 5 days prior to the tender closing, who may send a written instruction to all tenderers in the form of an addendum, which shall become part of the contract and shall be covered in the contract price. Failure to do so may result in the forfeiture of the Bid Security. No oral interpretations made to a tenderer as to the meaning of the Contract Documents shall be considered binding. Every request for an interpretation shall be made in writing, forwarded to the office referred to in paragraph 3.1 of the Instructions to Tenderers Part1. Amendment of Tenders 5.9 5.9.1 5.9.2 A tenderer may, without prejudice to itself, acknowledge receipt of addenda, or withdraw or revise a tender after it has been deposited with the OWNER. All acknowledgements of receipt of addenda, or requests for withdrawal or revision MUST be received by the OWNER at the office referred to in paragraph 3.1 of the Instructions to Tenderers, in writing before the time set for the tender closing. Non-facsimile acknowledgement of receipt of addenda, or request(s) to withdraw or revise a tender should be submitted in a sealed opaque envelope clearly marked with the contract name and tender reference number. In the case of revision(s), a revised price will not be accepted, only the addition to or deduction from the price(s) will be accepted. Written acknowledgement of receipt of addenda, or withdrawals or revisions should be signed by the same person or persons who signed the original Form of Tender. In the case of facsimile acknowledgement of receipt of addenda, or requests for withdrawal or revisions, they should be received by the OWNER s facsimile machine (at (250)974-5470) at least one hour before the scheduled tender closing time. Tenderers assume the entire risk that the facsimile equipment and staff at the above office will properly receive the facsimile containing the acknowledgement of receipt of addenda, or withdrawal or revision. The original form of the facsimile transmission must be received as soon as possible after the tender closing at the office referred to in paragraph 3.1 of the Instructions to Tenderers. Sub-Surface Conditions 5.10 5.10.1 A geotechnical investigation has not been undertaken. The CONTRACTOR shall be responsible for verifying conditions and notifying the OWNER as per GC 6.4

PAGE 1 OF 4 Form of Tender Contract: Reference No.: 2018-01 TO OWNER: 1 I (WE), THE UNDERSIGNED: 1.1 have received and carefully reviewed all of the Contract Documents, including the CCDC 2 Stipulated Price Contract with attached General Conditions and the 2009 edition of the "Master Municipal Construction Documents - Specifications and Standard Detail Drawings" and the following Addenda: ; ( ADDENDA, IF ANY ) (TENDERER TO COMPLETE) 1.2 have full knowledge of the Place of the Work, and the Work required; and 1.3 have complied with the Instructions to Tenderers; and 2 ACCORDINGLY I (WE) HEREBY OFFER: 2.1 to perform and complete all of the Work and to provide all the labour, equipment and material all as set out in the Contract Documents, in strict compliance with the Contract Documents; and 2.2 to achieve Substantial Performance of the Work within 60 calendar days of receipt of the written Notice of Award 2.3 to do the Work for the price, which is the sum of the totals for the three(3) neighbourhood Areas set out in Appendix 1, the "Schedule of Lump Sum Prices", and adjustment amounts as provided by the Contract Documents. For the purposes of tender comparison, our offer is to complete the Work for the "Tender Price" as set out on Appendix 1 of this Form of Tender. Our Tender Price excludes GST. Tenderer s Owner s

PAGE 2 OF 4 3 I (WE) CONFIRM: 3.1 that the following Appendices are attached to and form a part of this tender: 4 I (WE) AGREE: 3.1.1 Appendices 1 to 7 inclusive; 3.1.2 the Bid Security as required by paragraph 4.2 of the Instructions to Tenderers. 4.1 that this tender will be irrevocable and open for acceptance by the OWNER for a period of 60 calendar days from the day following the Tender Closing Date and Time, even if the tender of another tenderer is accepted by the OWNER. If within this period the OWNER delivers a written notice ("Notice of Award") by which the OWNER accepts our tender we will: 4.1.1 within 15 Days of receipt of the written Notice of Award deliver to the OWNER: 4.1a) 4.1b) 4.1c) 4.1d) 4.1e) a Performance Bond and a Labour and Material Payment Bond, each in the amount of 50% of the Contract Price, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the OWNER; a Maintenance Bond in the name of the OWNER in the amount of 2% of the Contract Price, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the OWNER; a Construction Schedule, as provided by GC 3.5.1; a "clearance letter" indicating that the tenderer is in WCB compliance; and a copy of the insurance policies as specified in GC 11 and indicating that all such insurance coverage is in place and; Tenderer s Owner s

