View Details

Return to the Bids Homepage

Bid Classification: 
Services
Bid Type:  Tender
Bid Number:  2025168
Bid Name:  Mount Brydges WWTF Upgrades - Part 1
Bid Status:  Open
Published Date:  Fri Sep 26, 2025 2:00:00 PM (EDT)
Bid Closing Date:  Tue Oct 28, 2025 2:00:00 PM (EDT)
Question Deadline:  Wed Oct 22, 2025 2:00:00 PM (EDT)
Electronic Auctions:  Not Applicable
Language for Bid Submissions:  English unless specified in the bid document
Submission Type:  Online Submissions Only
Submission Address:  Online Submissions Only
Public Opening:  No
Description: 

2025168 - Mount Brydges WWTF Upgrades - Part 1 - The 2 successful lowest bidders will be offered / sent an email invitation to tender # 2025193 - Mount Brydges WWTF Upgrade - Part 2.

Within 48 hours of closing, the lowest two contractors shall submit a breakdown of their bids through the bids and tenders portal. The breakdown will appear within two hours of tender close on the portal page. 

A PDF version of the required breakdown has been included in the "Documents" section for reference. 

Examination of Site:

Each Bidder must attend the optional site meeting on October 06, 2025, at 11:00 AM prior to their Bid Submission and be satisfied by personal examination as to the local conditions to be encountered and expectations of the work. Each Bidder shall make their own estimate of the facilities and difficulties to be encountered, including the nature of the subsurface materials, site settings, and environmental conditions. The Contractor shall not make claim at any time after Bid Closing that there was any misunderstanding of the terms and conditions of the Contract relating to site conditions. 

All questions pertaining to the bid shall be submitted through the bids and tenders portal. 

Bidders shall acknowledge receipt of any addenda when submitting their Bid. Bidders shall acknowledge each addendum/addenda and any applicable attachments, confirming that they have received and acknowledge the respective documentation, before a Bidder can submit their Bid Submission. 

BID DEPOSIT:

Each Bid Submission shall be accompanied by a Bid Deposit in the form of a bid bond, using the most current CCDC format, with a 90-day validity made payable to The Corporation of the Municipality of Strathroy-Caradoc in the amount of $250,000.00.

The Bid Deposits of all Bid Submissions will be returned within ten (10) business days from the Bid Closing Date. After the execution of the Contract and the receipt by the Municipality of the Contract bond the Bid Deposit of the successful Bidder will be returned. 

PERFORMANCE GUARANTEE:

In order to guarantee the faithful performance of this Contract, and their fulfillment of all obligations in respect of payment for labour and materials used to complete the work, the following Performance Bond, Labour and Material Payment Bond, and Agreement to Bond, are required as stated below.

Bonds shall be issued by a Guarantee Surety Company, licensed to issue such instruments in the Province of Ontario, having been properly executed in a format acceptable by the Municipality. The expiration period of the bond shall be consistent with the specified maintenance period. Where the Bid is extended for subsequent year(s), additional bonding in accordance with the above shall be provided.

  1. Performance Bond

    The Bidder agrees that they will furnish a Contract Performance Bond in the amount of 50% of the total bid price, using the most current Canadian Construction Documents Committee (CCDC) format. This performance bond shall guarantee faithful performance of the Contract during the period of the Contract, including the period of guaranteed maintenance. One copy of the Contract performance bond shall be bound into each of the two executed sets of the Contract.

  2. Labour and Material Payment Bond

    This Contract will require 50% Labour and Material Payment Bond. This form is to comply with the most current Canadian Construction Documents Committee (CCDC) format. One copy of the Labour and Material Payment Bond shall be attached into each of the two executed sets of the Contract.

  3. Agreement to Bond

    Every Bid shall be accompanied by an “Agreement to Bond” as stipulated in this Tender and shall be completed by a surety company, acceptable to the Municipality and lawfully able to conduct business in the Province of Ontario.

