Hanover Community Trail Bridges Reconstruction Tender Drawings Hanover Community Trail Bridges

expired opportunity(Expired)
From: Hanover(Town)
2023-01-PRC

Basic Details

started - 20 Feb, 2023 (14 months ago)

Start Date

20 Feb, 2023 (14 months ago)
due - 07 Mar, 2023 (13 months ago)

Due Date

07 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
2023-01-PRC

Identifier

2023-01-PRC
Town of Hanover

Customer / Agency

Town of Hanover
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

HANOVER COMMUNITY TRAIL BRIDGES RECONSTRUCTION Hanover, Ontario Tender Document 2023-01-PRC Hanover Community Trail Bridge Reconstruction Tender Closing March 2, 2023 2:00 PM Tender Questions February 20, 2023 2:00 PM LATE TENDERS WILL NOT BE ACCEPTED File: Prepared by: Prepared for: 121241 Tatham Engineering Limited Town of Hanover Date: 115 Sandford Fleming Drive, Suite 200 Collingwood, Ontario L9Y 5A6 341 10th Street Hanover, Ontario 1P5 January 27, 2023 T 705-444-2565 E tenders@tathameng.com tathameng.com Hanover Community Trail Bridges Reconstruction | 2023-01-PRC Tender Contents 1 Instructions to Bidders 2 Tender Form 3 Schedule of Items & Prices 4 List of Subcontractors & Suppliers 5 Bidder’s Ability & Experience 6 Agreement 7 Agreement to Bond 8 Performance Bond 9 Labour & Material Bond 10 Schedule of Drawings, Specifications, Standards & Conditions of Contract 11 General Conditions Supplementary 12 Special Provisions
Appendices Appendix A: Ontario Provincial Standards General Conditions of Contract (Nov 2019) Appendix B: Geotechnical Reports Appendix C: Purchasing Procedures for Bidders Submitting Tenders Drawings Refer to Section 10 for list of Drawings Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-i 1 INSTRUCTIONS TO BIDDERS Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-ii Section Contents 1.1 Definitions ............................................................................................................ 1-1 1.2 Location of Work ................................................................................................. 1-2 1.3 Scope of Work ..................................................................................................... 1-2 1.4 Office of the Consulting Engineer ....................................................................... 1-2 1.5 Project Manager .................................................................................................. 1-2 1.6 Tender Documents & Drawings .......................................................................... 1-2 1.7 Bidder Registration ............................................................................................. 1-3 1.8 Bidder Examination ............................................................................................. 1-3 1.9 Tender Correspondence & Questions ................................................................. 1-4 1.10 Tender Submission .............................................................................................. 1-4 1.11 Tender Security ................................................................................................... 1-5 1.12 Tender Closing ..................................................................................................... 1-6 1.13 Tender Opening ................................................................................................... 1-6 1.14 Tender Amendment or Withdrawal .................................................................... 1-6 1.15 Informal Tenders.................................................................................................. 1-6 1.16 Disqualification of Tenders.................................................................................. 1-6 1.17 Right to Accept or Reject ................................................................................... 1-7 1.18 Material Incorporated into the Work .................................................................. 1-9 1.19 Contract ............................................................................................................... 1-9 1.20 Bonds ................................................................................................................... 1-9 1.21 Insurance.............................................................................................................. 1-9 1.22 Workplace Safety & Insurance Board Clearance .............................................. 1-10 1.23 Starting Date ..................................................................................................... 1-10 1.24 Progress & Completion ..................................................................................... 1-10 1.25 Force Majeure Event ......................................................................................... 1-10 1.26 Testing & Certification ....................................................................................... 1-11 Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-iii 1.27 As-Built Information .......................................................................................... 1-12 1.28 Taxes .................................................................................................................. 1-12 1.29 Fair Wages ......................................................................................................... 1-12 1.30 Occupational Health & Safety Act .................................................................... 1-12 1.31 Construction Act ............................................................................................... 1-12 1.32 Accessibility ....................................................................................................... 1-12 1.33 Road Occupancy Permits .................................................................................. 1-13 1.34 Test Holes .......................................................................................................... 1-13 1.35 Permit to Take Water ........................................................................................ 1-13 1.36 Freedom of Information & Privacy .................................................................... 1-13 Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-1 1 Instructions to Bidders To be read in conjunction with the Ontario Provincial Standard General Conditions of Contract, Metric OPSS.MUNI 100, November 2019. 