Table of Contents - Toronto · Table of Contents Tender Call No. 170-2014 Contract No. N/A TS...

218
Table of Contents Tender Call No. 170-2014 Contract No. N/A TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Number of Pages Page No. Section 1 – Tender Process Terms and Conditions 10 1. Definitions 1-1 2. Bidder’s Responsibility 1-2 3. Tender Submission Package 1-2 4. Bid Bond 1-2 5. Mandatory/Optional Site Meetings 1-2 6. Fair Wage Policy 1-3 7. Questions 1-3 8. Addenda 1-3 9. Omissions, Discrepancies and Interpretations 1-4 10. Incurred Costs 1-4 11. Post-Submission Adjustments 1-4 12. Withdrawal of Bids 1-4 13. Irrevocability 1-5 14. No Collusion 1-5 15. Prohibition against Gratuities 1-5 16. Acceptance of Bids 1-5 17. Non-compliant Bids 1-6 18. Execute Contract 1-8 19. Failure or Default of Bidder 1-8 20. Currency 1-8 21. Tied Bids 1-8 22. Mathematical Errors 1-8 23. Conflicts of Interest 1-9 24. Ownership and Confidentiality of City-Provided Data 1-9 25. Ownership and Disclosure of Bid Documentation 1-9 26. Intellectual Property Rights 1-10 27. Governing Law 1-10 28. Quasi-Criminal/Criminal Activity of a Bidder/Proponent 1-10 Section 2 – Information for Bidders 6 1. General Information 2-1 2. Mandatory Site Meetings 2-2 Optional Site Meetings 2-2 3. Deadline for Questions 2-2 4. Fair Wage Schedule Information 2-2 5. Payment and Discount Terms 2-2 6. Instructions for Section 3 Tender Submission Package 2-2 6.1 Mandatory Bid Submission Requirements 2-2 4 of 221

Transcript of Table of Contents - Toronto · Table of Contents Tender Call No. 170-2014 Contract No. N/A TS...

  • Table of Contents Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014

    Number of Pages

    Page No.

    Section 1 – Tender Process Terms and Conditions 10

    1. Definitions 1-1 2. Bidder’s Responsibility 1-2 3. Tender Submission Package 1-2 4. Bid Bond 1-2 5. Mandatory/Optional Site Meetings 1-2 6. Fair Wage Policy 1-3 7. Questions 1-3 8. Addenda 1-3 9. Omissions, Discrepancies and Interpretations 1-4 10. Incurred Costs 1-4 11. Post-Submission Adjustments 1-4 12. Withdrawal of Bids 1-4 13. Irrevocability 1-5 14. No Collusion 1-5 15. Prohibition against Gratuities 1-5 16. Acceptance of Bids 1-5 17. Non-compliant Bids 1-6 18. Execute Contract 1-8 19. Failure or Default of Bidder 1-8 20. Currency 1-8 21. Tied Bids 1-8 22. Mathematical Errors 1-8 23. Conflicts of Interest 1-9 24. Ownership and Confidentiality of City-Provided Data 1-9 25. Ownership and Disclosure of Bid Documentation 1-9 26. Intellectual Property Rights 1-10 27. Governing Law 1-10 28. Quasi-Criminal/Criminal Activity of a Bidder/Proponent 1-10

    Section 2 – Information for Bidders 6

    1. General Information 2-1 2. Mandatory Site Meetings 2-2

    Optional Site Meetings 2-2 3. Deadline for Questions 2-2 4. Fair Wage Schedule Information 2-2 5. Payment and Discount Terms 2-2 6. Instructions for Section 3 Tender Submission Package 2-2

    6.1 Mandatory Bid Submission Requirements 2-2

    4 of 221

  • Table of Contents Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014

    Number of Pages

    Page No.

    A. Tender Call Cover Page 2-2 B. Bid Bond 2-3 C. City Policies Submission Form 2-3 D. Pricing Form 2-3 E. Ability and Experience 2-3

    6.2 Mandatory Submission Requirements Prior to Award 2-4 A. Statutory Declaration Form for the Occupational

    Health and Safety 2-4

    B. List of Subcontractors Form 2-5 C. Corporate Profile Report 2-5

    7. Electrical Items 2-5 A. Electrical Traffic Control Devices 2-5 B. Electrical Management Devices 2-6

    Section 3 – Tender Submission Package

    1. Bid Bond 2 3-1 2. Statutory Declaration Form for Occupational Health and

    Safety 3 3-3

    3. City Policies Submission Form 1 3-6 4. List of Subcontractors Form 1 3-7 5. Ability and Experience Form 1 3-8 6. Pricing Form 6 3-9

    Section 4 – Scope of Work 5 4-1

    Section 4A – Special Specifications 37 4A-1

    Section 5 – General Conditions of Contract 62 5-1

    Section 5A – Specific Conditions of Contract 17 5A-1

    Schedule A – Schedule of Prices for Extra Work 6 A-1

    5 of 221

  • Table of Contents Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014

    Number of Pages

    Page No.

    Section 6 – Contract Execution Package

    1. Form of Agreement 7 6-2 2. Performance Bond 2 6-9 3. Payment Bond 5 6-11 4. WSIB & Tax Statutory Declaration Form 1 6-16 5. Insurance Certificate 2 6-17 6. Declaration of Compliance with Anti-harassment /

    Discrimination Legislation & City Policy Form 1 6-19

    7. Supplementary Statutory Declaration Form for Occupational Health and Safety 2 6-20

    Section 7 – City Policies

    1. City of Toronto Accessible Customer Service Training Requirements 1 7-2

    2. Chapter 67 Schedule A – Fair Wage Policy 5 3. Chapter 67 Schedule B – Labour Trades Contractual

    Obligations in the Construction Industry 2

    4. Applicable Chapter 67 Schedule C – Fair Wage 5. Right to Reject Debtors and Set-off Policy 6 6. Policy on the Restrictions on the Hiring and Use of Former

    City of Toronto Management Employees for City Contracts 2

    7. Toronto Licensing Requirements 1 8. Chapter 517 – Idling Vehicles and Boats 3 9. Tree Protection Policy and Specifications for Construction

    Near Trees 12

    10. Project Information Signs 1 11. OntarioProvincial Standard Drawings & Municipal Standard

    Drawings 6

    12. Speed Hump Profile & Speed Humps Drawing 2 13. Zebra Marking Drawing & Pedestrian X’Over Standard Cond. 2 14. Compression Moulded Recycled Rubber Speed Bump

    Drawing 1

    15. Typical Signing Configuration for Speed Bumps 1 16. Speed Bumps in Public Lanes – Typical Bump Design 1 17. Catch Basin indicator Arrow Marking 1 18. Environmentally Responsible Procurement Statement 1 19. Contractor Performance Evaluation Form 1 20. Notice of "No Bid" Form 1

    6 of 221

  • Section 1 – Tender Process Terms and Conditions Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 1-1

    1. Definitions

    Throughout this Tender Call, unless inconsistent with the subject matter or context, “Addenda” or “Addendum” means a document containing additional information or changes to the Tender Call issued by the City prior to the Closing Date; “Bid” means an offer submitted by a Bidder in response to a Tender Call, which includes all of the documentation necessary to satisfy the submission requirements of the Tender Call and “Bids” shall have a corresponding meaning; “Bidder” means a legal entity, being a person, partnership or firm that submits a Bid in response to a formal Tender Call and “Bidders” shall have a corresponding meaning; “Buyer” means the main contact person at the City for all matters related to the Tender Call process, as set out on the Tender Call Cover Page; “Chief Purchasing Official” means the person holding the position of Director of Purchasing and Materials Management whose responsibility it is to supervise and carry out the procurement function on behalf of the City and includes his or her designate; “City” means the City of Toronto; “Closing Date” means the specified deadline for Bids to be submitted to the City as indicated on the Tender Call Cover Page and any subsequent Addenda; “Contract” means the Contract Execution Package duly executed by the Successful Bidder and the City with respect to the Work contemplated by this Tender Call, and shall be deemed to include all terms and conditions set out in this Tender Call; “Contract Administrator” means the main contact person at the City for all matters relating to the project. The reference to “Project Manager” means the same; “Contractor” means the Successful Bidder of the Tender Call with whom the City enters into a Contract with to perform the Work; “Council” means City Council; “MFIPPA” means the Municipal Freedom of Information and Protection of Privacy Act R.S.O. 1990, Chapter M.56, as amended, or any successor or replacement legislation “Subcontractor” means a person, partnership or corporation undertaking the execution of a part of the Work by virtue of an agreement with the Contractor; “Successful Bidder” means the Bidder that has been selected to perform the Work. “Tender Call” means this Tender Call package in its entirety, inclusive of all appendices and Addenda/Addendum that may be issued by the City. “Work” means all services and deliverables to be provided by a Contractor as described in this Tender Call.

    7 of 221

  • Section 1 – Tender Process Terms and Conditions Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 1-2

    2. Bidder’s Responsibility

    It shall be the responsibility of each Bidder:

    a) to acquire, from online or other sources as specified, any document (including any applicable copyright seal) that is referenced or mentioned in this Tender Call which is not physically attached herein;

    b) to examine all the components of this Tender Call, including all appendices, forms and addenda;

    c) to become familiar and comply with all of the terms and conditions contained in

    this Tender Call and the City’s Policies and Legislation set out on the City of Toronto website at: www.toronto.ca/calldocuments/policy.htm

    The failure of any Bidder to acquire, receive or examine any document, form, addendum, or policy shall not relieve the Bidder of any obligation with respect to its Bid or any purchase order issued based on its Bid.