PAGE 3 OF 4 4.1 f) a Safety Plan, as provided by SGC 2.2; 4.1.2 within 2 Days of receipt of written "Notice to Proceed", or such longer time as may be otherwise specified in the Notice to Proceed, commence the Work; and 4.1.2 sign the Contract Documents 5 I (WE) AGREE: 5.1 that, if we receive written Notice of Award of this Contract and, contrary to paragraph 5 of this Form of Tender, we: 5.1.1 fail or refuse to deliver the documents as specified by paragraph 4.1.1 of this Form of Tender; or 5.1.2 fail or refuse to commence the Work as required by the Notice to Proceed, then such failure or refusal will be deemed to be a refusal by me (us) to enter into the Contract and the OWNER may, on written notice to me (us), award the Contract to another party. I (We) further agree that, as full compensation on account of damages suffered by the OWNER because of such failure or refusal, the Bid Security shall be forfeited to the OWNER, in an amount equal to the lesser of: 5.1.3 the face value of the Bid Security; and 5.1.4 the amount by which my (our) Tender Price is less than the amount for which the OWNER contracts with another party to perform the Work. 6 I (WE) DECLARE THAT: 6.1 no person, firm or company other than the undersigned, has any interest in this tender or in the proposed Contract for which this tender is made; 6.2 this tender is made without any connection, knowledge, comparison of figures, or agreement with any other company, firm or person making a tender for the same work; 6.3 in tendering for this work, and when called upon to enter into an agreement with the OWNER, I (we) will be bound to comply with all laws, statutes, and municipal bylaws pertaining to the Tenderer s Owner s

PAGE 4 OF 4 work. The agreement will be governed by the laws of the province of British Columbia; 6.4 in submitting this tender I (we) did not rely upon any information provided by the OWNER, or any of the OWNER s employees or agents, relating to the conditions, contingencies, risks or other circumstances, local or otherwise, which might influence or affect the performance or the cost of the work, including, without limiting the nature of the ground, subsoil, substrata of the work site, the means of access to the work site, the quality, quantity, nature or location of the materials to be furnished or removed in performance of the work, and the conditions under which the labour force will be employed, except the extent that any such information is expressly set forth in the Contract Documents. I (we) have relied on our own examination of the work site and have informed ourselves as to all conditions, contingencies, risks, and circumstances, local or otherwise, which might influence or affect the performance or the cost of the work. I (we) accept the site prior to the signing of the Contract. MY (OUR) ADDRESS is as follows: Phone: ( ) - Fax: ( ) - This Tender is executed this day of, 20. (FULL LEGAL NAME OF TENDERER S CORPORATION, PARTNERSHIP OR INDIVIDUAL) (AUTHORIZED SIGNATORY) (AUTHORIZED SIGNATORY) Tenderer s Owner s

Appendix 1 SCHEDULE OF LUMP SUM COSTS (See paragraph 5.7 of the Instructions to Tenderers) (All prices and Quotations including the Contract Price shall include all Taxes, but shall not include GST.) AREA DESCRIPTION LUMP SUM AMOUNT 3 Birch Rd. and Hawthorne St. 4 Pine Street 5 Cedar St., Oak Rd. and Laurel St. TENDER PRICE... GST... TENDER PRICE plus GST.. Tenderer s Owner s

Appendix 2 CHARGEOUT RATES (to be used in the event of any additions or deletions to the WORK) Description of Item Unit measurement Rate 150mm PVC sewer = 1.2m depth 150mm PVC sewer = 1.2m depth 100mm PVC sewer = 1.2m depth Asphalt patching (50mm) Concrete patching (100mm) Grass restoration 1050mm manhole Inspection chamber Installation of pump chamber (c/w electrical) 50mm poly pump line (installed) Trench rock > 1 cubic meter Pipe concrete encasement per meter per meter per meter per sq. meter per sq. meter per sq. meter each each each per meter per cubic meter per meter (attach Company labour and equipment chargeout rate sheet) Tenderer s Owner s

Appendix 3 EXPERIENCE OF SUPERINTENDENT Name: Experience: Dates: Project Name: Responsibility: References: Dates: Project Name: Responsibility: References: Dates: Project Name: Responsibility: References: Tenderer s Owner s

Appendix 4 COMPARABLE WORK EXPERIENCE PROJECT OWNER/ CONTRACT NAME PHONE NUMBER WORK DESCRIPTION VALUE ($) Tenderer s Owner s

Appendix 5 SUBCONTRACTORS TENDER ITEM TRADE SUBCONTRACTOR NAME PHONE NUMBER Tenderer s Owner s

Appendix 6 TENDERER S CURRENT PROJECTS UNDERWAY PROJECT OWNER/ CONTRACT NAME PHONE NUMBER WORK DESCRIPTION VALUE ($) % COMPLETE Tenderer s Owner s

Appendix 7 PRELIMINARY CONSTRUCTION SCHEDULE INDICATE SCHEDULE WITH BAR CHART WITH MAJOR ITEM DESCRIPTIONS AND TIME MILESTONE DATES ACTIVITY CONSTRUCTION SCHEDULE (weeks) 1 2 3 4 5 6 7 8 Tenderer s Owner s