    The Agreement to Bond from the Surety Company shall state that the Principal (Contractor) upon submitting written tender to the Corporation of The Municipality of Strathroy-Caradoc (Obligee) in consideration of the Obligee accepting the tender and executing an agreement with the Contractor for the work outlined in this tender, shall issue for the Contractor, Performance and Labour and Material Payment bonds in accordance with said Tender. It shall be a condition of the Agreement to Bond that if the above mentioned Tender is accepted, application for said bonds must be made to the Surety Company within ninety (90) days from the closing date of the tender, otherwise the Agreement to Bond shall be null and void.

Summary of Work - Part 1 - General 

1.02 Work Covered by Contract Documents:

A. The work required to be done under this Contract includes the supply of material, labour,
equipment, permits, site offices, and other requirements, necessary for the complete
construction of the works shown on the Contract Drawings and as specified herein including
a guarantee of workmanship and materials for a period of 1 year after the issuance of the
Certificate of Substantial Performance.
B. The following is a general list describing the work to be constructed under the Contract. The
summary of work is not limited to the list below which is not intended to specify the order of
construction/execution:
1. Addition of a new headworks building to include the following: a screening room to
house screening and grit removal systems for preliminary treatment of influent flow, a
blower room, an electrical room, a lunch/office room, a locker room, a washroom and
a laundry/janitor room;
2. Supply and installation of a new activated carbon absorber odour control system to
treat odourous air generated from the headworks building;
3. Converting three (3) existing RBC tanks (including the spare concrete tank labelled
at RBC #3) to extended aeration system with new air blowers and fine bubble diffusers
to improve process treatment and operation efficiency. Work includes removal of
existing equipment and associated accessories in the existing RBC tanks with
structural modifications to the existing tanks as required;
4. Replacement of existing RAS pumps (Qty: 4) to new RAS/WAS pumps with new piping
and automated valves;
5. Supply and installation of a new scum collector system in the existing secondary
clarifiers for scum collection and transfer;
6. Addition of a new sludge holding tank with associated equipment for temporary
storage of sludge at the Mount Brydges Wastewater Treatment Plant before hauling
off-site;
7. Supply and installation of a new alum feed system, consisting of new chemical pumps,
piping and appurtenances; Work includes removal of existing alum feed system and
improvements to the existing soda ash chemical system piping.
8. Replacement of existing control system hardware (PLCs and OITs) associated with
two control panels located in the existing Control building (Filter Building)

9. Minor interior modifications to the existing Control building (Filter Building) for
increased functionality (replacement of the existing gratings, handrails, and
installation of curbs around the filters);
10. Supply and installation of new yard piping, chambers, maintenance manholes, etc. as
required;
11. Electrical and controls works for the new equipment and associated accessories
including removal of electrical, and controls works related to existing equipment to be
removed;
12. Commissioning and testing of the new supplied equipment;
13. Restoration, grading and landscaping to restore construction work areas.


1.03 Work by Others:

A. Jointly plan and coordinate work with other contracts and utility companies awarded by the
Owner that may be in progress on the site of this Contract.
B. The Contractor also acknowledges that the Owner makes no representation that the list of
projects provided in this section is complete.
C. Obtain acceptance in writing from the Engineer for all arrangements made with other
Contractor(s).
D. It is the Contractor's responsibility to ensure that the work of others is coordinated with the
Contractor's work operations, and to comply with the requirements of the Occupational
Health and Safety Act (OHSA) in conformance with paragraph 07 of Subsection GC7.01. The
Contractor shall coordinate the timing of the work of others to ensure it is carried out
independently and does not overlap the Contractor’s work operations in time or location.
E. Prior to others arriving on site, the Contractor shall complete all preparatory work that will
enable other contractors and utility companies to perform their work. During the time work is
being carried out by others, the Contractor must vacate an area within 50 m radius of the
work by others for the duration of that work. The Contractor shall ensure that these provisions
are brought to the attention of all its subcontractors.
F. The Engineer shall determine co-ordination and execution of work in the event that
Contractor(s) are unable to reach satisfactory working agreements.
G. Coordinate with utility companies before proceeding with the work under this Contract.

1.04 Change in the Work, Extra Work, and Additional Work:

A. For work completed by the Contractor’s own forces, the value of the change shall be
determined based on a breakdown of actual costs for the work and acceptance of the
quotation by the Owner. The Contractor may charge a maximum markup of 5% as a
combined percentage fee for overhead and profit on the aggregate of the work performed.

