HomeMy WebLinkAboutBy-law No. 2024-053THE CORPORATION OF THE MUNICIPALITY OF BAYHAM
BY-LAW NO. 2024-053
A BY-LAW TO AUTHORIZE THE EXECUTION OF AN AGREEMENT BETWEEN
THE CORPORATION OF THE MUNICIPALITY OF BAYHAM
AND VANDENBERK CONSTRUCTION INC. FOR THE REHABILITATION OF THE
STEWART ROAD BRIDGE
WHEREAS section 8(1) of the Municipal Act, 2001, S.O. 2001, c. 25, as amended, grants a
broad scope of powers to municipalities to govern their affairs as they consider appropriate;
AND WHEREAS Spriet and Associates issued Tender #224056 for the associated bridge
rehabilitation works;
AND WHEREAS the Council or the Corporation of the Municipality of Bayham awarded Spriet
and Associates issued Tender #224056 to Vandenberk Construction Inc. in the amount of
$67,120.00 + HST on July 18, 2024;
AND WHEREAS the Council of the Corporation of the Municipality of Bayham is desirous of
entering into an agreement with Vandenberk Construction Inc. for the Stewart Road Bride
rehabilitation works;
NOW THEREFORE THE COUNCIL OF THE CORPORATION OF THE MUNICIPALITY
OF BAYHAM ENACTS AS FOLLOWS:
THAT the Mayor and Chief Administrative Officer be and are hereby authorized to
execute the Agreement attached hereto as Schedule "A" and forming part of this by-
law between The Corporation of the Municipality of Bayham and Vandenberk
Construction Inc. for the Stewart Road Bridge rehabilitation works;
2. AND THAT this by-law shall come into full force and effect upon final passing.
READ A FIRST, SECOND AND THIRD TIME AND FINALLY PASSED THIS 5th DAY OF
SEPTEMBER, 2024.
MAYOR CLERK
1-3:kI TA44k"I
THIS AGREEMENT DATED THE SJ DAY OFSZP+ , 2024
The Corporation of the Municipality of Bayham
(Hereinafter called the "Municipality"
of the First Part
Vandenberk Construction Inc.
(Hereinafter called the "Contractor")
of the Second Part
Section 1 - General Provisions
1.1 A general description of work is to provide all the labour, equipment and materials required to
complete the Stewart Road Bridge rehabilitation in accordance with Spriet and Associates
Tender #224056.
1.2 In respect of such work and except as otherwise specifically provided, the Contractor, at his own
expense, shall provide all and every kind of labour, machinery, plant, structures, roadways and
materials necessary for the due execution and completion of all the work set out in this Contract
and shall forthwith according to the instructions of the Municipality commence the works and
diligently execute the respective portions thereof, and deliver the works complete in every
particular to the Municipality within the time specified in the Tender.
1.3 Spriet and Associates Tender #224056 shall form part of this Agreement.
'1.4 The Contractor shall be responsible for any damage made to Municipal or private property. Any
damage will be repaired at the expense of the Contractor and approved by the Municipality.
'1. 5 The Contractor shall maintain and pay for Comprehensive General Liability Insurance in an
amount of not less than two million ($2,000,000.00) naming the Municipality of Bayham as an
additional insured in respect of all operations performed by or on behalf of the Municipality. The
coverage shall not be altered, cancelled or allowed to expire or lapse without thirty (30) days
prior written notice to the Municipality. A Certificate of Insurance shall be filed with the
Municipality upon the signing of the Agreement and be maintained in place for the duration of
the agreement.
0 The Contractor shall agree to fulfil all of his obligations in compliance with the Occupational
Health and Safety Act and further agrees to take responsibility for any health and safety violation
that may occur. The Contractor shall indemnify and save harmless the Municipality from any
and all charges, fines, penalties and costs that may be incurred of paid by the Municipality.
Page 1 of 3
y .7 The contractor shall provide a Certificate from Workplace Safety and Insurance Board indicating
that all payments by the Contractor to the WSIB in conjunction with this Agreement have been
made and that the Municipality will not be liable to the Board for future payments in connection
with the Agreement. The Certificate shall be provided upon signing of the Agreement and yearly
thereafter until the expiry or termination of this Agreement.
Section 2 —Administration
2.1 This Agreement shall take effect on the 5th day of September, 2024, and shall remain
in effect until December 31, 2024.
2.2 Payment shall be made net thirty (30) calendar days following receipt of invoice.
2.:3 Any notice required to be given under this Agreement must be in writing to the
applicable address set out below:
(a) in the case of the Municipality:
Municipality of Bayham
PO Box 160
56169 Heritage Line
Straffordville, ON NOJ 1Y0
Office: (519) 866-5521
Email: sadamsa-bavham.on.ca
(b) in the case of the Contractor:
Vandenberk Construction Inc.
Martin Vandenberk
16692 Ebenezer Drive
Thorndale, ON NOM 2P0
519-871-2475
Email: vandenberkconstructionOgcimail.com
2.4 In construing this Agreement, words in the singular shall include the plural and vice versa and
words importing the masculine shall include the feminine, and the neuter and vice versa, and words
importing persons shall include corporations and vice versa.
Page 2 of 3
IN WITNESS WHEREOF the parties have duly executed this Agreement this day of '�>�? ; 2024.
Authorized by
Bayham By-law No. 2024-053
THE CORPORATION OF THE
MUNICIPALITY OF BAYHAM
istrative Officer
WITNESS WHEREOF the part of the Second Part has hereunto set is hand and seal.
SIGNED, SEALED AND DELIVERED, this 11 day of Sep+. 2024.
In the presence of
Witness:
i
} Vandenberk Construction
Page 3 of 3
V XYHA f
{
*��f�fJrffifFl[�' Iti���"y
Job No. 224056
SPECIFICATIONS
OF
LABOUR AND MATERIALS
FOR
BRIDGE NO. 4 REHABILITATION
STEWART ROAD
FOR THE
MUNICIPALITY OF BAYHAM
Welcome to the
Municipality of
Bayham
Ontario, Canada
riet
Associates
FNG1NEER5 & ARCHITECTS
SPRIET ASSOCIATES LONDON LIMITED
CONSULTING ENGINEERS
155 YORK STREET
LONDON, ONTARIO
N6A 1 A8
TEL: (519) 672-4100
A SPRIET ASSOCIATES
engineers & architects
May 2024
Section
Instructions toBidders
Section
------------- General Requirements
Section C _._
------------------ Form of Tender and Agreement
Section _._____.__
List ofDrawings
Section 1 Concrete Removal — Delaminated Areas
Section ____New�n��—[�amin����
Section ------------------- ____.__ Reinforcing Steel
Section Steel Beam Guide Rail
Section 5 .............. ------- Standard Drawings Enclosed
SPRnET ASSOCIATES
INSTRUCTIONS TO BIDDERS
A.1 LOCATION
SECTION A — PAGE
The Bridge No. 4 project site is located on Stewart Road, 1.2km north of the intersection of
Stewart Road and Sandytown Road.
A.2 OWNER
Where the term "Owner" is used in these specifications and other contract documents, same
refers to the Corporation of the Municipality of Bayham or its authorized representatives.
