Request for Tender. Hot Mix Asphalt

Similar documents
Gravel Crushing Forms Tender T-PW-14-02

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

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

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

TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING CONTRACT NO. L

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

Municipality of Dysart et al

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

VILLAGE OF ALERT BAY

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

Request for Proposals. To Provide. Sidewalk Snow Removal and Ice Control Services. For The. Municipality of the District of Digby

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

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

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

Cherokee County Board of Commissioners

CONTRACT DOCUMENTS FOR Project Name Tender XX-XX

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

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

REGIONAL DISTRICT OF NORTH OKANAGAN. Tender Name: BX Falls Trail Pedestrian Bridge Replacement INVITATION TO TENDER. Tender Number:

Instructions to Bidders Page 1 of 8

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

City of Mexico Beach Replacement of Fire Department Roofing Shingles

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

FORM A: BID (See B9)

INSTRUCTIONS TO TENDERERS

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

CITY OF APOPKA BID NAME: SURPLUS SALE BID NUMBER: # BID DEPOSIT REQUIRED: BID CLOSING DATE: July 9, 2018 BID CLOSING TIME: 10:00 A.M.

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

Invitation to Submit Tenders

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

REQUEST FOR BID # TIRE DISPOSAL SERVICES

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

EXCAVATION PERMIT Application Packet

THE CORPORATION OF THE CITY OF ELLIOT LAKE PUBLIC WORKS DEPARTMENT TENDER FOR SUPPLY OF GASOLINE, DIESEL FUEL, AND LUBRICANTS CONTRACT NO.

Invitation to Submit Tenders

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

INVITATION TO BID for HOTMIX SURFACE TREATMENT

MUNICIPALITY OF THE DISTRICT OF WEST HANTS INFORMATION TO TENDERERS SECTION 1. P.O. Box 3000, 76 Morison Drive. Windsor West Hants Ind.

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

FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3

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

REQUEST FOR QUOTATION (RFQ) (Goods) NAME & ADDRESS OF FIRM DATE: March 3, 2017

City of Portsmouth Portsmouth, New Hampshire Valet Parking Services from Loading Zone located at Pleasant Street. Bid#63-17 INVITATION TO BID

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

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

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

THE MUNICIPALITY OF MISSISSIPPI MILLS 3131 OLD PERTH RD. ALMONTE, ONTARIO KOG1A0 TELEPHONE FAX

RETRO REFLECTIVE GLASS BEADS

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT]

TO ORGANISE THE MALDIVIAN NIGHT-ITB FAIR 2018, BERLIN, GERMANY FOR THE YEAR 2018

FOR HOSTESS SERVICES DURING ITB 2018, BERLIN, GERMANY FROM 7 TO 11 MARCH 2018

THIS AGREEMENT made the (1) DATE day of (2) MONTH), 2013 THE CORPORATION OF THE CITY OF WELLAND. hereinafter called "the City"

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

Construction, respecting the replacement of the entrance stairs of City Hall, in the City of

ADDENDUM No Civic Centre Retaining Wall Reconstruction The City of Elliot Lake Tulloch Project

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

INVITATION TO BID INSTRUCTIONS TO BIDDERS

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

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

Sealed Bid, Sweeper Brooms & Parts Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

SCHEDULE 2 OF BYLAW 7900 CITY OF KELOWNA SERVICING AGREEMENT

INVITATION FOR BID Bid #1012 Ambulance Graphics

COUNTY OF OSWEGO PURCHASING DEPARTMENT

REQUEST FOR QUOTATION (RFQ) 8 Oct 2010 REFERENCE: RFQ-SS-CATSERVICES-SPP

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

CONDITIONS OF TENDERING (E-SUBMISSION)

REQUEST FOR QUOTATION (RFQ) (Goods and services)

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

County of Curry. Invitation to Bid No. 2017/ Hot Mix Cold Lay & Hot Mix Material for the Curry County Road Department. Issue Date: June 6, 2018

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

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

General Terms of Contract

Scope of Work. In general, the Contractor should be familiar with all current conditions and circumstances which may affect the work progress.

