+ All Categories
Home > Documents > THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london...

THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london...

Date post: 08-Mar-2020
Category:
Upload: others
View: 5 times
Download: 0 times
Share this document with a friend
50
THE CORPORATION OF THE CITY OF LONDON CONTRACT DOCUMENTS FOR TENDER T13-74 TRAFFIC SIGNAL MODIFICATIONS CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD ANYONE DOWNLOADING THIS DOCUMENT AND INTENDING TO SUBMIT A BID MUST ENSURE THAT THEY HAVE REGISTERED WITH PURCHASING AND SUPPLY ON THE CITY OF LONDON’S WEBSITE. BY REGISTERING, YOU WILL BE ADDED TO THE BIDDERS MAILING LIST. FAILURE TO REGISTER SHALL RESULT IN YOUR BID BEING DISQUALIFIED. TO REGISTER, PLEASE COMPLETE THE REGISTRATION FORM ON-LINE http://www.london.ca/d.aspx?s=/Tenders_and_RFPs/default.htm BIDS MUST BE RECEIVED BY PURCHASING AND SUPPLY IN A SEALED OPAQUE ENVELOPE OR PACKAGE CLEARLY MARKED WITH THE NAME AND ADDRESS OF THE RESPONDER, TITLE OF FILE AND FILE NUMBER. COMPLETED BIDS CAN BE MAILED TO PURCHASING AND SUPPLY, P.O. BOX 5035, LONDON, ONTARIO N6A 4L9 OR HAND DELIVERED (IN PERSON OR BY COURIER) TO PURCHASING & SUPPLY, 267 DUNDAS STREET, 4 TH FLOOR. LONDON ONTARIO N6A 1H2. RESPONDENTS ARE SOLELY RESPONSIBLE FOR ENSURING BIDS ARE RECEIVED BY PURCHASING & SUPPLY PRIOR TO THE CLOSING DATE AND TIME. FAILURE TO SUBMIT THE BID AS REQUESTED WILL RESULT IN IT BEING DISQUALIFIED. ENVIRONMENTAL & ENGINEERING SERVICES DEPARTMENT 300 Dufferin Avenue P.O. Box 5035 London ON N6A 4L9
Transcript
Page 1: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

THE CORPORATION OF THE CITY OF LONDON

CONTRACT DOCUMENTS FOR TENDER T13-74

TRAFFIC SIGNAL MODIFICATIONS CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

ANYONE DOWNLOADING THIS DOCUMENT AND INTENDING TO SUBMIT A BID MUST ENSURE THAT THEY HAVE REGISTERED WITH PURCHASING AND SUPPLY ON THE CITY OF LONDON’S WEBSITE. BY REGISTERING, YOU WILL BE ADDED TO THE BIDDERS MAILING LIST. FAILURE TO REGISTER SHALL RESULT IN YOUR BID BEING DISQUALIFIED. TO REGISTER, PLEASE COMPLETE THE REGISTRATION FORM ON-LINE http://www.london.ca/d.aspx?s=/Tenders_and_RFPs/default.htm BIDS MUST BE RECEIVED BY PURCHASING AND SUPPLY IN A SEALED OPAQUE ENVELOPE OR PACKAGE CLEARLY MARKED WITH THE NAME AND ADDRESS OF THE RESPONDER, TITLE OF FILE AND FILE NUMBER. COMPLETED BIDS CAN BE MAILED TO PURCHASING AND SUPPLY, P.O. BOX 5035, LONDON, ONTARIO N6A 4L9 OR HAND DELIVERED (IN PERSON OR BY COURIER) TO PURCHASING & SUPPLY, 267 DUNDAS STREET, 4TH FLOOR. LONDON ONTARIO N6A 1H2. RESPONDENTS ARE SOLELY RESPONSIBLE FOR ENSURING BIDS ARE RECEIVED BY PURCHASING & SUPPLY PRIOR TO THE CLOSING DATE AND TIME. FAILURE TO SUBMIT THE BID AS REQUESTED WILL RESULT IN IT BEING DISQUALIFIED.

ENVIRONMENTAL & ENGINEERING SERVICES DEPARTMENT 300 Dufferin Avenue

P.O. Box 5035 London ON N6A 4L9

Page 2: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

DOCUMENT FEES

PROJECT N0. TS4067-13, TS5123-12

TENDER N0. T13-74

 

City of London |Purchasing & Supply| PO Box 5035| London ON N6A 4L9 |2013 Edition   April 24, 2013 

 

DOCUMENT FEES

A) Original Hard Copy – Cost is $108.00 – Cheque made payable to the “City Treasurer”.

i) upon request the City will mail out a hard copy of the original document, including drawings (if applicable); and

ii) notify bidder who was awarded the contract.

B) Electronic Copy – No fee for this service – City of London’s website,

http://www.london.ca/d.aspx?s=/Tenders_and_RFPs/default.htm

i) bidders are responsible to check the City’s website on an on-going basis for up and coming requirements;

ii) bidder is responsible to complete the registration form as instructed on City of

London’s website

iii) bidder is responsible to download the document they are bidding on; and

iv) bidder is responsible to check the website for the award of the contract.

Page 3: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

DATA SHEET FOR TENDERERS

PROJECT N0. TS4067-13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   April 24, 2013 

 

DATA SHEET FOR TENDERERS Contract Name:

Traffic Signal Modifications - Central Ave / Wellington St & Manning Dr / Wellington Rd

Tender Closing Date:

2:00 pm July 31st, 2013

Owner:

Corporation of the City of London

Address:

300 Dufferin Avenue, P. O. Box 5035

LONDON ON N6A 4L9

Bid Deposit (amount): 10% of Tender price

Open for Acceptance:

60 days from Tender Closing

Bonding:

Performance 50% of contract price, excluding H.S.T.

Labour and Material

50% of contract price, excluding H.S.T.

Maintenance Term:

12 months from Substantial Performance

Tentative Commencement Date:

September 2nd, 2013

Completion Date:

November 22nd, 2013

Liquidated Damages:

Office Supervision and Field Inspection Costs incurred

By Corporation, in addition to $500.00/working day

Date of Pre-tender Meeting:

N/A

Date of Test Holes:

N/A

Page 4: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

DATA SHEET FOR TENDERERS

PROJECT N0. TS4067-13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   April 24, 2013 

 

TENDERER'S CHECK LIST

1. Have you properly and clearly completed the Form of Tender and the online

registration form?

2. Have you complied with the "Requirements at Time of Tendering" - Clause 9,

Information for Tenderers?

3. Have you submitted the following:

(a) Bid Deposit as specified.

(b) Form of Tender - original signature in ink

(c) Letter of Agreement to Bond / Letter of Guarantee

4. Have you acknowledged the number of Addenda received, in the appropriate

space provided on FT-1, included the information contained therein in your

Total Contract Price, and attached addenda to the inside front cover of the

Tender Document?

FAILURE TO COMPLY WITH THE REQUIREMENTS AT TIME OF TENDERING SHALL RESULT IN THE

TENDER BEING REJECTED. THE TENDER MAY ALSO BE REJECTED IN ACCORDANCE WITH

CLAUSE 12 -INFORMATION FOR TENDERERS – INFORMAL OR UNBALANCED TENDERS.

 

Page 5: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

Notifïcation of DesienatedSubstances on Projõct

(/ssued by owner at tender. Acknowledged at time of execution.)

Trafüc Signal Modifications to

Central Ave / Wellington St & Manning Dr / Wellington Rd

File number

TL3-74Owner

The Corporation of The City of London

Date

July 8th, 2013

Name (Please print.)

PhÍl D'Agostino C.E.T.

Dear Bidder:

ln accordance with applicable occupational health and safety, and/or environmental protection statutes,be advised that the following designated substances are, or may be present at the site of the proposedprojecl (check marked item):

Designated substance lf present, location and details.

PLEASE NOTE:This notification is provided to comply with statutory requirements to disclose the presence ofdesignated substances. This is not intended to be, nor should it be interpreted as, a complete listing ofall hazardous or other substances that are or may be present at the project site.

! Acrylonitrile

! Arsenic

f] Asbestos

! Benzene

! Cot<e Oven Emissions

! etnytene oxide

! lsocyanate

! Leao

fl Mercury

ly' Quartz Silica

Ú V¡nyl Chloride

! otner

Fomno.0576(rev2012 ll)Pagel of I www.london.ca

Page 6: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

Acknowledgement of Receiving"Notification of Designated Substances on Project"

Form no. 0577 (rev.2012.02) Page 1 of 1

(Contractor to sign and return original copy to Owner at time of execution.)

Signed for the Bidder:

Name (Please print.)

Title

Date:

We, (Tenderer)

hereby acknowledge having received a completed "Notification of Designated Substances on

Project" form for project/tender.

www.london.ca

Page 7: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   April 24, 2013 

 

TABLE OF CONTENTS

SECTION

TITLE

PAGES

1.

Form of Tender

FT-1 to FT-12

2.

Information for Tenderers

IT-1 to IT-9

3.

Special Provisions

SP-1 to SP-10

4.

Workers' Compensation Declaration - Corporation Tax Act

WD-1

5.

Form of Agreement

FA-1 to FA-4

Page 8: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   April 24, 2013 

 

Section 1 – FORM OF TENDER TRAFFIC SIGNAL MODIFICATIONS CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD PROJECT # TS4067-12/13, TS5123-12

Page 9: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  FT‐ 1 

 

CITY OF LONDON - FORM OF TENDER

Tenderer's business name Type of business: Proprietorship Corporation Partnership (place checkmark in appropriate box) Business address H.S.T. Number TO THE MAYOR AND MEMBERS OF THE COUNCIL OF THE CORPORATION OF THE CITY OF LONDON Clause No. 1. The Tenderer has carefully examined the locality and site of the proposed works, as well as the Contract Documents related to the works, including the Tender, City of London General Specifications (GS), Special Provisions, City of London Supplemental Standards for Roads (SR), City of London Supplemental Standards for Sewer and Water (SW), City of London Supplemental Standards for Traffic Signals and Street Lighting (STS), City of London Supplemental Standards General Conditions of Contract (SGC), City of London Standards for Tree Planting and Preservation (TPP), City of London Supplemental Standards for Parks and Open Spaces (SPO), Ontario Provincial Standards for Roads and Public Works, Volumes 1 - 4 inclusive and Volumes 7 and 8, Contract Drawings, and Addenda No. to inclusive*, relating to the said Contract(s). * The Tenderer will insert here the number of the Addenda received by him during the tendering period and taken into account by him in preparing his Tender. Failure to acknowledge all issued addenda shall result in the tender being rejected.