A.3 ENGINEER
Where the term "Engineer" appears in these specifications, the same shall apply to Spriet
Associates London Limited, Consulting Engineers.
A.4 CONTRACTOR
Where the term "Contractor" is used in these specifications, the term shall apply to the General
Contractor who shall be responsible for his sub -contractors' compliance with the requirements
of the contract drawings and the specifications.
Nothing contained in the Contract Documents shall create any contractual relation between
any sub -contractor and the Owner.
The sub -contractor shall be bound to the Contractor by the terms of the General Conditions,
drawings and specifications insofar as they relate or may be applied to the work of the sub-
contractor, all the obligations and responsibilities that the Contractor assumes toward the
Owner. The Contractor agrees to be bound to the sub -contractor by all the obligations the
Owner assumes to the Contractor under the General Conditions, drawings and specifications.
A.5 TENDER DOCUMENTS
Tenders to be entitled for consideration must be made on the forms provided herein and shall
be submitted digitally by email to mail(d_)spriet.ca and shall arrive no later than:
11:00am LOCAL TIME, FRIDAY, JUNE 7, 2024
A SPRIET ASSOCIATES
engineers & architects
INSTRUCTIONS TO BIDDERS
A.5 TENDER (cont'd)
SECTION A — PAGE 2
Tenders which are incomplete, conditional, or obscure, or which contain additions not called
for, erasures, alterations, or irregularities of any kind, may be rejected as informal.
All blanks must be legibly and properly filled in on the printed forms supplied for that purpose,
otherwise the tender may be declared informal. Should any uncertainty arise as to the proper
manner of doing so, the requisite information will, upon request, be given by the Engineer.
The Owner reserves the right to reject any or all tenders or to accept any tender should it be
deemed in the interest of the Owner to do so.
All tenders shall remain valid for 90 days after closing date of tender period. If after 90 days,
no contract is signed between Owner and Contractor, the tender will no longer be valid.
A.6 TENDER SECURITY
The tender shall be accompanied by a certified cheque or bid bond for 10% of the Tender Price
and an Agreement to Bond executed under its corporate seal by the Surety Company proposed
to obtain the required Bonds.
Tender security shall guarantee that if awarded the contract the Contractor will execute and
enter into a satisfactory contract with the Owner and submit a 100% Performance and Labour
and Materials Bond.
Tender Security shall be made in name of the Owner. Tender Security of unsuccessful bidders
will be returned upon award of the Contract.
A.7 SURETY BONDS
The Surety or Performance and Labour and Materials Bond shall be in an amount equal to 100
per cent of the contract sum and the cost thereof shall be included in the proposal.
The Bond shall be to the approval of the Solicitor for the Owner and shall guarantee faithful
performance of the contract. The Bond shall remain in full force and effect for twenty-four
months after the completion and acceptance of the work.
A.8 CONTRACT DOCUMENTS
The Contract Documents consist of the following:
(a) The General Conditions of the Standard Construction Document - CCD2 adopted by
the Canadian Construction Association and the Engineering Institute of Canada.
(b) Drawings as listed in Section D of this Specification.
(c) Specifications for Labour and Materials and Addenda thereto if any.
(d) Tender Form and Agreement
SPRIET ASSOCIATES
engineers & architects
INSTRUCTIONS TO BIDDERS
A.9 EXPLANATION TO BIDDERS
_SECTION A —PAGE 3
No oral interpretation will be made. Any interpretation made to Bidders will be in the form of an
Addendum to the Specifications, which will be forwarded to all Bidders.
Discrepancies, omissions or doubt as to the meaning of drawings and specifications should be
communicated at once to the Engineers for interpretation. Bidders should act promptly to
allow sufficient time for a reply to reach them before the submission of their bid and any such
interpretation made by the Engineer prior to the receipt of bids shall be made a part of the
contract.
A.10 TESTS
Testing of materials and construction will be carried out by the Engineer, the cost of which shall
be borne by the Owner. In the event of test failures, the cost of re -testing shall be borne by the
Contractor.
A.11 CEMENT AND REINFORCING STEEL
Cement will be supplied by the Contractor and will be included in the unit price quoted for
reinforced concrete. Reinforcing steel will also be supplied by the Contractor and paid for as
indicated in the Form of Tender.
A.12 PROGRESS PAYMENTS
The Contractor shall submit to the Engineer at the end of each calendar month a fully itemized
statement showing the estimated value of the permanent work executed up to the end of the
month and the value of major items of material and equipment on site for incorporation into the
permanent structure.
The Owners will pay the Contractor at the end of each calendar month an amount equal to
ninety percent (90%) of the value of all materials on site and all work completed to the
satisfaction of the Engineer and in accordance with the Contract Documents.
Ten percent (10%) of all monies due to the Contractor shall be retained by the Owners as a
holdback. The holdback will be released to the Contractor forty-five (45) days after the date of
completion and acceptance of the work. At this time, the Contractor must furnish to the
Engineer the following:
(a) A statutory declaration that all liabilities incurred by the Contractor in carrying out the
Contract have been paid and that there are no liens, garnishees, attachments, or claims
relating to the work.
(b) A satisfactory clearance certificate from the Workplace Safety and Insurance Board.
(c) A release by the Contractor, releasing the Owners from all further claims relating to the
Contract,
A SPRIET ASSOCIATES
engineers & architects
INSTRUCTIONS TO BIDDERS
SECTION A — PAGE 4
A.13 CURRENT OPSS STANDARDS
Where the term "Ministry" is used in the specifications of the current O.P.S.S. Construction
Specification Division 9, which are referred to in the following subsections of these
specifications the term shall be replaced with the term Municipality. The current OPSS
Specifications for Construction shall apply to the construction for all items on this project.
A.14 FAIR WAGE POLICY
The Ministry of Labour Roads and Structures Fair Wage Policy applies to this contract.
The Contractor must ensure that wages paid to workmen must be at least equal to the Fair
Wage Schedule.
A.15 STARTING TIME
The Contractor shall commence work under this contract on the time filed out by the contractor,
on the form of tender and shall fully complete the work thereunder within the length of time
stipulated in the contract.
A.16 DATE OF COMPLETION,
The Total Contract shall be completed by December 31, 2024.
Requests for extension of time will not be granted except where, in the opinion of the
Engineer, unusual circumstances warrant such extension.
A.17 LIQUIDATED DAMAGES
In the event of delay in the completion of the entire contract beyond the period herein described
or beyond the period to which such time may be extended by the Corporation, the Contractor
shall pay to the corporation five hundred dollars ($500.00) for each and every calendar day
that the time consumed in said performance and completion extends beyond the final date
herein prescribed and this sum will be considered Liquidated Damages that the Corporation
will suffer by reason of said delay and default.
Said sum or sums, in view of the difficulty of ascertaining the losses which the Corporation will
suffer by reason of delay in the performance of the said works, is hereby agreed upon fixed
and determined by the parties hereto as the liquidated damages that the Corporation will suffer
by reason of said delay and default and not as a penalty; and the Corporation may deduct and
retain the amounts of such liquidated damages out of the monies which may be due or become
due to the Contractor under the Contract.