    3. Tender Submission Package

    To submit a valid Bid, Bidders must complete, in ink, all the applicable forms in Section 3, and complete, sign and seal the Tender Call Cover Page. As a means of facilitating the announcement of the Bid amounts, the Bidder is to complete the Tender Call Cover Page, including filling in the “Amount of Tender Call” in the space provided. This insertion is to facilitate the conduct of the Tender Call opening meeting only. For Lump Sum Tenders, in the event of any discrepancy between the information so inserted on the front cover and the amount set out in the Pricing Form in Section 3, the Pricing Form total shall govern. For Unit Price Tenders, where any discrepancy exists between the total price and the unit price, the unit price shall prevail and the total price shall be adjusted accordingly.

    4. Bid Bond

    Every Bid shall be accompanied by a Bid Bond in the provided form in the specified amount signed by a guarantee surety company, acceptable to the City of Toronto Treasurer, authorized by law to carry on business in the Province of Ontario, and having an office in Ontario, to secure the execution of the formal Contract. Failure of a Bidder to submit a fully completed Bid Bond in the form enclosed in Section 3 - Tender Submission Package, shall result in the Bid being rejected as non-compliant. Submitting a photocopy of the Bid Bond is not acceptable.

    5. Site Meetings Mandatory Site Meetings

    If a mandatory site meeting has been indicated in the Tender Call, then interested Bidders MUST attend the site meeting to familiarize themselves with the project and

    8 of 221

  • Section 1 – Tender Process Terms and Conditions Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 1-3

    ascertain the full extent of the work required. Bidders must sign in with the City’s Representative at the Mandatory Site Meeting during the designated date and time for their Bid to be considered. Bids submitted by Bidders that do not attend the mandatory site meeting SHALL be declared non-compliant. Optional Site meetings If a mandatory site meeting is not required, interested Bidders may be invited to attend an optional site meeting as indicated on the Tender Call Cover Sheet to familiarize themselves with the project and ascertain the full extent of the work required. Any information available at the optional site meeting will be issued by an Addenda to the list of Bidders who purchased the Tender from the City.

    6. Fair Wage Policy

    The Bidder agrees to abide by the Fair Wage Policy as found in Section 7 – City Policies and pay its workers the appropriate wage as set out in the applicable Fair Wage Schedules. The Fair Wage Schedule that is applicable to this Tender Call is set out in Section 2 – Information for Bidders. As per the Fair Wage Policy, in the case of a jurisdictional dispute or disputes as to rate of wages to be paid under the Contract or to the amount to be paid to any worker, the decision of the Manager, Fair Wage Office, shall be final and binding upon all parties. Failure to comply with the Fair Wage Policy, or being in violation of the Fair Wage Policy without paying restitution as set out in the Fair Wage Policy (Chapter 67 – Fair Wage – Schedule A Fair Wage Policy § 67-A8D) may result in the Bid being declared non-compliant.

    7. Questions

    All questions concerning this Tender Call should be directed in writing to the Buyer as designated on the Tender Call Cover Page. No other City representative, whether an official, agent or employee, is authorized to speak for the City with respect to this Tender Call, and any Bidder who uses any information, clarification or interpretation from any other representative does so entirely at the Bidder’s own risk. Not only shall the City not be bound by any representation made by an unauthorized person, but any attempt by a Bidder to bypass the Tender Call process may be grounds for rejection of its Bid.

    8. Addenda

    The City reserves the right to revise this Tender Call up to the Closing Date, including extension of the Closing Date. Any such revisions will be made by way of Addenda. Addenda will be faxed or emailed to the Tender Call pick up log.

    9 of 221

  • Section 1 – Tender Process Terms and Conditions Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 1-4

    All Bidders must comply with and acknowledge all addenda in their Bid. Failure to acknowledge receipt of Addenda on the Tender Call Cover Page SHALL result in the rejection of the Bid.

    9. Omissions, Discrepancies and Interpretations

    A Bidder who finds omissions, discrepancies, ambiguities or conflicts in any of the Tender Call documentation or who is in doubt as to the meaning or has a dispute respecting any part of the Tender Call should notify the Buyer in writing not later than three (3) working days before the Closing Date. If the City considers that a correction, explanation or interpretation is necessary or desirable, the City will issue an Addendum as described in the article above titled Addenda. The decision and interpretation of the City respecting any such disputes shall be final and binding, from which there is no appeal. No oral explanation or interpretation shall modify any of the requirements or provisions of the Tender Call documents.

    10. Incurred Costs

    The City will not be liable for, nor reimburse, any potential Bidder or Bidders, as the case may be, for costs incurred in the preparation and submission of any Bid. The rejection or non-acceptance of any or all Bids shall not render the City liable for any costs or damages to any Bidder that submits a Bid.

    11. Post-Submission Adjustments

    No unilateral adjustments by Bidders to submitted Bids will be permitted. If the City makes a written request to a Bidder for clarification of its Bid, the Bidder will provide a written response within 48 hours accordingly, unless otherwise indicated, which shall then form part of the Bid.

    12. Withdrawal of Bids

    A) Prior to Submission Deadline

    A Bid may be withdrawn at any time prior to the submission deadline by delivery to the City of Toronto Purchasing and Materials Management Division at the address therein specified of a written notice to that effect under the Bidder's duly attested corporate seal (or if the Bidder possesses no corporate seal, accompanied by a sworn statement establishing that the signatory of the notice has authority to bind the Bidder), which notice shall identify the contract Bidder and, if more than one Bid has been submitted by that Bidder, the Bid(s) to be withdrawn, on the basis that the Bid material for any Bid so withdrawn shall be returned to the Bidder as soon after the opening of all Bids as is convenient for the City of Toronto Purchasing and Materials Management Division.

    B) During Opening - NOT APPLICABLE

    Procedures for the withdrawal of Bids will be applied during the opening of Bids. Bidders are to have a representative in attendance at the Bid opening in the event Bids are to be withdrawn. Whoever signs to withdraw on behalf of a company shall

    10 of 221

  • Section 1 – Tender Process Terms and Conditions Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 1-5

    produce an authority to sign under the corporate seal of the Company or signature of the owner.

    Bids will be opened at the appointed time in a random or "Lottery" type order. The City of Toronto Purchasing and Materials Management Division representative present at the Bid opening will determine the order in which the contracts are to be opened.

    At the conclusion of reading out of bids on each contract, and before the opening of the tenders on the subsequent contracts, the low bidder on that contract will have the opportunity to withdraw his remaining Bids.

    Bids will be withdrawn by submission to the City of Toronto Purchasing and Materials Management Division, of a properly completed "Contractors Notice of Withdrawal" form which will be made available.

    Bids withdrawn under this procedure will not be opened and cannot be reinstated.

    13. Irrevocability

    After the Closing Date each submitted Bid shall be irrevocable and binding on Bidders for a minimum period of 90 days.

    14. No Collusion

    No Bidder may discuss or communicate about, directly or indirectly, the preparation or content of its Bid with any other Bidder or the agent or representative of any other Bidder or prospective Bidder. If the City discovers there has been a breach at any time, the City reserves the right to disqualify the Bid or terminate any ensuing contract.

    15. Prohibition against Gratuities

    No Bidder and no employee, agent or representative of the Bidder, may offer or give any gratuity in the form of entertainment, participation in social events, gifts or otherwise to any officer, director, agent, appointee or employee of the City in connection with or aris-ing from this Tender Call, whether for the purpose of securing a contract or seeking favourable treatment in respect to the award or amendment of the contract or influencing the performance of the contract, including without restriction enforcement of perform-ance standards, or expressing appreciation, or providing compensation, for the award of a contract or for performance of the City's obligations thereunder or for conferring favours or being lenient, or in any other manner whatsoever. If the City determines that this article has been breached by or with respect to a Bidder, the City may exclude its Bid from consideration, or if a Contract has already been enter-ed into, may terminate it without incurring any liability.

    16. Acceptance of Bids

    A. The City shall not be obliged to accept any Bid in response to this Tender Call.

    11 of 221

  • Section 1 – Tender Process Terms and Conditions Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 1-6

    B. The City may modify and/or cancel this Tender Call prior to accepting any Bid.

    C. Bids may be accepted or rejected in total or in part.

    D. The lowest quoted price may not necessarily be accepted by the City.

    E. In determining which Bid provides the best value to the City, consideration may be given to the past performance of any Bidder.

    F. The City reserves the right to verify the validity of information submitted in the Bid

    and may reject any Bid where, in the City’s sole estimation, the contents appear to be incorrect, inaccurate or inappropriate.

    G. The City reserves the right to assess the ability of the Bidder to perform the

    contract and may reject any Bid where, in the City’s sole estimation, the personnel and/or resources of the Bidder are insufficient.

    H. If, in the opinion of the City, any Bidder has underestimated the value of the

    goods and/or services to be provided as reflected in its submitted price/fee, the City may reject its Bid as unbalanced (i.e., not representative of the scope of the goods and/or services). The City may reject a bid if it determines, in its sole discretion, that the bid is materially unbalanced.

    A bid is materially unbalanced when:

    (1) it is based on prices which are significantly less than cost for some items of work

    and prices which are significantly overstated in relation to cost for other items of work; and

    (2) the City had determined that the bid may not result in the lowest overall cost to the City even though it may be the lowest submitted bid; or

    (3) it is so unbalanced as to be tantamount to allowing an advance payment.