Saddles for Sale RFSB # N

SITE IMPROVEMENT PERFORMANCE PAISLEY PARK PLANNED UNIT DEVELOPMENT

Bid #15-15 Goodyear Tires

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

INVITATION TO BID INSTRUCTIONS TO BIDDERS

INVITATION FOR BIDS: Maintenance Repairs FY Bristol Warren Regional School District

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

FOR TRANSPORT SERVICES DURING ITB 2018, BERLIN, GERMANY FROM 04 TH TO 12 TH MARCH 2018

SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL PUNJAB PROCUREMENT RULES, 2014)

Quotations submitted by hand/mail should be in sealed envelopes and sent to the following address:

COMMERCIAL TERMS AND CONDITIONS

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

NOTICE INVITING BIDS FOR PURCHASE AND REMOVAL OF SURPLUS PASSENGER CARS/RAIL EQUIPMENT

REQUEST FOR QUOTATION (RFQ) (Services)

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

PART I - GENERAL INFORMATION

B Y - L A W N U M B E R A BY-LAW TO PROVIDE FOR THE PROTECTION OF HIGHWAYS IN WINDSOR

REQUEST FOR QUOTATION (RFQ) 3/5/2010 REFERENCE: RFQ-SS-Motorbike-CSAC

THE BOROUGH OF EAST RUTHERFORD REQUEST FOR QUALIFICATIONS

TITLE 16 STREETS AND SIDEWALKS, ETC 1 CHAPTER 1 MISCELLANEOUS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

Transcription:

Request for Tender Hot Mix Asphalt Request for Tender: Issue Date: Wednesday June 21, 2017 Closing Date & Time: Monday July 17, 2017 11:00 a.m. local time Address: Township of Cavan Monaghan 988 County Road 10 Millbrook, Ontario, L0A 1G0 Telephone: 705-932-9327 Fax: 705-932-3458 Attention: Mr. Wayne Hancock Director of Public Works Late Tenders will not be accepted. The lowest price or any Tender not necessarily accepted. Page i

Project: Authority: Contract Administrator: Hot Mix Asphalt Township of Cavan Monaghan Mr. Wayne Hancock Director of Public Works 988 County Road 10 Millbrook, Ontario, L0A 1G0 Telephone: 705-932-9327 Fax: 705-932-3458 Tenderer: Company Name Address (Include Postal Code) Telephone and Fax Numbers Email Address Name of Person Signing Position of Person Signing Tenders Received By: Wayne Hancock Director of Public Works Township of Cavan Monaghan 988 County Road 10 Millbrook, Ontario, L0A 1G0 Page ii

To: Re: Mayor and Members of Council Hot Mix Asphalt Dear Mayor and Members of Council: I/We, the undersigned, having carefully examined the sites of the proposed work, and having read, understood and accepted the Provisions, Plans, Specifications and Conditions attached hereto, each and all of which form part of this tender, hereby offer to furnish all machinery, tools, labour, apparatus, plant and other means of construction; all materials, except as otherwise stated in the Contract; and to complete the work in strict accordance with the Provisions, Plans, Specifications and Conditions hereto attached for the unit prices shown in this Tender. I/We understand and agree that the quantities shown in this tender are approximate only and may be increased, decreased or deleted entirely at the discretion of the Contract Administrator. Attached to the Tender is a certified cheque, or a Bid Bond, or a Letter of Credit in the amount of 10% of the total tender, made payable to the Township of Cavan Monaghan, the proceeds of which, upon acceptance of this tender, shall constitute a deposit which may be forfeited to the Township of Cavan Monaghan if I/We fail to fulfil the conditions and specifications as set out herein. I/We hereby agree that notification of acceptance of this tender shall be in writing, and may be sent prepaid post, and if sent prepaid post, acceptance shall be deemed to have been made on the date of the mailing of such notification. I/We agree that the work specified in the contract will be performed in strict accordance with all of the conditions, specifications and provisions outlined in the following Sections: Section 1.0: Section 2.0: Section 3.0: Instructions and Standard Conditions Scope of Work Itemized Bid Signed at the Township Office of Cavan Monaghan in the County of Peterborough this day of, 2017 Signature of Corporation Witness & Position Held Signature of Contractor or Seal of Firm Page iii