A.18 LOWEST OR ANY TENDER not necessarily accepted.
A.19 SALES TAXES
The Tenderer shall include in the Total Tender Price, Federal and Ontario Harmonized Sales
Tax on all materials, equipment, etc. purchased by him for use on this project.
A SPRIET ASSOCIATES
engineers & architects
INSTRUCTIONS TO BIDDERS
SECTION A —PAGE 5
A.19 SALES TAXES (cont'd)
Where a change in Canadian Federal or Provincial taxes occurs after the Tender Closing Date
for this contract, and this change could not have been anticipated at the time of bidding, the
municipality will increase or decrease contract payments to account for the exact amount of
tax change involved.
Claims for compensation for additional tax cost shall be submitted by the Contractor to the
Engineer. Such claims for additional tax costs shall be submitted not later than 30 days after
the date of acceptance of the work.
Where the Contractor benefits from a change in Canadian Federal or Provincial Government
taxes, the Contractor shall submit to the Engineer, a statement of such benefits. This
statement shall be submitted not later than 30 days after the date of acceptance of the work.
The Engineer reserves the right to make deductions from regular progress payments to
compensate for the estimated benefit from decreased tax costs. Such deductions will be set-
off from contract payments pending receipt of the statement itemizing the benefits which have
resulted from a decrease in tax costs at which time the final payment adjustment will be
determined.
A.20 THE CONSTRUCTION LIEN ACT
The Construction Lien Act 1983 applies to this contract and to all sub -contracts arising from
this contract and to all services and materials supplied under this contract.
A21 UTILITIES
The attention of the Contractor is drawn to the possible presence of utility pole lines and
underground utilities within the right-of-way. The Contractor shall co-operate with all
authorities to ensure that services and utilities are protected from damage during the
performance of the work. The Contractor will be responsible for determining the location of
all utilities and will be held liable for any damage to overhead and underground utilities caused
by his operations. Arrangements have been made with the utility companies to relocate their
plant where necessary. The cost of any necessary relocation work shall be borne by the
Municipality. No allowance or claims of any nature will be allowed on account of delays or
inconveniences due to utilities relocation.
A.22 NOTIFICATION
The Contractor, before starting construction, shall give the following 48 hours notice:
Municipality of Bayham
The Engineer:
Manager of Public Works
Steve Adams
Phone No: (519) 617-1156
John M. Spriet, P. Eng.
Spriet Associates London Limited
Phone No: (519) 672-4100
A SPRIET ASSOCIATES
engineers & architects
INSTRUCTIONS TO BIDDERS SECTION A —PAGE 6
A.23 ROADWAY CLOSURE
The roadway is to remain closed during the bridge construction. The Contractor is required
to maintain all road closed signage adjacent to the structure and at intersections on both sides
of the construction site in accordance with the Ontario Traffic Manual Book 7.
A.24 MUNICIPALITY SAFETY POLICY
All work on Municipality of Bayham property must be carried out in a manner that is in
conformity with the Occupational Health and Safety Act and other legislation or requirements.
The Contractor must fill out the Notice of Project and keep a copy on site to be available upon
request. The Contractor must complete the form Registration of Constructors and Employers
Engaged in Construction and it must be on site and available upon request.
A.25 WORK PERMITS (NOT APPLICABLE)
The Contractor is to engage the sediment and erosion control measures for construction to the
satisfaction of the L.P.R.C.A.
The successful Contractor will be given a copy of the Transport Canada and the local
Conservation Authority Work Permit as soon as approval is received. The Contractor is to
always keep a true copy of these Permits and conditions on site. (N/A)
Acceptance of Tenders is subject to these approvals being received. (N/A)
A.26 CONTINGENCY ALLOWANCE
This is an estimated allowance to cover expenditures required during the execution of the
Contract which do not fall logically within any of the items listed in the tender. Work authorized
by the Engineer and carried out under this item will be paid for at a price negotiated between
the Engineer and the Contractor. If a satisfactory price cannot be negotiated, payment will be
made on a Time and Material basis in accordance with the provisions of the General Conditions
of the Contract.
A.27 LIABILITY INSURANCE
(1 } Contractor's Liability Insurance and Workmen's Compensation:
The Contractor shall effect and maintain insurance to cover his obligations under all
applicable worker's compensation laws.
:2} Bodily Injury Liability: The Contractor shall effect and maintain a Comprehensive
General Liability Policy or its equivalent covering claims for bodily injury, including
death arising from and during operations under his Contract whether performed by
himself, by a sub -contractor or by anyone directly or indirectly employed by either of
them in the sum of $5,000,000.00.
(3) Property Damage: The Contractor shall effect and maintain Property Damage Liability
Insurance to cover his and sub -contractor's operations in the sum of $5,000,000.00.
(4) The Insurance: Coverage shall include the Municipality of Bayham, Spriet Associates
London Limited and the Contractor. Proof of adequate insurance will be requested
prior to commencement of work.
If the said insurance is cancelled or changed during its term in such a manner as to affect this
Certificate, written notice of such change or cancellation will be forwarded to the Municipality
of Bayham.
A SPRIET ASSOCIATES
engineers 6 architects
GENERAL REQUIREMENTS SECTION B -PAGE 1
B.1 GENERAL CONDITIONS.
The General Conditions governing these specifications and Contract shall be those published by
the Canadian Construction Documents Committee and approved by the Engineering Institute of
Canada which accompany the Canadian Standard Construction Document-CCDC2-2008.