2. The Tenderer hereby accepts and agrees that the items referred to in (1.) above form part of the Contract(s) 3. The Tenderer hereby submits his Tender and offers to enter into a Contract(s) to construct all that is set out in the Contract Documents on the Terms and Conditions and under the provisions set out or called for in the Contract Documents for the Total Contract Price of _________________________ _____________________________________________Dollars ($ ,H.S.T. included), being made up as shown in the Schedule of Items and Prices - Form of Tender.

4. Enclosed with the Tender is a bid deposit in the amount of . 5. The Tenderer proposes

(name of Bonding Company) which is willing to become bound with the Tenderer in accordance with Clause 22 - Information for

Tenderers.

6. The Tenderer shall comply with and post the appropriate Fair Wage Policy and Schedule in accordance to Supplemental Standards General Conditions (SGC).

Page 10: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  FT‐2 

 

7. If awarded the Contract, the Tenderer agrees to substantially complete the work within _60_ working days. If this tender is accepted, the Tenderer agrees to execute the contract and to provide the documents required in Clause 13 of the Information for Tenderers within 7 days after being notified in writing to do so by the City. In the event of default or failure on the Tenderer’s part, to execute the contract, the Tenderer agrees that the City shall be at liberty to retain the money deposited by the Tenderer to the use of the City and to accept the next lowest or any other tender, or to advertise for new tenders, or to carry out the works in any other way it may deem best and the Tenderer further agrees to pay to the City the difference between the amount of this tender and any greater sum which the City may expend or incur by reason of such default or failure, or by reason of such action on the part of the City, including the cost of advertisement for new tenders and to indemnify and save harmless the City and its officers and servants from all loss, damage, cost, charges, and expenses which it or they may suffer or be put to by reason of any such default or failure. 8. The Tenderer acknowledges that the City of London Fair Wage Policy, as stated in clause GC 8.02.06.04 of Supplementary Standards - General Conditions of Contract (SGC), is applicable to this project. We have informed all Subcontractors of the application of the Fair Wage Policy and we shall include clause GC 8.02.06.04 in each subcontract with all Subcontractors for the provision of work at this job site. 9. The Tenderer declares that: (a) No person, firm or corporation other than the Tenderer has any interest in this Tender or in the proposed

Contract for which this Tender is made. (b) This Tender is made without any connection, knowledge, comparison of figures or arrangements with

any other person or persons making a Tender for the same work and is in all respects fair and without collusion or fraud.

(c) No appointed officer or employee of The Corporation of the City of London is, will be, or has become

interested, directly or indirectly, as a contracting party, partner, shareholder, surety or otherwise in the Tender or in the proposed contract or in any portion of the profits thereof, or of any supplies to be used therein, or in any of the moneys to be derived therefrom.

(d) The several matters stated in the Form of Tender are in all respects true. 10. Tenderer acknowledges that a review of the documents listed on Page IT-8 Clause 27 has been undertaken. Dated at this day of ________________ of 20 ____ Tenderer's Business Name:

Person authorized to bind tenderer::

(print name)

(signature)

Person's position with tenderer:

Witness: :

(print name)

(signature)

 

Page 11: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

FORM OF TENDER - SCHEDULE OF ITEMS AND PRICES

ITEM NO.

SPEC NO.

DESCRIPTION UNITSESTIMATED QUANTITY

UNIT PRICE TOTAL PRICE

A1510, SR,

SPRemove existing sidewalk (Concrete) m2 97 $ $

A2 510, SP Remove interlocking brick m2 3 $ $

A3 351, SR Supply and place sidewalk (Concrete) m2 97 $ $

A4 SP, STSSupply and install cast iron detectable warning plates (Red)

each 34 $ $

A5351, SR,

SPRemove existing curb m 12 $ $

FORM OF TENDERPROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

TRAFFIC SIGNAL MODIFICATIONS TOCENTRAL AVE / WELLINGTON ST& MANNING DR / WELLINGTON RD

PART A - ROADWORK - CENTRAL AVE / WELLINGTON ST

A6353, SR,

SPSupply and place curb m 12 $ $

A7 351, SRSupply & place new concrete sidewalk including granular base (100mm concrete depth)

m2 3 $ $

A8 SPRelocate signs from old signal poles on to new

each 8 $ $

A9 710 Obliterate existing pavement marksa) Abrasive blast 40cm stop bar m 8 $ $b) Abrasive blast 10cm white line m 59 $ $

A10 710Supply & place permanent pavement marksa) 40cm stop bar m 8 $ $b) 10cm white line (solid) m 61 $ $

A11801,

TPP, SPSupply and place tree protection including removal

m 153 $ $

$

(Carry Forward to Page FT-12)

FT ‐3City of London |2013 Edition

TOTAL PART A - ROADWORK - CENTRAL AVE / WELLINGTON ST

FT ‐3City of London |2013 Edition 

Page 12: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

FORM OF TENDER - SCHEDULE OF ITEMS AND PRICES

ITEM NO.

SPEC NO.

DESCRIPTION UNITSESTIMATED QUANTITY

UNIT PRICE TOTAL PRICE

FORM OF TENDERPROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

TRAFFIC SIGNAL MODIFICATIONS TOCENTRAL AVE / WELLINGTON ST& MANNING DR / WELLINGTON RD

B1 603, STSSupply and install rigid ducts (thick wall rigid PVC only)in boulevarda) 1 x 50 mm m 8 $ $

b) 2 x 75 mm, 1 x 50 mm m 13 $ $

c) 2 x 75 mm m 22 $ $

d) 3 x 75 mm m 27 $ $

B2603,

STS, SPSupply and install rigid ducts (thick wall rigid PVC) by directional boringa) 2 x 50 mm m 33 $ $

B3 609, STS Grounding

PART B - ELECTRICAL - CENTRAL AVE / WELLINGTON ST

i) Ground Rods / plates each 4 $ $

ii) #6 RWU 90 m 297 $ $

iii) #2/0 AWG Bare Copper cable m 24 $ $

B4 604, STS Supply and install cable in rigid ducts

a) Low voltage cables

i) #6 RWU 90 (Cabinet feed) m 187 $ $

ii) #6 RWU 90 (Streetlights) m 486 $ $iii) 1/C #12 AWG RWU riser cable m 156 $ $

iv) #2 RWU 90 (service) m 15 $ $

b) Extra low voltage cables

i) 4/C #14 AWG, push buttons m 222 $ $

c) Traffic signal cables

i) 12/C #14 AWG traffic signal cable m 191 $ $

ii) 7/C #14 AWG traffic signal cable m 231 $ $

iii) 7/C #14 AWG riser cable m 98 $ $

iv) 5/C #14 AWG riser cable m 40 $ $

B5 SPTransfer existing Bell communications to new cabinet

L.S 100% $ $

Sub-total $

FT 4City of London |2013 Edition FT ‐4City of London |2013 Edition 

Page 13: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

FORM OF TENDER - SCHEDULE OF ITEMS AND PRICES

ITEM NO.

SPEC NO.

DESCRIPTION UNITSESTIMATED QUANTITY

UNIT PRICE TOTAL PRICE

FORM OF TENDERPROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

TRAFFIC SIGNAL MODIFICATIONS TOCENTRAL AVE / WELLINGTON ST& MANNING DR / WELLINGTON RD

Sub-total Carried Forward $

B6 616, STSSupply and install octagonal steel poles, base mounted (powder coated federal green)a) 8620 each 2 $ $

b) 8624 each 4 $ $

B7 616, STSSupply and install aluminum pole, base mounted (powder coated federal green)a) 1.5m push button pole each 2 $ $

B8 616, STSSupply and install concrete footings in earth

PART B - ELECTRICAL - CENTRAL AVE / WELLINGTON ST (cont'd)

a) 760 mm dia each 6 $ $

b) 450 mm dia each 2 $ $

B9 616, STSSupply and install M1 controller base c/w 900mm x 900mm concrete pad

each 1 $ $

B10 617, STS

Supply and install roadway lighting 2.4m bracket assembly (powder coated federal green) c/w City supplied LED streetlight

each 4 $ $

B11 620, STSSupply and install single member arms and Astrobrac signal hangers (powder coated federal green)

a) 1.8m arm each 1 $ $

b) 2.6m arm each 1 $ $

c) 3.6m arm each 2 $ $

d) 4.6m arm each 2 $ $

e) 6.1m arm each 1 $ $

f) 6.7m arm each 1 $ $

B12 620, STSSupply & install double arm brackets (powder coated federal green)a) 500 mm each 8 $ $

Sub total $

FT 5Cit f L d |2013 Editi FT ‐5City of London |2013 Edition 

Page 14: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

FORM OF TENDER - SCHEDULE OF ITEMS AND PRICES

ITEM NO.

SPEC NO.