B. For work completed by the sub-contractor, the subcontractor may charge a maximum
markup of 5% as a combined percentage fee for overhead and profit and the Contractor may
apply their markup on the sub-contractor’s work based on the following breakdown:
1. 20% of the first $3,500; plus
2. 15% of the amount from $3,500 to $12,000; plus
3. 5% of the amount in excess of $12,000.
C. The percentage fee markups referred to above are intended to cover all profit general
expenses and overhead costs incurred by the Contractor in relation to the change including,
but not limited to, head office and head office personnel costs, estimating, supervision,
coordination, administration, general cleanup, small tools, As-Built Drawings, Warranty,
insurance and job safety costs.
D. An adjustment to the Contract Time will be considered only when the Contractor
demonstrates to the Owner and the Engineer that a change in the Work affects the critical
path of the Work. Any costs associated with the adjustment to the Contract Time shall be
identified by the Contractor in their quotation.
 

1.05 Definitions:
A. Provide: Furnish and install, complete and in place, ready for intended use.

 

SPECIAL PROVISIONS:

INSURANCE AND BONDING

The lump sum bid for this item shall include all costs involved in meeting the requirements for the insurance and bonding of this Contract as described in Section No. 1 Information for Bidders. 

CONTRACTORS RESPONSIBILITIES

The Contractor shall conform to and enforce strict compliance with the Occupational Health and Safety Act (OHSA) including the Contractor’s obligations as an “Employer” under Section 25 and 26 thereof and with all regulations under the OHSA including, without limitation:

  1. Regulation 860 RSO 1990 (workplace hazardous materials information system, WHMIS)

  2. Regulation 851/91 Industrial Establishments

  3. Regulation 213/91 RSO 1990 Construction Projects

  4. Highway Traffic Act

It is understood that the  Contractor, by executing the Contract, unequivocally acknowledges that it is the “constructor” within the meaning of the OHSA and amendments thereto, as applicable to the scope of work outlined in the Bid Document and Contract, with complete control for health and safety matters over all persons who may be present at the site, whether such persons are members of the Contractor’s own forces, employees of the Municipality, utility companies or other sub-contractors or are third parties present at the site.

The Municipality of Strathroy-Caradoc and their consultancy R.V. Anderson Associates Limited shall not be the constructor and the Contractor hereby confirms that it has assumed such responsibility as the constructor for all purposes.

The Contractor shall provide and maintain the necessary first aid items and equipment as called for under the First Aid Regulations of the Workplace Safety and Insurance Act and OHSA.  

WORK HAZARDS

It is the responsibility of the Contractor to address all work hazards that could be reasonably expected on the job site and to develop both training and written policy and procedures, where necessary, for the protection of workers and the general public. 

It is the responsibility of the Contractor to monitor compliance with regard to all statutory and regulatory requirements regarding the job site and, where necessary, correct and/or discipline workers.

Without restricting the generality of the foregoing, the Municipality expects training and written procedures pertaining to the following:

1.  Tag and lockout

2.  Pinch points and guarding

3.  Equipment use, maintenance and operation, including no climbing policy

4.  Reporting and documentation of accidents, incidents and unsafe circumstances

5.  Handling and disposal of sharp objects

6.  Use, wearing and care of personal protective equipment and its limitations

7.  Operation of equipment near live power lines

8.  Hygiene

9.  Material handling

10.  Emergency procedures

ONTARIO PROVINCIAL STANDARDS AND SPECIFICARIONS (OPSS)

The Ontario Provincial Standards General Conditions of Contract (OPS-GC), the Ontario Provincial Standard Specifications (OPSS) and the Ontario Provincial Standard Drawings (OPSD) shall form an integral part of these tender and contract documents.

In the OPS General Conditions of Contract Form, wherever the words “Ministry of Transportation” appear, they shall be taken to mean “The Municipality of Strathroy-Caradoc.”