An index of the above general conditions are as follows:
GENERAL CONDITIONS
PART 1 GENERAL PROVISIONS
GC 1.1 Contract Documents
GC 1.2 Law of the Contract
GC 1.3 Rights and Remedies
GC 1.4 Assignment
PART 2 ADMINISTRATION OF THE
CONTRACT
GC 2.1
Authority of the Consultant
GC 2.2
Role of the Consultant
GC 2.3
Review and Inspection of
the
Work
GC 2.4
Defective Work
PART 3 EXECUTION OF THE
WORK
GC 3.1 Control of the Work
GC 3.2 Construction by Owner or
Other
Contractors
GC 3.3 Temporary Work
GC 3.4 Document Review
GC 3.5 Construction Schedule
GC 3.6 Supervision
GC 3.7 Subcontractors and
Suppliers
GC 3.8 Labour and Products
GC 3.9 Documents at the Site
GC 3.10 Shop Drawings
GC 3.11 Use of the Work
GC 3.12 Cutting and Remedial Work
GC 3.13 Clean-up
PART 4 ALLOWANCES
GC 4.1 Cash Allowances
GC 4.2 Contingency Allowance
PART 5PAYMENT
GC 5.1 Financing Information
Required of the Owner
GC 5.2
Applications for Progress
Payment
GC 5.3
Progress Payment
GC 5.4
Substantial Performance of
the Work
GC 5.5
Payment of Holdback upon
Substantial Performance of
the Work
GC 5.6
Progressive Release of
Holdback
GC 5.7
Final Payment
GC 5.8
Withholding of Payment
GC 5.9
Non -conforming Work
PART 6 CHANGES IN THE WORK
GC 6.1 Owners Right to Make
Changes
GC 6.2
Change Order
GC 6.3
Change Directive
GC 6.4
Concealed or Unknown
Condition
GC 6.5
Delays
GC 6.6
Claims for a Change in
Contract Price
PART 7 DEFAULT NOTICE
GC 7.1 Owner's Right to Perform
the
Work, Terminate the
Contractor's Right to
Continue the Work or
Terminate the Contract
GC 7.2 Contractor's Right to
Suspend the Work or
Terminate the
Contract
PART 8 DISPUTE RESOLUTION
GC 8.1 Authority of the Consultant
GC 8.2 Negotiation, Mediation, and
Arbitration
GC 8.3 Retention of Rights
PART 9 PROTECTION OF
PERSONS
AND PROPERTY
GC 9.1
Protection of Work and
Property
GC 9.2
Toxic and Hazardous
Substances and Materials
GC 9.3
Artifacts and Fossils
GC 9.4
Construction Safety
GC 9.5
Mould
PART 10 GOVERNING
REGULATIONS
GC 10.1 Taxes and Duties
GC 10.2 Laws, Notices, Permits, and
Fees
GC 10.3 Patent Fees
GC 10.4 Workers' Compensation
PART 11 INSURANCE -BONDS
GC 11.1 Insurance
GC 11.2 Contract Security
PART 12 INDEMNIFICATION -
WAIVER -WARRANTY
GC 12.1 Indemnification
GC 12.2 Waiver of Claims
GC 12.3 Warranty
SPRIET ASSOCIATES
engineers & architects
GENERAL REQUIREMENTS
SECTION B — PAGE 2
B.2 WORK INCLUDED
Provide all labour, materials and equipment and supervision necessary to complete the work
of all trades as shown or described on or reasonably inferable from the drawings including the
following:
(a) Co-ordination of the work of all trades
(b) Preliminary examination of the site
(c) Clearing the site
(d) General protection
(e) Sequence of construction
(f) Maintain lines and grades
(g) Temporary structures
(h) Enforcement of regulations
(1) Keeping drawings and specifications on the job
Q) Shop drawings
(k) Control of debris
(1) Final cleanup
B.3 ADDITIONS TO THE CONTRACT (N/A)
(a) The additional cost to supply and install 300mm size quarry stone rip -rap with filter
cloth lining in the stream by-pass channel if erosion soils are encountered.
(b) The additional cost for restoration of ditches or slopes as requested by the engineer
or municipality above and beyond that indicated on the drawings or in these
specifications.
BA EXAMINATION OF SITE
All Contractors shall, before presenting Tender, inspect the site and be familiar with its
conditions and the circumstances under which he will be forced to operate.
No extra amount will be allowed the Contractor for any work necessitated by unfamiliarity with
existing conditions, which conditions could be ascertained before presenting the proposal.
B.5 CLEARING THE SITE
Remove brush and trees over the site of the structure except such as the Engineer may decide
to retain. Brush and trees to be chipped or removed from site and disposed of.
SPRIET ASSOCIATES
engineers & architects
GENERAL RE{ UIREMENTS
SECTION B — PAGE 3
13.6 GENERAL PROTECTION
Provide adequate protection at all times against possible accidents to workmen or
other persons by means of fences, railings, lights, warning signs and other suitable
precautions.
(b) Trees and shrubs that are to be retained shall be protected by substantial wood casing
or railing.
(c) Provide adequate protection against damage to the work by weather and frost.
(d) The Contractor shall be responsible for the protection of all work completed and any
material on the site.
Cost of a watchman shall be borne by the Contractor, if required.
B.7 REJECTED WORK OF MATERIAL
The Contractor shall, within twenty-four hours after receiving written notice from the Engineer
to the effect, proceed to remove from the grounds or structures all materials condemned by
the Engineer, whether worked or unworked, and to take down all portions of the work which
the Engineer shall by written notice condemn as unsound or improper or as in any way failing
to conform to the drawings and specifications and shall make good all work in other lines
damaged by such removal.
The Contractor shall not permit any part of the structures to be loaded with a weight that will
endanger its safety.
B.8 MATERIALS AND WORKMANSHIP
The Contractor shall proceed in a workmanlike manner and unless otherwise specified,
furnish materials of the best quality of respective kinds. All workmanship and materials shall
be stored to the approval of the Engineer.
All materials not specifically named on the drawings or specified shall be subject to approval
before delivery to the job unless such approval is not required by the Engineer.
13.9 PROGRAMME OF WORK
A programme of work, including all trades, shall be prepared by the Contractor and submitted
to the Engineer in triplicate within 7 days of the awarding of the contract. This programme
shall have been checked and agreed to by all sub -contractors and shown completion by the
date determined from the Form of Tender. (NOT APPLICABLE)
Delays due to failure of sub -contractors to carry out their work will be entirely the responsibility
of the General Contractor.
A SPRIET ASSOCIATES
engineers & architects
GENERAL REQUIREMENTS _ SECTION B — PAGE 4
B.10 TEMPORARY SERVICES
(a) Telephone
The Contractor shall provide temporary local and long-distance telephone for his own
use and available to sub -trades and the Engineer.
(b) Heating
The Contractor shall supply and maintain all temporary heating required during
construction.
(o) Electric Power
The Contractor shall make all arrangements with the proper authorities for the supply
of electrical energy required for construction purposes. The Contractor shall provide,
install, and maintain all wiring and equipment and shall pay for the energy used during
construction.
(d) Water
The Contractor shall make arrangements for the supply of water for all purposes,
including the mixing of concrete, washing of forms, curing of concrete, etc.
(e) Sanitary, Facilities
The Contractor shall provide temporary sanitary facilities for the use of all workers in
conformation with local and provincial regulations.
B.11 TEMPORARY STRUCTURES
(a) Provide adequate watertight storage as required for the materials of all trades.
(b) The Contractor shall provide on the site a weathertight office for the Contractor's use
and that of the Engineer's Inspector, the cost of which shall be included in the total
contract price. (NOT APPLICABLE)
B.12 INSURANCE (Read in conjunction with Section A.27)
(1) Contractor's Liability Insurance and Workmen's Compensation:
The Contractor shall effect and maintain insurance to cover his obligations under all
applicable worker's compensation laws.
(2) Bodily Injury Liability: The Contractor shall effect and maintain a Comprehensive
General Liability Policy or its equivalent covering claims for bodily injury, including
death arising from and during operations under his Contract whether performed by
himself, by a sub -contractor or by anyone directly or indirectly employed by either of
them in the sum of $5,000,000.00.
SPRIET ASSOCIATES
engineers & architects
GENERAL REQUIREMENTS SECTION B —PAGE 5
B.12 INSURANCE (cont'd)
(3) Property Damage: The Contractor shall effect and maintain Property Damage
Liability Insurance to cover his and sub -contractor's operations in the sum of
$5,000,000.00.
(4) The insurance: Coverage shall include the Municipality of Bayham, Spriet Associates
London Limited and the Contract. Proof of adequate insurance may be requested
prior to commencement of work.