DESCRIPTION UNITSESTIMATED QUANTITY

UNIT PRICE TOTAL PRICE

FORM OF TENDERPROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

TRAFFIC SIGNAL MODIFICATIONS TOCENTRAL AVE / WELLINGTON ST& MANNING DR / WELLINGTON RD

Sub-total Carried Forward $

B13 620, STSSupply & Install traffic signal heads c/w 3M reflective backboard tapea) Highway head (30, 20, 20) with backboard (LED)

each 8 $ $

b) Install only Pedestrian / Countdown head (LED)

each 8 $ $

B14 623, STSInstall only 2 wire Polara Navigator LED push buttons and central control unit and all associated hardware

each 8 $ $

B15 604, STSSupply and install Opticom cable (3M-M138)

m 70 $ $

PART B - ELECTRICAL - CENTRAL AVE / WELLINGTON ST (cont'd)

M138)

B16620,

STS, SPInstall only 3M Opticom M721 detector

each 2 $ $

B17614,

STS, SPSupply and install a supply control cabinet assembly

each

a) Type 3M 1 $ $

B18 614, STS Hydro connection fee Allow 500.00$

B19 620, STSTraffic signal controller equipment supplied by owner

each 1 $ $

B20 620, STSGuild Electric traffic signal testing (cash allowance)

Allow 1,800.00$

B21601,

STS, SPSupply & install temporary traffic signal equipment (lump sum)

L.S 100% $ $

B22 610, STSRemoval of electrical equipment (Lump sum)

L.S 100% $ $

$

(Carry Forward to Page FT-12)

FT ‐6City of London |2013 Edition 

TOTAL PART B - ELECTRICAL - CENTRAL AVE / WELLINGTON ST

y |

Page 15: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

FORM OF TENDER - SCHEDULE OF ITEMS AND PRICES

ITEM NO.

SPEC NO.

DESCRIPTION UNITSESTIMATED QUANTITY

UNIT PRICE TOTAL PRICE

FORM OF TENDERPROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

TRAFFIC SIGNAL MODIFICATIONS TOCENTRAL AVE / WELLINGTON ST& MANNING DR / WELLINGTON RD

C1 710 Obliterate existing pavement marksa) Abrasive blast - 40cm white line m 27 $ $

b) Abrasive blast - 10cm white line m 22 $ $

c) Abrasive blast - 10cm yellow line m 22 $ $

d) Abrasive blast - Directional arrow each 3 $ $

C2 710Supply and place permanent pavement marks

a) 40cm stop bar m 22 $ $

b) 10cm white line (solid) m 125 $ $

) Di ti l h 1 $ $

PART C - ROADWORK - MANNING DR / WELLINGTON RD

c) Directional arrow each 1 $ $

C3 SPRelocate signs from old signal poles on to new

each 8 $ $

$

(Carry Forward to Page FT-12)

FT ‐7

TOTAL PART C - ROADWORK - MANNING DR / WELLINGTON RD

City of London |2013 Edition 

Page 16: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

FORM OF TENDER - SCHEDULE OF ITEMS AND PRICES

ITEM NO.

SPEC NO.

DESCRIPTION UNITSESTIMATED QUANTITY

UNIT PRICE TOTAL PRICE

FORM OF TENDERPROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

TRAFFIC SIGNAL MODIFICATIONS TOCENTRAL AVE / WELLINGTON ST& MANNING DR / WELLINGTON RD

D1 602, STSSupply and install electrical handholes (HH)a) 445 mm x 775 mm each 5 $ $

D2 603, STSSupply and install rigid ducts (thick wall rigid PVC only) in boulevarda) 2 x 50 mm m 33 $ $

b) 1 x 50 mm m 67 $ $

c) 2 x 75 mm, 1 x 50 mm m 23 $ $

d) 2 x 75 mm m 26 $ $

D3603,

STS, SPSupply and install rigid ducts (thick wall rigid PVC) by directional boring

a) 3 x 75 mm m 104 $ $

PART D- ELECTRICAL - MANNING DR / WELLINGTON RD

a) 3 x 75 mm m 104 $ $

D4 609, STS Grounding

i) Ground Rods / plates each 8 $ $

ii) #6 RWU 90 m 349 $ $

iii) #2/0 AWG Bare Copper cable m 24 $ $

D5 604, STS Supply and install cable in rigid ducts

a) Low voltage cablesi) #6 RWU 90 (Cabinet feed) m 92 $ $ii) #6 RWU 90 (Streetlights) m 1092 $ $iii) 1/C #12 AWG RWU riser cable (Streetlights)

m 234 $ $

iv) #2 RWU 90 (service) m 15 $ $b) Extra low voltage cablesi) 4/C #14 AWG, push buttons m 224 $ $

ii) Wavetronix detection cable m 99 $ $c) Traffic signal cablesi) 12/C #14 AWG traffic signal cable m 224 $ $

ii) 7/C #14 AWG traffic signal cable m 224 $ $

iii) 7/C #14 AWG riser cable m 102 $ $

iv) 5/C #14 AWG riser cable m 40 $ $

Sub-total $

FT ‐8City of London |2013 Edition FT  8City of London |2013 Edition 

Page 17: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

FORM OF TENDER - SCHEDULE OF ITEMS AND PRICES

ITEM NO.

SPEC NO.

DESCRIPTION UNITSESTIMATED QUANTITY

UNIT PRICE TOTAL PRICE

FORM OF TENDERPROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

TRAFFIC SIGNAL MODIFICATIONS TOCENTRAL AVE / WELLINGTON ST& MANNING DR / WELLINGTON RD

Sub-total Carried Forward $

D6 SPRemove antenna, bracket & communications cable and reinstall between TC1 and P2

L.S 100% $ $

D7 616, STSSupply and install aluminum pole, base mounteda) 5.8 m HD each 3 $ $

b) 9.8 m HD each 3 $ $

c) 5.8 m LD each 1 $ $

d) 9.8 m LD each 3 $ $

D8 616, STSSupply and install concrete footings in earth

PART D - ELECTRICAL - MANNING DR / WELLINGTON RD (cont'd)

a) 760 mm dia each 10 $ $

D9 616, STSSupply and install M1 controller base c/w 900mm x 900mm concrete pad

each 1 $ $

D10 617, STSSupply and install roadway lighting 2.4m bracket assembly c/w City supplied LED streetlight

each 6 $ $

D11 620, STSSupply and install single member arms andAstrobrac signal hangersa) 1.8 m arm each 2 $ $

b) 4.6 m arm each 2 $ $

c) 5.5m arm each 1 $ $

d) 6.1m arm each 1 $ $

e) 6.7m arm each 2 $ $

D12 620, STS Supply and install double arm brackets

a) 500 mm each 8 $ $

Sub-total $

FT ‐9City of London |2013 Edition 

Page 18: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

FORM OF TENDER - SCHEDULE OF ITEMS AND PRICES

ITEM NO.

SPEC NO.

DESCRIPTION UNITSESTIMATED QUANTITY

UNIT PRICE TOTAL PRICE

FORM OF TENDERPROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

TRAFFIC SIGNAL MODIFICATIONS TOCENTRAL AVE / WELLINGTON ST& MANNING DR / WELLINGTON RD

Sub-total Carried Forward $

D13 620, STSSupply & Install traffic signal heads c/w 3M reflective backboard tapea) Highway head (30, 20, 20) with backboard (LED)

each 4 $ $

b) Highway head, (30, 30, 30) with backboard (LED)

each 4 $ $

c) Install only Pedestrian / Countdown head (LED)

each 8 $ $

D14 623,STSSupply and install pedestrian buttons and information signs

each 8 $ $

D15 604, STSSupply and install Opticom cable (3M-M138)

m 129 $ $

PART D - ELECTRICAL - MANNING DR / WELLINGTON RD (cont'd)

M138)

D16620,

STS, SPInstall only 3M Opticom M721 detector

each 2 $ $

D17620,

STS, SPSupply & Install Wavetronix Matrix detection system

L.S. 100% $ $

D18614,

STS, SPSupply and install a supply control cabinet assembly

each

a) Type 3M 1 $ $

D19 614, STS Hydro connection fee Allow 500.00$

D20 620, STSTraffic signal controller equipment supplied by owner

each 1 $ $

D21 620, STSGuild Electric traffic signal testing (cash allowance)

Allow 1,800.00$

D22 610, STSRemoval of electrical equipment (Lump sum)

L.S 100% $ $

$

(Carry Forward to Page FT-12)

FT ‐10City of London |2013 Edition 

TOTAL PART D - MANNING DR / WELLINGTON RD

Page 19: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

FORM OF TENDER - SCHEDULE OF ITEMS AND PRICES

ITEM NO.

SPEC NO.

DESCRIPTION UNITSESTIMATED QUANTITY

UNIT PRICE TOTAL PRICE

FORM OF TENDERPROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

TRAFFIC SIGNAL MODIFICATIONS TOCENTRAL AVE / WELLINGTON ST& MANNING DR / WELLINGTON RD

E1 GS Cost of 50% Performance Bond L.S. 100% $ $

E2 GSCost of 50% Labour and Materials Bond

L.S. 100% $ $

E3 SP Traffic Control L.S. 100% $ $

TOTAL PART E - MISCELLANEOUS$

(Carry Forward to Page FT-12)

PART E- MISCELLANEOUS

FT ‐11City of London |2013 Edition y |

Page 20: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

FORM OF TENDER

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  FT ‐ 12 

 

S U M M A R Y

PART A – Roadworks (Central / Wellington) $ PART B – Electrical (Central /Wellington) $ PART C – Roadworks (Manning / Wellington) $ PART D – Electrical (Manning / Wellington) $ PART E – Miscellaneous $ TOTAL TENDER PRICE $ Contingency Allowance $ 25,000 SUB-TOTAL - CONTRACT PRICE $

Applicable H.S.T rate of the Sub-Total $ TOTAL CONTRACT PRICE $ (carry to clause3 page FT-1)

Page 21: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  April 24, 2013 

 

Section 2 – INFORMATION FOR TENDERERS TRAFFIC SIGNAL MODIFICATIONS CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD PROJECT # TS4067-12/13, TS5123-12

Page 22: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   April 24, 2013 

 

