Tenders will be received by: Tender Closing Date: Thursday, February 26, 2015 Tender Closing Time: 2:00 p.m. Tender Opening Time: 2:50 p.m. THE MUNICIPALITY OF TRENT HILLS TENDER FOR GRAVEL CRUSHING & STOCKPILING 2015 Municipality of Trent Hills 66 Front Street, South Campbellford, Ontario K0L 1L0 Ph: (705)-653-1900, ext. 240 Attention: Marg Montgomery, Clerk Tender For: GRAVEL CRUSHING & STOCKPILING 2015 ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL 1. CRUSH AND STOCKPILE 5/8 TYPE A METRIC 10,000 $ $ GRAVEL c/w STACKER TONNES 15,000 SUB- TOTAL $ H.S.T. (as applicable) $ TOTAL TENDER $ I have carefully examined the conditions and specifications attached and referred to in this contract and understand and accept the said conditions and specifications and, for the prices set forth in this tender, hereby offer to furnish all labour, equipment and materials to complete the work in accordance with the said conditions and specifications. DATED AT THIS DAY OF 2015 SIGNATURE: (FOR CONTRACTOR) CONTRACTOR: ADDRESS: POSTAL CODE: TEL NO: FAX NO: GST/HST NO:
INSTRUCTIONS Check the following points before submitting your tender. Failure to comply with any of these directions may result in your tender being declared irregular. 1. A tender deposit is not required. 2. The Form of Tender provided shall be signed by an authorized officer of the company. 3. The Tender will close on Thursday, February 26, 2015 at 2:00 p.m. 4. Tenders for submission shall be completed on the attached copy of the Form of Tender. 5. Questions related to the tender may be directed to Neil Allanson, at 705-653-1900 ext. 236. 6. Tenderers shall completely fill in all blank fields. Bids that include blank fields shall be rejected. 7. Lowest or any tender not necessarily accepted; award subject to Council approval. 6. Tenders shall be enclosed in a sealed envelope endorsed with: Gravel Crushing Tender 7. Tenders are to be delivered to: Marg Montgomery, Clerk Municipality of Trent Hills 66 Front Street, South Campbellford, Ontario K0L 1L0 And will be opened on: Thursday, February 26, 2015 @ 2:50 p.m. at 66 Front Street, Campbellford.
SECTION A SPECIAL PROVISIONS AND INFORMATION FOR TENDERS A-1 TENDER CALL Sealed Tenders will be received by: Municipality of Trent Hills 66 Front Street, South Campbellford, Ontario K0L 1L0 Ph: (705)-653-1900 ext. 240 Attention: Marg Montgomery Re: Gravel Crushing Tender Tender Closing Date: Thursday, February 26, 2015 Tender Closing Time: 2:00 p.m. Tender Opening Time: 2:50 p.m. A-2 SUBMISSION ON FORM OF TENDER Tenders are to be submitted on the date and time specified and on the Form of Tender attached hereto and shall give the price of each item of work proposed and shall be signed by an authorized officer of the company. No other form of tender will be accepted and any other submitted shall be declared irregular. A-3 TENDER DEPOSIT None required. A-4 INFORMAL OR UNBALANCED TENDERS All blanks must be legibly and properly filled in on the printed forms supplied for that purpose. Tenders which are incomplete, conditional or obscure, or which contain additions not called for, erasures, alterations, or irregularities of any kind, may be rejected, at the discretion of the Roads Manager. Each item in the tender form shall be a reasonable unit price for such item. The Roads Manager shall be the sole judge of what is reasonable and should any tender be considered to be unbalanced, then it may be rejected by the Municipality. A-5 RIGHT TO ACCEPT OR REJECT TENDERS The Municipality reserves the right to reject any or all tenders, or to accept any tender should it be deemed in the interests of the Municipality to do so, and in particular, if only one tender is received the Municipality reserves the right to reject it. Upon award, the Municipality reserves the right to call for all or the partial supply of any of the materials identified on the Form of Tender. A-6 APPROXIMATE QUANTITIES The approximate quantities given on the attached schedule are for the purpose of comparing tenders only. While these quantities have been carefully prepared, in light of past experience and anticipated future requirements, the Corporation is not bound to accept these quantities but the Contractor will be required to supply any quantity called for up to a maximum overrun or under-run of 15% unless a varying amount is mutually agreed upon. Payment shall be made in accordance with the quantity supplied.