B.13 PLANS
The successful Bidder will be issued with six sets of plans for building purposes, permits, etc.
Any sets required beyond this number will be charged actual cost of printing.
B.14 DRAWINGS SPECIFICATIONS AND SHOP DRAWINGS
Drawings and specifications are instruments of service and as such shall remain the property
of the Engineer and shall be returned by the Contractor on completion of estimating and/or
construction of the work.
Drawings and specifications shall form a part of the contract
The drawings and specifications are for the construction of the designated project only and
shall not be used for any other structure without the written consent of both the Owner and
Engineer.
The Contractor shall be responsible for keeping complete sets of working drawings, shop
drawings, details, sketches and specifications available on the job.
Should any drawing be amended, the Contractor shall make sure that all originals are
destroyed and replaced with amended sheets.
A complete set of all such documents should be available conveniently mounted in the
construction office.
6,15 QUALIFICATION AND SUPERINTENDENT
Persons or firms submitting tenders shall actually be engaged in the lines of work required by
the specifications and shall be able to refer to work of a similar character performed by them.
A list of projects constructed in the last 5 years along with Owner references must be
submitted for review, if so requested by the Owner or Engineer. Failure to confirm adequate
experience may result in rejection of the Tender.
The Contractor shall employ a competent Superintendent to supervise the work. The
Engineer reserves the right to require that a Superintendent, not properly qualified in his
opinion, be removed and replaced with a fully competent and satisfactory Superintendent.
A SPRIET ASSOCIATES
engineers & architects
GENERAL REQUIREMENTS
B.16 EXISTING STRUCTURE
SECTION B — PAGE 6
(a) Unless otherwise indicated on the drawings, the removal of the existing structure is to
be included as part of the contract and shall be paid for as indicated in other sections
of the specifications.
(b) Any materials suitable for salvage shall, unless otherwise noted, become the property
of the Contractor.
() All broken concrete, asphalt, steel, etc. and other trash shall be removed from the site
and disposed of by the Contractor. A letter of permission from the Owner of the
disposal site may be required, as well as evidence that any disposal site has MOE
clearance.
B.17 MAINTENANCE OF LINES AND GRADES (NOT APPLICABLE)
(a) The Engineer will set center line for the structure and establish a benchmark for
construction.
(b) The Contractor shall establish and maintain all lines and grades for construction.
Substantial batter boards, lines and secondary benchmarks shall be constructed and
maintained-
(c) The Engineer will check all grades and levels; however, this in no way relieves the
Contractor of his responsibility for construction to correct elevation.
B.1 S TEMPORARY ACCESS
The Contractor will construct and maintain all temporary access required to facilitate
construction. The access roads shall be approved by the landowner and/or the Township or
their authorized representative.
This access will be removed and the site restored to its original condition as part of the final
cleanup and a clearance letter is required upon completion,
B.19 SUB -CONTRACTORS
Each Bidder shall submit with the bulk tender a complete list of all the persons or firms to
which he proposed to sublet any part of the work and the trades or diversion of the work which
are sublet to each. The Owner reserves the right to approve the sub -contractor. Failure to
comply with this Clause may result in rejection of the bid.
B.20 SHOP DRAWINGS
Where necessary. the Contractor shall take arcuate dimensions at the job and shall submit
samples, catalogues, shop drawings and schedules to the Engineer for approval before
commending the various items of work. The approval of the Engineer must be obtained on
shop drawings, etc. before the work is put in hand, but this approval shall not relieve the
Contactor of his responsibility for the adequacy and accuracy of the data submitted of of
furnishing adequate. sufficient or properly integated work or material as drawn a specified,
A SPRIET ASSOCIATES
engineers & architects
GENERAL REQUIREMENTS
SECTION B —PAGE 7
B.21 HOIST
Where hoists are required by the General Contractor, same shall be maintained in first class
condition, properly constructed to meeting inspection requirements.
B.22 CO-OPERATION
The various Contractors employed on the work shall be expected to co-operate in the
prosecution of the work to the extent that the entire project shall move along as a coordinated
unit and each Contractor is expected to provide other Contractors affected with such
information as will expedite the progress of the work in all its phases.
Before proceeding with his work, each sub -contractor shall examine the site and the complete
work of other trades to ensure that he has a firm, accurate, and workable base for his own
work. Any unsatisfactory conditions or errors shall be immediately reported to the Contractor
and all work affected shall be suspended until conditions are made satisfactory. If an
imperfect base condition or error is not reported the sub -contractor will be held responsible to
the Contractor for any defect in the finished work of his trade.
B.23 SPECIFICATION SECTIONS
The Division of the Specifications into Sections is not intended to control the Contractor in
dividing the work among sub -contractors or to limit the scope of work performed by any trade
under a given section. The Engineer will not undertake to settle any differences between the
Contractor and his sub -contractors as to the inclusion or exclusion of work or material items.
The reference in the Specifications regarding the division or separation of the work among
types of trades or occupations are only for the suggested purposes of coordinating the work
of the different trades, etc., but it shall be the contractor's responsibility for the proper co-
ordination and completions whether performed by the Contractor or sub -contractors, if any.
B.24 CLEAN UP
The Contractor shall be expected to keep the premises reasonably free from accumulation of
debris, trash, etc., in connection with his work during progress of the construction and on
completion of the construction, all debris shall be removed from the site. It shall be the
responsibility of the General Contractor to see that all his sub -contractors comply with this
condition and to act in event of their non-compliance before the premises can be accepted as
complete.
B.25 MAINTENANCE
The Contractor shall repair and make good any damages or fault in the structure that may
appear within one year after its completion (as evidenced by the final payment certificate) as
the result of imperfect or defective work done or materials furnished certified by the Engineer
as being due to one or both of these causes, but nothing herein contained shall be construed
as in any way restricting or limiting the liability of the Contractor under the laws of the country,
province or locality in which the work is being done.
A SPRIET ASSOCIATES
engineers & architects
FORM OF TENDER AND AGREEMENT
SECTION C PAGE
To the Mayor and Members of the Council
of the Municipality of Bayham
Re: Bridge No. 4 Rehabilitation
Municipality of Bayham
Our Job No. 224056
Attention:
Having carefully examined the drawings and specifications for the construction of:
BRIDGE NO. 4 REHABILITATION
as well as the premises and conditions affecting the work, the undersigned offers to furnish all
Labour, Equipment and Materials required to complete the whole of the work in accordance with
said documents for the following unit prices:
ITEM DESCRIPTION
1 Maintain all traffic control signs for the
road closures
2 Miscellaneous concrete repairs on
abutments including chipping away
delaminated concrete, rebar, sand
blasting, painting of rebar, supply and
placing of concrete (est. quantity 6m3)
3 I Supply and install new end treatments as
per drawings
I
ESTIMATED
UNIT QUANTITY
L.S.
L L.'
L.S.
(Total Written in Full)
UNIT
PRICE
Contingency Allowance $ 5,000.00
Sub -Total $
Plus 13% H.S.T. $
Total Tender
_00/100 Dollars
We also agree that extra work done on the written order of the Engineer and not covered by any of the unit
prices shall be paid for in accordance with Part 5 and 6 in the General Conditions of the Contract Document.