TABLE OF CONTENTS TITLE PAGE

1. General ………………………………………………………..………………………………… IT-1

2. Contract Administrator ………………………………………………………………………….. IT-1

3. Tenderers May Obtain Interpretation Of Tender Documents ………………………………. IT-1

4. Prices Submitted ………………………………………………………………………………… IT-2

5. Allowance For Certain Items …………………………………………………………………… IT-2

6. Insurance ………………………………………………………………………………… ……… IT-2

7. Declaration- Workers' Compensation/Corporation Tax Act (WD-1)………………………… IT-2

8. Workplace Safety And Insurance Board ……………………………………………………… IT-2

9. Requirements At Time Of Tendering ………………………………………………………….. IT-3

10. Tender Open For Acceptance ………………………………………………………………….. IT-3

11. Notification Of Contract Award …………………………………………………………………. IT-3

12. Informal Or Unbalanced Tenders ……………………………………………………………… IT-3

13. Requirements At Time Of Execution ………………………………………………………….. IT-4

14. Withdrawal Of Tenders …………………………………………………………………………. IT-5

15. Ability And Experience Of New Tenderers …………………………………………………… IT-5

16. Access to Information …………………………………………………………………………… IT-5

17. Code of Conduct ………………………………………………………………………………… IT-5

18. Exclusion Of Tenderers In Litigation …………………………………………………………... IT-6

19. Exclusion Of Tenderers Due To Poor Performance …………………………………………. IT-6

20. Single Tender ……………………………………………………………………………………. IT-6

21. Bid Deposit With Tender ………………………………………………………………………... IT-6

22. Bonds ……………………………………………………………………………………………... IT-7

23. Pre-Construction Requirements ……………………………………………………………….. IT-7

24. Sub-Surface Soil Investigations ……………………………………………………………….. IT-7

25. Soils Report ………………………………………………………………………………………. IT-7

26. Harmonized Sales Tax ………………………………………………………………………….. IT-8

27. Contract Documents …………………………………………………………………………….. IT-8

Page 23: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  IT‐ 1 

 

1. GENERAL SEALED TENDERS will be received by the Finance-Purchasing and Supply Division, 267 Dundas Street 4th Floor, London, Ontario, N6A-1H2 for the construction of: Project: Traffic Signal Modifications – Central Ave / Wellington St & Manning Dr / Wellington Rd Project Number: TS4067-12/13, TS5123-12 Tenders shall be submitted in an envelope provided by the Contractor not later than 2:00pm (local time) On July 31st, 2013 Envelopes containing Tenders should be sealed and plainly marked on the outside as to their contents. Tender envelopes shall be addressed to: Chair and Members, Finance and Administration Committee, The Corporation of the City of London, Finance-Purchasing & Supply Division, 267 Dundas Street 4th Floor, London, Ontario, N6A 1H2. Copies of Drawings and Tender Documents may be obtained at Purchasing & Supply, 267 Dundas Street, 4th floor, London Ontario N6A 1H2, upon paying a $108.00 (One Hundred and Eight Dollars) non-refundable Administrative Fee, payable to the City Treasurer, City of London. Alternately, at no charge, Tenderers can download copies of the Drawings and Tender Documents following registration with Purchasing & Supply on the City of London’s website. Conditions relating to tendering as prescribed in the Tender Documents must be complied with. The lowest or any Tender shall not necessarily be accepted. All index and reference numbers in the Tender Documents are given for the convenience of the Contractor and such must be taken only as a general guide to the items referred. It must not be assumed that such numbering is the only reference to each item, but the Tender Documents must be read in detail for each item. Tenders received by the Finance- Purchasing and Supply Division later than the specified closing time will be returned unopened to the Tenderer. 2. CONTRACT ADMINISTRATOR Name City of London – Roadway Lighting & Traffic Control Address 300 Dufferin Ave, PO Box 5035, London, ON N6A 4L9 Contact Person Phil D’Agostino Telephone Number 519 661 2500 Ext 0926 Location of Tender Documents City of London Finance – Purchasing & Supply Division 267 Dundas St, 4th Floor, London, Ontario, N6A 1H2

Page 24: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  IT‐ 2 

 

3. TENDERERS MAY OBTAIN INTERPRETATION OF TENDER DOCUMENTS a) Each bidder must review all tender documents and promptly report and request clarification of any

discrepancy, deficiency, ambiguity, error, inconsistency, or omission contained therein 5 working days prior to tender closing not including Saturdays, Sundays and Statutory Holidays observed by the City of London for regular business hours. Any such request must be submitted to the Contract Administrator in writing, prior to July 24th, 2013 at 2:00 p.m. Directing inquiries to other than the Contract Administrator may result in your submission being rejected.

b) Where a request results in a change or a clarification to the tender, the City will prepare and issue an

Addendum to this tender. With the exception of an Addendum delaying the closing or cancelling of this Tender, NO Addendum will be issued within the forty-eight (48) hours prior to closing - not including Saturdays, Sundays and Statutory Holidays observed by the City of London for regular business hours. Bidders that have submitted bids prior to the date and time cut-off for Addenda issuance are solely responsible to monitor the City’s website for further Addendum and are therefore also solely responsible for submitting complete new bids acknowledging any said Addendum prior to the closing date and time of the bid solicitation.

Failure to acknowledge all issued addenda shall result in the tender being rejected. The Corporation will not be responsible for any verbal instruction given to the Contractor during the tendering period. 4. PRICES SUBMITTED The tender price or prices quoted in the Tender shall be in full compensation for all labour, equipment and materials and utility and transportation services necessary to perform and complete all work under the Contract, including all miscellaneous work, whether specifically included in the Tender Documents or not. It is the intention of the Drawings and Specifications to provide finished work. Any items omitted therefrom which are clearly necessary for the completion of the work shall be considered part of the work, though not directly specified in the Tender Documents. 5. ALLOWANCE FOR CERTAIN ITEMS No provision has been made in the Form of Tender to allow for certain items. A partial list of such items may include the Contractor's site offices; stores and conveniences; maintenance of flow and traffic, barricades, signs, flag person, etc.; insurance; watchman, permits and approvals (other than those to be paid for by the Corporation); items required by the Drawings or Specifications but which have been omitted from the Schedule of Items and Prices and other items required by the Contract, but not specifically related to or covered by the other items in the Schedule of Items and Prices. Payment for such items shall be in accordance with paragraph 02) of Ontario Provincial Standards General Conditions of Contract Clause GC8.02.01 PRICE FOR WORK. 6. INSURANCE Insurance requirements shall be in accordance with Ontario Provincial Section GC6 INSURANCE, PROTECTION AND DAMAGE, as amended in the City of London Supplemental General Conditions of Contract (SGC).

Page 25: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  IT‐3 

 

7. DECLARATION - WORKERS' COMPENSATION/CORPORATION TAX ACT (WD-1) At the time of execution of the Contract and prior to receiving payment for substantial and total performance of the work, the successful Tenderer shall submit a Declaration stating that he has paid all assessments or compensations payable and has otherwise complied with all the requirements of the Workplace Safety and Insurance Board, and that the successful Tenderer has paid all taxes and/or penalties imposed on it by the Corporation Tax Act of the Province of Ontario. 8. WORKPLACE SAFETY AND INSURANCE BOARD At the time of execution of the Contract, the successful Tenderer shall furnish the Corporation with a Certificate of Clearance from the Workplace Safety and Insurance Board. The successful Tenderer shall further maintain that good standing throughout the contract period. In addition, the successful Tenderer will also be required to produce a Certificate of Clearance from the Workplace Safety and Insurance Board throughout the Contract, including all payment certificates. If the Tenderer fails to pay the required assessment or compensation, the Corporation may pay such assessments or compensation to the Workplace Safety and Insurance Board and deduct such amounts from the Contractor. 9. REQUIREMENTS AT TIME OF TENDERING Failure of the Tenderer to comply with any of the following shall result in the Tender being rejected (a) The Tenderer shall submit an original signed in ink bid deposit with their Tender. (b) The Tenderer shall submit the Form of Tender issued by the Contract Administrator. (c) The Tenderer's business name shall be inserted in at least one of the two spaces provided in the Form of Tender. (d) The original signature in ink of the person authorized to bind the Tenderer shall be inserted in the space provided in the Form of Tender. No photocopies, facsimiles, or digital signatures will be accepted. (e) An original Letter of Guarantee from a recognized Financial Institution or Letter of Agreement/Letter of Guarantee from a bonding agency licensed to operate in the Province of Ontario must be included with the bid confirming that if the bidder is successful, the necessary guarantee will be issued as spelled out in Clause 13. Letters of Agreement submitted must bear an original signature of the issuer and the bidder. PHOTOCOPIES, DIGITAL SIGNATURES OR FAXED COPIES OF LETTERS OF AGREEMENT/LETTERS OF GUARANTEE WILL RESULT IN THE BID BEING REJECTED. (f) The Tenderer must ensure that they have registered with Purchasing and Supply on the City of London’s website. By registering, you will be added to the bidders mailing list. Failure to register shall result in your bid being disqualified. To register, please complete the registration form on-line http://www.london.ca/d.aspx?s=/Tenders_and_RFPs/default.htm (g) The Tenderer shall not apply any conditions whatsoever to the Total Contract Price.