Table of Contents 1.0 Instructions and Standard Conditions... 1 1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.12 1.13 1.14 1.15 1.16 1.17 1.18 1.19 1.20 1.21 1.22 1.23 1.24 Purpose... 1 Delivery and Opening of Submissions... 1 Important Dates... 1 Title Definitions... 1 Examination of Tender Documents... 2 Blank Form of Tender... 2 Tender Opening... 2 Tender Deposits... 2 Right to Accept or Reject Tenders... 2 Unacceptable Tenders... 3 Ability and Experience of Tenderer... 3 Harmonized Sales Tax... 3 Execute Contract... 3 Location... 3 Tenderers to Investigate... 3 Inquiries During Tendering... 3 Award of Contract... 3 Addenda... 4 Liability Insurance... 4 Workplace Safety & Insurance coverage... 4 Withdrawal of Tenders... 4 Notification of Acceptance... 4 Warranty... 4 Method of Payment... 4 2.0 Scope of Work... 5 2.1 Special Conditions... 5 2.2 General Conditions... 5 2.2.1 Occupational Health & Safety Compliance... 5 2.2.2 Federal, Provincial, Municipal Laws... 5 2.2.3 Safety Devices... 5 2.2.4 Access to Buildings and Properties... 5 2.2.5 General Contractor Definition... 5 2.2.6 Township of Cavan Monaghan Indemnification from Liability... 6 2.2.7 Supply of Materials... 6 2.2.8 Vehicle Loading... 6 2.2.9 Contract Schedule... 6 2.2.10 Quantity Adjustments... 6 2.2.11 Accessibility Standards... 6 2.2.12 Disputes and Termination... 6 2.2.13 Character and Employment of Workers... 7 Page iv

3.0 Itemized Bid... 8 4.0 Contractor s Equipment and Experience... 10 4.1 4.2 4.3 Statement A... 10 Statement B... 11 Statement C... 12 5.0 Contractor s Acknowledgement and Understanding of Tender... 13 List of Appendices Appendix I: Municipal Office Map Appendix II: Centennial Lane Map Appendix III: Kennedy Drive/Rose Crescent Map Appendix IV: Kennedy Drive Widening Details Appendix V: Morningside Place Map Page v

1.0 Instructions and Standard Conditions 1.1 1.2 Purpose This Tender is being called for the construction of asphalt roadways in various locations within the Township, as well as a paved parking lot at the Township Municipal Office. Delivery and Opening of Submissions Sealed Tenders plainly marked Tender Hot Mix Asphalt will be received until: 11:00 a.m. local time, Monday, July 17, 2017. The Sealed tenders will be addressed to: Mr. Wayne Hancock Director of Public Works Township of Cavan Monaghan 988 County Road 10 Millbrook, Ontario, L0A 1G0 The Township of Cavan Monaghan shall not be responsible for Submissions which are not properly marked and/or delivered to any other location, other than that specified above. The use of any means of delivery of a submission shall be at the risk of the Tenderer. Submissions received after the official closing time will not be considered and will be returned unopened to the respective Tenderer. Tenders will be opened at 11:10 a.m. local time, Monday, July 17, 2017 in the Council Chambers 988 County Road 10, Millbrook, Ontario, L0A 1G0. 1.3 1.4 Important Dates Tender Release Date June 21, 2017 Deadline for Submission July 17, 2017 11:00 a.m. Tender Opening July 17, 2017 11:10 a.m. Title Definitions Wherever the word Township or Owner or Authority or Corporation appears in this Tender, it shall be interpreted as meaning the Township of Cavan Monaghan. Wherever the work Contract Administrator or Engineer appears it shall be deemed to mean the Director of Public Works or such other officers as may be authorized by the Authority to act in any particular capacity. Wherever the word Contractor or Tenderer appears it shall be deemed to mean the individual and/or company who is submitting this Tender for bid submission of the work outlined herein. Page 1