We also agree that if our tender is accepted, we will furnish a Performance Bond for 100% and a Labour and
Materials Bond for 100% of the Contract amount, such bonds shall be acceptable in every way to the Owner.
We agree to maintain all of the work for a period of one year from the date of acceptance of same by the
Engineer.
If awarded the Contract, we agree to commence work by
complete the same in weeks but no later than December 31, 2024.
We enclose herewith a bid bond or certified cheque for $
A SPRIET ASSOCIATES
engineers & architects
(Insert Date) and
as tender security.
FORM OF TENDER AND AGREEMENT _
SECTION C —PAGE 2
RM OF TENDER AND AGREEMENT (cont'd)
OFFERED ON BEHALF OF THE CONTRACTOR
Name................................, Date........................�.......
Address�.,--........ Witness.........................................�...
Signature .........
Telephone No --- Corporate Seal
ACCEPTED ON BEHALF OF THE MUNICIPALITY OF BAYHAM
Mayor ...............
Chief Administrative Officer
Date Seal
This Proposal or Tender form, when signed and offered by the Contractor, shall constitute a formal
and binding contract when accepted by and signed on behalf of the Municipality of Bayham.
SPRIET ASSOCIATES
engineers & architects
FORM OF TF-ND`ER AND AGREEMENT
SECTION C — PAGE 3
Description of Work
LIST OF SUB -CONTRACTORS
NAME:
ADDRESS:
L[9101
NAME:
ADDRESS'
PHONE:
NAME:
ADDRESS.
Ie►E
►li_lu1L
ADDRESS:
PHONE:
NAME:
ADDRESS:
A SPRIET ASSOCIATES
englneors & architects
Contractor
FORM OF TENDER AND AGREEMENT SECTION C —PAGE 4
'CONDITIONS'
CONTRACTOR'S LIABILITY AND WORKPLACE SAFETEY AND INSURANCE BOARD
1. CONTRACTOR'S LIABILITY
Any work performed by the Contractor upon the lands of the Municipality of Bayham and its agencies
or otherwise in connection with the Proposed work, shall be solely at the Contractor's own risk and
the Municipality of Bayham and its agencies shall not be liable to the Contractor or the Contractor's
employees, agents or invitees for any damage, injury or loss sustained by them, including death, or
to their property as a result of working or operating hereupon.
The Contractor shall be responsible for any damage, injury (including death) or loss sustained by the
Contractor or any other person, or to its or any other person's property as a result of working or
operating upon the lands of the Mimicipality of Bayham and its agencies and providing the goods and
services of this Proposal and shall obtain public liability insurance, property damage insurance and
automobile insurance all to the satisfaction of the Municipality of Bayham and its agencies in every
respect including without limitation, amount of coverage and deductible amounts. Such insurance
shall name each agency as an additional insured, provide for cross liability, severability of interest,
provide that it is primary insurance that does not call into contribution any other insurance available
to the Municipality of Bayham and its agencies and provide for 30 days' notice of cancellation to the
Municipality of Bayham and its agencies. The Contractor shall provide a certificate of insurance
evidencing the foregoing requirements to the satisfaction of the Municipality of Bayham and its
agencies prior to issuance of the Purchase Order and Commencement of work.
In addition to and not withstanding the foregoing:
The Contractor shall release, indemnify, defend and save the Municipality of Bayham and its
agencies harmless from any and all damages, loss, injuries (including death), claims,
demands, costs (including legal costs on a solicitor -client basis) and expenses howsoever
caused arising directly or indirectly out of the award of this Proposal to the Contractor.
WORKPLACE SAFETY AND INSURANCE BOARD
The Contractor shall at all times pay, or cause to be paid, any assessment or compensation required
to be paid pursuant to the Workplace Safety and Insurance Act and upon failure to do so, the
Municipality of Bayham and its agencies may pay such assessment or compensation to the
Workplace Safety and Insurance Board, and the Contractor shall forthwith reimburse the Municipality
of Bayham. The Mimicipality of Bayham may at its option deduct such expenses from any monies
owed to the Contractor. The Contractor shall, priorto issuance of a purchase order by the Municipality
of Bayham provide a certificate of good standing from the Workplace Safety and Insurance Board,
and the Mimicipality of Bayham may, at any time during the performance or upon completion of such
contract, require a further certificate.
DATE COMPANY SIGNATURE
I/We certify that I/we have the authority to bind the company.
SPRIET ASSOCIATES
4 A 6 engineers & architects
FORM OF TENDER AND AGREEMENT
SECTION C — PAGE 5
Amount of Public Liability Insurance maintained:
Amount of Property Damage Insurance maintained:
Name and Address of Insurance Company:
Policy Number:
COMMENTS:
WORKERS' COMPENSATION NUMBER:
COMMENTS:
YES=NUMBER
NO=WHY?
I/We certify that I/we have the authority to bind the company.
COMPANY NAME AUTHORIZED SIGNATURE
ADDRESS NAME (PRINT OR TYPE)
CITY AND POSTAL CODE TITLE
TELEPHONE NUMBER FAX NUMBER
EMAIL ADDRESS DATE
NOTE: Failure to sign this page will result in non -acceptance of this Quotation.
SPRIET ASSOCIATES
engineers & architects
LIST OF DRAWINGS
SECTION D
BRIDGE NO. 4 REHABILITATION
MUNICIPALITY OF BAYHAM
Drawing No, Description
I . Plans and Details
A SPRIET ASSOCIATES
engineers & architects
SECTION I — CONCRETE REMOVAL — DELAMINATED AREAS SECTION I PAGE 1
1.1 GENERAL CONDITIONS
The Instructions to Bidders and General Requirements (Sections A & B) are part of
this specification and shall govern the work of this section.
1.2 CONCRETE REMOVAL
Concrete removal of the delaminated concrete will be done in accordance with OPSS 928.
Environment
The Contractor shall take measures to protect the environment by controlling, collecting, and
disposing of all concrete and debris resulting from the concrete removal operation in a manner
acceptable to the Ministry of the Environment, as specified elsewhere in the Contract.
Access to Work Areas
The Contractor shall provide adequate access to facilitate any inspection or measurement of
the work by the Engineer,
Removal Procedure
The Contractor shall remove all loose and delaminated concrete and concrete designated for
removal from areas as specified in the Contract and as demarcated by the Engineer prior to
the work. The minimum depth of repairs is 50mm for horizontal surface and 100mm for vertical
surface (75mm where no reinforcing steel is exposed).
All concrete shall be removed using chipping and/or jack hammers. Chipping hammers shall
be 7.0 Kg maximum. Jack hammers shall be 14.0 Kg maximum. Jackhammers shall be
used for the removal of concrete in front of and between the reinforcing bars. Only chipping
hammers shall be used for the removal of concrete behind and within 25mm of any reinforcing
bar.
Concrete shall be removed in such a manner as to prevent damage to adjacent concrete and
utilities that are to remain in place.