1.1 DEFINITIONS Bidder a person or entity that is submitting a Tender in response to the Tender process Closing Date and Time has the meaning ascribed thereto in Section 1.12: Tender Closing Contract an agreement to be signed between the Owner and a successful Bidder pursuant to this Tender process Contract Administrator Tatham Engineering Limited or any other person or entity as may be authorized or appointed by the Owner to act on behalf of the Owner in any particular capacity Contract Documents the documents listed in Section 10: Schedule of Drawings, Specifications, Standards & Conditions of Contract Contractor the successful Bidder pursuant to this Tender process that has executed a Contract Consulting Engineer Tatham Engineering Limited or any other engineer as may be authorized or appointed by the Owner to act on behalf of the Owner in any particular capacity Engineer Tatham Engineering Limited or any other engineer as may be authorized or appointed by the Owner to act on behalf of the Owner in any particular capacity OPS the Ontario Provincial Standards Owner the Owner as described in Section 6 of the Agreement Point of Tender Delivery the location identified Section 1.12: Tender Closing Project the Work generally described in Section 1.3: Scope of Work and in the Contract Documents listed in Section 10 Proper Invoice an invoice submitted by the Contractor to the Owner and the Contract Administrator in accordance with the Construction Act in the format described in Section 11.3.12 Start Work Order the document in writing, referred to in the Tender Form that is issued by the Owner and that authorizes the Contractor to begin the work Tender the tender documents issued by the Owner in respect of a specific opportunity and also refers to the documents submitted by a Bidder in response to this Tender process Tender Documents the documents listed in Section 1.10: Tender Submission Work the Work to be performed by a Contractor pursuant to a Contract issued as a result of this tender as described in the Contract Documents and includes, but is not limited to, the work generally described in Section 1.3: Scope of Work Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-2 1.2 LOCATION OF WORK The location of the work is as follows:  Bridges 1, 2, 3, and 4 along the Hanover Community Trail between Concession 2 South Durham Road and County Road 4 in the Town of Hanover. 1.3 SCOPE OF WORK The general scope of work is as follows:  Full replacement of bridges 1 & 2  Rehabilitation of bridge 3  Replacement of bridge 4, with reuse of main span truss  Helical piles  Concrete abutments and piers  Concrete repairs  New timber deck and wearing surfaces  Prefabricated steel truss bridges 1.4 OFFICE OF THE CONSULTING ENGINEER The office of the Consulting Engineer is as follows: 1.5 PROJECT MANAGER The Project Manager is as follows: 1.6 TENDER DOCUMENTS & DRAWINGS PDF versions of the Tender Documents and Drawings may be obtained through Biddingo.com. Hard copies of the Tender Documents and/or Drawings can be purchased at the prices noted below (inclusive of taxes). Payment shall be made to the Consulting Engineer, which will not be refunded. Tatham Engineering Limited 705-444-2565 115 Sandford Fleming Drive, Suite 200 Collingwood, Ontario L9Y 5A6 Emma Wilkinson 705-444-2565 ext 2101 ewilkinson@tathameng.com Tender Documents: $87.58 Tender Drawings: $57.63 Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-3 There will be no consideration of any claim after submission of Tenders that there is a misunderstanding with respect to the conditions imposed by the Contract. Each Bidder must satisfy themselves, by their own study of the Drawings and Contract Documents, by calculation and by personal inspection of the site respecting the conditions existing or likely to exist in connection with the execution of the Work, as to the practicability of completing the Work successfully within the stipulated time. The Ontario Provincial Standard Specifications (OPSS), Ontario Provincial Standard Drawings (OPSD), and the standard drawings and specifications of the municipality having jurisdiction over the work shall govern the work under this Contract except as otherwise noted. All bidders on this tender shall obtain their own current copies of these Standard Specifications and Drawings. 1.7 BIDDER REGISTRATION All Bidders shall register their name, address, telephone number, contact person and email address through Biddingo.com and obtain Contract Documents and Drawings. Tenders from Bidders that are not registered will not be opened. 1.8 BIDDER EXAMINATION & MANDATORY SITE MEETING The Bidder shall visit the site of the Work and carefully investigate all conditions potentially affecting the Work and how it is to be completed, with respect to site access, working area, storage areas, local features, including private property and utilities, as well as any other conditions that may influence the undertaking and/or pricing of the Work. A mandatory site meeting will be held at the site at the date noted below. Please be advised that the trail is not groomed and there is likely to be snow conditions present that will need to be traversed to reach the bridges. Bidders shall meet at the Community Trails Parking Lot off Concession 2 at the time noted below. Tenders from Bidders that did not attend the mandatory site meeting will not be opened. The Bidder shall examine all Contract Documents, Specifications, Drawings and Reports to ensure that the scope of Work and the conditions of the Contract are clear. The Bidder's attention is drawn to the subsurface soil conditions at the site, as described in the Geotechnical Report prepared by the Geotechnical Consultant. The report is appended to this Tender for your reference. Additional hard copies of the Geotechnical Report may be requested in writing by correspondence or email and copies will be made available for $36.73 (incl. HST) for printing. Subsurface soil conditions as indicated in the report and/or February 8, 2023 1:00 PM https://goo.gl/maps/zHLXoqDTppxqKpF98 Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-4 the borehole/test pit logs are not guaranteed by the Owner or their agents, nor does the Owner or their agents accept responsibility for any assumption made by the Bidder. Any rock or water table elevations documented in the Geotechnical Report cannot be guaranteed to be indicative of actual conditions experienced during the Construction of the Works. The Bidder may carry out such further investigations as are necessary to inform them of the subsurface conditions, which will be encountered during Construction of the Works with the approval of the Owner(s) of said lands. The arrangements for such investigations should be made with the Engineer, the Owner and any other appropriate authorities. 