The text of all OPSS is contained in the manuals

“Ontario Provincial Standard Specifications for Roads and Municipal Services”:

Volume 1: Common Construction Specifications

Volume 2: Common Material Specifications

Volume 3: Drawings, General Work 

Volume 4: Drawings, Electrical Work 

Volume 7: Municipal Construction Specifications

Volume 8: Municipal Material Specifications

 

These standard documents are not physically included with these documents for tendering purposes.  Copies of the OPS documents are available at:

www.raqsa.mto.gov.on.ca/techpubs/ops.nsf/OPSHomepage 

CONFINED SPACE ENTRY

Contractor agrees that any additional safety related costs associated with confined space entry have been included in the Total Contract Price for which no additional compensation is allowed/permitted. 

The project will require confined space entry. The Contractor shall submit its company policies and procedures for confined space entry at the time of execution of documents.

CONSTRUCTION SAFETY MEASURES

The Contractor shall observe and enforce construction safety measurements of National Building Code, latest edition, Part 8, Provincial Government, Workplace Safety & Insurance Board, municipal statutes, and WHIMIS. 

In the event of conflict between any provisions of above authorities, the most stringent provision governs. 

HOT TO WORK PROCEDURES

The Project will require hot work. As a part of this project, the Contractor shall submit its company policies and procedures for hot work at the time of execution of documents.  

ERRORS OR OMISSIONS DURING WORK

The Contractor shall notify the Contract Administrator immediately of any error or unusual condition which may be found. Any attempt by the Contractor to make changes because of the error or unusual condition shall be done at the Contractor’s expense. Any additional cost incurred by the Contractor to remedy a wrong decision shall be borne by the Contractor.

The Contract Administrator shall make the final decision for any necessary alterations as a result of an error or unusual condition. 

MAINTENANCE HOLDBACK

A Maintenance Holdback of two and one-half percent (2.5%) of the total estimated value of the work completed to date will be retained, in addition to the Statutory Holdback of ten percent (10%) from each progress payment certificate. 

The Maintenance Holdback will be released twenty (24) months from the date of Substantial Performance provided that all warranty and maintenance related issues have been completed to the satisfaction of the Engineer.

Upon written notice of a warranty or maintenance issue, the contractor will have ten (10) days to remedy or provide an acceptable schedule for a remedy. If a remedy or acceptable schedule is not complete in five (5) days, the Municipality of Strathroy-Caradoc may complete the remedy and deduct the cost from the Maintenance hold back.   

OPERATIONS AND MAINTENANCE (O&M) HOLDBACK

An “Operations and Maintenance (O&M)” Manual holdback of $75,000.00 will be retained off the progress payment certificate following the completion of 75% of the Contract Work. The O&M holdback will be released after the O&M has been submitted by the Contractor and reviewed by the Engineer.  

AS-BUILT DRAWINGS HOLDBACK

An “As-Built Drawings” holdback of $75,000.00 will be retained off the progress payment certificate following the completion of 75% of the Contract Work. The “As-Built Drawings” holdback will be released after red-line mark-ups of all drawings are submitted by the Contractor and reviewed by the Engineer. 

REMOVAL OF ASBESTOS ALLOWANCE

The Contractor may encounter asbestos during the removals as well as other related activities associated with this project.  Any additional costs associated with the removal, handling, transporting and disposal of the asbestos shall be invoiced through an allowance specified within Section C, Item C-2, Removal of Asbestos Allowance of the Schedule of items and prices.

Work involving asbestos materials is to be completed in accordance with the Ontario Regulation 278/05 respecting Designated Substances – Asbestos on Construction Projects and in Buildings and Repair Operations.

Type 2 Operations must be done in accordance with the City’s Asbestos Management Programs Appendix H: Specification for Type 2 Asbestos Work Operations and the Ontario Regulation respecting Designated Substances – Asbestos on Construction Projects and in Buildings and air Operations.

The Contractor must provide a written procedure prior to beginning any work involving asbestos.

The Contractor must provide written evidence that all workers and supervisors involved in asbestos related work have received appropriate instruction and training.

Where in the performance of work it is necessary for the successful bidder to disturb asbestos, or to conduct work in close proximity to asbestos materials, the successful bidder shall ensure that its personnel have received training and instruction in asbestos hazards and work methods, in accordance with requirements of the Ontario Regulation 278/05 respecting Designated Substances – Asbestos on Construction Projects and in Buildings and Repair Operations.