    17. Non-compliant Bids Bids which are incomplete, conditional or obscure or which contain additions not called for, erasures or alterations of any kind may be rejected. The City reserves the right to waive immaterial defects and minor irregularities in any Bid. The chart below lists irregularities and the respective action that will be taken by the Chief Purchasing Official, in determining whether a bid is non-compliant. The Chief Purchasing Official is not limited to the following list for reasons to declare a Bid non-compliant. Bidders are reminded to read the entire Tender Call document, as failure to comply with other requirements may or shall result in a Bid being declared non-compliant.

    IRREGULARITY ACTION

    Late Response Automatic rejection and not read

    12 of 221

  • Section 1 – Tender Process Terms and Conditions Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 1-7

    IRREGULARITY ACTION publicly.

    Unsealed Envelopes Automatic rejection Insufficient Financial Security (No deposit or Bid Bond or insufficient deposit or Bid Bond).

    Automatic rejection

    Response not completed in non-erasable medium and signed in ink

    Automatic rejection

    Incomplete Response Automatic rejection unless, in the opinion of the Chief Purchasing Official, the incomplete nature is trivial or insignificant.

    Qualified Response (qualified or restricted by an attached statement unless allowed for).

    Automatic rejection unless, in the opinion of the Chief Purchasing Official the qualification or restriction is trivial or not significant

    Response received on documents other than those provided by the City

    Automatic rejection unless, in the opinion of the Chief Purchasing Official the matter is trivial or insignificant

    Execution of Bid Bonds (Financial Security) • Corporate seal or signature of the bidder

    missing. Two (2) business days to correct

    • Both corporate seal and signature of the bidder missing.

    Automatic rejection.

    • Corporate seal or signature of authorized agents of bonding company missing.

    Automatic rejection.

    • Other Bid Security - Uncertified Cheques Automatic rejection. Documents – Execution:

    • Corporate seal or signature missing. Two (2) business days to correct. • Corporate seal and signature missing Automatic rejection

    Erasures, Overwriting or Strike-Outs which are not Initialed:

    • Uninitiated changes to responses which are minor (example: the respondent’s address is amended by over-writing but not initialed)

    Two (2) business days to initial.

    • Unit prices have been changed but not initialed and the contract totals are consistent with the price as amended.

    Two (2) business days to initial

    • Unit prices have been changed but not initialed and the contract totals are not consistent with the price as amended.

    Automatic Rejection

    Minor Irregularities The Chief Purchasing Official

    13 of 221

  • Section 1 – Tender Process Terms and Conditions Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 1-8

    IRREGULARITY ACTION shall have the authority to waive irregularities deemed to be minor.

    18. Execute Contract

    The Successful Bidder will be required to execute the Contract, including executing three (3) original copies of the Form of Agreement, furnish a Performance Bond and Payment Bond, complete the insurance certificate, the Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy Form and the Supplementary Statutory Declaration if required, within ten (10) working days, not including Saturday, Sunday or a legal holiday, after being notified by the City that the Contract is ready for signature. Should the Bidder fail or refuse to execute the Contract within ten (10) working days after being requested by the City, it will be considered that the Bidder has abandoned all rights and interests in the award and the City will call on the Bid Bond.

    19. Failure or Default of Bidder

    If the Bidder, for any reason, fails or defaults in respect of any matter or thing which is an obligation of the Bidder under the terms of the Tender Call, the City may:

    a) disqualify the Bidder from the Tender Call and/or from competing for future Tender Calls issued by the City for a period of one year; and

    b) require the Bidder to pay the City the difference between its Bid and any other

    Bid which the City accepts, if the latter is for a greater amount and, in addition, to pay the City any cost which the City may incur by reason of the Bidder’s failure or default.

    20. Currency

    Unless otherwise stated herein, prices quoted are to be in Canadian dollars. 21. Tied Bids

    In the event that the City receives two (2) or more Bids identical in price, the City reserves the right to select one of the tied Bids by way of lottery or coin toss as set out in the Purchasing Procurement Processes Policy.

    22. Mathematical Errors

    In the event of mathematical errors found in the pricing pages, the unit prices quoted shall prevail. Extensions and totals will be corrected accordingly and adjustments resulting from the correction will be applied to the total bid price quoted.

    14 of 221

  • Section 1 – Tender Process Terms and Conditions Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 1-9

    23. Conflicts of Interest

    In its Bid, the Bidder must disclose to the City any potential conflict of interest that might compromise the performance of the Work. If such a conflict of interest does exist, the City may, at its discretion, refuse to consider the Bid. The Bidder must also disclose whether it is aware of any City employee, Council member or member of a City agency, board or commission or employee thereof having a financial interest in the Bidder and the nature of that interest. If such an interest exists or arises prior to the award on any contract, the City may, at its discretion, refuse to consider the Bid or withhold the awarding of any contract to the Bidder until the matter is resolved to the City’s sole satisfaction. Bidders are cautioned that the acceptance of their Bid may preclude them from participating as a Bidder in subsequent projects where a conflict of interest may arise. The Successful Bidder for this project may participate in subsequent/other City projects provided the Successful Bidder has satisfied pre-qualification requirements of the City, if any, and in the opinion of the City, no conflict of interest would adversely affect the performance and successful completion of an agreement by the Successful Bidder.

    24. Ownership and Confidentiality of City-Provided Data

    All correspondence, documentation and information provided by City staff to any Bidder or prospective Bidder in connection with, or arising out of this Tender Call, the Work or the acceptance of any Bid:

    a) is and shall remain the property of the City;

    b) must be treated by Bidders and prospective Bidders as confidential;

    c) must not be used for any purpose other than for replying to this Tender, and for fulfillment of any related subsequent agreement.

    25. Ownership and Disclosure of Bid Documentation

    The documentation comprising any Bid submitted in response to this Tender Call, along with all correspondence, documentation and information provided to the City by any Bidder in connection with, or arising out of this Tender Call, once received by the City:

    a) shall become the property of the City;

    b) shall become subject to MFIPPA, and may be released, pursuant to that Act. Because of MFIPPA, prospective Bidders are advised to identify in their Bid material any scientific, technical, commercial, proprietary or similar confidential information, the disclosure of which could cause them injury. Each Bidder’s name and price shall be made public. Bids will be made available to members of Council on a confidential basis and may be released to members of the public pursuant to MFIPPA.

    15 of 221

  • Section 1 – Tender Process Terms and Conditions Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 1-10

    26. Intellectual Property Rights

    Each Bidder warrants that the information contained in its Bid does not infringe any intellectual property right of any third party and agrees to indemnify and save harmless the City, its staff and its consultants, if any, against all claims, actions, suits and proceedings, including all costs incurred by the City brought by any person in respect of the infringement or alleged infringement of any patent, copyright, trademark, or other intellectual property right in connection with their Bid.

    27. Governing Law

    This Tender Call and any Bid submitted in response to it and the process contemplated by this Tender Call shall be governed by the laws of the Province of Ontario. Any dispute arising out of this Tender Call or this Tender Call process will be determined by a court of competent jurisdiction in the Province of Ontario.

    28. Quasi-Criminal/Criminal Activity of a Bidder/Proponent

    The City may reject a Bid or Bidder if the City: 1. confirms that the Bidder or any individual that owns, directs, or controls the Bidder

    has been charged with or convicted of an offence under the Criminal Code, an offence as defined in the Provincial Offences Act, or an offence pursuant to similar laws outside of Ontario;

    2. determines that this charge or conviction is material to the given procurement; and

    3. determines that, in light of this charge or conviction, awarding to that Bidder could

    compromise the delivery of the goods or services or would otherwise undermine the business reputation of the City or the public's confidence in the integrity of the call process.

    16 of 221

  • Section 2 – Information for Bidders Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 2-1

    1. General Information Section 1 – Tender Process Terms and Conditions sets out the terms and conditions that will be used during the process of the Tender Call. Each Bidder should review the terms and conditions to understand the rules related to the Tender Call process.

    Section 2 – Information for Bidders contains general information and instructions for Bidders in relation to filling out this Tender Call.

    Section 3 – Tender Submission Package contains the forms that must be filled out and returned to form a complete bid. Please see below for instructions.

    Section 4 – Scope of Work contains the scope of work for the Tender Call, the specifications that must be abided by for the Tender Call and any related drawings to understanding the work required. Bidders should review this section in detail to fully understand what the Bidder is bidding on.

    Section 4A – Special Specifications contains special requirements for the Work. Please refer to GC 1.04 in Section 5 – General Conditions of Contract for the definition of 'Special Specification'. Section 5 – General Conditions of Contract contain the City of Toronto’s general conditions of Contract that set out the responsibilities of the Contractor and the City. This forms part of the Contract that will be awarded to the lowest compliant Bidder. The Bidder should review these terms to understand the Contract being entered into with the City.

    Section 5A – Specific Conditions of Contract, if included, contains additional terms for the Contract that supersedes or adds to the General Conditions of Contract. The Bidder should review these terms to understand the Contract being entered into with the City.

    Section 6 – Contract Execution Package contains examples of the Contract, Performance/Payment Bonds, Insurance Certificate and various Statutory Declarations that will be completed by the winning Bidder after the award and notification by the City is made. These forms do not have to be submitted for the Bid to be valid. Please see Section 1, Clause 18 for additional information on the execution of the Contract.