1.9 TENDER CORRESPONDENCE & QUESTIONS All correspondence (with the exception of the tender submission) shall be directed to the Project Manager. Emails shall reference the tender number in the subject line of the email. Bidders may submit questions regarding the tender up to the Time Limit for Questions, which is: Questions are to be submitted via mail or email to the Project Manager at the office of the Consulting Engineer. Bidders shall be responsible to ensure proper receipt of questions. Where the Consulting Engineer deems that an explanation or interpretation is necessary or desirable, an Addendum will be issued to all Bidders. Addenda will normally be issued via Biddingo.com. No oral explanation or interpretation provided by the Consulting Engineer or any other person during the tender period shall modify any of the requirements or provisions of the Tender Documents. 1.10 TENDER SUBMISSION Bidders shall submit the following forms complete in all respects: Emma Wilkinson ewilkinson@tathameng.com February 20, 2023 2:00 PM  Tender Form & Statement of Bidder Section 2  Schedule of Items & Prices Section 3  List of Subcontractors & Suppliers Section 4  Bidder’s Ability & Experience Form Section 5  Agreement to Bond Section 7  All Addenda issued during the Tender Process duly signed Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-5 Each Tender must be fully legible, signed, sealed and witnessed in the spaces provided, with the signature of a responsible officer of the Bidder. All Sections of the Tender Documents must be completed in ink, with all of the blank spaces completed. All items shall be tendered according to instructions in the Tender Documents, with entries made for unit price, lump sums, extensions and totals as appropriate. Bidders may submit the entire document if they so desire. Tenders are to be sealed in an envelope bearing the contract number and name of the bidder. Tenders WILL NOT be accepted via email. 1.11 TENDER SECURITY A Tender Security document is required to accompany the tender in the amount of: The Tender Security is to be made payable to the Owner and can be issued in one, or a combination, of the following: 1. certified cheque; 2. bank draft; 3. money order; 4. irrevocable letter of credit; or 5. bid bond (CCDC 220 - 2002). If Section 1.10 allows submissions via email, a properly completed bid bond shall be submitted in electronic format with the tender submission. The Bidder agrees that, if they should withdraw their Tender or fail for any reason to execute the agreement or provide the required bonds or other documents required, the Owner may retain the Tender Security for the use of the Owner and may accept any other Tender, advertise for new Tenders, or not accept any Tender as the Owner deems advisable. The Tender Securities for the 3 low bidders shall be retained until the expiration of the tender period of validity or a contract is executed, whichever is shorter.  Tender Security as specified herein 10% of Bid Value Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-6 1.12 TENDER CLOSING Tenders will be received at the office of the Clerk at the Town of Hanover up to the Closing Date and Time noted below. Each Tender will be marked with the time and date it is received. The Bidder is responsible to confirm receipt of the tender package prior to the closing of tenders. Tenders received after the Official Closing Date and Time, regardless of manner of delivery, shall not be considered. The manner of delivery of any Tender shall be at the risk of the Bidder. 1.13 TENDER OPENING Tenders will be opened publicly immediately following the closing of Tenders. 1.14 TENDER AMENDMENT OR WITHDRAWAL A Bidder who has already submitted a tender may submit a further tender at any time up to the official Closing Date and Time of tenders. The last tender received shall supersede and invalidate all tenders previously submitted by that Bidder for this Contract. A Bidder may withdraw their tender at any time up to the official closing Date and Time by submitting a letter bearing their signature and seal as in their tender to the office of the Consulting Engineer or by email to tenders@tathameng.com. 1.15 INFORMAL TENDERS Tenders that are incomplete, conditional, illegible or obscure or that contained additions not called for, reservations, erasures, alteration or irregularities of any kind, may be rejected as informal. Bidders are required to fill in all the blanks. Wherever in a Tender that an item’s total tendered amount does not agree with the extension of estimated quantity and the tendered unit price, the unit price shall govern and the total tender price shall be corrected accordingly. Tenders that contain prices which appear to be so unbalanced as likely to adversely affect the interests of the Owner may be rejected at the Owner’s sole discretion. 1.16 DISQUALIFICATION OF TENDERS Tenders will not be opened and are disqualified if:  submitted by an unregistered Bidder;  submitted by a Bidder that did not attend the mandatory site meeting; or  received after the closing time and date of tenders. March 2, 2023 2:00 PM Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-7 Tenders may be declared invalid and disqualified if presented as follows:  with blank spaces missing required information;  with additions uncalled for;  unbalanced;  conditional;  qualified;  irregular;  without the tender security in the prescribed form;  unsigned and unsealed;  illegible;  obscure; or  completed in pencil. 1.17 RIGHT TO ACCEPT OR REJECT Contract award will be by written notification from the Owner to the successful Bidder, if any. The Bidder acknowledges that the Owner shall have the right to reject any, or all Tenders for any reason, or to accept any Tender which the Owner in its sole discretion deems most advantageous to itself. The lowest or any Tender shall not necessarily be accepted. 