Page 26: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  IT‐ 4 

 

10. TENDER OPEN FOR ACCEPTANCE The Tenderer shall keep his Tender open for acceptance and irrevocable until 60 days have elapsed from the closing date of the Tender or a formal contract is executed based on a Tender other than this one. 11. NOTIFICATION OF CONTRACT AWARD The awarding of the Contract, based on this Tender, shall constitute and be an acceptance of this Tender, and the Corporation shall notify the successful tenderer of the contract award. 12. INFORMAL OR UNBALANCED TENDERS In addition to those errors in the Tender that shall result in the Tender being rejected, as indicated in Clause 9 "REQUIREMENTS AT TIME OF TENDERING", Tenders which are incomplete, illegible or obscure, or that contain additions not called for, erasures, alterations, errors or irregularities of any kind, or contain prices which appear to be unbalanced as to be likely to adversely affect the Corporation, may be rejected as informal. All blanks must be legibly and properly filled in. Should any uncertainty arise as to the proper manner of doing so, the required information will, upon request, be given by the Contract Administrator. Tenderers who have submitted Tenders which have been rejected by the Corporation because of informalities will be notified of the reasons for rejection. When checking Tenders, the following procedures shall be used: (a) If the amount tendered for a unit price item does not agree with the extension of the estimated quantity and the tendered unit price, or if the extension has not been made, the unit price shall govern and the total price shall be corrected accordingly. (b) If both the unit price and the total price are left blank, then both shall be considered as zero. (c) If the unit price is left blank but a total price is shown for the item, the unit price shall be established by dividing the total price by the estimated quantity. (d) If the total price is left blank for a lump sum item, it shall be considered as zero. (e) If the Tender contains an error in addition and/or subtraction and/or transcription, the error shall be corrected and the corrected total contract price shall govern. 13. REQUIREMENTS AT TIME OF EXECUTION Subject to an award of the Contract by the Corporation, the Tenderer is required to submit the following documentation in a form satisfactory to the Corporation for execution within seven (7) days after being notified in writing to do so by the City. (a) Executed Bonds i) The Corporation of the City of London, Performance Bond ii) The Corporation of the City of London, Labour and Material (b) Executed Agreement i) The Corporation of the City of London, Form of Agreement (c) Insurance i) The Corporation of the City of London, Certificate of Insurance

Page 27: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  IT‐ 5 

 

(d) Declaration i) Workers' Compensation ii) Corporation Tax Act (e) Workplace Safety and Insurance Board - Certificate of Clearance (f) Ontario RSO 1990 C.IO Occupational Health and Safety Act & Regulations g) The Corporation of the City of London, Acknowledgement of Receiving Notification of Designated Substances on Project h) Verification of Registration as Contractor (with Ministry Of Labour) Note: only required once for the Owner’s files i) Confined Space Policy 14. WITHDRAWAL OF TENDERS A Tenderer who has submitted a Tender may submit a further Tender at any time up to the official closing time. The last Tender received shall supersede and invalidate all Tenders previously submitted by that Tenderer for this Contract. A Tenderer may withdraw his Tender at any time up to the official closing time by letter bearing the signature of any person authorized by the Tenderer. All withdrawn or superseded Tenders will be returned unopened. 15. ABILITY AND EXPERIENCE OF TENDERERS No Tender will be considered from any Tenderer unless known to be skilled and regularly engaged in work of a character similar to that covered by the Drawings and Specifications. In order to aid the Corporation in determining the ability of any Tenderer, the Tenderer shall, within 48 hours after being requested in writing by the Contract Administrator, furnish evidence satisfactory to the Corporation of the Tenderer's experience and familiarity with work of the character specified and his financial ability to prosecute the proposed work properly to completion within the specified time. The evidence requested may, without being limited thereto, include the following: (a) The Tenderer's performance record with listing of work of a similar character and proportions which he has constructed, giving the name of the owner, date built and construction cost. (b) A tabulation of other work now under contract, giving the location, type, size, required date of completion and the percent of completion to date of each job. (c) An itemized list of the Tenderer's equipment available for use on the proposed Contract. (d) A listing of the major parts of the work which are proposed to be sublet. (e) The Tenderer's latest financial statement. (f) Evidence that the Tenderer is licensed to do business in the Province of Ontario, in the case of a corporation organized under the laws of any other Province or Country.

Page 28: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  IT‐ 6 

 

16. ACCESS TO INFORMATION The information submitted in response to this Tender will be treated in accordance with the relevant provisions of the Municipal Freedom of Information and Protection of Privacy Act and in accordance with Council Policy – The Procurement of Goods and Services Policy section 21.4.The Bidder does, by the submission of a Tender, accept that the information contained in it will be treated in accordance with the process set out in this section of the Tender. 17. CODE OF CONDUCT Please see the City of London Code of Conduct listed on the Tenders & RFP’s webpage:

http://www.london.ca/d.aspx?s=/Tenders_and_RFPs/default.htm 18. EXCLUSION OF TENDERERS IN LITIGATION The Corporation may, in its absolute discretion, reject a Tender or Proposal submitted by the Tenderer if the Tenderer, or any officer or managing director of the Tenderer is or has been engaged, either directly or indirectly through another corporation, in a legal action against the Corporation, its elected or appointed officers and employees in relation to: i. Any other contract or services; or ii. Any matter arising from the Corporation exercise of its powers, duties, or functions. In determining whether or not to reject a quotation, tender or proposal under this clause, the Corporation will consider whether the litigation is likely to affect the Tenderers ability to work with the Corporation, its consultants and representatives, and whether the Corporation’s experience with the Tenderer indicates that the Corporation is likely to incur increased staff and legal costs in the administration of the contract if it is awarded to the Tenderer. 19. EXCLUSION OF TENDERERS DUE TO POOR PERFORMANCE a) The General Manager shall document evidence and advice Purchasing and Supply in writing where the performance of a supplier has been unsatisfactory in terms of failure to meet contract specifications, terms and conditions or for Health and Safety violations. b) The City Treasurer may in consultation with the City Solicitor, prohibit any unsatisfactory supplier from bidding on future contracts for a period of up to three (3) years. 20. SINGLE TENDER A single tender may be opened and the Corporation reserves the right to accept or reject it. 21. BID DEPOSIT WITH TENDER Tenders must be accompanied by an original bid deposit in the form of a sealed and signed Bid Bond, irrevocable Letter of Credit, Certified Cheque, or Canadian Currency (PHOTOCOPIES OR FAXED COPIES OF BID BONDS WILL RESULT IN THE BID BEING REJECTED). Subject to the written approval of the City Treasurer, prior to Tender closing, other securities will be accepted as a bid deposit. Bid bonds submitted as a security shall be in accordance with the standards of the Canadian Construction Association and shall be from the same guarantee surety company supplying the Performance and Labour and Material Bonds for this Contract. Should the Tenderer withdraw his tender before 60 days have elapsed from the closing date of the Tender, or a formal Contract is executed, based on a tender other than this one, or fail to comply with any or all the requirements at the time of execution, the Corporation shall be at liberty to retain the

Page 29: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  IT‐ 7 

 

money deposited by the Tenderer to the use of the said Corporation as liquidated damages, and to accept any other Tender or advertise for new Tenders, or carry out the work in any other way as the said Corporation may in its sole discretion deem best; the Tenderer also agrees to pay to the said Corporation the difference between the price or prices set out in this Tender and any greater sum or sums which the said Corporation may expend or for which it may become liable by reason of such default or failure, including the cost of any advertisement for new Tenders, and fully to indemnify and save harmless the said Corporation and/or its officers, agents, or servants from all loss, damage, liability, cost charges, or expense whatever which it, they or any of them may suffer, incur or be put to by reason of any such default or failure. Bid deposits will be returned to Tenderers upon award of the Tender by City Council except for that of the successful Tenderer and the next lowest Tenderer who will have their bid deposits returned upon execution of the Contract Document by the Corporation. 22. BONDS The Tenderer shall, on or before the execution of the Contract, produce and file with the City Treasurer the following bonds: (a) a bond in the amount of 50% of the total contract price, excluding H.S.T., guaranteeing the full and faithful performance of the work, including maintenance of the works for the stipulated period and the obligation to indemnify and save harmless the said Corporation, as in the Form of Contract. (b) a bond in the amount of 50% of the total contract price, excluding H.S.T., guaranteeing payment for labour and materials. Each bond shall: (i) be on the City of London Standard Form of Bonds ref. Section D Forms (Bonds & Misc), City of London Standard Contract Documents for Municipal Construction Projects. (ii) be issued by a surety bonding company approved by the City Treasurer and licensed to carry on business in Ontario. 23. PRECONSTRUCTION REQUIREMENTS The following documents are required for review and or approval prior to any construction related activities: i) The Corporation of the City of London – “Project Pre-Construction Meeting Contractor Safety Checklist”; ii) Construction Schedule; submitted to Construction Administration at least 14 days prior to preconstruction meeting iii) List of sub contractors; (Including Health & Safety Acknowledgements) iv) Two copies of plans showing proposed traffic control methods for the duration of the construction project including detours, signing, temporary line markings, lane closures etc.. The plans are to be submitted to the Transportation Division at least fourteen (14) days in advance of construction commencement. v) Material suppliers.

Page 30: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  IT‐ 8 

 

24. SUB-SURFACE SOIL INVESTIGATIONS Tenderers will not be permitted to carry out independent sub-surface soil investigations by the excavation of "test pits". The Contract Administrator will arrange to have a "test pit(s)" excavated at the project location commencing at _______ (local time) on ___N/A__. Tenderers are invited to witness the excavation to make their own assessment of the subsurface conditions. 25. SOILS REPORT The soils report was prepared by _________N/A__________, and accompanies the Tender Document. The soils report is for "information only" and shall not be part of the Contract Document. 26. HARMONIZED SALES TAX Harmonized Sales Tax applies to all goods and services purchased by the City of London. H.S.T. is calculated, at the applicable tax rate, on these purchases and is payable by the Corporation at the time payment is made for the purchase. Tenderers will be required to register for purposes of the tax, collect the tax on their taxable supplies to the City of London and remit as required by legislation. Tenderers must supply the City of London with their H.S.T. registration number. The total contract price shall be inclusive of all government sales taxes, including H.S.T., custom duties and excise taxes applicable with respect to the contract, and shall be paid by the Tenderer unless otherwise provided by statute. The estimated amount of Harmonized Sales Tax must be disclosed separately on the Form of Tender. The Corporation will pay the Contractor all amounts of the H.S.T. in respect of the project.