A-7 SCHEDULE OF ITEMS AND PRICES The quantities shown in the Form of Tender, furnished herewith, are for the sole purpose of indicating to the tenderer the general magnitude of the work should it be necessary to carry out the work. For any work done on a unit price basis, the Contractor will be paid for a measured quantity at the unit price submitted in the tender. A-8 ACCEPTANCE OF TENDERS All tenderers agree to leave their tenders open for acceptance by the Municipality for a period of forty-five (45) days after the closing of tenders. A-9 INSURANCE The Contractor is required to file the pertinent certificates of insurance at the time of execution of the Contract with minimum coverage of $2,000,000.00. The Insurance Certificate shall include a clause noting that the Municipality of Trent Hills is named additionally insured with respect to Comprehensive General Liability arising out of the operation of the Contractor on this Contract until final acceptance of the work. The Insurance Certificate must include a clause requiring that thirty (30) days notice prior to expiry be given to the Municipality of Trent Hills. A-10 COMMENCEMENT OF THE WORK The actual work of this Contract must not be started until a "Notice to Commence Work" has been issued by the Municipality. 1. The Contractor will provide proof of Workplace Safety and Insurance Board (WSIB) coverage. A WSIB clearance certificate is to be supplied to the Municipality of Trent Hills prior to the issuance of a commence work order. 2. Insurance Certificate with minimum coverage of $2,000,000.00 that includes a clause noting that the Municipality of Trent Hills is named additionally insured with respect to Comprehensive General Liability arising out of the operation of the Contractor on this Contract until final acceptance of the work. As Contractor to the Municipality, you are required to comply with all applicable requirements of the Occupation Health and Safety Act and Regulations and the Municipality of Trent Hills Occupational Health and Safety Policies made thereunder. The Municipality expects that the Contractor will allow no exceptions or compromises with respect to safety and environmental protection matters. The Contractor will be required to have knowledge of and comply with appropriate safe work practices including maintaining a safe workplace/work site. A-11 ENVIRONMENTAL CONSTRUCTION GUIDELINES The contractor shall acknowledge their responsibilities regarding requirements of the Health and Safety Act and the workplace Hazardous Material Information System (WHMIS) standards. The Contractor shall not permit ground contamination to occur from such sources as equipment fueling operations or spills or other procedures. A-12 RESPONSIBILITIES OF CONTRACTOR The Contractor will be responsible for any of the following requirements: a) Maintain a safe workplace/work site in accordance with standard safe work practices and housekeeping; b) Compliance with the Occupational Health and Safety Act of Ontario and the regulations and the Municipality of Trent Hills Occupational Health and Safety Policies and ; c) Maintain knowledge of, and be required to comply with, any appropriate safe work practices;
d) Co-ordinate activities to prevent the disruption of services and operations of the Municipal Departments and utility agencies; e) Provide proof of WSIB coverage. f) Obey all Federal, Provincial and Municipal Laws, Acts, Ordinances, Regulations, Orders-in-Council and Bylaws, which in any way could pertain to the work outlined in the Contract or to the Employees of the Contractor. A-13 ONTARIO PROVINCIAL STANDARD SPECIFICATIONS AND FORM M-100 Form M-100 General Conditions of Contract and the Ontario Provincial Standard Specifications listed below apply on this contract unless otherwise stated in this document. The particular revision in effect at the time of award of this contract shall apply. Where further detail or clarification is required, reference shall be made to the appropriate Ontario Provincial Standard Specification below or to Form M-100. Form M-100 and the following specifications are available for review at the Municipal office. Copies may be obtained from the Ministry of Transportation in Downsview, Ontario. (i) OPSS Form 314 (ii) OPSS Form 502 (iii) OPSS Form 1001 (iv) OPSS Form 1010 Construction Specification for untreated granular subbase, base, pavement, edge ramping and stockpiling Construction Specification for Weighing Materials Material specification for Aggregates General Material specification for aggregates - Granular A, B, C, D, 16mm Crushed Type B and select subgrade material Granular particles must satisfy the requirements of Table 1 Gradation Requirements and OPSS Forms 314, 1001 and 1010. Stockpiling shall conform to OPSS Form 1001. A-14 NOTIFICATION OF ACCEPTANCE Notification of acceptance of tender will be by telephone to the number indicated by the Contractor on the bid forms. A-15 BASIS OF REJECTION OF TENDER (i) (ii) (iii) (iv) (v) Tender must be legible. Tender must be in the possession of the Municipality by the closing date and time. Tender must be on the form provided. Tender must be signed by an authorized official of the bidding organization. Tender must not be restricted or modified in any way.
B-1 Provide unit pricing for period to year end 2015. B-2 Prices exclusive of all taxes. B-3 Contractor to supply Bin Scales. SECTION B SPECIFICATIONS AND GENERAL CONDITIONS B-4 Scales to be in Metric Tonnes; calibration certification of scales to be provided. B-5 Lowest or any tender not necessarily accepted. B-6 Municipality to provide tandem dump trucks to assist with stockpiling of gravel materials if required. C-1 PROGRESS PAYMENT CERTIFICATES SECTION C PAYMENT Progress payment certificates (invoices) may be submitted monthly by the Contractor to the Municipality upon completion of the works to the satisfaction of the Roads Manager or a representative thereof. Payment certificates will be subject to 10% payment holdback taken by the Municipality and released in accordance with the provision of the Construction Lien Act. Measurements taken shall be confirmed with and to the satisfaction of the Roads Manager or a representative thereof. (i) (ii) (iii) Tonne Measurement Should the measurement for payment be by the tonne, the method of weighing shall be in accordance with Form 502. End Area Method Should the measurement for payment be by the cubic metre end area method, the volume of materials may be measured in their original position by the average end area method. Truck Box Method Should the measurement for payment be by the cubic metre truck box method, the volume of materials will be measured loose by predetermined truck box capacities. Loadings of each truck shall be kept to not less than the predetermined capacity. Each truck shall bear and identification symbol followed by the capacity. A load ticket will be issued for each truck load with the cubic metres for payment shown.