Loading...
HomeMy WebLinkAboutBy-law No. 2025-022THE CORPORATION OF THE MUNICIPALITY OF BAYHAM BY-LAW NO. 2025-022 A BY-LAW TO AUTHORIZE THE EXECUTION OF AN AGREEMENT BETWEEN THE CORPORATION OF THE MUNICIPALITY OF BAYHAM AND 552976 ONTARIO LTD. FOR THE PROVISION OF SUPPLY & APPLY DUST CONTROL 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 RFT 25-01 Supply & Apply Dust Control closed on March 7, 2025; AND WHEREAS the Council or the Corporation of the Municipality of Bayham awarded RFT 25-01 Supply & Apply Dust Control to 552976 Ontario Ltd. on March 20, 20251 AND WHEREAS the Council of the Corporation of the Municipality of Bayham is desirous of entering into an agreement with 552976 Ontario Ltd. for the provision of supply & apply dust control; NOW THEREFORE THE COUNCIL OF THE CORPORATION OF THE MUNICIPALITY OF BAYHAM ENACTS AS FOLLOWS: 1. 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 552976 Ontario Ltd. for the provision of supply & apply dust control; 2_ AND THAT this by-law shall come into full force and effect on the day of its passing. READ A FIRST, SECOND AND THIRD TIME AND FINALLY PASSED THIS 20t" DAY OF MARCH, 2025. YMAYOR CLERK BETWEEN: THIS AGREEMENT DATED THE 20th DAY OF MARCH, 2025 The Corporation of the Municipality of Bayham (Hereinafter called the "Municipality") and 552976 Ontario Ltd. (Hereinafter called the "Contractor") of the First Part of the Second Part WHEREAS The Municipality contracts for the supply & apply of dust control; NOW THEREFORE IN CONSIDERATION OF the mutual covenants herein contained, the payments required hereby, and such other consideration as the parties hereto deem acceptable, the parties agree as follows: Section 1- Definitions For the purposes of this Agreement, 1 1 "Council" shall mean the Council of the Corporation of the Municipality of Bayham; 2 "CAO" shall mean the Chief Administrative Officer of the Municipality of Bayham or designate; Section 2 - General Provisions 2 The Contractor shall be solely responsible for the supply and apply of dust control within the Municipality in accordance with RFT 25-01 attached to this agreement. 2. The Contractor shall supply all labour and equipment required for the supply and apply of dust control within the Municipality. 2 :7 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. 2.4 The Contractor shall maintain and pay for Comprehensive General Liability Insurance in an amount of not less than two million ( ,000,000.00) naming the Municipality of Bayham as an additions[ insured in respect of ail 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 annually Page 1 of 3 thereafter throughout the term of the Agreement. 2_5 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. 2.6 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 3 — Administration .1 This Agreement shall take effect on the 20t" day of March, 2025 and shall remain in effect for a period of four (3) years. 3.2 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: sadams@bavham.on.ca (b) in the case of the Contractor: 552976 Ontario Limited 2200 Comber Sideroad Stoney Point, ON N0R1 NO 519-981-9536 Clayho11236@,Qmail:com Section 4 - Agreement Definition 7.1 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 20t" day of March, 2025. Authorized by ) Bayham By-law No. 2025-022 ) } } ) } THE CORPORATION OF THE MUNICIPALITY OF BAYHAM Mayor Cittrative Officer WITNESS WHEREOF the part of the Second Part has hereunto set is hand and seal. SIGNED, SEALED AND DELIVERED, this ZO' day of , 2025. In the presence of Witness: } } 552976 Ontario Ltd. Page 3 of 3 REQUEST FOR TENDER SUPPLY AND APPLY DUST CONTROL RFT 2"1 1$'x1( R, M.�mmwhh;. "Ity ISSUE DATE: Wednesday, February 12, 2025 CLOSING DATE: Friday, March 7, 2025 CLOSING TIME: 11:00 A.M., local time LOCATION: Municipality of Bayham P.O. Box 160 56169 Heritage Line Straffordville, ON, NOJ 1Y0 Attention: Steve Adams, Manager of Public Works LATE SUBMISSIONS WILL NOT BE ACCEPTED NOTE: It is the Bidder's sole responsibility to ensure their submissions are received in a sealed enveloped clearly marked with RIFT 25-01 by the time and date specified within the document The Lowest or Any Bid Will Not Necessarily Be Accepted Municipality of Bayham P.O. Box 160 56169 Heritage Line Strafforciville, ON NOJ 1YO Company Name: Please return this cover sheet with your submission 1.0 Ag.