The contractor shall notify any subcontractors of the presence and location of asbestos, ensure subcontractors work in accordance with the Ontario Regulation respecting Designated Substances – Asbestos on Construction Projects and in Buildings and Repair Operations and submit a written work plan, upon request, prior to the beginning of asbestos related work.

During the course of work the Project Manager or City contact shall be notified immediately if material is discovered that was not in the onsite record and maybe asbestos containing material.

Provided the regulatory requirements are satisfied the materials will be disposed at a Landfill.  The material will require special handling at the landfill site. The Contractor is to arrange for disposal and co-ordinate shipping and receiving with the landfill such that the material can be immediately buried and covered.

Provide a minimum of 48 hours notice to the landfill operator prior to any shipment. The landfill operator reserves the right to refuse any shipment if proper notice has not been provided or conditions prevent the proper on-site management.

The successful contractor shall:

  • Notify any subcontractors of the presence and location of asbestos containing material;

  • Ensure that their employees, or any employees of a sub-contractor, work in the manner with the protective devices in accordance with Ontario Regulation 278/05; and

  • Where requested, submit a written work plan, prior to the beginning of asbestos related work. 

ABILITY AND EXPERIENCE OF TENDERER'S SITE SUPERINTENDENT

No Tender will be considered from a Tenderer unless known to have Site Superintendents skilled and regularly engaged in work of a character similar to that covered by the Contract Documents and Drawings. 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 proposed and substitute Site Superintendents’ experience and familiarity with work of the character specified.  The evidence requested may, without being limited thereto, include the Site Superintendent’s performance record with listing of work of a similar character and proportions which he has constructed, giving the name and contact information of the Owner, date built and construction cost.

CONTINGENCY ALLOWANCE

N/A

SYSTEM INTEGRATION ALLOWANCE

This item is intended to include, but not necessarily limited to the supply of all labour, equipment, tools, and materials by Eramosa a CIMA+ Company to perform the SCADA 

Integration as outlined in the Contract Documents. As part of this project the Tenderer will coordinate with Eramosa a CIMA+ Company and retain their services to perform the work of this section. The General Requirements will apply to this work. 

The Tender item price shall only include costs borne by Eramosa a CIMA+ Company. No mark-up will be paid on this item. Other integration costs shall be included within Division 13 line item of the Schedule of items and prices. 

INTERPRETATIONS AND ADDENDA

No oral interpretation shall be made to a Bidder as to the meaning of any of the Contract Documents or be effective to modify any of the provisions of the Contract Documents. 

All questions pertaining to the bid shall be submitted through the bids and tenders portal. 

Bidders shall acknowledge receipt of any addenda when submitting their Bid. Bidders shall acknowledge each addendum/addenda and any applicable attachments, confirming that they have received and acknowledge the respective documentation, before a Bidder can submit their Bid Submission. 

It is the responsibility of the Bidder to have received all Addendum/Addenda that have been issued.

 

The Mount Brydges WWTF Upgrades work is to be completed as per tender documents.

 


 

 

Bid Document Access:  Bid document preview, bid opportunity, and award notices are available on the site free of charge. Suppliers are not required to register for a bid opportunity prior to previewing unsecured bid documents. Please note, some documents may be secured and you will be required to register for the bid to download and view the documents. To obtain an unsecured version of the bid document and/or to participate in this opportunity, an annual or a per bid fee must be paid (annual fee - $461.90, per bid fee - $138.64).
Categories:  Show Categories [+]
  • Environmental Goods & Services
    • Sewage Pumping Station

Site Meetings

The following are the meeting times and locations for the bid:


This information is only available to invited bidders and registered plan takers. To view this information you must login to your account.
This information is only available to invited bidders and registered plan takers. To view this information you must login to your account.
This information is only available to invited bidders and registered plan takers. To view this information you must login to your account.

Plan Takers

The following are the plan takers for the bid:

No Plan Takers ....
This information is only available to invited bidders and registered plan takers. To view this information you must login to your account.