H.S.T. is applicable at each trade level on virtually all goods and services consumed in Canada. Registrants are entitled to a refundable input tax credit for tax paid on goods and services to the extent the goods and services were acquired for use in a commercial activity. All invoices and progress billings issued to the Corporation must contain adequate information and supporting

documentation as specified in the H.S.T. legislation and prescribed by regulations thereof, for the purpose of input tax credits and/or rebates in respect of the H.S.T. payable or paid by the Corporation. Specifically, the Tenderer must provide his H.S.T. registration number and must disclose the amount of H.S.T. payable on each billing. The Tenderer shall make available any other reasonable information which the Corporation may require in respect of supporting its claim for input tax credits or rebates. H.S.T. is not due on amounts held back until the period for retaining the holdback has expired. The Contractor will be required to exclude the amount of holdbacks from the consideration due for calculation of the H.S.T. payable. 27. CONTRACT DOCUMENTS With the exception of Section 2 - Information for Tenderers, the following documents shall be part of this Contract, including revisions and amendments, up to and including the dates indicated.

Page 31: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  IT‐ 9 

 

Section

Attached Or

Not Attached

Issue Date Revision/Amendment Date

1 Form of Tender Attached April 29, 1994 November 12,2012

2 Information for Tenderers (not part of executed Contract Document) Attached April 29, 1994 November 12,2012

3 Special Provisions Attached Not Applicable Not Applicable

4 Workers' Compensation Declaration Tax Act Attached April 29, 1994 February 29, 2000

5 Form of Agreement Attached April 29, 1994 November 12,2012

A City of London General Specifications (GS)

Reference

Document Not

Attached

April 29, 1994 November 12,2012

B

City of London Supplemental Standards for Roads (SR), City of

London Supplemental Standards for Sewer and Water (SW), City of

London Supplemental Standards for Traffic Signals and Street

Lighting (STS), City of London Supplemental Standards General

Conditions of Contract (SGC),City of London Standards for Tree

Planting and Preservation (TPP), City of London Supplemental

Standards for Parks and Open Spaces (SPO)

Reference

Document Not

Attached

April 29, 1994 November 12,2012

Not

Attached Ontario Traffic Manual

Reference

Document Not

Attached

November 12,2012

Not

Attached

Ontario Provincial Standards for Roads and Public Works, Volumes 1

to 4 inclusive and Volumes 7 and 8.

Reference

Document Not

Attached

various dates

Volume 1 Nov. 2010

Volume 2 Nov. 2010

Volume 3 Nov. 2010

Volume 4 Nov. 2010

Volume 7 Nov. 2010

Volume 8 Nov. 2010

Not

Attached Procurement of Goods and Services Policy

Reference

Document Not

Attached

Version as of

Tender Close

Section C City of London Statutory Declaration re: Liens and Payment of

Accounts

Reference

Document Not

Attached

April 29, 1994 February 29, 2000

Section D Forms (Bonds and Misc.)

i) Performance Bond

ii) Labour and Material Payment Bond

Reference

Document Not

Attached

April 29, 1994 November 1, 2005

Section E Contract Drawings as listed below Part of Tender

Document &

Contract Doc.

As Applicable As Applicable

Page 32: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   April 24, 2013 

 

Section 3 – SPECIAL PROVISIONS TRAFFIC SIGNAL MODIFICATIONS CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD PROJECT # TS4067-12/13, TS5123-12

Page 33: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   April 24, 2013 

 

NON TENDER ITEMS

TITLE Page

1. Signal Pole layout SP-1

2. Restoration SP-1

3. Central Ave / Wellington St SP-1

4. Manning Drive / Wellington Rd SP-1

5. Appendix D SP-2

6. Appendix E SP-5

TENDER ITEMS

TITLE Page

7. Concrete Sidewalk SP-6

8. Interlocking Brick SP-6

9. Concrete Curb SP-6

10. Cast Iron Detectable Warning Plates SP-6

11. Sign Relocation SP-7

12. Bell Communication SP-7

13. Radio Communication SP-7

14. Install only items SP-7

15. Directional Bore SP-7

16. Opticom SP-8

17. Temporary Traffic Signal Equipment SP-8

18. Matrix Detection System SP-9

19. Traffic Control SP-10

20. Tree Protection SP-10

Page 34: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   SP‐1 

 

1. SIGNAL POLE LAYOUT Final locations of each of the traffic signal poles, handholes and Traffic Controller M1 base shall be determined at a site meeting between the Contract Administrator and the Contractor. The Contractor is responsible for the provision of underground utilities to help determine locations.

2. RESTORATION All restoration related to this contract of this project is the responsibility of the Contractor.

All asphalt and concrete cuts shall be saw cut.

The Contractor shall restore all road surfaces, road shoulders, driveways, boulevards, lawns, etc. on existing roads to a condition of at least equal to their condition prior to the start of construction. Photographs of the site will be taken by the Contract Administrator prior to construction will be used to ensure satisfactory restoration by the Contractor.

Measurement and Payment – Measurement and payment under this item shall be under the applicable items in the Form of Tender, except where specified above.

3. CENTRAL AVE / WELLINGTON ST The scope of this project is to install new signal pole bases and tie into the existing empty duct system previously installed. All new signal poles and bases have been provisionally located as not to conflict with the existing signal poles and underground duct system with exception of the N/W corner where a temporary wooden pole is required to allow the new pole base to be installed in the same location as the existing. All existing signal head and pedestrian aspects shall remain in full view and shall not be obscured during construction. Construction is not permitted prior to 7th October and is restricted to weekdays only. Sidewalk shall remain wheelchair accessible at all times. Only one crosswalk is permitted to be closed at anytime. Closed sidewalk is permissible only whilst work in the direct area is being carried out and shall be open and accessible at the end of each day. Where sidewalk is closed, there shall be an alternative sidewalk open and accessible. Particular attention shall be made to the following dates to ensure minimal disruption to sidewalk. Saturday 12th, 19th & 26th October. No site activity is permitted on Monday 11th November.

4. MANNING DR / WELLINGTON RD

The scope of this project is to install a new complete traffic signal system adjacent to the existing traffic signals. Locations of the underground ducts, handholes and pole bases have been located as not to conflict with the existing infrastructure. The underground rigid PVC in pavement is to be installed by directional bore method.

The existing radio communications antenna is to be transferred to a new pole location re using the existing antenna cable; all existing loop detection shall remain operational during construction, all existing signal head and pedestrian aspects shall remain in full view and not be obscured during construction.

Page 35: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   SP‐2 

 

5. APPENDIX D Traffic Signal Pre Activation Checklist

Traffic Cabinet

Gasket between extender base and concrete M1 base Silicon sealant on the gasket between extender base and M1 base. Silicon sealant between extender base and cabinet External silicone bead around both joints of extender base Cabinet free from major dents and scratches Ducts are sealed correctly

Cables

Power cables neatly formed and correct gauge Correct cable types used (i.e. MTO 12c / 7c) All signal, push button, detection and auxiliary cables neatly formed Phase conductors bent around the terminal screw (stake-on type connections not permitted)

Labeling

All signal, push button, detection & Opticom cables labeled as per City of London Specification using one piece tie wrap

Style tag with permanent marker Cabinet mounted equipment

Push button control modules correctly mounted on side panel brackets of controller cabinet Camera equipment correctly mounted

Communications

Communications cable present in access panel Signal heads

Clean and no obvious damage Cowl visors Reflective tape (if applicable) Signal heads match design drawing Drip loop at end of mast arm Astrobrac cut flush with top of signal head Mounting Height

Mast Arms

Correct length Drip loop (mast arm to pole) Grommet at pole cable entry Arms perpendicular to curb edge or as shown on Contract drawing Mast arm bracket (pod) to match pole cross section (i.e. round, octagonal)

Page 36: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   SP‐3 

 

Appendix D (cont’d) Poles

No major scratches or dents Aligned correctly with HH cover away from major traffic flow Leveling Nuts underneath pole base Base nuts are tight (minimum one thread visible above base nuts) Hand hole cover present Pole cap installed Poles installed in correct location (as per drawing) Base at correct grade Poles are aligned straight Sono tube cut flush with finished grade Stainless steel handhole cover bolts and stainless steel bracket

Pedestrian / Countdown heads

Clean / no obvious damage Mounted straight Correct mounting height Drip loop in between double arm brackets Grommet at cable entry into pole Square LED modules

Push Buttons

Height is 1.1m from sidewalk grade to center of button Alignment to crosswalk Silicone sealant present at terminals (Audible type only) Rubber boot present and terminals (Audible type only) Information plate is correct type (Audible type only)

Electrical Handholes

Installed at correct grade Level and present no trip hazard Drainage material in base Stainless steel bolts Colour code ducts in handholes

Loop Detection

Central in lane Placed correctly in relation to stop bar Correct dimensions Correctly sealed in asphalt Silicone marrette style connector with grease filled klick-it II covers on loop tails

Camera Detection

Camera installed as per manufacturers recommendations

Page 37: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   SP‐4 

 

Appendix D (cont’d) General

Curb ramps line up with crosswalk pavement markings Curb ramps extend enough for unimpeded walk from button to crosswalk Sidewalk level and no trip hazard

Pavement Markings & Signage

Crosswalks line up correctly with the curb ramps and buttons Stop bar lines present and in correct location No conflicting temporary markings visible All lane markings at intersection as per approved design ‘Stop here on Red’ sign in correct location (where applicable) ‘Signal Ahead’ and ‘New’ Starburst signs in correct location (if applicable)

Ground circuit & bonding

Isolated #2/0 ground cable between service cabinet and grounding grid Isolated #6 ground cable between service cabinet and traffic control cabinet Isolated grounds to traffic controller must be identified with yellow tape where visible in

junction boxes Ground rod or plate present on each corner of the intersection Compression style connection on all ground conductors #6 system ground to be directly connected to pole ground lug

Streetlighting

Fuse kits Correct cable type (RWU90 Stranded) Load side of streetlighting conductor, to be crimped in fuse kit Bird stops All connections to be compression type taped with insulated cover Luminaires leveled Correct wattage and distribution Install wattage labels on luminaire

Page 38: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   SP‐5 

 

6. APPENDIX E TRAFFIC CONTROLLER TAG LABELING

Labeling the traffic and pedestrian phases, and all detection inputs must satisfy the following:

1. Type of label: Cable Ty – Thomas & Betts TY153M (or approved equivalent)

2. Legibly printed with permanent marker.

3. Located within the first 150mm below the associated phase or input terminal.

Examples of labeling format below:

Traffic phase labeling

Advance traffic phase labeling

Pedestrian phase labeling

Push button input labeling

Opticom labeling

Loop detector labeling

Page 39: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   SP‐6 

 

7. CONCRETE SIDEWALK

The requirements of Supplemental Specification OPSS 351 shall apply.