    Section 7 – City Policies contains specific City Policies related to the Tender Call. It is the responsibility of the Bidder to review all of the City’s Policies related to the Tender Call located in Section 7 and as found on the City’s website at www.toronto.ca/calldocuments/policy.htm This is to advise that commencing October 1, 2013 all Tender call documents will contain a copy of the Contractor Performance Evaluation Form in Section 7. The Form helps to summarize and quantify performance. It provides guidance to City staff on creating and maintaining an evaluative record of a Contractor's performance on City projects for the purpose of contract management and future purchasing decisions. If you have any questions about this process, please do not hesitate to forward your questions via email to [email protected]

    17 of 221

    http://www.toronto.ca/calldocuments/policy.htm�mailto:[email protected]

  • Section 2 – Information for Bidders Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 2-2

    2. Mandatory Site Meeting

    Not Required Optional Site Meeting

    Not Required

    3. Deadline for Questions

    All questions concerning this Tender Call should be directed in writing to the Buyer indicated on the Tender Call Cover Page. The last day for questions with respect to this Tender Call is three (3) working days before closing time and date.

    4. Fair Wage Schedule Information

    The Fair Wage Schedule that is applicable to this Tender Call is the:

    INDUSTRIAL/COMMERCIAL/INSTITUTIONAL WORK (I.C.I.)

    Please review a copy of the Fair Wage Schedule applicable to this Tender Call. The Fair Wage Schedules can be found at the following website:

    http://www.toronto.ca/fairwage/index.htm

    In the event that other Fair Wage Schedules may overlap the work covered by this Contract or if you have any questions with respect to the Fair Wage Policy or the Fair Wage Schedules please contact the Fair Wage Office by:

    • Tel: (416) 392-7300 • Fax:(416) 392-0801 • E-Mail: [email protected]

    5. Payment and Discount Terms

    Not Applicable

    6. Instructions for Section 3 Tender Submission Package

    6.1 Mandatory Bid Submission Requirements

    The following must be completed in its entirety and submitted with your Bid at the time of closing. Failure to submit SHALL result in the Bid being rejected as non-compliant.

    A. Tender Call Cover Page

    Bidder must fill in all information as requested in ink. Remember to have the cover signed and sealed by an authorized signing officer, if a corporation. If not a corporation, have the cover signed by an authorized signing officer.

    18 of 221

    http://www.toronto.ca/fairwage/index.htm�mailto:[email protected]

  • Section 2 – Information for Bidders Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 2-3

    Remember to indicate the receipt of all addenda.

    B. Bid Bond

    Every bidder shall submit with their Bid a Bid Bond in the amount of 10% of Total Bid Price to provide a Performance Bond and a Labour and Material Bond for the due and proper performance of the work, each in the amount of 50% of the contract amount including an extended 24 month warranty period. The Bonds will be issued by a licensed surety company authorized to transact business in the Province of Ontario and shall be maintained in good standing until the fulfilment of the contract. The bonds shall be in accordance with the City's standard form attached to this document.

    Failure of a Bidder to submit a fully completed Bid Bond, in the form enclosed in the Tender Submission Package, SHALL result in the Bid being rejected as non-compliant. Should the Bidder fail or refuse to execute the Agreement within ten (10) working days after being requested by the City, it will be considered that the Bidder has abandoned all rights and interests in the award and the City will call on the Bid Bond.

    C. City Policies Submission Form

    The Policy Submission Form contains three statements from different City of Toronto Policies. The complete text of these policies can be found on the City’s website (www.toronto.ca/calldocuments/policy.htm). The Bidder shall answer the questions posed and include the submission form with the completed Tender Submission Package.

    D. Pricing Form

    All instructions to fill out the Pricing Form can be found on the first page of the Pricing Form in Section 3. In the event of any discrepancy between the information provided on the Tender Call Cover Page and the amount set out in the Pricing Form, the Pricing Form shall govern. In the event of any discrepancy between the total price and the unit price, the unit price shall prevail and the total price shall be adjusted accordingly.

    E. Ability and Experience The Bidder shall list the names of a minimum two (2) but preferably four (4) firms or Municipalities for which work of a similar nature has been performed by its firm in the last five (5) years, and shall briefly describe the work.

    19 of 221

  • Section 2 – Information for Bidders Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 2-4

    The Ability and Experience Form can be found on in section 3. The Contractor must complete this form in its entirety. The City reserves the right to contact any or all of the references provided. Bidders are to ensure that all named contacts can be contacted at the telephone/e-mail address provided as these references may be contacted and no substitutions will be allowed. In the event that the references provided do not confirm the Bidders's previous experience, the Bidders's bid shall be declared non-complaint and will not be considered further.

    6.2 Mandatory Submission Requirements Prior to Award

    The Bidder must submit the following documents within 5 working days upon being contacted by the City. Failure to submit the documents within this time limit will result in disqualification of the Bid. A. Statutory Declaration for the Occupational Health and Safety Act

    It is the Bidder’s responsibility as "Constructor" under the provisions of the Occupational Health and Safety Act of Ontario, R.S.O. 1990, c. O.1, as may be amended (hereinafter “OHSA”), to co-ordinate the activities of all employees and workers under the Bidder’s control operating within the Contract limits to ensure that the requirements of the OHSA are satisfied. To that end, the Bidder must complete the Statutory Declaration found in Section 3 indicating whether they comply with the OHSA. This Statutory Declaration must be signed and declared before a Commissioner of Oaths. The Statutory Declaration states that:

    i) the Bidder and all Subcontractors have in place safety programs according to the requirements of the OHSA;

    ii) all employees of the Bidder and Subcontractors have received training in occupational safety in accordance with the requirements of the OHSA; and

    iii) a representative of the Bidder, whom he shall designate and name in the required Statutory Declaration, with responsibility for supervising the Contract's implementation is qualified as a "Competent Person" as defined in the OHSA.

    In the case where the Bidder has indicated "HAVE NOT" in either or both of sub-clauses 3(a) or 3(b) of the Statutory Declaration submitted with its Bid and has been awarded the Contract, the Bidder will be required to submit a Supplementary Statutory Declaration after award of the Contract in the form provided in Section 6 entitled “Supplementary Statutory Declaration” to the effect that the requisite training and programmes are in place. The Bidder will bear full responsibility for all consequences, financial or otherwise, of any failure or delay by the Bidder in submitting the Supplementary Statutory Declaration.

    20 of 221

  • Section 2 – Information for Bidders Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 2-5

    B. List of Subcontractors Form

    Upon request the Contractor will be required to provide a list of subcontractors and associated work types to the City for its review and approval prior to award. The Contractor will not be permitted to change any named Subcontractor without the written approval of the Contract Administrator. Any request for changing a named Subcontractor must be submitted in writing. The Contractor acknowledges that upon receipt of such a request by the City, the review and approval process could take a time to complete. Any delay in the commencement of the Work or in the performance of the Work or in the Contractor’s performance of its obligations under the Contract related to or arising from the City’s consideration of the Contractor’s request for a Subcontractor change shall be solely borne by the Contractor. Where union affiliation is required pursuant to the City’s “Labour Trades Contractual Obligations in the Construction Industry” (more particularly described in the document attached to the Applicable City Policies section) for the Work or any part thereof, the Contractor (and any Subcontractor performing any part of such Work) must be affiliated with the applicable collective bargaining agency and the Bidder shall submit proof of such affiliation of the Contractor prior to an award of contract.

    C. Corporate Profile Report Upon request the Contractor will be required to provide a copy of the contractor's Corporate Profile Report (Ontario), or equivalent official record issued by the appropriate government authority.

    The contractor's Corporate Profile Report must have been issued not more than ten (10) working days prior to the date that the City requests the report. The City reserves the right to confirm the accuracy of the information contained in the Corporate Profile Report, and to require additional information from the contractor as necessary. In the event that a request for a Corporate Profile Report or equivalent official record cannot be processed by the appropriate government office within five (5) working days of the City contacting the contractor, the contractor must provide proof that the request has been made and provide an indication as to when the information is expected to be received. The City may refuse to award a contract to any contractor, including the lowest bidder, where the requested information has not been received within five (5) working days of the City contacting the contractor.

    7. Electrical Items

    Only pre-qualified electrical contractors approved per Request for Pre-qualification No. 1201-09-5186 and No. 1201-11-5094 are eligible to perform the following categories of electrical work on this Contract.

    A. Electrical Traffic Control Devices

    21 of 221

  • Section 2 – Information for Bidders Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 2-6

    Work in this area may include the laying and placement of duct, installation and removal of electrical hand wells and electrical maintenance holes, installation and removal of pole and traffic signal controller footings, installation of ground rods and ground plates, installation and removal of traffic poles, installation and removal of traffic signal controller cabinets, installation and removal of traffic cable, installation of vehicle detector loops, installation of electrical services, and installation and removal of traffic signal, pedestrian crossover and flashing beacon hardware and accessories.

    The following are the pre-qualified contractors for electrical traffic control device works:

    • Beacon Utility Contractors Limited • Black & McDonald Ltd • Fellmore Electrical Contractors Ltd • Guild Electric Limited • Stacey Electric Company Limited

    B. Electrical Management Devices

    Work in this area may include the laying and placement of duct, installation and removal of electrical handwells and electrical maintenance holes, installation and removal of power and communication cables, installation of multi-strand single mode/multi mode fibre optic communication cables, installation and modification of CCTV cameras, changeable message signs, digital/analog data/control video/audio communication networks, installation of vehicle detector loops and installation of electrical services.