Reinforcing steel, pre -stressing tendons, shear connectors, structural steel or other
components that are to remain in place shall not be damaged or loosened. The Contractor
shall ensure that hammers do not come into contact with reinforcing bars in a manner which
will cause debonding of bars in adjacent concrete areas not being repaired.
Concrete surrounding any exposed reinforcing steel shall be removed locally to provide a
minimum clearance of 25mm all around the reinforcing steel.
If existing reinforcing steel is not exposed during removal of scaled concrete and sound
concrete does not have to be removed in this area for other reasons, existing concrete shall
not be removed more than that required to expose the surface of sound concrete except where
the Contract specifies a minimum depth of removal for scaled concrete.
Where reinforcing bars have been exposed, concrete removal shall extend along the bars
until they are free from heavy rust. Concrete covering the bars at the edge of the repair area
will be sounded by the Engineer for local delamination before removal operations are
completed.
A SPRIET ASSOCIATES
engineers & architects
SECTION 1 — CONCRETE REMOVAL — DELAMINATED AREAS SECTION 1 PAGE 2
1.2 CONCRETE REMOVAL (cont'd)
Where the area of concrete removal with exposed reinforcing steel exceeds 2m2, the
reinforcing steel shall be retied at every second intersection point and shall be supported to
maintain the steel mat in its original location. Supports conforming to OPSS 905. shall be
placed as required and tied securely to the reinforcing steel.
The Contractor shall provide the Engineer with metal straight edges to facilitate measurement
for payment,
Disposal of Removed Materials
As part of the removal operation the Contractor shall supply all necessary equipment and
operators to load, haul, and dispose of the material resulting from the removal of concrete.
Disposal of resultant debris shall be carried out as arranged by the Contractor in a manner
acceptable to the Ministry of the Environment.
1.3 PAYMENT
Payment shall be in accordance with the lump sum item in the Form of Tender.
SPRIET ASSOCIATES
engineers & architects
SECTION 2 — NEW CONCRETE — DELAMINATED AREAS SECTION 2 PAGE I
2.1 GENERAL CONDITIONS
The Instructions to Bidders and General Requirements (Section A & B) are part of this
specification and shall govern the work of this Section.
2.2 SURFACE PREPARATION
Where the new concrete is to extend over the original surface, that portion of existing surface
shall be roughened by scabbling, chipping or bush hammering. The surfaces receiving new
concrete shall be abrasive blast cleaned in conformance with OPSS 904.
2.3 SUPPLY OF CONCRETE
The Contractor will be required to supply and place new concrete to replace that removed due
to deterioration. Immediately prior to placing new concrete, all exposed reinforcing steel is
to be sand blasted and exposed concrete areas shall be dampened but not wet. Concrete
to be 30 MPA minimum strength at 28 days with 19mm (3/4") maximum stone aggregate size.
2.4 PLACING FINISHING AND CURING OF CONCRETE
Not more than one hour before placement of new concrete, all dust and loose material shall
be removed from the prepared surfaces by air blasting. The concrete surface to be refaced
shall be maintained in a wet condition for a period of one hour with no free-standing water
immediately prior to placing of the concrete. The placing, finishing, and curing of concrete
shall conform to the requirements of OPSS 904 except that open surfaces shall be cured with
wet burlap covered with polyethylene film for a minimum of 96 hours.
2.5 PAYMENT
Payment shall be in accordance with the lump sum item in the Form of Tender.
2.6 SPECIAL
This section to be read in conjunction with SECTION 1.
A SPRIET ASSOCIATES
engineers & architects
SECTION 3 — REINFORCING STEEL
SECTION 3 PAGE 1
3.1 GENERAL CONDITIONS
The Instructions to Bidders and General Requirements (Sections A & B) are part of this
specification and shall govern the work of this Section.
3.2 REINFORCING STEEL
The supply and placing of reinforcing steel shall be in accordance with the specifications of
the current OPSS Division 9, Section 905 (Metric) - "Steel Reinforcement for Concrete" as
outlined under the following subsections:
905.01
Scope
905.02
References
905.03
Definitions
905.05
Materials
905.07
Construction
905.08
Quality Assurance
905.09
Measurement for Payment
905.10
Basis of Payment
3.3 MATERIAL
Reinforcing steel shall be supplied and delivered by the Contractor at the contract site. The
Contractor is responsible for checking reinforcing as to quantities received and bending
details. No claim for delay due to incorrectly bent or deficient steel will be allowed.
3.4 EPDXY COATED REBAR
The Contractor shall ensure that epoxy coated reinforcing steel bars are not exposed to
sunlight for a period longer than 30 days. Adequate covering for storage must be provided
for coated rebar.
3.5 PLACING
The Contractor shall inform the Engineer at least two days before the concrete is to be poured
so as to allow time for adequate checking of the reinforcing prior to pouring concrete. No
concrete shall be ordered or poured until the Engineer is satisfied that the steel is correctly
placed and the forms are in clean condition.
3.6 PAYMENT
Payment shall be in accordance with the lump sum item in the Form of Tender.
A SPRIET ASSOCIATES
engineers & architects
SECTION 4 — STEEL BEAM GUDE RAIL
SECTION 4 PAGE I
4.1 GENERAL CONDITIONS
The Instructions to Bidders and General Requirements (Sections A & B) are part of this
specification and shall govern the work of this Section.
4.2 Steel Beam Guide Rail (Approaches
Work to be done in accordance with O.P.S.S. 552.
Supply and installation to be in accordance with O.P.S.D. 912.101, 912.102, 912.104, &
912.130
4.3 Box Beam Guide Rail Structure (N/A)
Supply and installation to be in accordance with SS10-40A, SS10-40B, SS10-40C.
4.4 Extruder End Treatment
Work to be done in accordance with O.P.S.S. 552.
Supply and installation to be in accordance with O.P.S.D. 922.530 or 984.201 and 984.202.
4.5 Payment
Payment shall be in accordance with the lump sum item in the Form of Tender.
A SPRIET ASSOCIATES
engineers & architects
SECTION 5 — STANDARD DRAWINGS ENCLOSED SECTION 5 PAGE 1
OPSD 912.130 Guide Rail System, Steel Beam Steel Post with Offset Block
Assembly Installation —Single Rail
912.135 Guide Rail System, Steel Beam Steel Post with Steel Offset Block
Assembly Adjustment —Single Rail
912.430 Guide Rail System, Steel Beam Structure Connection
922.532 Energy Attenuator, End Treatment Steel Beam Energy Attenuating
Terminal Extruder Terminal System with Steel Posts, Installation
984.201 Energy Attenuator, End Treatment Delineation Installation —
Approach End
984.202 Energy Attenuator, End Treatment Delineation Installation —
Leaving End
A SPRIET ASSOCIATES
engineers & architects
���
�
&�(
.§h[
� [ �
�
•� k ]
| (
[|�� ,
�
�
z
z
6
. ,j• /
�
q
�
�
-
m
FORM OF TENDER AND AGREEMENT SECTION C -PAGE I
To the Mayor and Members of the Council
of the Municipality of Bayham
Re: Bridge No. 4 Rehabilitation
Municipality of Bayham
Our Job No. 224056
Attention:
Having carefully examined the drawings and specifications for the construction of:
BRIDGE NO.4 REHABILITATION
as well as the premises and conditions affecting the work, the undersigned offers to furnish all
Labour, Equipment and Materials required to complete the whole of the work in accordance with
said documents for the following unit prices:
ESTIMATED UNIT
ITEM DESCRIPTION UNIT QUANTITY PRICE TOTAL
7 I Maintain all traffic control signs for the + L.S.
road closures I
2 Miscellaneous concrete repairs on
abutments including chipping away
delaminated concrete, rebar, sand
blasting, painting of rebar, supply and
placing of concrete (est. quantity 6m3) L'S
3 1 Supply and install new end treatments as
per drawings
t.S.