Allowances have been made in the tender items for the removal and replacement of concrete sidewalk panels. The unit cost for the installation of rigid PVC ducting in boulevard should not reflect any restoration cost to sidewalk panels. Where concrete sidewalk panels are to be removed and remain as gravel base until new concrete is poured, a sufficient granular material must be laid and compacted level with the remaining sidewalk to reduce potential trip hazard.

Measurement and Payment – Measurement of concrete sidewalk will be in square metres. Payment will be at the unit price per square metre tendered in the schedule of items and prices and shall be full compensation for all work and materials, including excavation, required to complete the work.

8. INTERLOCKING BRICK

The requirements of Supplemental Specification OPSS 351 shall apply.

All interlocking brick removed in this contract shall be replaced with concrete sidewalk. Where interlocking brick is adjacent to new concrete, the brick shall be saw cut to leave a straight continuous edge between the concrete and the remaining interlocking brick. Removed interlocking brick shall be returned to the City’s yard for recycling. Measurement and Payment – Measurement of interlocking brick sidewalk will be in square metres. Payment will be at the unit price per square metre tendered in the schedule of items and prices and shall be full compensation for all work and materials required to complete the work.

9. CONCRETE CURB

The requirements of Supplemental Specification OPSS 353 shall apply.

Measurement and Payment – Measurement of concrete curb will be in linear metres. Payment will be at the unit price per linear metre tendered in the schedule of items and prices and shall be full compensation for all work and materials required, including excavation, to complete the work.

10. CAST IRON DETECABLE WARNING PLATES

The contractor shall supply and install cast iron detectable warning plates manufactured by East Jordan Iron Works Inc. The plates shall be red in colour and installed as per the manufacturers requirements and as detailed on the contract drawings.

Basis of payment – Payment at the contract price for the above tender item shall include full compensation for all labour, equipment and materials required to do the work.

Page 40: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   SP‐7 

 

11. SIGN RELOCATION The Contractor is responsible for relocating all road signs identified in the contract that are attached to the existing traffic signal infrastructure. New location of signs will be in an equivalent location on the new pole (or mast arm) or as directed by the Contract Administrator. New clasps and banding is to be supplied by the Contractor.

12. BELL COMMUNICATION The existing Bell connection is fed from a direct buried cable into an existing handhole on the N/W corner (see NOTE 2 on drawing EL1). The Bell cable is to be re routed to EHH1 whilst the area is excavated and installed into the new duct system and temporarily fed between EHH8 and the existing cabinet. Once the new signals are activated, the Bell cable can be transferred into the new traffic cabinet TC1 via conduit carrying ELV cables. The existing Bell cable has coiled up slack and is long enough to be re fed through the new duct system. Splicing of the Bell cable is not permitted. Transfer of Bell cable to the new traffic cabinet shall be completed the same day as the new signals are activated.

13. RADIO COMMUNICATION The existing radio antenna cable shall be re used and transferred from the existing duct into the new duct system between TC1 and pole 2. The antenna shall be transferred across to pole 2 re using all existing brackets and hardware. Transfer of the radio modems and all connections at the antenna and within the traffic cabinet (TC1) shall be carried out by Guild Electric and payment will be through the Guild Allowance item in the form of tender. The existing communications is to be maintained during construction and transferred to the new system within 3 day of activating the new signals.

14. INSTALL ONLY ITEMS The Contractor shall collect ‘Install only’ items from the City’s storage facility. Contact the Contract Administrator 24 hours in advance of requiring collection.

15. DIRECTIONAL BORE

Directional boring method shall install Rigid PVC only and shall use IPEX Septacon joints for connecting each length of conduit.

Page 41: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   SP‐8 

 

16. OPTICOM PRE-EMPTION EQUIPMENT The Contractor shall install emergency pre-emption equipment to the City of London standards and as manufactured by 3M Company of Canada. The installation of the emergency vehicle pre-emption equipment for the permanent installation shall consist of the following:

Install two customer supplied optical detectors (model 721), complete with all mounting hardware for pole/arm mounting as indicated in the contract.

Make all required wiring connections at OPTICOM detectors (OPTICOM detector cabling is paid for under “Traffic Signal Cables, in Rigid Duct” item in this contract)

Any and All appurtenances required for proper installation.

The Contractor will complete all required wiring connections at each OPTICOM detector in accordance with manufacturer’s instructions and to the satisfaction of the Contract Administrator. All OPTICOM cabling runs shall be continuous and shall be an unspliced length of cable. The Contractor shall ground the optical detector heads. Extra low voltage wiring shall be installed and tested in accordance with the requirements of OPSS 604. MEASUREMENT FOR PAYMENT Payment shall be by Plan Quantity and may be revised by Adjusted Plan Quantity. The unit of measurement is each. BASIS OF PAYMENT Payment at the contract price for the above tender item shall be full compensation for all labour, equipment and material required for the permanent installation of optical detectors and all other appurtenances required for proper operation, including cable connections and cable testing.

17. TEMPORARY TRAFFIC SIGNAL EQUIPMENT

The contractor shall supply and install temporary signals as per MTOD 2540.01 and all associated provincial standards. The existing traffic cabinet shall be utilized for the temporary signals. The contractor shall supply and install a 9.1m class 4 wood pole all necessary underground and riser conduit, mast arm bracket including all hardware to bolt to wood pole, traffic and streetlight cables and temporary splicing to existing cables. The following items are to be supplied by the City and installed by the contractor - mast arms, signal heads, astrobracs, pedestrian heads, double arm brackets, Opticom detector and 250W HPS luminaire on 2.4m arm. The contractor shall maintain all temporary traffic signal equipment within the limits of the project until project completion. Upon completion of the permanent signals, the contractor shall remove all temporary traffic signal

Page 42: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   SP‐9 

 

equipment and return all City issued equipment as directed by the contract administrator. Basis of Payment Payment at the contract price for the above tender item shall include full compensation for all labour, equipment and materials required to do the work.

18. MATRIX DETECTION SYSTEM This specification covers the requirements for the supply and installation of SmartSensor Matrix Radar detection system, including sensors, mounting brackets, cabinet interface devices, accessories and cables, traffic control cabinet connections, traffic operation and support. Approved suppliers: Fortran Traffic Systems Ltd, 470 Midwest Road, Toronto, Ontario M1P 4Y5 The Contractor shall supply and install the Wavetronix SmartSensor Matrix Radar detection system listed below:

2 - Matrix Smartsensors SS-225 2 - Click 104 Contact Closures 1 - Click 600 Cabinet interface device 2 - SS-611 SmartSensor mount 705 SmartSensor 6 conductor cable

The Contractor shall install the SmartSensor Matrix mounting bracket, hardware and accessories necessary for the mounting of the bracket on the traffic signal pole. All compression nuts. locknuts and fitting hardware shall be securely tightened to prevent shifting of equipment by natural elements. Refer to manufacturers installation guide. The sensor cable shall be single continuous run with no splices allowed installed between the traffic pole and the traffic control cabinet. Sensor cable shall be run through the pole and signal hangers as necessary. A minimum length of 600mm of riser cable shall be left in pole handholes. Drip loops shall be left on all external cable. Sensor cables shall be connected to the sensor unit as per the manufacturers installation guide. In metal poles, wiring apertures shall be drilled as required. The apertures shall be located clear of the vertical seam, they shall be de-burred and painted with grey zinc rich paint. Rubber grommets shall be installed after the paint is dry. The SmartSensor Matrix detection system shall be fully setup to the requirements of the project by the manufacturer or a trained installer and shall include ‘in field’ installation and configuration. assistance as required to complete the functions and procedures for proper installation. See contract drawing for detection zone locations. Function of each detection zone shall be as follows:

Page 43: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

INFORMATION FOR TENDERERS

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   SP‐10 

 

RDZ1 – Presence detection (Phase 8) RDZ2 – Presence detection (Phase 4) RDZ3 – Count (Special Detector Input – to be advised) RDZ4 – Count (Special Detector Input – to be advised) RDZ5 – Count (Special Detector Input – to be advised) RDZ6 – Count (Special Detector Input – to be advised) The Wavetronix Smartsensor Matrix system shall be warranted to be free from material and workmanship defects for a period of two years from date of shipment. Payment at the lump sum price will be full compensation for all labour, Wavetonix SmartSensor Matrix Radar detection equipment, test equipment and support, complete with communication software, documentation and materials required to do all work specified herein, including supply and delivery of the detection system.

19. TRAFFIC CONTROL

The contractor is responsible for the extra costs involved in keeping the road open to through traffic during construction, for the maintenance of the road, for maintaining access to businesses and residences for vehicles and pedestrians, and for carrying out other activities as specified and as required in connection with this specification.

The Contractor’s traffic control and traffic maintenance shall be in accordance with the Ontario Traffic Manual – Book 7 (Construction and Maintenance) Traffic Control in Roadway Work Zones.

Proper traffic control shall be maintained at all times during construction. The contractor will be responsible for providing. Maintaining and relocating where necessary, sufficient signs, delineators, barricades, lights, flashers, etc, and providing such traffic control persons and/or policemen as required so that motorists and pedestrians are properly directed to ensure safety.