    The following are the pre-qualified electrical contractors for electrical management device works:

    • Black & McDonald Ltd • Guild Electric Limited • Stacey Electric Company Limited

    22 of 221

  • Section 3 – Tender Submission Package Bid Bond

    Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 3-1

    BOND NO:

    KNOW ALL MEN BY THESE PRESENTS that we

    herein called the "Principal"

    - and -

    herein called the "Surety"

    are jointly and severally held and firmly bound unto the City of Toronto, hereinafter called the "City", each, in the penal sum of

    10% of Total Bid Price

    of lawful money of Canada, to be paid to the City or to its successors or assigns for which payment well and truly to be made, we jointly and severally bind ourselves, our and each of our several and respective executors, administrators, successors and assigns and every of them forever firmly by these presents.

    SEALED with our several and respective seals.

    DATED this day of 20

    WHEREAS the said Principal is herewith submitting to the City its Tender for

    TENDER CALL NO. 170-2014 CONTRACT NO. N/A

    and the said Tender provides that it is to continue open to acceptance and to be irrevocable until the formal contract is executed by the successful Bidder.

    23 of 221

  • Section 3 – Tender Submission Package Bid Bond

    Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 3-2

    NOW the condition of this obligation is such that if, on acceptance of the Tender of the aforesaid Principal in accordance with the terms and conditions of said Tender within 90 days from the closing date of the Tender, the said Principal shall, within the time required, enter into a formal contract and give good and sufficient bonds required by the said Tender to secure

    (i) the performance of the terms and conditions of the contract, and

    (ii) payment for certain labour and materials,

    both in the forms required by the City then this obligation shall be void; otherwise the Principal and Surety will pay unto the City the difference in money between the total amount of the Tender of the said Principal and the sums of the amount for which the City legally contracts with another party to perform the work and for which the City of Toronto 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 if the latter sums of the amount be in excess of the former; but in no event shall the Surety's liability exceed the penal sum hereof.

    AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable as Principal and that nothing of any kind or matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liability of the Surety, any law or usage relating to the liability of Sureties to the contrary notwithstanding.

    SEALED AND DELIVERED )

    in the presence of )

    )

    ) Principal

    )

    )

    )

    ) Surety

    24 of 221

  • Section 3 – Tender Submission Package Statutory Declaration Form for Occupational Health and Safety

    Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 3-3

    DOMINION OF CANADA } IN THE MATTER of a proposed Contract for } PROVINCE OF ONTARIO } } JUDICIAL DISTRICT } } OF YORK; } } TO WIT: }

    as hereinbefore described on the first page of the TENDER CALL.

    I/we

    of the city / town / village of

    in the province of do solemnly declare as follows:

    IF AN INDIVIDUAL STRIKE OUT "OF"

    1. I am (If an incorporated Company, state "President", “Secretary”, or as the case may be) of

    (State Firm Name)

    the Bidder herein.

    IF AN INDIVIDUAL CARRYING ON A BUSINESS UNDER A FIRM NAME, USE THE FOLLOWING PARAGRAPH

    I am the Bidder herein and I carry on business at

    under the name of and (State Firm Name)

    there is no other person associated with me in partnership.

    IF A PARTNERSHIP, USE THE FOLLOWING PARAGRAPH

    We are the Bidders herein and we carry on business at

    in partnership,

    under the name of and (State Firm Name)

    we are the only members of such partnership.

    Standard

    25 of 221

  • Section 3 – Tender Submission Package Statutory Declaration Form for Occupational Health and Safety

    Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 3-4

    2. I/we have a health and safety policy and a programme to implement such policy as required by clause 25 (2) (j) of the Occupational Health and Safety Act. R.S.O., 1990, c. o.1, as may be amended (hereinafter “OHSA”), and the said policy does not conflict with the health and safety policy of the City of Toronto.

    3. With respect to the goods and services contemplated in the above Contract, the Bidder and its proposed Subcontractors

    a) HAVE/HAVE NOT YET ** conducted training for all personnel to be involved in providing such goods and services as required by the OHSA and all regulations thereunder, including those with respect to the workplace hazardous materials information system, industrial establishments, construction projects and designated substances.

    b) HAVE/HAVE NOT YET ** put into effect all programmes relating to designated substances as required by the regulations under the OHSA.

    c) The Bidder designates ***____________________________, a representative of the Contractor who shall be assigned to a supervisory role over the work of the Contract and who has received training in the provisions of the OHSA which qualifies him/her to act as a "competent person" as defined in the OHSA, in order to have him/her act in an informed and responsible manner in complying with the OHSA and the Contractor's role as employer under the terms of this Contract and the OHSA.

    d) In the case where "HAVE NOT YET" has been indicated in either or both of (a) or (b), the Bidder undertakes to provide to the Contract Administrator of the respective division a "Supplementary Statutory Declaration of Bidder" on the form provided following award of the Contract that the requisite training and/or programmes have been completed in order that a written order to commence work may be issued by the Contract Administrator, and undertakes that no claim for delay or extension of contract will be made for failure by the bidder to comply with this requirement.

    ** EITHER "HAVE" OR "HAVE NOT YET" TO BE STRUCK OUT AND INITIALLED

    *** BIDDER TO WRITE IN THE NAME OF THE DESIGNATED “COMPETENT PERSON”

    26 of 221

  • Section 3 – Tender Submission Package Statutory Declaration Form for Occupational Health and Safety

    Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 3-5

    4. I/we have carefully read through the foregoing Tender Call Package, and to the best of my/our information, knowledge and belief the several matters stated in the said Bid are in all respects correct and true.

    5. I am/we are each of the full age of twenty-one years or over.

    And I/we make this solemn declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath and by virtue of "the Canada Evidence Act".

    SEVERALLY DECLARED before me at the } } of in } the Province of Ontario } } this day } Signing Officer of Company } of 20 }

    ____________________________________________

    A Commissioner, etc.

    27 of 221

  • Section 3 – Tender Submission Package City Policies Submission Form

    Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 3-6

    Policy to Exclude Bids from External Parties Involved in the Preparation or Development of a Specific Call/Request

    To ensure fair and equal treatment in its competitive procurements, the City of Toronto will undertake to:

    • disallow bidders/proponent from submitting a Bid to any Tender, Quotation, or Proposal call in which the bidders/proponent has participated in the preparation of the call document; and

    • a bidders/proponent who fails to comply will result in disqualification of their response to the call/request.

    Did you, the Bidder, assist the City of Toronto in the preparation of this Tender Call Document (this question does not refer to your Bid)?

    Yes _ No

    ************************************************************************************************************* Policy on Restrictions on Hiring and Use of Former City of Toronto Management Employees for City Contracts

    Former City of Toronto management employees who took part in a separation program or received a retirement incentive are prohibited from participating in contracts directly or indirectly related to the City of Toronto and its special purpose bodies for a period of two years starting from an employee’s termination date.

    Bidders are to state the name(s) of any former City of Toronto management employee(s) hired/used by your firm, if any, who have left the employ of the City or its special purpose bodies within the last two years.

    Specify:

    ************************************************************************************************************* Policy on the Purchase of products manufactured in factories where children are used as slave labour or other exploitive circumstances which impedes child development Bidders must state where the products offered have been made. City Council does not wish to see products used that have been made in factories in countries where children are used as slave labour or other exploitive circumstances which impedes child development. Therefore, preference will be given to bidders that obtain products from any country other than the aforementioned, but this criteria will not be used to disqualify any Bidder. Bidders are to state if products offered have been made in factories in countries where children are used as slave labour or other exploitive circumstances which impedes child development.

    Yes No

    28 of 221

  • Section 3 – Tender Submission Package List of Subcontractors Form

    Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 3-7

    Upon request, the Bidder shall provide the subcontractor’s name for each work type indicated in the table below or indicate “OWN FORCES” in the “Subcontractor Name” column if a subcontractor will not be used for the work type indicated. The names of all subcontractors to be used for each work type indicated must be provided.

    The Contractor will not be permitted to change any named Subcontractor without the written approval of the Contract Administrator. Any request for changing a named Subcontractor must be submitted in writing. The Contractor acknowledges that upon receipt of such a request by the City, the review and approval process could take a time to complete. Any delay in the commencement of the Work or in the performance of the Work or in the Contractor’s performance of its obligations under the Contract related to or arising from the City’s consideration of the Contractor’s request for a Subcontractor change shall be solely borne by the Contractor. Where union affiliation is required pursuant to the City’s “Labour Trades Contractual Obligations in the Construction Industry” (more particularly described in the document attached to the Applicable City Policies section) for the Work or any part thereof, the Contractor (and any Subcontractor performing any part of such Work) must be affiliated with the applicable collective bargaining agency and the Bidder shall submit proof of such affiliation of the Contractor prior to an award of contract.

    List of Subcontractors

    Name of Bidder: Date:

    The Bidder may attach separate sheet(s) to this Form if additional space is needed. Indicate the number of sheets, if attached:

    Work Types Subcontractor Name

    29 of 221

  • Section 3 – Tender Submission Package Ability and Experience Form

    Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 3-8

    Name of Bidder: Date: The Bidder shall list below the names of minimum two (2) but preferably four (4) firms or Municipalities for which work of a similar nature has been performed by its firm in the last five (5) years, and shall briefly describe the work. The City reserves the right to contact any or all of the references provided. Bidders are to ensure that all named contacts can be contacted at the telephone number provided as these references may be contacted and no substitutions will be allowed. In the event that the references provided do not confirm the Bidder's previous experience, the Bidder's bid shall be declared non-compliant and will not be considered further. The Bidder must complete this form in its entirety or it's bid may be deemed non-compliant and not be considered. Project Description:

    Contract Number, Location, Scope of Work, Year Completed

    Contract Value ($)

    Owner’s Name, Contact Person’s Name, Phone No./ E-mail Address

    If applicable, Consultant’s Contact Information

    1

    2

    3

    4

    30 of 221

  • Section 3 – Tender Submission Package Pricing Form

    Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 3-9

    The Bidder must provide the rate and the amount for each tender item, the total for each part / subsection, the grand total, HST amount and the total amount of tender on the forms in the ensuing pages. Bidders that do not fully complete these forms (such as leaving lines blank), or have unclear answers (such as "n/a", "-", "tba" or "included" etc.) will be declared non-compliant. Prices that are intended to be zero cost/no charge to the city are to be submitted in the space provided in the price schedule as "$0.00" or "zero". All spaces for the aforementioned information must be completed in ink ensuring the printing is clear and legible. Where included, the Supplementary List of Prices Required for Extra Work form must also be completed.