1.17.1 Consideration for Award Consideration for award shall only be undertaken in relation to Bidders who are determined by the Owner to have satisfied all requirements of the Tender. The Owner hereby reserves the right, privilege, entitlement and absolute discretion, and for any reason whatsoever to: 1. accept a Tender which is not the lowest Tender submission, or reject a Tender that is the lowest Tender even if it is the only Tender received; 2. cancel this Call for Tenders at any time, either before or after the Closing Date and Time; 3. accept the Tender deemed most favourable to the interest of the Owner or that may provide the greatest value, advantage and benefit to the Owner based upon and not limited to: i. price ii. ability Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-8 iii. quality of work iv. service v. past experience vi. past performance vii. qualification 4. accept or reject any and all Tenders whether in whole or in part; 5. with the exception of disqualified Tenders, waive any informalities, requirements, discrepancies, errors, omissions, or any other defect of deficiencies in any Tender Form or Tender submission; 6. accept or reject any unbalanced, irregular, or informal Tenders; or 7. reject any Bidder who is involved in litigation with the Owner. 1.17.2 Evaluation of Tenders The Owner reserves the right to consider, during the evaluation of tenders: 1. information provided in the Tender itself; 2. information provided in response to enquiries of credit, experience and industry references set out in the Tender; 3. information received in response to enquiries made by the Owner of third parties apart from those disclosed in the Tender in relation to the reputation, reliability, experience and capabilities of the Bidder; 4. the manner in which the Bidder provides services to others; 5. the experience and qualification of the Bidder’s senior management, and project management; and 6. the compliance of the Bidder with the Owner’s requirements and specifications. The Bidder acknowledges that the Owner may rely upon these and any other criteria, which the Owner deems relevant; even though such criteria may not have been disclosed to the Bidder. By submitting a Tender, the Bidder acknowledges the Owner’s rights under this Section and absolutely waives any right, or cause of action against the Owner and its Engineer, by reason of the Owner’s failure to accept the Tender submitted by the Bidder, whether such right or cause of action arises in Contract, negligence, or otherwise. Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-9 1.18 MATERIAL INCORPORATED INTO THE WORK All material incorporated into the work and necessary for the proper completion of the work including testing and certification shall be supplied by the Contractor unless otherwise noted. All material supplied by the Contractor shall be new. In no case is material to be remanufactured, factory reconditioned, or recycled from the site unless specifically approved and tested by the Engineer. 1.19 CONTRACT The party to whom the Contract is awarded will be required to execute the Agreement contained herein in triplicate (refer to Section 6) and to furnish a certified copy of a satisfactory insurance policy within 7 days not including Sunday or a legal holiday, after notification (by mail or email) by the Owner to them at their business address stated in their Tender, of the award of the Contract to them. Should the said party fail to execute this Agreement within the time stipulated above, the Tender Security accompanying their Tender (if applicable) shall be forfeited to the Owner. 1.20 BONDS The Successful Bidder shall be required to furnish Bonds for 'Performance' and 'Labour & Materials' each equal to 50% of the Tender Price, including the Contingency Allowance and HST, with a Guarantee Surety Company authorized by law to carry on business in the Province of Ontario and having an office in Ontario. The bidder shall include with their tender an original, completed Agreement to Bond in the form provided (refer to Section 7) executed under seal by the Surety Company from which the Successful Bidder proposes to obtain the required bonds. 1.21 INSURANCE The Successful Bidder shall be required to provide a certified copy of an insurance policy covering the types of insurance required under the OPS General Conditions of Contract November 2019. As a minimum the Contractor shall provide general liability insurance per GC 6.03.02 and automobile liability insurance per GC 6.03.03. The minimum amount shall be $5,000,000 exclusive of interest and cost. Where aircraft are used the Contractor shall supply aircraft liability insurance per GC 6.03.04.01. Where watercraft are used the Contractor shall supply watercraft insurance per GC 6.03.04.02. Where buildings are erected the Contractor shall supply all risks property insurance per GC 6.03.05.01. Where pressure vessels are installed the Contractor shall supply boiler insurance per GC 6.03.05.02. Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-10 General liability insurance shall list as additional insured to the Contractor, the Owner, Tatham Engineering Limited, the Owner’s Geotechnical Consultant, the Owner’s agents, the Contract Administrator, the Municipality and their agents in the same manner and to the same extent as if a separate policy had been issued for each. In addition to the above requirements, if blasting operations are used in the Contract, the Contractor shall take out and keep in force an insurance policy providing coverage for blasting operations to the same limits as set out in the OPS General Conditions of Contract including coverage, as indicated above. 1.22 WORKPLACE SAFETY & INSURANCE BOARD CLEARANCE The Successful Bidder shall supply a Certificate from the Workplace Safety and Insurance Board indicating that they are in good standing with the Board prior to the start of construction, with each request for payment, and at any other time when requested by the Engineer. 1.23 STARTING DATE No work shall begin until the Engineer has issued a Start Work Order. The Start Work Order will be issued once the Contractor has provided all forms, permits, plans, schedules, insurance forms etc. to the satisfaction of the Engineer and all permits and approvals for the work are in place. 