1.5 Examination of Tender Documents Each Tenderer must satisfy himself/herself by a personal study of the RFT documents respecting the conditions existing or likely to exist in connection with the proposed award. There will be no consideration of any claim, after submission of a Tender, that there is a misunderstanding with respect to the conditions imposed by this RFT. Prices submitted must include all costs and the Tenderer must be satisfied as to the full requirements of the RFT. No claims for extra work will be entertained and any additional works must be authorized in writing prior to commencement. Should the Tenderer require more information or clarification on any point, it must be obtained in writing from the designated Township official prior to submission of the Tender. 1.6 1.7 1.8 Blank Form of Tender One copy of the Tender, on the forms provided, shall be submitted. All information requested shall be shown in the Tender, in the space provided and shall be typed or printed in ink. Tender Opening Tenders will be opened following the deadline for submission on Monday, July 17, 2017, in the Council Chambers, 988 County Road 10, Millbrook, Ontario, L0A 1G0. Tender Deposits All Tenders shall be accompanied by a certified cheque, or a Bid Bond, or a Letter of Credit for an amount equal to at least 10% of the Total Tender Amount, made payable to the Township of Cavan Monaghan, as a guarantee for the execution of the contract. Bid deposits will be returned to all unsuccessful tenderers by courier or will be available for pick up by the Bidder within twenty (20) working days after the Tender has been awarded and approved by Council. In the case of a pickup, the person picking up the Bid deposit shall sign a receipt. The Authority will retain the successful Tenderer s deposit until all conditions outlined in the Tender Documents have been fully completed to the satisfactory of the Contract Administrator. 1.9 Right to Accept or Reject Tenders The Authority reserves the right to reject any or all Tenders or to accept any Tender should it be deemed to be in the Authority s best interest to do so. The lowest bid Tender or any Tender will not necessarily be accepted. Tenders which are incomplete, conditional or obscure, or which contain additions not called for, erasures, alterations, or irregularities of any kind may be rejected as a bid irregularity, in the Authority s sole and absolute discretion. All Tenders are subject to the Township s Policies included in the Purchasing By-law No. 2013-61. Page 2

1.10 1.11 1.12 1.13 1.14 1.15 Unacceptable Tenders Each item in the Tender Form shall include a reasonable price for such item. Under no circumstances will an unbalanced Tender be considered. The Authority and the Contract Administrator will be the sole judge of such matters, and should any Tender be considered to be unbalanced, then it will be rejected by the Authority. Ability and Experience of Tenderer The Authority reserves the right to reject any Tenderer where satisfactory evidence of sufficient capital, plant and experience to successfully performed and complete the work in the specified time, not furnished by the Tenderer. Harmonized Sales Tax The Harmonized Sales Tax shall not be included in Tendered prices for material supplied under this Contract. Execute Contract All complete tenders shall be open for acceptance for a period of sixty (60) days after the closing date. After this time, the Tender may only be accepted with the consent of the successful Tenderer. Location The work is located at Centennial Lane in Millbrook, Kennedy Drive and Rose Crescent in Mount Pleasant, and the Municipal Office at 988 County Road 10 in Millbrook, as indicated on the maps in Appendices I, II, and III. Tenderers to Investigate Tenderers must satisfy themselves by personal examination of the sites and by such other means as they may prefer as to the actual conditions and requirements of the work. The Tenderer shall carefully examine all scope and conditions so that the unit prices Tendered are commensurate with the nature of the work requested. 1.16 Inquiries During Tendering The Tenderer is advised that inquiries regarding the interpretation of the Tender or specifications, shall be directed to the Contract Administrator, the Township of Cavan Monaghan, Telephone: 705-932-9327, Attention: Wayne Hancock, Director of Public Works. The Tenderer or their employees, agents or anyone acting on their behalf shall not contact, with the exception of the Contract Administrator, any Township of Cavan Monaghan Member of Council, Staff, Agent, Employee, Contractor or anyone acting on behalf of the Municipality in regards to this Tender, its evaluation process, or the award of contract. Any communications in regards to this Tender must be made through the Contract Administrator, failing to do so may disqualify the Tenderer for consideration in this Tender. 1.17 Award of Contract The award of this Contract is subject to the approval of the Council of the Township of Cavan Monaghan, acting in its sole and absolute discretion. Page 3