    31 of 221

  • Section 3 – Tender Submission Package Pricing Form

    New Signal InstallationTender Call No. 170-2014 Contract No. N/A

    2014 New TCS T1 Price Shedule Form 1 V_4.xlsx Page 3-10

    Item

    SPQACode

    Number

    Standard/ Special Specification

    Standard/ Special Drawing Description Unit

    Total Estimated Quantity

    Unit Price(net of all

    Taxes)Total Estimated Cost

    (net of all Taxes)

    1 061101.0201 TTS 802/ SS.34 TTD 802.006 Supply and install concrete "Traffic" electrical handwell, complete assembly, including frame and cover and grounding lug - 460 mm inside diameter

    Each 13

    2 061002.0403 TTS 803/ SS.35Supply and install 1 x 75 mm diameter PVC rigid electrical duct in boulevard (sod/asphalt/other surface) including boulevard surface restoration matching existing

    metre 125

    3 061002.0408 TTS 803/ SS.35Supply and install 1 x 75 mm diameter PVC rigid electrical duct in boulevard (concrete/paving stone surface) including boulevard surface restoration matching existing

    metre 11

    4 061002.0303 TTS 803/ SS.35Supply and install 1 x 50 mm diameter PVC rigid electrical duct in boulevard (sod/asphalt/other surface) 1.0 depth, including backfilling and boulevard surface restoration matching existing

    metre 1

    5 061002.0308 TTS 803/ SS.35Supply and install 1 x 50 mm diameter PVC rigid electrical duct in boulevard (concrete/paving stone surface) including backfilling and boulevard surface restoration matching existing

    metre 1

    6 TTS 803/ SS.35 Supply and install 1 x 25 mm diameter PVC rigid electrical duct in boulevard (all surfaces) metre 1

    Road Crossings

    7 061002.0428 TTS 803/ SS.35 Supply and install 1 x 75 mm diameter PVC rigid electrical duct by boring under pavement (all thicknesses) including surface restoration metre 140

    Supply and Installation of Footings

    8 061002.0101 TTS 807/ SS.36 TTD807.001, TTD807.015Supply and construct concrete footing for base mounted pole (600mm x 2500mm) Each 17

    9 061002.0105 TTS 807/ SS.36 TTD807.011, TTD807.017Supply and construct base mounted Push Button pole concrete footing (300mm x 1200mm) Each 1

    10 061002.0104 TTS 807/ SS.36TTD807.006, TTD 807.007, TTD 807.020

    Supply and construct concrete controller base complete with sidewalk pad - Type 2 (520mm x 840mm x 800mm)

    Each 2

    11 061002.0107 TTS 807/ SS.36 TTD807.010, TTD807.015Supply and construct reinforced concrete sidewalk bay (1700 mm x 1800 mm x 500 mm) Each 1

    Supply and Installation of Wiring and Hydro Hook-up

    12 061901.1201 TTS 804/ SS.37 Supply and install 12 conductor cable metre 27513 061901.0701 TTS 804/ SS.37 Supply and install 7 conductor cable metre 28014 061902.0603 TTS 804/ SS.37 Supply and install #6 AWG insulated ground wire in duct metre 28015 061901.0201 TTS 804/ SS.37 Supply and install 2 conductor # 14 extra low voltage cable metre 26016 061903.0801 TTS 804/ SS.37 Supply and install #8 power service cable metre 35

    17 061904.0101 TTS 804/ SS.37 Supply and install Loop feeder cable complete with messenger cable - aerial metre 1

    18 061907.0100 TTS 804/ SS.37 Supply and install electrical ground rods plate (field) Each 12

    19 061905.0100 TTS 806/ SS.37 Supply and install pole mounted hydro, including disconnect box complete with breakers and ground grid Each 2

    20 061905.0100 TTS 806/ SS.37 TS 806 Supply and install pole mounted Flasher Timer, including disconnect box complete with breakers -- PXO Each 2

    Supply and Installation of Handwells

    Supply and Installation of Underground Duct

    32 of 221

  • Section 3 – Tender Submission Package Pricing Form

    New Signal InstallationTender Call No. 170-2014 Contract No. N/A

    2014 New TCS T1 Price Shedule Form 1 V_4.xlsx Page 3-11

    Item

    SPQACode

    Number

    Standard/ Special Specification

    Standard/ Special Drawing Description Unit

    Total Estimated Quantity

    Unit Price(net of all

    Taxes)Total Estimated Cost

    (net of all Taxes)21 061905.0100 TTS 806/ SS.37 TS 812 8 mm Grade 180 Suspension Cable Each 3522 061903.0801 TTS 804/ SS.37 Supply and install #8 power service cable - Aerial metre 1523 061901.0701 TTS 804/ SS.37 Supply and install 7 conductor cable - Aerial inter-connect metre 124 061901.1202 Supply and install 12 conductor cable - aerial metre 3525 7 conductor cable - aerial metre 126 061902.0607 Supply and install #6 Ground cable - aerial metre 35

    Installation of Signal Poles and Posts

    27 TTS 805, TTS 808 / SS.38 Supply and install 4.6 m (15 ft) galvanized steel traffic pole Each 4

    28 TTS 805, TTS 808 / SS.38 Supply and install 6.1 m (20 ft) galvanized steel traffic pole Each 2

    29 TTS 805, TTS 808 / SS.38 Supply and install 7.3 m (24 ft) galvanized steel traffic pole Each 4

    30 TTS 805, TTS 808 / SS.38 Supply and install 9.1 m (30 ft) galvanized steel traffic pole Each 1

    31 TTS 805, TTS 808 / SS.38 Supply and install 10.7 m (35 ft) galvanized steel traffic pole Each NOT USED NOT USED NOT USED

    32 TTS 805, TTS 808 / SS.38 Supply and install 6.1 m (20 ft) heavy duty galvanized steel traffic pole Each 7

    33 TTS 805, TTS 808 / SS.38 Supply and install 7.3 m (24 ft) heavy duty galvanized steel traffic pole Each 1

    34 061201.0410 TTS 805, TTS 808 / SS.38 TTD 810.003 Suppy and install aluminum Pushbutton pole - 1.5 m (5 ft) Each 1

    Installation of Traffic Signal Mast Arms and Head Hangers

    35 061601.0101 TTS 808 / SS.39 Supply and install traffic signal mast arm - 0.6 m (3ft) 1.2 m (4 ft) Each 136 061601.0103 TTS 808 / SS.39 Supply and install traffic signal mast arm - 1.8 m (6 ft) Each 1

    37 061601.0104 TTS 808 / SS.39 Supply and install traffic signal mast arm - 2.4 m (8 ft) Each NOT USED NOT USED NOT USED

    38 061601.0105 TTS 808 / SS.39 Supply and install traffic signal mast arm - 3.0 m (10 ft) Each 1

    39 061601.0106 TTS 808 / SS.39 Supply and install traffic signal mast arm - 3.7 m (12 ft) Each 1

    40 061601.0107 TTS 808 / SS.39 Supply and install traffic signal mast arm - 4.6 m (15 ft) Each 6

    41 061601.0108 TTS 808 / SS.39 Supply and install traffic signal mast arm - 5.5 m (18 ft) Each 3

    42 061601.0109 TTS 808 / SS.39 Supply and install traffic signal mast arm - 6.1 m (20 ft) Each 1

    43 061601.0110 TTS 808 / SS.39 Supply and install traffic signal mast arm - 6.7 m (20 ft) (22 ft) Each 1

    44 061601.0111 TTS 808 / SS.39 Supply and install traffic signal mast arm - 7.6 m (25 ft) Each 1

    45 061601.0500 TTS 808 / SS.39 Supply and install traffic signal head cushion hanger Each 11

    46 061601.0600 TTS 808 / SS.39 Supply and install traffic signal head plumizer hanger Each 1

    33 of 221

  • Section 3 – Tender Submission Package Pricing Form

    New Signal InstallationTender Call No. 170-2014 Contract No. N/A

    2014 New TCS T1 Price Shedule Form 1 V_4.xlsx Page 3-12

    Item

    SPQACode

    Number

    Standard/ Special Specification

    Standard/ Special Drawing Description Unit

    Total Estimated Quantity

    Unit Price(net of all

    Taxes)Total Estimated Cost

    (net of all Taxes)

    Supply and Installation of Double Arm Brackets

    47 061601.0201 TTS 808 / SS.40 Supply and install 300 mm double arm bracket (set) Each 1348 061601.0202 TTS 808 / SS.40 Supply and install 600 mm double arm bracket (set) Each 1