= The scope of RFT 25-01 is to obtain a Contractor for the supply and application of liquid solutions for the use in dust control and road stabilization in the Municipality of Bayham. The quantities shown in RFT 25-01 are expressed as flake metric tonne equivalents. Bidders failing to follow the requirements of the bid process may result in their tenders being reed. 2.1 Inquiries Inquiries are to be directed to. - Steve Adams, Manager of Public Works The Corporation of the Municipality of Bayham, 56169 Heritage Line, Straffordville, Ontario N0J 1Y0 Email: sadamsp_bayham.on.ca Questions of clarification will be answered individually, but response(s) to any question that modifies the scope of the Request for Tender will be posted on the Municipal Website (Bids & Tenders Section). it is the responsibility of the Bidder to ensure they have reviewed all addendums prior to submitting a bid. A response may not be provided for inquiries that are received later than 2:00 PM, three (3) business days prior to closing. 2.2 Tender Submission All Tenders must be submitted upon the documents provided, duly completed & signed (where applicable), and must include: Complete Form of Tender: Section 1: Bidder Information Section 2: Schedule of Items & Prices 2.3 Form of Tender The Form of Tender must be completed in ink, in full, signed and returned in a sealed envelope dearly marked with the name and address of the bidder, title of tender & contract number, facsimiles and emails are not acceptable. 2A Tender Submission Closing Sealed tenders for RFT 25-01 Supply and Apply of Dust Control will be received at the office of the Municipality of Bayham, 56169 Heritage Line, Straffordville, ON in a sealed envelope up to 11:00 am, local time on Friday, March i, 2025. 2.5 Late Submissions Tenders received by the Corporation of the Municipality of Bayham later than the specified closing time will be returned unopened to the Bidder. 2.6 Withdrawal or Alteration of Tenders A Bidder who has already submitted a tender may submit a further tender at any time up to the official dosing time. The last tender received shall supersede and 2 invalidate all tenders previously submitted by that Bidder as it applies to this tender. A Bidder may withdraw a submitted tender at any tirne up to the official dosing time. Withdrawal requests received after the tender using time will not be permitted. A Bidder may withdraw or after the tender at any time up to the specified time and date for tender closing by submitting a letter bearing the Bidder's signature to the authorized representative who will marl[ thereon the time and date of receipt and will place the letter in the tender box. The Bidder's name and the contract number shall be shown on the envelope containing such letter. Telegrams, facsimiles (faxes), emails, or telephone calls will not be accepted. Tenders withdrawn under this procedure cannot be reinstated. 2.7 Tender Changes & Addendums Any and all changes to the terms, conditions or specifications required before the tender closing will be issued by the Municipality in the form of a written Addendum. If Addenda are Issued, their receipt must be acknowledged by the bidders in the appropriate section of the Form of Tender. 2.8 Examination of Tender Documents Each Bidder must satisfy himself/herself by a personal study of the tender documents, by calculations, and by personal inspection of the site, respecting the conditions existing or likely to exist in connection with the proposed work. There will be no consideration of any claim, after submission of tenders, that there Is a misunderstanding with respect to the conditions imposed by this request. Prices bid must include all incidental costs and the Bidder must be satisfied as to the full requirements of the tender. No claims for extra work will be entertained and any additional works must be authorized in writing prior to commencement. Should the Bidder require more information or clarification on any point, it must be obtained prior to the submission of the Tender. 