1.18 1.19 1.20 1.21 1.22 1.23 1.24 Addenda The Tenderer shall ensure that all addenda issued during the tendering period are attached as part of the submitted bid. Failure to do so will result in disqualification of the bid. Liability Insurance The successful bidder shall deliver a certified copy of his/her company or firm s Public Liability and Property Damage Insurance policy within 10 (ten) calendar days of receiving notice of acceptance. Coverage shall be a minimum of $5,000,000 per accident in the name of the Township of Cavan Monaghan. Failure to provide such proof may result in the cancellation of the contract and forfeiture of the Tender deposit. Workplace Safety & Insurance coverage The successful bidder shall provide a Certificate of Clearance from the Workplace Safety & Insurance Board within ten (10) calendar days of receiving acceptance notice. Failure to provide such proof may result in the cancellation of the contract and forfeiture of the Tender deposit. The Authority may request the Contractor to provide an updated Certificate of Clearance at any point during the term of the contract, prior to making payments to the Contractor. Withdrawal of Tenders A bidder may withdraw his/her Tender upon delivering a signed notice of withdrawal at least three (3) hours before the closing date and time as set out in the Purchasing By-law No. 2013-61. Notification of Acceptance Notification of Acceptance of Tender shall be by telephone and written form. The date of Acceptance of Tender shall be the date the written notice is mailed to the successful bidder. Warranty Prior to beginning work, the Contractor shall advise the Township of Cavan Monaghan of any problems or conditions with respect to the work area which may adversely affect the performance of the Tender. In the event it is perceived certain problems or conditions to exist, the Contractor shall not begin work until approval is given by the Contract Administrator. The Contractor shall provide the Owner with a written warranty guaranteeing the work under this contract for a period of twelve (12) months following the completion date of said work. Method of Payment During or upon completion of the work on the Contract, the Contractor shall submit an invoice to the Township of Cavan Monaghan at least once each month. Such invoice shall specify the amount of work done, materials supplied and the value thereof according to the terms of the Contract and shall include all applicable taxes. Terms shall be thirty (30) days net from the date the Contractor s invoice is received by the Township of Cavan Monaghan. The Township shall hold back 10% on each progress payment to the tenderer until the end of the project such that the accumulated holdback will represent 10% of the total contract price. Upon final inspection and approval, by the Public Works Director, the 10% holdback will be released to the tenderer. Page 4

2.0 Scope of Work 2.1 Special Conditions This section outlines special conditions related to the Tender: 1. The unit cost of asphalt on Centennial Lane will include the cost of sweeping the current road surface. Road subdrains will be installed by Township staff prior to work commencing. 2. Kennedy Road will be widened from 6.2 m to 7.5 m in order to include a 6 m road and a 1.5 m pave asphalt sidewalk. The asphalt sidewalk will be marked with a 10cm wide white thermoplastic line between the road and pedestrian lane. 3. Stop bars are required on Centennial Lane facing Tupper Street, on Century Boulevard facing Centennial Lane, on Rose Crescent facing Kennedy Drive, and on Kennedy Drive facing Mount Pleasant Road. 4. For adjustment of manholes and catch basins, base asphalt will be saw cut and removed, manholes or catch basins will be raised with precast concrete adjustment units as per OPSD 704.01, rather than manhole adjusting or extension rings. Base asphalt will be restored and asphalt curb and gutter will be replaced with concrete curb and gutter to match existing conditions. 5. Existing asphalt on Morningside Place will be sawcut and new asphalt will match into the existing roadway. 2.2 General Conditions 2.2.1 Occupational Health & Safety Compliance The Contractor and his/her agents shall strictly adhere to all safety procedures and regulations as specified in the Occupational Health and Safety Act and Regulations for Construction Projects and Works. 2.2.2 Federal, Provincial, Municipal Laws The Contractor and his/her agents shall strictly adhere to all Federal, Provincial and Municipal Regulations, Legislation and By-laws. It shall by the Contractor s responsibility to obtain the current revisions of applicable Acts, Laws and By-laws. 2.2.3 Safety Devices The Contractor shall place, construct, erect, or otherwise put in place such safety devices as may be required to protect motoring and pedestrian traffic, as well as the contractor s employees and the employees of the Township, from risk of injury. The Contractor shall ensure that all work areas are secure before leaving the site unsupervised at any time. 2.2.4 Access to Buildings and Properties The Contractor shall maintain access to buildings and properties in the work area. 2.2.5 General Contractor Definition The person or company signing this Tender shall be considered the Contractor. Page 5