    Supply and Install Traffic Signal and Pedestrian Heads

    49 061602.0102 TTS 808 / SS.41 Pedestrian signal head Each 1250 061601.0301 TTS 808 / SS.41 Highway Traffic Signal Head complete with Reflective Backboard Each 1251 061601.0303 TTS 808 / SS.41 4 x 300 mm Signal Head complete with Reflective backboard Each 152 061601.0304 TTS 808 / SS.41 3 x 300 mm Signal Head complete with Reflective backboard Each 1

    53 061601.0302 TTS 808 / SS.41 Back to back Highway Head Traffic Signal heads complete with backboard Each 1

    Installation of Traffic Controller

    54 061604.0100 TTS 809 / SS.42 Install Traffic Controller cabinet Each 2

    Installation of Pedestrian Push Buttons and Signs

    55 TTS 810 / SS.43 TTD 810.011, TTD 810.012 Supply and Install Pedestrian pushbutton Each 4

    56 TTS 810 / SS.43 TTD 810.011, TTD 810.012 Install Audible Pedestrian pushbutton - Polara Each 12

    Supply and Installation of Traffic Actuation Equipment

    57 061605.0100 TTS 810 / SS.44 Supply and install 2.0 m x 9.0 m dipole loop Each 158 061605.0200 TTS 810 / SS.44 Supply and install 2.0 m x 9.0 m Quadrapole loop Each 159 061605.0300 TTS 810 / SS.44 Supply and install 2.0 m x 9.0 m Set Back loop Each 160 061605.0300 TTS 810 Supply and install Transit loop Each 161 061605.0401 Supply and install SCOOT loop (single) Each 162 061605.0402 Supply and install SCOOT loop (double) Each 163 061605.0300 TTS 810 Supply and install Red Light Camera loop Each 1

    Signs & Pavement Markings

    64 051001.0101 TTS 816 / SS.45, SS.46Supply and apply pavement marking, white or yellow, solid or skip lines, 100 mm wide - paint metre 130

    65 051001.0301 TTS 816 / SS.45, SS.46Supply and apply field reacted polymeric pavement marking, white or yellow, solid or skip, 100 mm wide metre 325

    66 051001.0303 TTS 816 / SS.45, SS.46Supply and apply field reacted polymeric pavement marking, solid white stop bar, 500 mm wide metre 55

    67 050303.0201 TTS 816 / SS.45, SS.46 Remove pavement marking (paint or tape) by milling metre 23

    68 TTS 816 / SS.45, SS.46 Supply and apply Centre Line / Lane Line Application Each 140

    69 TTS 816 / SS.45, SS.46 Centre Line / Lane Line Removal Each 250

    70 TTS 816 / SS.45, SS.46Supply and apply field reacted polymeric pavement marking, solid white zebra bar, 600 mm wide x 3.0 m long Each 103

    71 TTS 816 / SS.45, SS.46Supply and apply field reacted polymeric pavement marking, white LEFT and /or Right arrow symbol Each 2

    72 TTS 816 / SS.45, SS.46Supply and apply field reacted polymeric pavement marking, white Bike dot 150 mm diameter Each 6

    73 TTS 816 / SS.45, SS.46Supply and apply field reacted polymeric pavement marking, pedestrian "X" symbol Each NOT USED NOT USED NOT USED

    34 of 221

  • Section 3 – Tender Submission Package Pricing Form

    New Signal InstallationTender Call No. 170-2014 Contract No. N/A

    2014 New TCS T1 Price Shedule Form 1 V_4.xlsx Page 3-13

    Item

    SPQACode

    Number

    Standard/ Special Specification

    Standard/ Special Drawing Description Unit

    Total Estimated Quantity

    Unit Price(net of all

    Taxes)Total Estimated Cost

    (net of all Taxes)

    74 TTS 816 / SS.45, SS.46 Remove PXO "X" in asbestos asphalt Each NOT USED NOT USED NOT USED

    75 Sign Labourer Hour 3276 Sign Truck Hour 1677 051003.0101 TTS 814 Supply Sign Post - 3.0 m (10 ft) Unistrut Sleeve (45 mm x45 mm) Each 478 051003.0102 TTS 814 Supply Sign Post 3.7 m (12 ft) Unistrut Sleeve (45 mm x45 mm) Each 4

    79 051003.0201 TTS 814 Supply Sign Material 460 mm (18 in) Unistrut sleeve (45 60 mm x 45 60 mm) Each 4

    80 051003.0202 TTS 814 Supply Sign material 920 mm (36 in) Unistrut anchor (50 mm x 50 mm) Each 4

    Special Provisions

    81 050407.0200 SS.66 Remove & Salvage PXO Fixtures and Hardware Lump NOT USED NOT USED NOT USED

    82 050303.0203 TTS 816 / SS.45, SS.46 Remove pavement marking symbol by milling - "X" Each NOT USED NOT USED NOT USED

    83 SS.67 Supply overhead detection system - 2 approaches metre NOT USED NOT USED NOT USED84 SS.67 Supply overhead detection system - 1 approach metre 285 SS.67 Install overhead detection system - 2 approaches metre NOT USED NOT USED NOT USED86 SS.67 Install overhead detection system - 1 approach metre 287 SS.73 Supply and install temp overhead wiring and remove old cables Each 188 010207.0601 Supply Paid Duty Police officer, rate to include police administration fee Hour 7089 SS.80 Supply and install 1200 mm (48 inch) Oversize Street Name sign bracket Each 290 SS.80 Supply and install 1800 mm (72 inch) Oversize Street Name sign bracket Each 291 Install Impregnated Communication Cable metre 192 SS.49 Purchase APS Equipment Lump 1 $20,000.00 $20,000.0093 SS.79 Supply and Install PXO FIXTURE (1800 MM) C/W hardware Each 294 SS.79 PXO BEACON C/W HARDWARE Each 1695 SS.79 Supply and Install 7.3m (24 ft) SELF-SUPPORTING POLE PXO Each 495 TTS 808 / SS.41 Supply and Install 3 x 200 mm Bicycle Signal Head Each NOT USED NOT USED NOT USED97 Supply and Install Universal Hanger Assembly and Bicycle Signal sign Each NOT USED NOT USED NOT USED98 050407.0200 SS.66 Remove existing traffic control signals Lump NOT USED NOT USED NOT USED99 Install 12 and 15 ft poles Each NOT USED NOT USED NOT USED100 Install 20 ft and 24 ft pole Each NOT USED NOT USED NOT USED101 SS.68 Remove existing handwell Each NOT USED NOT USED NOT USED102 SS.69 Remove pole base Each NOT USED NOT USED NOT USED103 SS.70 Remove Controller Cabinet base Each NOT USED NOT USED NOT USED104 SS.81 Supply and install double metal chain-linked gates Each 1

    Electrical sub-total NOT USED NOT USED NOT USED

    Civil Work

    105 060302.0202 SS.64 Adjust maintenance hole, valve chamber and catch basins tops Each NOT USED NOT USED NOT USED

    106 SS.65 Adjust concrete handwell - all sizes Each NOT USED NOT USED NOT USED

    107 031101.0203 SS.55 - SS.63 Supply and place HL 8HS with PGAC 58-28 - hand laid 100 mm compacted thickness - roadway m2 140

    108 031009.0103 SS.55 - SS.63 Supply and place HL 3 with PGAC 58-28 - 75 mm compacted thickness - boulevard m2 140

    109 031013.0105 SS.55 - SS.63 Supply and place HL 3F (FINE) with PGAC 58-28 - 75 mm compacted thickness - driveway m2 140

    110 031006.0102 SS.55 - SS.63 Supply and place HL 1 with PGAC-E 64-28 - 40 mm compacted thickness m2 280

    111 030410.0101 SS.55 - SS.63 Supply and place HL 1 PGAC 64-28, HL 8HS PGAC 58-28 for permanent restoration of flexible pavement m2 140

    35 of 221

  • Section 3 – Tender Submission Package Pricing Form

    New Signal InstallationTender Call No. 170-2014 Contract No. N/A

    2014 New TCS T1 Price Shedule Form 1 V_4.xlsx Page 3-14

    Item

    SPQACode

    Number

    Standard/ Special Specification

    Standard/ Special Drawing Description Unit

    Total Estimated Quantity

    Unit Price(net of all

    Taxes)Total Estimated Cost

    (net of all Taxes)112 030304.0201 SS.54 Cold milling asphalt pavement up to 40 mm depth m2 140

    113 030304.1201 SS.54 Cold milling asbestos containing asphalt pavement up to 40 mm depth in a Type 2 milling operation m2 40

    114 032002.0202 SS.55 - SS.63 Construct concrete road base - 200 mm thick m2 40

    115030308.0600 SS.55 - SS.63 Remove concrete median and traffic island to road base full depth, all types

    m2 30

    116 032202.0103 SS.55 - SS.63 Construct raised concrete slab median / traffic island - 230 mm thick m2 10

    117 SS.55 - SS.63 Remove and replace concrete curb and gutter, all types. Lm 127

    118 030404.0201 SS.55 - SS.63 Remove and replace concrete sidewalk, 32 MPa concrete - 130 mm thick m2 80

    119 030308.0201 SS.55 - SS.63 Remove concrete or asphalt sidewalk, all thicknesses m2 40

    120030408.0200 SS.55 - SS.63 tactile Remove and replace accessibility ramp at road intersection, including dispose

    of excessive materials offsite - 150 mm thick -- TACTILE Walking Surface m2 62

    121032102.0201 SS.55 - SS.63 Construct concrete sidewalk, including excavation and grading - 130 mm thick

    m2 60

    122 031401.0302 SS.55 - SS.63 Supply and place Granular A for foundation, backfilling and other road applications - 150 mm compacted thickness m2 40