1.24 PROGRESS & COMPLETION The Bidder’s attention is drawn to the Substantial Performance and Contract Completion dates stipulated in the Tender Form (Section 2), with due consideration to the Liquidated Damages Clause in General Conditions Supplementary Section 11.3.19. The Contractor shall be required to submit a detailed Schedule of Work as set out in the Special Provisions prior to starting work. The Contractor shall advertise the Certificate of Substantial Performance in the Daily Commercial News (DCN) and shall pay all related costs. The Contractor shall be responsible to provide proof of publication prior to release of holdback. 1.25 FORCE MAJEURE EVENT Neither party shall be liable for damages caused by delay or failure to perform its obligations under the Contract where such delay or failure is caused by an event beyond its reasonable control. The parties agree that an event shall not be considered beyond one's reasonable control if a reasonable business person applying due diligence in the same or similar circumstances under the same or similar obligations as those contained in the Contract Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-11 would have put in place contingency plans to either materially mitigate or negate the effects of such event. Without limiting the generality of the foregoing, the parties agree that force majeure events shall include:  natural disasters;  acts of war;  pandemics;  acts of God;  strikes;  labour disputes;  severe weather disruption;  riots;  insurrection and terrorism; or  other declared emergencies. If a party seeks to excuse itself from its obligations under the Contract due to a force majeure event, that party shall immediately notify the other party of the delay or non-performance, the reason for such delay or non-performance and the anticipated period of delay or non- performance. The party declaring a force majeure event shall put forward reasonable efforts to render performance in a timely manner. If the anticipated or actual delay or non- performance exceeds thirty (30) Business Days, the other party may immediately terminate the Contract by giving notice of termination and such termination shall be in addition to the other rights and remedies of the terminating party under the Contract, at law or in equity. 1.26 TESTING & CERTIFICATION All works constructed shall be subjected to testing, inspection and recording of their location. The Contractor shall test the works and/or make the works available for testing. The Contractor shall make the works available for inspection by the Engineer. The Engineer shall certify the work unless specified elements of the work require specific design and certification by the supplier. Where specific certification is required, this shall be included in the cost of the element. The Contractor shall perform all testing of inground works for certification and repeat until all work is successfully tested. Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-12 1.27 AS-BUILT INFORMATION The Contractor shall reasonably assist the Engineer with gathering field information as a check for compliance with the design. The Contractor shall be responsible to gather detailed as-built information and communicate any variances from the design immediately to the Engineer. The Contractor’s as-built information shall be provided to the Engineer in digital (ACAD) format. The Engineer’s check of compliance with design shall not relieve the Contractor from the responsibility to construct the works according to the “Approved For Construction” drawings and specifications. 1.28 TAXES The Tendered unit and lump sum prices submitted by the Bidder shall exclude the Federal Harmonized Sales Tax (HST). Payment of the HST shall be added to the monthly proper invoice. Payment of the HST shall be contingent upon the submission of the Contractor’s HST Registration Number. 1.29 FAIR WAGES The Bidder's attention is drawn to the Fair Wages and Labour and Conditions applicable to this Contract as outlined in the General Conditions Supplementary. 1.30 OCCUPATIONAL HEALTH & SAFETY ACT The Contractor by executing the Contract, unequivocally acknowledges that they are the “Constructor” within the meaning of the Occupational Health and Safety Act and the Contractor undertakes to carry out the duties and responsibilities of “Constructor” with respect to the Work. 1.31 CONSTRUCTION ACT The Contract shall be administered in full compliance with the Construction Act. In any instances where any part of the Tender and/or Contract Documents are not in agreement with the Construction Act, the Construction Act shall govern. 1.32 ACCESSIBILITY Contractors shall be compliant with the “Accessible Customer Service Standard”, Ontario Regulation 429/07 made under the “Accessibility for Ontarians with Disabilities Act” (AODA) 2005. Applicable policies and proof of employee training shall be provided upon request. Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 1-13 1.33 ROAD OCCUPANCY PERMITS Prior to any work being undertaken, the Contractor shall obtain and pay for road occupancy permits from the appropriate municipality or regional authority. The permits obtained shall be taken out in the name of the Contractor. 1.34 TEST HOLES Test holes WILL NOT be excavated by the Owner during the tender period. 1.35 PERMIT TO TAKE WATER Not Applicable. 1.36 FREEDOM OF INFORMATION & PRIVACY All bids submitted to the Owner being a Municipality become the property of the Owner and as such, are subject to the Municipal Freedom of Information and Protection of Privacy Act. Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 2-i 2 TENDER FORM Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 2-1 2 Tender Form To: Town of Hanover 341 10th Street Hanover, Ontario N4N 1P5 The undersigned has carefully examined the Instructions to Bidders, Tender Form, Schedule of Items and Prices, General Conditions, General Conditions Supplementary, Drawings, Specifications and Special Provisions for this Contract and acknowledges the same to be part of the Contract. Further, the undersigned has visited the site and studied all conditions therein which affect the Work and is fully informed as to the nature of the Work and the conditions relating to its performance. The undersigned hereby proposes to furnish all plant, labour, and materials including in every case, freight, duty, exchange and sales tax in effect (excluding HST), except as otherwise specified and to complete the Work in strict accordance with the requirements of the Contract at the unit prices named in the Schedule of Items and Prices for the sum of: in words in numbers $ The undersigned agrees to the following: 1. To execute the Agreement in triplicate and to furnish in triplicate to the Owner, the required certified copy of the Insurance Policy required under the Contract, construction schedule and, if required by the Owner, the Bonds as described in the Instructions to Bidders within 7 days, not including Sunday or a legal holiday, from the date of mailing or emailing of the notice of acceptance of this Tender by the Owner to the address stated hereunder. 