2.2.6 Township of Cavan Monaghan Indemnification from Liability In and during the performance of the work, the Contractor shall indemnify and save harmless the Township of Cavan Monaghan from and against all claims demands, losses, costs, damages, actions, suits or other proceedings by whosoever made, brought or prosecuted in any manner based upon, occasioned by, or attributed to any such damage, injury or infringement. 2.2.7 Supply of Materials The Contractor shall supply all materials required to complete the work specified in the Tender. The payment provided in the Tender shall be deemed to include full compensation for the supply of said materials. 2.2.8 Vehicle Loading Weighing shall be carried out in accordance with OPSS 102, or the latest revision thereof. Where a vehicle is hauling material for use on the work under this contract, in whole or in part on a public highway, and where motor vehicle registration is required, the Contractor shall not permit any vehicle in his/her employ to be loaded beyond the legal limit or operated without valid registration. 2.2.9 Contract Schedule Work on the contract shall commence on or after August 9, 2017 on a date agreed upon by the Township and Contractor. 2.2.10 Quantity Adjustments The Township of Cavan Monaghan reserves the right to adjust the quantities of the tender items as required to meet budgetary constraints. 2.2.11 Accessibility Standards As part of the Township s Accessibility Policy, upon acceptance of the successful tender, a Township Accessibility pamphlet will be mailed to the successful Tenderer. The Tenderer is requested to read the pamphlet and sign a form acknowledging that they have done so and comply will the requirements of the Policy. 2.2.12 Disputes and Termination 1. In cases of dispute as to whether or not deliverables required by any contract awarded under this RFT meet the requirements of the Township, the parties agree to attempt to negotiate a mutually agreeable settlement prior to submitting the matter at issue to a third party mediator or arbitrator or the court. The decision of such agent, mediator or arbitrator as the Township may appoint will be final and binding. 2. Notwithstanding the above, the Township may terminate any contract awarded under this RFT for any reason whatsoever, by giving one hundred and twenty (120) days written notice to the Contractor of such intent. The Contractor shall not be entitled to any monetary compensation for work done following the notification period. 3. Notwithstanding any other provision in any contract awarded under this RFT, at the option of the Township, the Contract, or any part thereof, may be terminated on twentyfour (24) hours written notice to the Contractor, in the event that the Contractor: Page 6

a. declares its inability to pay debts as they generally become due; b. is adjudged or adjudicated bankrupt or insolvent; c. becomes subject to or requests any benefit or exemption relating to any provision or enactment concerning bankruptcy or insolvency; d. withholds any funds payable to the Township or information from the Township; e. abandons the Work under this Contract; f. disregards any laws, by-laws, rules, regulations, standards, approvals or orders of any of the authorities having jurisdiction, including without restricting the generality of the foregoing, the directives of the Township; g. gives or offers any gratuity to or attempts to bribe any member of Council, officer or servant of the Township; or h. repeatedly fails to adhere to the terms of any contract awarded under this RFT and in particular commits repeated infractions in the performance of the Work. 4. In the event that the Township terminates all or part of any contract awarded under this RFT, the Township may take any steps to secure the completion of the Work and any damages or extra expenditures thereby incurred may be collected from the Contractor. 5. In the event the Township temporarily relieves the Contractor of a portion of the Work, it shall in no way affect the obligations of the Contractor with respect to the remainder of the Work or the same portion of the Work to be done in future. 6. In the event that the Township exercises their right to terminate the Contract then the Contractor shall be paid for only those Work(s) performed up to the date of termination that have been pre-approved by the Township. 7. Any representation or warranty given by the Contractor shall survive beyond termination of this Contract. 2.2.13 Character and Employment of Workers The successful Tenderer shall employ only orderly, competent and skillful workers to ensure that the works are carried out in a respectable, professional manner. In the event that any person employed by the Contractor in connection with the work arising out of this Contract gives, in the opinion of the Township, just cause for complaint, the Contractor, upon notification by the Municipality in writing, shall not permit such person to continue in any future work arising out of this RFT. Page 7

3.0 Itemized Bid Item Spec. Description of Item Unit Quantity # (OPSS) 1 Municipal Office Driveway and rear Parking Lot (Appendix I) Supply and apply material required 1a 310, 313 175 and driveway for a 50 mm HL4 surface layer for metric the Municipal Office parking lot tonne 1b 710, 532 1c OPSD 603.02 Yellow thermoplastic line marking for parking stalls (as per parking stall plan in Appendix I) Supply and install all material required for precast parking curbs for northernmost 10 parking stalls 2 Centennial Lane (Appendix II) 2a 310, 313, SP 2b 330 2c 314 Supply and apply material required for a 40 mm HL3 surface layer for Centennial Lane Provisional removal and replacement of base asphalt Grinding of intersections at Century Boulevard and Tupper Street 2d 408, SP 2e 408, SP Remove asphalt curb and gutter 2f 353 and replace with concrete curb and gutter at adjusted catch basins 3 Rose Crescent (Appendix III) Supply and apply material required 3a 310, 313 for a 50 mm HL4 base layer for Rose Crescent Supply and apply material required 3b 310, 313 for a 40 mm HL3 surface layer for Rose Crescent Pulverization of current road 3c 330 surface and grading for new surface of Rose Crescent 4 Kennedy Drive (Appendices III and IV) 4a 4b 310, 313, SP 310, 313, SP linear metre 198 each 10 metric tonne 250 m² 36 each 2 Adjust manhole height each 5 Adjust catch basin height each 5 Supply and apply material required for a 6 m 50 mm HL4 base layer for Kennedy Drive Supply and apply material required for a 6 m 40 mm HL3 surface layer for Kennedy Drive linear metre metric tonne metric tonne 10 200 165 m² 1500 metric tonne metric tonne 270 220 Unit Price Total $ Page 8