'3,900.00 $ .
1 6900, °
26,5e0.0'" Is 2e,500,00
2_9172.0,`a � $ 2-9,7ZO, 00
Contingency Allowance ,` 5,QQ0.00
Sub -Total 61, �
Plus 13% H.S.T. $ Zzs bO
Total Tender S f34S, t"'
'-J�ve t hundred 4nA 4b i - �V, JkkU a«D}500/100 Dollars
(Total Written in Full)
We also agree that extra work done on the written order of the Engineer and not covered by any of the unit
prices shall be paid for in accordance with Part 5 and 6 in the General Conditions of the Contract Document.
We also agree that if our tender is accepted, we will furnish a Performance Bond for 100% and a Labour and
Materials Bond for 100% of the Contract amount, such bonds shall be acceptable in every way to the Owner.
We agree to maintain all of the work for a period of one year from the date of acceptance of same by the
Engineer.
If awarded the Contract, we agree to commence work by Oc- 4, I 22ozH (Insert Date) and
complete the same in q weeks but no later than December 31, 2024.
We enclose herewith a bid bond or certified cheque for $ ip%, crf _+em er as tender security.
SPRIET ASSOCIATES
onp4�ca�i t iw.ior,�
FORM OF TENDER AND AGREEMENT
SECTION C.— PAGE 2
FORM OF TENDER AND AGREEMENT (oon[d)
OFFERED ON BEHALF OF THE CONTRACTOR
Name DuteAddress_�^^�_7_�«��'' —.—_—
�mWitness
'
Telephone No...... 5yc_
ACCEPTED ON BEHALF OF THE MUNICIPALITY OF UA)LHM
Chief Administrative Officer ---------- ... __............... .........
--_---____
This Proposal orTender form, when signed and offered bythe Contractor, shall constitute aforma,
ASPRIIET ASSOCIATES
FORM OF TENDER AND AGREEMENT
SECTION C - PAGE 3
LIST OF SUB -CONTRACTORS
DescriUlion of Work
N NAME:
ADDRESS:
PHONE:
NAME:
ADDRESS:
PHONE:
NAME:
ADDRESS:
PHONE:
NAME:
ADDRESS:
PHONE:
►70M- To d
ADDRESS:
PHONE:
A SPRIET ASSOCIATES
engineers & architects
Contractor
FORM OF TENDER AND AGREEMENT SECTION C —PAGE 4
`CONDITIONS'
CONTRACTOR'S LIABILITY AND WORKPLACE SAFETEY AND INSURANCE BOARD
1. CONTRACTOR'S LIABILITY
Any work performed by the Contractor upon the lands of the Municipality of Bayham and its agencies
or otherwise in connection with the Proposed work, shall be solely at the Contractor's own risk and
the Municipality of Bayham and its agencies shall not be liable to the Contractor or the Contractor's
employees, agents or invitees for any damage, injury or loss sustained by them, including death, or
to their property as a result of working or operating hereupon.
The Contractor shall be responsible for any damage, injury (including death) or loss sustained by the
Contractor or any other person, or to its or any other person's property as a result of working or
operating upon the lands of the Mimicipality of Bayham and its agencies and providing the goods and
services of this Proposal and shall obtain public liability insurance, property damage insurance and
automobile insurance all to the satisfaction of the Municipality of Bayham and its agencies in every
respect including without limitation, amount of coverage and deductible amounts. Such insurance
shall name each agency as an additional insured, provide for cross liability, severability of interest,
provide that it is primary insurance that does not call into contribution any other insurance available
to the Municipality of Bayham and its agencies and provide for 30 days' notice of cancellation to the
Municipality of Bayham and its agencies. The Contractor shall provide a certificate of insurance
evidencing the foregoing requirements to the satisfaction of the Municipality of Bayham and its
agencies prior to issuance of the Purchase Order and Commencement of work.
In addition to and not withstanding the foregoing:
The Contractor shall release, indemnify, defend and save the Municipality of Bayham and its
agencies harmless from any and all damages, loss, injuries (including death), claims,
demands, costs (including legal costs on a solicitor -client basis) and expenses howsoever
caused arising directly or indirectly out of the award of this Proposal to the Contractor.
2. WORKPLACE SAFETY AND INSURANCE BOARD
The Contractor shall at all times pay, or cause to be paid, any assessment or compensation required
to be paid pursuant to the Workplace Safety and Insurance Act and upon failure to do so, the
Municipality of Bayham and its agencies may pay such assessment or compensation to the
Workplace Safety and Insurance Board, and the Contractor shall forthwith reimburse the Municipality
of Bayham. The Mimicipality of Bayham may at its option deduct such expenses from any monies
owed to the Contractor. The Contractor shall, prior to issuance of a purchase order by the Municipality
of Bayham provide a certificate of good standing from the Workplace Safety and Insurance Board,
and the Mimicipality of Bayham may, at any time during the performance or upon completion of such
contract, require a further certificate.
DATE COMPANY SIGNATURE
I/We certify that I/we have the authority to bind the company.
SPRIET ASSOCIATES
engineers & arcriltects
FORM OF TENDER AND AGREEMENT
SECTION C —PAGE 5
Amount of Public Liability Insurance maintained:
Amount of Property Damage Insurance maintained:
Name and Address of Insurance Company:
Policy Number:
COMMENTS:
# MC, 2�(Do 34
WORKERS' COMPENSATION NUMBER:
COMMENTS:
$ rJ ODD ow �ro
$ 5, o, 000- �
Tv k o ft�,r i n e. Cc i Liar
YES=NUMBER q]q/ 665
NO=WHY?
VWe certify that I/we have the authority to bind a company.
_VrA rjen b�A Cedfr l i van
COMPANY NAME AUTHORIZED SIGNATURE
I f 4 z C- Den ctcr_ An vc- _ftCti 8�, k
ADDRESS NAME (PRINT OR TYPE)
Mmvyv_kLk bA) NOM 7-190 rr'fsic) -� -
CITY AND POSTAL CODE TITLE
911 4yi1 2_q-1_
TELEPHONE NUMBER
yaNle. rsm+air�, G'
EMAIL ADDRESS
NOTE:
FAX NUMBER
ri vt 7 U Lq
DATE
Failure to sign this page will result in non -acceptance of this Quotation.
SPRIET ASSOCIATES
er.alnca-s— ar:.i u, . i.