2. This offer is to continue open to acceptance until the Contract is executed by the Successful Bidder or for a period of 60 days commencing from the Closing Date and Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 2-2 Time of Tenders, whichever event first occurs and that the Owner may, at any time within that period, accept this Tender whether any other Tender has been previously accepted or not. 3. The Owner may reject any or all Tenders without explanation. 4. The Bidder shall have no claim against or entitlement to damages from the Owner by reason of the Owner rejecting its Tender or all tenders or by reason of any delay in acceptance of a Tender. 5. If requested in writing by the Owner, the undersigned will enter into a Contract with the Owner based upon their Tender but jointly in the names of the Bidder and the Bidder's parent company, if any. The Bidder further agrees that any request by the Owner as indicated above is not and shall not be deemed to be a counter-offer by the Owner. 6. This Tender is subject to a formal contract being prepared and executed by both parties. 7. No person, firm or corporation other than the Bidder has any interest in this Tender or in the proposed Contract for which this Tender is made. 8. This Tender is made without any connection, comparison of figures or arrangements with, or knowledge of, any other corporation, firm or person making a Tender for the same work and is in all respects fair and without collusion or fraud. 9. The Work will be commenced within 5 days of the issuance of a Start Work Order. A Start Work Order will be subject to receiving all approvals. It is expected that all approvals will be in place to issue the Start Work Order on: 10. The Contract shall be Substantially Performed within the noted period following the Start Work Order or by the dates noted below: 11. The Contract shall be Completed within the noted period following the Start Work Order or by the date noted below: 12. That the Tender documents submitted by the Bidder comprise the following: March 27, 2023 November 15, 2023 (Part 1) & November 15, 2024 (Part 2) November 22, 2024 initial  Tender Form & Statement by Bidder Section 2  Schedule of Items & Prices Section 3 Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 2-3 13. That the Bidder is not entitled to payment for provisional items and/or contingency allowance items except for additional work carried out by him in accordance with the Contract and approved by the Contract Administrator and Owner and then only to the extent of such additional work. The Bidder solemnly declares that the several matters stated in the foregoing Tender are in all respects true. Authorized Officer: print name signature date Witness print name signature date Company Seal: This Tender is submitted by: Company Name: Address:  List of Subcontractors & Suppliers Section 4  Bidder’s Ability and Experience Forms Section 5  Agreement to Bond Section 7  Addenda ___ through ___  Tender Security Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 2-4 Telephone: Fax: HST Registration: Name & Title: Signature of Bidder: Date: Company Seal: Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 2-5 STATEMENT BY BIDDER BID DOCUMENT NAME __________________________________________________ Business Name __________________________________________________ Staff Name __________________________________________________ Address __________________________________________________ Phone / Cell Fax _ Email __________________________________________________ 1. I/We have reviewed all terms and conditions of all forms included as part of this bid package. 2. I/We have read and understand all of the terms and conditions of the forms included as part of this bid package. 3. I/We understand that if our bid is successful, all requirements of the successful bidder as outlined in this bid document will be completed by the time and in the format required. Dated at this day of , 20 Witness Signature of Authorized Person _____________________________ Position Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 3-i 3 SCHEDULE OF ITEMS & PRICES Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 3-1 3 Schedule of Items & Prices Item Spec Description Unit Quantity Unit Price Item Price PART 1: REPLACEMENT OF BRIDGES 1 & 2 PART A: GENERAL WORKS 1.01 SP 2 Mobilization & Demobilization LS 1 $ $ 1.02 SP 3 Bonding & Insurance LS 1 $ $ 1.03 SP 4 Traffic Control and Signing - Trail Closure LS 1 $ $ Subtotal General Work $ PART B: BRIDGE 1 1.04 SP 5 Heavy Duty Wire Backed Silt Fence m 120 $ $ 1.05 SP 6 Temporary Flow Passage System LS 1 $ $ 1.06 SP 7 Temporary Access Roadway LS 1 $ $ 1.07 SP 8 Bird Exclusion Netting LS 1 $ $ 1.08 SP 9 Clearing and Grubbing sq.m. 250 $ $ 1.09 SP 10 Removal of Bridge Structure LS 1 $ $ 1.10 SP 11 Earth Excavation cu.m. 65 $ $ 1.11 SP 12 Structural Backfill - Granular B Type 1 t 140 $ $ 1.12 SP 13 Limestone Screenings t 10 $ $ 1.13 SP 14 Approach Railing m 15 $ $ 1.14 SP 15 Supply Equipment for Installing Helical Piles LS 1 $ $ Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 3-2 Item Spec Description Unit Quantity Unit Price Item Price 1.15 SP 15 Helical Piles - 15 m Depth Ea. 8 $ $ 1.16 SP 16 Concrete Pile Caps & Wingwalls cu.m. 20 $ $ 1.17 SP 17 Prefabricated Pedestrian Bridge - 19.8 m span LS 1 $ $ 1.18 SP 18 Timber Curb m 40 $ $ 1.19 SP 18 Timber Wearing Surface sq.m. 72 $ $ 1.20 SP 19 150mm Diameter Perforated Subdrain c/w Clear Stone Geotextile and Rodent Grates m 12 $ $ 1.21 SP 20 100 mm Topsoil Imported sq.m. 186 $ $ 1.22 SP 21 Seed & Mulch sq.m. 186 $ $ 1.23 SP 22 Shrubs ea 21 $ $ Subtotal Bridge 1 $ PART C: BRIDGE 2 REPLACEMENT 1.24 SP 5 Heavy Duty Wire Backed Silt Fence m 120 $ $ 1.25 SP 6 Temporary Flow Passage System LS 1 $ $ 1.26 SP 7 Temporary Access Roadway LS 1 $ $ 1.27 SP 8 Bird Exclusion Netting LS 1 $ $ 1.28 SP 9 Clearing and Grubbing sq.m. 210 $ $ 1.29 SP 10 Removal of Bridge Structure LS 1 $ $ 1.30 SP 11 Earth Excavation cu.m. 65 $ $ 1.31 SP 12 Structural Backfill (Granular B Type 1) t 140 $ $ Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 3-3 Item Spec Description Unit Quantity Unit Price Item Price 1.32 SP 13 Limestone Screenings t 10 $ $ 1.33 SP 14 Approach Railing m 15 $ $ 1.34 SP 15 Supply Equipment for Installing Helical Piles LS 1 $ $ 1.35 SP 15 Helical Piles - 15 m Depth Ea. 8 $ $ 1.36 SP 16 Concrete Pile Caps & Wingwalls cu.m. 20 $ $ 1.37 SP 17 Prefabricated Pedestrian Bridge - 19.8 m span LS 1 $ $ 1.38 SP 18 Timber Curb m 40 $ $ 1.39 SP 18 Timber Wearing Surface sq.m. 72 $ $ 1.40 SP 19 150mm Diameter Perforated Subdrain c/w Clear Stone Geotextile and Rodent Grates m 12 $ $ 1.41 SP 20 100 mm Topsoil Imported sq.m. 150 $ $ 1.42 SP 21 Seed & Mulch sq.m. 150 $ $ 1.43 SP 22 Shrubs ea 17 $ $ Subtotal Bridge 2 $ Total Part 1: Replacement of Bridges 1 & 2 $ Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 3-4 Item Spec Description Unit Quantity Unit Price Item Price PART 2: RECONSTRUCTION OF BRIDGES 3 & 4 PART A: GENERAL WORKS 2.01 SP 2 Mobilization & Demobilization LS 1 $ $ 2.02 SP 3 Bonding & Insurance LS 1 $ $ 2.03 SP 4 Traffic Control and Signing LS 1 $ $ Subtotal General Work $ PART B: BRIDGE 3 2.04 SP 5 Heavy Duty Wire Backed Silt Fence m 60 $ $ 2.05 SP 23 Access to Work and Scaffolding LS 1 $ $ 2.06 SP 8 Bird Exclusion Netting LS 1 $ $ 2.07 SP 9 Clearing and Grubbing sq.m. 60 $ $ 2.08 SP 24 Removal of Existing Timber Deck sq.m. 155 $ $ 2.09 SP 24 Removal of Existing Timber Wingwalls m 14.5 $ $ 2.10 SP 25 Relocate Benches ea 1 $ $ 2.11 SP 14 Approach Railing m 14.5 $ $ 2.12 SP 26 Bridge Railing m 71.5 $ $ 2.13 SP 27 Concrete Removal - Partial Depth Type C cu.m. 0.3 $ $ 2.14 SP 28 Concrete Patches - Proprietary Material cu.m. 0.3 $ $ 2.15 SP 29 Timber Deck sq.m. 155 $ $ 2.16 SP 18 Timber Curb m 71.5 $ $ Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 3-5 Item Spec Description Unit Quantity Unit Price Item Price 2.17 SP 18 Timber Wearing Surface sq.m. 130 $ $ 2.18 SP 29 Timber Retaining Walls m 15 $ $ 2.19 SP 20 100 mm Topsoil Imported sq.m. 60 $ $ 2.20 SP 21 Seed & Mulch sq.m. 60 $ $ 2.21 SP 22 Shrubs ea 7 $ $ Subtotal Bridge 3 $ PART C: BRIDGE 4 REPLACEMENT 2.22 SP 5 Heavy Duty Wire Backed Silt Fence m 129 $ $ 2.23 SP 6 Temporary Flow Passage System LS 1 $ $ 2.24 SP 7 Temporary Access Roadway LS 1 $ $ 2.25 SP 8 Bird Exclusion Netting LS 1 $ $ 2.26 SP 30 Jacking of Main Truss Bridge & Temporary Support LS 1 $ $ 2.27 SP 9 Clearing and Grubbing sq.m. 300 $ $ 2.28 SP 24 Removal of Existing Timber Deck sq.m. 110 $ $ 2.29 SP 10 Removal of Approach Bridge Structures LS 1 $ $ 2.30 SP 11 Earth Excavation cu.m. 65 $ $ 2.31 SP 12 Structural Backfill Granular B Type 1 t 140 $ $ 2.32 SP 13 Limestone Screenings t 10 $ $ 2.33 SP 14 Approach Railing m 14.4 $ $ 2.34 SP 26 Bridge Railing m 51 $ $ Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 3-6 Item Spec Description Unit Quantity Unit Price Item Price 2.35 SP 15 Supply Equipment for Driving Piles LS 1 $ $ 2.36 SP 15 Helical Piles - 15 m Depth Ea. 32 $ $ 2.37 SP 31 Concrete Filled Steel Tube Over Exposed Piles Section Ea. 28 $ $ 2.37 SP 16 Concrete Abutment Pile Caps cu.m. 18 $ $ 2.38 SP 16 Concrete Pier Pile Caps cu.m. 38 $ $ 2.39 SP 17 Prefabricated Pedestrian Bridge - 7.6 m span ea 2 $ $ 2.40 SP 29 Timber Deck sq.m. 110 $ $ 2.40 SP 18 Timber Curb m 87 $ $ 2.41 SP 18 Timber Wearing Surface sq.m. 156 $ $ 2.41 SP 19 150mm Diameter Perforated Subdrain c/w Clear Stone Geotextile and Rodent Grates m 24 $ $ 2.41 SP 20 100 mm Topsoil Imported sq.m. 177 $ $ 2.42 SP 21 Seed & Mulch sq.m. 177 $ $ 2.42 SP 22 Shrubs ea 20 $ $ Subtotal Bridge 4 $ Total Part 2: Replacement of Bridges 3 & 4 $ Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 3-7 Item Spec Description Unit Quantity Unit Price Item Price PART 3: PROVISIONAL 3.01 SP 32 Additional Pile Length (1.5 m lengths) ea 48 $ $ 3.02 SP 33 Imported Fill - Select Subgrade Material t 30 $ $ 3.03 SP 34 Rock Protection sq.m. 200 $ $ 3.04 SP 13 Limestone Screenings at Bridge 3 t 10 $ $ 3.05 Contingency LS 1 $ $ Subtotal Provisional Work $ PART 1 + PART 2 + PART 3 $ HST $ TOTAL COST $ Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 4-i 4 LIST OF SUBCONTRACTORS & SUPPLIERS Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 4-1 4 List of Subcontractors & Suppliers The Tenderer shall list here the names of all Subcontractors and Suppliers (Concrete Ready Mix, Prefabricated Bridge, Granular Material, Railing, and Pile Suppliers) as applicable who they propose to use. It is understood by the Tenderer that the above list of Subcontractors/Suppliers is complete and that N/A or blanks are not acceptable and will make the tender non-compliant. No additions to this list will be permitted after Closing Time of Tenders, without the written approval of the Engineer. Name of Bidder: Signature of Bidder: Date: Subcontractor or Supplier Address Trade Approximate Value Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 5-i 5 BIDDER’S ABILITY & EXPERIENCE Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 5-1 5 Bidder’s Ability & Experience 5.1 PROJECT EXPERIENCE The Bidder shall provide information on 4 contracts in this class of work that have been undertaken over the past 3 years. Project 1 Year Project Tender Value Description of Work Project Owner Project Manager Tel Contract Completion Date (as per contract) Substantial Completion Date Additional Comments (optional) Project 2 Year Project Tender Value Description of Work Project Owner Project Manager Tel Contract Completion Date (as per contract) Substantial Completion Date Additional Comments (optional) Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 5-2 Project 3 Year Project Tender Value Description of Work Project Owner Project Manager Tel Contract Completion Date (as per contract) Substantial Completion Date Additional Comments (optional) Project 4 Year Project Tender Value Description of Work Project Owner Project Manager Tel Contract Completion Date (as per contract) Substantial Completion Date Additional Comments (optional) Reference Release: Authorization is hereby provided to the Consulting