    123 31404.0303 SS.55 - SS.63 Supply and place Granular B Type II for foundation, backfilling and other road applications - 200 mm compacted thickness m2 40

    124 051502.0202 SS.63 Supply and place No. 1 nursery sod, unstaked m2 40

    125 051502.0102 SS.63 Supply and place pulverized triple mix topsoil - 100 mm thick m2 40

    126030405.0601 SS.55 - SS.63 Remove, salvage and replace interlocking stones, unit pavers, precast slabs,

    granite sets, flagstones, etc. including granular base m2 10

    127 030405.0700 SS.55 - SS.63 Remove, salvage and replace impressed concrete paver strip m2 10128 CONTINGENCY ALLOWANCE P.S. 1 $60,000.00 $60,000.00

    Summary of Tender

    129 Total Amount of Items (Excluding HST) (sum items 1 to 128)

    130 HST Calculation (13%)

    131 Total Amount of Tender (Including HST) (Please transfer Total Amount of Tender to Tender Submission Page)

    Bidder's HST/GST Registration Number: ________________________________________________

    $__________________________

    $__________________________

    $__________________________

    36 of 221

  • Section 4 – Scope of Work Tender Call No. 170-2014 Contract No. N/A

    TES Unit Price rev4.3 Page 4-1

    Table of Contents 1. Project Title ........................................................................................................................ 2 2. Project Location and District ............................................................................................... 2 3. Project Description ............................................................................................................. 2 4. Commencement and Completion Date ................................................................................ 2 5. Construction Staging and Phasing...................................................................................... 2 6. Contract Drawings .............................................................................................................. 2 7. Standard Specifications and Drawings ............................................................................... 3 8. Geotechnical / Subsurface Reports / Others ....................................................................... 3 9. Designated Substances List ............................................................................................... 3 10. Permits and Approvals ....................................................................................................... 3 11. List of Confined Spaces ...................................................................................................... 3 12. Meetings and Coordination…....…………………………………………………………………..3

    37 of 221

  • Section 4 – Scope of Work Tender Call No. 170-2014 Contract No. N/A

    TES Unit Price rev4.3 Page 4-2

    1. Project Title Installation of New Traffic Control Devices

    2. Project Location and District i. Rexdale Blvd. and Tidemore Ave. (PX 2371) – Etobicoke-York

    ii. Wilson Ave. and William Cragg Dr. ( PX 2372) – North York

    iii. Spadina Rd. and 5.0 m north of Coulson Ave .(PX 5829) -Toronto East York

    iv. Crescent Town Rd. and 12 m south of Massey Square (PX 5830) - Toronto East York

    3. Project Description The Contractor shall be responsible for the installation of all underground duct, handwells, ground plates, pole bases, poles and controller base. The Contractor is also responsible for the installation of all above ground traffic signal plant, APS units, pavement markings, traffic signs including new and signal ahead signs, oversized street name signs (signs and hardware will be provided by the City) and any relocation of traffic signs.

    The Contractor shall also be responsible for the installation of concrete sidewalks, pedestrian ramps, TTC passenger platforms and other civil improvements related to the installation of the Traffic Control Devices.

    4. Commencement and Completion Date

    This contrdact is expected to commence on August 15, 2014. This Contract, including all site restorations, clean up, and rectification of all known deficiencies, must be completed by July 31, 2015.

    On a location basis, all site restorations, clean-up and the rectification of any and all deficiencies are to be completed 90 days after the activation.

    5. Construction Staging and Phasing Refer to Special Specifications SS.32 Traffic Control and Construction Staging

    6. Contract Drawings The drawings can be picked up at the Tender Office, 19 Floor, West Tower, City Hall, 100 Queen St. West, Toronto, Ontario. M5H 2N2 The following drawings form part of this Contract:

    Drawing No. Title Date

    PX2371 Rexdale BLVD and Tidemore Ave April 2, 2014

    PX2372 Wilson Ave and William Cragg Dr April 3, 2014

    PX5829 Spadina Rd and 5.0 m north of Coulson Ave April 10, 2014

    PX5830 Crescent Town Rd and 12 m south of Massey Square April 11, 2014

    38 of 221

  • Section 4 – Scope of Work Tender Call No. 170-2014 Contract No. N/A

    TES Unit Price rev4.3 Page 4-3

    7. Standard Specifications and Drawings The following lists comprise the City of Toronto Construction Standard:

    • City of Toronto Transportation Traffic Control Device (TTD) Specifications

    • List T1 - Standard Specifications for Roads, November 2010

    • List T2 - Adopted OPS Specification for Roads, November 2010

    • List T3 - Adopted OPS Drawings for Roads, November 2010

    • List T4 - Standard Drawings for Roads, November 2010

    8. Geotechnical / Subsurface Reports / Others Enbridge – Third Party Requirements In the Vicinity of Natural Gas Facilities May 2007 Electrical Safety Authority – Guideline for Excavation in the Vicinity of Utility Lines December 2008

    9. Designated Substances List The following Designated Substance(s) regulated under Occupational Health and Safety Act was/were found:

    Not Applicable

    10. Permits and Approvals The Contractor shall determine and, at its own expense, obtain permits approvals where required to carry out the Works under this Contract.

    The City has obtained the following permits: Cut Permit

    The City has obtained the following approvals: Not applicable

    11. List of Confined Spaces 1. Trenches and/or Excavations

    12. Meetings and Coordination

    The Contractor shall attend regular meetings with the City of Toronto, Utility Companies such as Toronto Hydro, Toronto Transit Commission, and others as may be required by the Contract Administrator to co-ordinate services affected by the Contract and to monitor on-going administration and progress of the contract which includes, but not limited to:

    1. Pre-Construction Meetings. 2. Progress Meetings.

    39 of 221

  • Section 4 – Scope of Work Tender Call No. 170-2014 Contract No. N/A

    TES Unit Price rev4.3 Page 4-4

    Pre-Construction Meeting

    After award of Contract, a meeting of all parties in the Contract shall be held to discuss and resolve administrative procedures and responsibilities. Representatives of the City, Consultant, Contractor, major Subcontractors, and construction review personnel will attend. The City shall establish a time and location of the meeting and notify parties concerned three (3) days prior to meeting.

    The Agenda to include the following:

    I. Appointment of official representatives of participants of the Work.

    II. Schedule of Work, progress scheduling.

    III. Requirements of site signage, construction notices, traffic restrictions, provision of access to adjacent properties, maintenance of pedestrian access, hoarding, dust protection, etc.

    IV. Site security.

    V. Contemplated change orders, procedures, approvals required.

    VI. Deficiencies, acceptance, and warranties.

    VII. Inspection and testing arrangements

    VIII. Health and Safety

    Progress Meetings

    During the course of work, the City shall schedule progress meetings monthly. Further progress meetings may be scheduled by the Contract Administrator as needed; and the Contractor, major Subcontractors involved in the Work, shall be required to attend the meetings with no additional cost to City of Toronto.

    The Agenda to include the following:

    I. Review and approval of minutes of previous meeting.

    II. Review of Work progress since previous meeting.

    III. Field observations, problems which impede construction schedule, conflicts.

    IV. Progress, schedule during succeeding work period.

    V. Corrective measures and procedures to regain projected schedule.

    VI. Revisions to construction schedule, if needed.

    VII. Health and safety

    VIII. Maintenance of quality standards.

    40 of 221

  • Section 4 – Scope of Work Tender Call No. 170-2014 Contract No. N/A

    TES Unit Price rev4.3 Page 4-5

    IX. Pending changes and substitutions, Notices of Proposed Change, Change Orders.

    X. Review effect of proposed changes on construction schedule and on completion date.

    XI. Contractor's Performance Review

    XII. Other business.

    Administration of Project Meetings

    1. The City shall preside at meetings.

    I. A representative of the City shall record the minutes, include significant proceedings and decisions, and identify "action by" parties.

    II. The City shall reproduce and distribute copies of minutes to meeting participants, and to affected parties not in attendance.

    2. The City shall:

    I. Schedule and administer project meetings unless otherwise noted.

    II. Prepare agenda for meetings.

    III. Distribute written notice of each unscheduled meeting three (3) days in advance of meeting date to Contractor, and relevant Subcontractors.

    IV. Require that, only authorized representatives of Contractor, Subcontractors and suppliers attend the meetings.

    41 of 221

  • Section 4A– Special Specifications Tender Call No. 170-2014 Contract No. N/A

    TS Linear Standard v5.7 (PMMD v5.7) March 21, 2014 Page 4A-1

    Table of Contents Page No. 4A- SS.1 Definitions.....…………………………………….. ………………………………………………..1 SS.2 Street Light Arms and Fixtures......…………………………………………………..…………..1 SS.3 Contractor Personnel......…………………………………..……………………………….……..1 SS.4 Staff Appearance and Dress.....…………………………………………………………………..1 SS.5 Inspection.…………………………………………………………………………………………..2 SS.6 Electrical Safety Authority (ESA) Inspection…………………………………………………….2 SS.7 Existing Utilities………………………………………………………………………………….…2 SS.8 Subletting……………………………………………………………………………………………2 SS.9 Manufacturer Warranty…………………………………………………………………………….3 SS.10 Pre-construction meeting………………………………………………………………………...3 SS.11 Option of Extension………………………………………………………………………………3 SS.12 Salvage Material