SCHEDULE 1 Schedule of Contract Documents The following is an exact and complete list of the Contract Documents, as referred to in Article 2.1 of the Agreement. NOTE: The documents noted with "*" are contained in the "Master Municipal Construction Documents Volume II Specifications and Standard Detail Drawings", edition dated 2009. 1 Agreement, including all Schedules; 2 Definitions; 3 General Conditions of the Stipulated Price Contract; 4 Performance Bond; 5 Labour and Materials Payment Bond; 6 Maintenance Bond; 7 Safety Plan 8 Supplementary General Conditions, if any; 9 BC Plumbing Code (not attached to The Tender Package) 10 Instructions to Tenderers; 11 Specifications*; 12 Standard Detail Drawings*; 13 Executed Form of Tender, including all Appendices; 14 Drawings listed in Schedule 2 to the Agreement -"List of Drawings"; 15 The following Addenda: Tenderer s Owner s

SCHEDULE 2 List of Drawings (COMPLETE LISTING OF ALL DRAWINGS, PLANS AND SKETCHES THAT ARE PART OF THE CONTRACT DOCUMENTS) TITLE DRAWING NO. DATE REVISION DATE REVISION NO. 2018 Sanitary Sewer Upgrade Design - Sheet 1 February 2018 13/02/2018 B Pine St. Sanitary Sewers Design- Sheet 2 February 2018 13/02/2018 B Pine St. at Oak - Sanitary Sewers Design Sheet 3 February 2018 13/02/2018 Cedar St. Sanitary Sewers Design Sheet 4 February 2018 13/02/2018 B Cedar St/SRW Sanitary Sewers Design Sheet 5 February 2018 13/02/2018 Oak Rd. Sanitary Sewers Design Sheet 6 February 2018 13/02/2018 B Birch Rd. Sanitary Sewers Design Sheet 7 February 2018 13/02/2018 B Hawthorne Rd Sanitary Sewers Design Sheet 8 February 2018 13/02/2018 B B B Tenderer s Owner s

Supplementary General Conditions (TO BE READ WITH "General Conditions" CONTAINED IN CCDC 2") PAGE 1 OF 3 Contract: Reference No.: 2018-01 TABLE OF CONTENTS Page 2 Administration of the Contract... SGC 1 2.3 Review and Inspection of the Work... SGC 1 9 Protection of Persons and Property... SGC 2 9.1 Protection of Work and Property... SGC 2.1 9.4 Construction Safety... SGC 2.2 12 Indemnification, Waiver of Claims and Warranty... SGC 3 12.3 Warranty... SGC 3

PAGE 2 OF 3 SUPPLEMENTARY GENERAL CONDITIONS ADMINISTRATI0N OF THE CONTRACT Review and Inspection of the Work PROTECTION OF PERSONS AND PROPERTY Protection of Work and Property 2 2.3.8 2.3.8 (add new clause 2.3.8 as follows) The CONTRACTOR shall not schedule work that will require inspection beyond the OWNER s normal office hours without the CONTRACT ADMINISTRATOR s prior approval. Any extra cost incurred by the OWNER for work done outside of normal office hours may be deducted from the CONTRACTOR s monthly payments. 9 9.1 9.1.5 (add new clause 9.1.5 as follows) The CONTRACTOR shall locate, mark and protect from damage or disturbance, any and all stakes, survey pins, monuments and markers at the Place of the Work. All survey stakes, pins, monuments or markers which, in the opinion of the OWNER, have been damaged or disturbed shall be made good following construction by a registered B.C. Land Surveyor at the CONTRACTOR s expense. Construction Safety 9.4 9.4.1 amend existing 9.4.1 by adding: Pursuant to Section 118 of the Workers Compensation Act, the CONTRACTOR will be the Prime Contractor for the WORK and will provide the OWNER with written confirmation as such. 9.4.2 (add new clause 9.4.2 as follows) The CONTRACTOR will prepare and submit to the OWNER prior to commencement of the WORK, a Safety Plan detailing an established Health and Safety Program and site specific provisions for safety of the Public, Workers, OWNER and Consultant. INDEMNIFICATION, WAIVER OF CLAIMS AND WARRANTY 12 Warranty 12.3 12.3.1 Amend existing 12.3.1 by adding: All warranties under this Contract commence from the date of Substantial Performance of the Contract, regardless of whether any Subcontractor achieves Substantial Performance of it s Subcontract prior to Substantial Performance of the Contract as a whole. 12.3 12.3.7 (add new clause 12.3.7 as follows) The OWNER is authorized to make repairs to defects or deficiencies if, ten days after giving written notice, the CONTRACTOR has failed to make or

PAGE 3 OF 3 SUPPLEMENTARY GENERAL CONDITIONS undertake with due diligence the required repairs. However, in the case of emergency where, in the opinion of the OWNER, delay is not reasonable, repairs may be made without notice being sent to the CONTRACTOR. All expenses incurred by the OWNER in connection with repairs made pursuant to GC 12.3 shall be paid by the CONTRACTOR and may be deducted from the Maintenance Security, or other holdbacks. The CONTRACTOR shall promptly pay any shortfall.