Engineer to contact the person or organizations listed above for the purpose of obtaining reference information relating to the Contractor and Subcontractor. These persons are authorized to disclose such information. Name of Bidder Signature of Bidder: Date: Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 5-3 5.2 QUALIFICATIONS OF SENIOR SUPERVISORY STAFF Senior Supervisory Staff as listed below cannot be changed without prior written approval of the Contract Administrator. Name & Title Qualifications & Experience Name & Title Qualifications & Experience Name & Title Qualifications & Experience Name & Title Qualifications & Experience Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 5-4 5.3 PROPOSED CONSTRUCTION EQUIPMENT FOR THIS CONTRACT Equipment Available Equipment to be Rented Equipment to be Purchased Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 6-i 6 AGREEMENT Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 6-1 6 Agreement This Agreement made in triplicate on by and between: Contractor: and Owner: WITNESSETH That, the Contractor for and in consideration of the payment specified in his Tender for this Work, hereby agrees to furnish all necessary plant, labour and materials, except as otherwise specified, and to complete the said Work in strict accordance with the Contract Documents, all of which are to be read herewith and form part of this present Agreement as fully and completely to all intents and purposes as though all the stipulations thereof have been embodied therein. The Contractor further agrees that they will deliver the whole of the Work completed in accordance with the Agreement. IN CONSIDERATION WHEREOF, the Owner agrees to pay to the Contractor for all Work done, the stipulated lump sum or sums in the Tender as enclosed herein. Holdbacks and Payment terms to be as stipulated in the Contract Documents. THIS AGREEMENT SHALL enure to the benefit of and be binding upon the heirs, executors, administrators, and assigns of the Contractor and on the heirs and successors of the Owner. IN WITNESS WHEREOF, the Contractor and the Owner have hereunto signed their names and set their seals on the day first above written. Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 6-2 Date of Tender Submission Total Tender Price Contractor’s HST No. Signed & Sealed by the Contractor Signature I have the ability to bind the corporation Name Title Date Witness Signature Name Signed & Sealed by the Owner Signature I/we have the ability to bind the corporation I/we have the ability to bind the corporation Name Title Date Witness Signature Name Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 7-i 7 AGREEMENT TO BOND Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 7-1 7 Agreement to Bond We, the undersigned, hereby agree to become bound as Surety for: Bidder: in a “Performance Bond” for the amount of 50% of the total Tender, and a “Labour and Materials Contract Payment Bond” in the amount of 50% of the total Tender, conforming to the instruments of Contract attached hereto, for the full and due performance of the Works shown and as described herein if the Tender noted below is accepted by the Owner. Period of maintenance shall be 24 months from completion. Tender: It is a condition of this Agreement, that, if the above mentioned Tender is accepted by the Owner, application for both bonds must be made to the undersigned within 60 days of the execution of the Contract related thereto, otherwise this Agreement shall be null and void. Dated: day of 2020 Bonding Company: Signature of Authorized Person Signing for Bonding Company: Position of Signing Officer: Company Seal: Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 8-i 8 PERFORMANCE BOND Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 8-1 8 Performance Bond Insert Construction Act Form 32 Performance Bond under Section 85.1 of the Act Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 9-i 9 LABOUR & MATERIAL BOND Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 9-1 9 Labour & Material Bond Insert Construction Act Form 32 Performance Bond under Section 85.1 of the Act Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 10-i 10 SCHEDULE OF DRAWINGS, SPECIFICATIONS, STANDARDS & CONDITIONS OF CONTRACT Hanover Community Trail Bridges Reconstruction | 2023-01-PRC 10-1 10 Schedule of Drawings, Specifications, Standards & Conditions of Contract The Work specified in this contract will be performed in strict accordance with the following Drawings, Specifications, Standards and Conditions of Contract. 10.1 DRAWINGS 10.2 SPECIFICATIONS 10.3 STANDARDS Refer to Contract Drawings for reference to applicable Municipal Standards, Ontario Provincial Standards and Standards of other authorities having jurisdiction. Drawing Rev Prepared by TP Title Page 5 Tatham Engineering Limited EX-1 Bridge 1 Existing Site Plan 5 Tatham Engineering Limited EX-2 Bridge 2 Existing Site Plan 5 Tatham Engineering Limited EX-3 Bridge 3 Existing Site Plan 5 Tatham Engineering Limited EX-4 Bridge 4 Existing Site Plan 5 Tatham Engineering Limited GA-1 Bridge 1 General Arrangement 5 Tatham Engineering Limited GA-2 Bridge 2 General Arrangement 5 Tatham Engineering Limited GA-3 Bridge 3 General Arrangement 5 Tatham Engineering Limited GA-4 Bridge 4 General Arrangement 5 Tatham Engineering Limited EP-1 Bridge 1 Environmental Protection 5 Tatham Engineering Limited EP-2 Bridge 2 Environmental Protection 5 Tatham Engineering Limited EP-3 Bridge 3 Environmental Protection 5 Tatham Engineering Limited EP-4 Bridge 4 Environmental Protection 5 Tatham Engineering Limited S-1 Bridge 1, 2 and 4 Abutment and Wingwall Details 5 Tatham Engineering Limited S-2 Bridge 4 Pier Pile Cap Details 1 5 Tatham Engineering Limited S-3 Bridge 4 Pier Pile Cap Details 2 5 Tatham Engineering Limited Specifications Pages Prepared by Special Provisions 12-1 to 12-49 Tatham Engineering Limited

341 10th Street Hanover ON N4N 1P5Location

Address: 341 10th Street Hanover ON N4N 1P5

Country : CanadaState : Ontario

You may also like

Tri-County RR: Bridge Replacement

Due: 02 May, 2024 (in 5 days)Agency: White County

L19_2024 BRIDGE REPLACEMENT

Due: 22 May, 2024 (in 25 days)Agency: Virginia Department of Transportation

Clearfield City 350 South Reconstruction Project

Due: 16 May, 2024 (in 19 days)Agency: State of Utah

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.