Loading...
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.