Flagging procedures shall conform to the recommendations of Ontario Traffic Manual Book 7 (Construction and Maintenance) Traffic Control in Roadway Work Zones and the Construction Safety Association of Ontario.

20. TREE PROTECTION The requirements of Supplemental Specification OPSS 801 shall apply.

The Contractor shall place barrier for tree protection at locations shown on the contract drawings, in accordance with the City of London Standard Specifications for Tree Planting and Preservation.

Measurement and Payment – Measurement and payment under this item shall be under the applicable item in the Form of Tender, except where specified above.

Page 44: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

WORKERS’ COMPENSATION DECLARATION – CORPORATION TAX ACT

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition   April 24, 2013 

 

Section 4 - WORKERS’ COMPENSATION DECLARATION – CORPORATION TAX ACT

Page 45: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

WORKERS’ COMPENSATION DECLARATION – CORPORATION TAX ACT

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

City of London |2013 Edition  WCD‐1 

 

CANADA ) ) PROVINCE OF ONTARIO ) IN THE MATTER OF the annexed Agreement made ) between COUNTY OF MIDDLESEX ) ) TO WIT: ) and THE CORPORATION OF THE CITY OF LONDON ) dated the_____ day of ____________20___. In respect ) of ) ) I _____________________________ of ________________________ in the Country of __________________, (name) (city, town) (county) do solemnly declare as follows: 1. That I am _________________________________________________________________ and as such

(title, position) have knowledge of the matters hereinafter declared to. 2. That paid all assessments or compensation payable to the

(contractor) Workplace Safety and Insurance Board. 3. That paid all taxes and / or penalties imposed on it by The Corporation

(contractor) Tax Act of the Province of Ontario. AND I MAKE this solemn Declaration conscientiously believing it to be true and knowing that it is of the same force and effects as if made under oath and by virtue of The Canada Evidence Act. DECLARED before me at the City of __________________, in the County of

___________________________ this, __________ day of _____________________________20___,

_______________________________ (name, position)

A COMMISSIONER, ETC.

Page 46: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

FORM OF AGREEMENT

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

City of London |2013 Edition   April 24, 2013 

 

Section 5 – FORM OF AGREEMENT TRAFFIC SIGNAL MODIFICATIONS CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD PROJECT # TS4067-12/13, TS5123-12

Page 47: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

FORM OF AGREEMENT

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  FA‐1 

 

THIS AGREEMENT made on the _________day of ______________________________ 20 ______. BETWEEN

THE CORPORATION OF THE CITY OF LONDON

(hereinafter called the “Corporation”)

OF THE FIRST PART

- and –

(hereinafter called the “Contractor”)

OF THE SECOND PART WITNESSETH That the Corporation and the Contractor in consideration of the fulfilment of their respective promises and obligations herein set forth, covenant and agree with each other as follows: ARTICLE 1 (a) A general description of the work is: Traffic signal modifications to Central Ave / Wellington St & Manning Dr / Wellington Rd Tender No. 13-74 Project No.’s TS4067-12/13, TS5123-12 (b) The Contractor shall, except as otherwise specifically provided, at his own expense, provide all and every kind of labour, machinery, plant, structures, roads, ways, materials, appliances, articles and things necessary for the due execution of all the work set out in this Contract and shall forthwith according to the instruction of the Contract Administrator commence the works and diligently execute the respective portions thereof, and deliver the works complete in every particular to the Corporation within the time specified in Subsection GC3.06 EXTENSION OF CONTRACT TIME and Clause 7 FORM OF TENDER. ARTICLE 2 In the event that the Tender provides for and contains a Contingency Allowance, it is understood and agreed that such Contingency Allowance is merely for the convenience of accounting by the Corporation, and the Contractor is not entitled to payment thereof except for extra or additional work carried out by him in accordance with the Contract and only to the extent of such extra or additional work.

Page 48: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

FORM OF AGREEMENT

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  FA‐2 

 

ARTICLE 3 In case of any inconsistency or conflict between the provisions of this Agreement and the Plans or Specifications or General Conditions or Tender or any other document or writing, the provisions of such documents shall take precedence and govern in the following order, namely:

(a) Agreement (b) Addenda (c) Special Provisions (d) Contract Drawings (e) City of London General Specifications (GS), City of London Supplemental Standards for Roads (SR), City of London Supplemental Standards for Sewer and Water (SW), City of London Supplemental Standards for Traffic Signals and Street Lighting (STS), City of London Supplemental Standards General Conditions of Contract (SGC), City of London Standards for Tree Planting and Preservation (TPP) and City of London Supplemental Standards for Parks and Open Spaces (SPO)

(f) Ontario Traffic Manual (g) Ontario Provincial Standards for Roads and Public Works, Volumes 1 – 4 inclusive and Volumes 7 and 8. (i) Information for Tenderers (j) Form of Tender

(j) Working Drawings ARTICLE 4 The Contractor shall not assign the Contract, either in whole or in part, without the written consent of the Corporation, as set out in Subsection GC3.09 – Ontario Provincial Standards – General Conditions of Contract. ARTICLE 5 The Corporation covenants with the Contractor that the Contractor having in all respects complied with the provisions of this Contract, will be paid for and in respect of all the work at the tendered unit prices after measurement approved by the Engineer, the total which is presently estimated at Dollars ($ ), including H.S.T., together with such additional sum or sums up to a maximum of Dollars ($ ), including H.S.T., for such extra or additional work at the unit rates or the amounts, as the case may be, stipulated in the written orders of the Engineer authorizing the extra or additional work; such payment, however, shall be subject to Article 2 hereof and subject to such additions and deductions as may be properly made under the terms hereof, and further subject to the provisions that the Corporation may make payments on account monthly or otherwise as may be provided in the General Conditions.

Page 49: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

FORM OF AGREEMENT

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  FA‐3 

 

ARTICLE 6 Where any notice, direction or other communication required to be or may be given or made by one of the parties hereto to the other or to the Contract Administrator or to his agent, it shall be deemed sufficiently given or made if mailed or delivered in writing to such party or to the Engineer at the following address:

The Corporation The Corporation of the City of London P. O. Box 5035 London, Ontario N6A 4L9

The Engineer Managing Director Environmental & Engineering Services and City Engineer The Corporation of the City of London P. O Box 5035 London, Ontario N6A 4L9

The Contractor

Contract Administrator The Corporation of the City of London P.O. Box 5035 London, Ontario N6A 4L9

Where any such notice, direction or other communication is given or made to the Engineer, a copy thereof shall likewise be delivered to the Contract Administrator of the Engineer, if appointed, and where any such notice, direction or other communication is given or made to such agent, a copy thereof shall likewise be delivered to the Engineer. ARTICLE 7 A copy of each of the Tender, Special Provisions, Addenda to inclusive is hereto annexed and together with the plans, detailed drawings, Ontario Provincial Standards for Roads and Public Works, Volumes 1 - 4 inclusive and Volumes 7 and 8, City of London Supplemental Standards for Roads (SR), City of London Supplemental Standards for Sewer and Water (SW), City of London Supplemental Standards for Traffic Signals and Street Lighting (STS), City of London Supplemental Standards General Conditions of Contract (SGC), City of London General Specifications (GS), City of London Standards for Tree Planting and Preservation (TPP), City of London Standards for Parks and Open Spaces (SPO) relating thereto, all as listed in the Information for Tenderers are made part of this Contract, as fully to all intents and purposes as though recited in full herein. ARTICLE 8 No implied Contract of any kind whatsoever by or on behalf of the Corporation shall arise or be implied from anything in this Contract contained nor from any position or situation of the parties at any time, it being clearly understood that the express covenants and agreements herein contained made by the Corporation shall be the only covenants and agreements upon which any rights against the Corporation may be founded.

Page 50: THE CORPORATION OF THE CITY OF LONDON · 2013-08-22 · the corporation of the city of london contract documents for tender t13-74 traffic signal modifications central ave / wellington

 

TRAFFIC SIGNAL MODIFICATIONS TO CENTRAL AVE / WELLINGTON ST & MANNING DR / WELLINGTON RD

FORM OF AGREEMENT

PROJECT N0. TS4067-12/13, TS5123-12

TENDER N0. T13-74

 

City of London |2013 Edition  FA‐4 

 

ARTICLE 9 Time shall be deemed the essence of this Contract. ARTICLE 10 The Contractor declares that in tendering for the works and in entering into this Contract he has either investigated for himself the character of the work and all local conditions that might affect his tender or his acceptance of the work, or that hereby assume all risk of conditions arising or developing in the course of the work which might or could make the work, or any items thereof, more expensive in character, or more onerous to fulfil, than was contemplated or known when the tender was made or the Contract signed. The Contractor also declares that he did not rely upon information furnished by any methods whatsoever, by the Corporation or its officers or employees, being aware that any information from such sources was and is approximate and speculative only and was not in any manner warranted or guaranteed by the Corporation. ARTICLE 11 In compliance with the current regulations made under the Retail Sales Tax, Ontario, for the purpose of the purchase of materials to be in the works which are the subject matter of this Contract, the Contractor is hereby appointed as a special purchasing agent for the Corporation which will be provided to the Contractor. ARTICLE 12 This Contract shall apply to and be binding on the parties hereto and their successors, administrators, executors and assigns and each of them. IN WITNESS WHEREOF the parties have hereunto set their hands and seals the day and year first above written or cause their corporate seals to be affixed, attested by the signature of their proper officers, as the case may be. …………………………………………..) ………………………………………………………… Witness as to signature of contractor )

Contractor

) Address……………………………….....) ) ………………………………………………………… ) …………………………………………) ) THE CORPORATION OF THE CITY OF LONDON ) Occupation………………………………) ………………………………………………………… Mayor ……………………………………………………….. City Clerk

 


Recommended