4c 4d 310, 313, SP 310, 313, SP 4e 330 4f 314 4g 314 4h 710, 532 Supply and apply material required for a 1.5 m asphalt sidewalk in 50mm HL4 base layer for Kennedy Drive as per Appendix IV Supply and apply material required for a 1.5 m asphalt sidewalk in 40mm HL3 surface layer for Kennedy Drive as per Appendix IV Pulverization of current road surface and grading for new surface of Kennedy Drive Supply and construct 150 mm granular A base to widen road for 1.5 m asphalt sidewalk on Kennedy Drive as per Appendix IV Supply and construct 300 mm granular B subbase to widen road for 1.5 m asphalt sidewalk on Kennedy Drive as per Appendix IV 10 cm wide white thermoplastic line marking between road and pedestrian walkway 5 Morningside Place (Appendix V) 5a 310, 313, SP 6 Miscellaneous Items 6a 706 Traffic Control 6b 710 SP Supply and apply material required for a 50 mm HL4 single layer for Morningside Place 30 cm wide white thermoplastic stop bar with 10 cm wide tail metric tonne metric tonne 70 60 m² 2100 m³ 75 m³ 150 linear metre metric tonne lump sum 338 24 1 each 4 Subtotal Cost: HST: Total Cost: Tenderer s H.S.T. Registration Number: Page 9

4.0 Contractor s Equipment and Experience The Authority reserves the right to reject the Tender of any bidder who does not furnish satisfactory evidence of sufficient capital, resources, equipment and experience to successfully undertake and complete the work in the specified time. In order to aid the Authority in determining the ability of each Tenderer, the Tenderer shall complete Statement A through C as outlined below (if there is insufficient space below please attached additional sheets and label as such). 4.1 Statement A State the Tenderer s experience in similar work which he/she has successfully completed. Please complete in the space provided below: Page 10

4.2 Statement B Provide a list of the Tenderer s senior supervisory staff with a summary of the experience of each. Please complete in the space provided below: Page 11

4.3 Statement C The Township is requesting additional information pertaining to the Tender based on the Tenderer s past experience. Please provide a brief description of approaches that will add value to the services priced above. Please complete in the space provided below: Page 12

5.0 Contractor s Acknowledgement and Understanding of Tender The work specified in the Contract shall be performed in strict accordance with the following Section. The contractor also acknowledges that the information presented in these sections is understood and completed (where necessary): Section 1.0: Section 2.0 Section 3.0 Section 4.0 Instructions and Standard Conditions Scope of Work Itemized Bid Contractor s Equipment and Experience Appendices: Appendix I: Municipal Office Map Appendix II: Centennial Lane Map Appendix III: Kennedy Drive/Rose Crescent Map Appendix IV: Kennedy Drive Widening Details Appendix V: Morningside Place Map The Contractor, by this Tender, offers to complete the work of this Contract in strict accordance with the terms contained herein. By my/our signature hereunder, I/we hereby identify this as the Schedule of Tender Data, Plans and Specifications, for Tender, executed by me/us bearing date this day of 2017. Signature: Position: (Company Seal) Name of Firm: Page 13

Appendix I: Municipal Office Map Page 14

Appendix I: Municipal Office Map Page 15

Appendix II: Centennial Lane Map Page 16

Appendix III: Kennedy Drive/Rose Crescent Map Page 17

Appendix V: Morningside Place Map Page 18

Appendix V: Morningside Place Map Ø 24 m Page 19