2.9 Completion of the Tender The Form of Tender and other relevant documents must be completed in hard copy. All entries shall be dear, legible and rnade In a non -erasable medium. Entries must be made for unit price, lump sum, extensions and totals as appropriate. All items shall be tendered according to instructions contained within the Tender Documents. Alterations may be made provided they are legible and initialed by the Bidders signing officer. Tenders which are incomplete, conditional, illegible or obscure, or that contain additions not called for, reservations, erasures, alterations incorrectly submitted, or irregularities of any kind may be rejected. In the event of a discrepancy between the unit price and the total price, the unit price shall prevail. 2.10 Tender Acceptor Reject The Corporation of the Municipality of Bayham reserves the right to accept or reject any and all tenders. Lowest or any other bid not necessarily accepted. 3 The Corporation reserves the right to reject any or all tenders and to waive formalities as the interests of the Corporation may require without stating reasons therefore. Notwithstanding and without restricting the generality of the statement immediately above, the Corporation shall not be required to award and accept a tender, or recall the Tenders at a later date: a) When only one (1) tender has been received as result of the Tender call; b) Where the lowest responsive and responsible Bidder substantially exceeds the estimated cost of the goads or service; c) When all tenders received fail to comply with the specifications or Tender terms and conditions; d) Where a change in the scope of work or specifications is required the lowest or any tender will not necessarily be accepted. The acceptance of a tender will be contingent upon an acceptable record of ability, experience and previous performance. The Corporation shall not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by any Bidder by reason of the acceptance or the nonacceptance by the Corporation of any tender or by reason of any delay in the acceptance of a Tender except as provided in the tender document. Where the tender documents do not state a definite delivery/work schedule and a submitted tender is based on an unreasonable delivery/work schedule, the tender may be rejected. 2.11 Tender Firm Pricing Tenders are to remain in firm for the acceptance for a period of sixty (60) days from the date of tender closing. 2.12 Tendered Values All prices must be stated in Canadian funds. Prices must be also inclusive of customs, duty, and freight if applicable. 2.13 Tender Award Procedures It is the intention of the Corporation to award the work of this tender to only one (1) qualified Bidder. The lowest or any Tender may not necessarily be accepted. Unless stated otherwise the following procedures will apply: a) The Corporation will notify the successful Bidder that his/her Tender has been accepted, within shay (60) calendar days of the Tenderclosing. b) Notice of acceptance of Tender will be by telephone and/or by written notice. e,) Immediately after acceptance of the Tender by the Corporation, the successful Bidder shall provide the Corporation with any required documents within fourteen (14) calendar days of the date of notification of award. 2.14 Addenda If required by the Corporation, addenda will be posted on the Municipal Website (Bids & Tenders Section). it is the responsibility of the bidder to ensure they 4 have reviewed all addendurns prior to submitting a bid. Bidders shall be required to acknowledge receipt of addenda on the Bidder's Information / Addenda Acknowledgement Form contained in the bid document. 2.16 Tender Selection The acceptance of a Tender will be contingent upon, however not limited to, the following considerations: a) Ability to met or exceed the specifications and requirements b) Compliance with Tender process c) Tendered Price d) Staff review and recommendation e) Lowest or any other bid not necessarily accepted NOTE: For clarity the 'Unit Price In Flake Equivalent Tonnes' will be utilized to determine the low bid. 3A Schedule of Work Generally in the Municipality of Bayham dust control is to be applied between May 1 to June 30th in each year In which the contract Is in effect, subject to weather conditions. Liquid shall be supplied by the contractor within 48 hours notification by the Municipality. The Municipality may elect/require additional liquid applications during the summer months. 3.2 Location of Work The work will be located within the Municipality of Bayham on gravel roads and a holding tank located at 8354 Plank Rd, Bayham, ON. The Municipality will supply mapping to the successful Bidder. 3.3 Supply of Materials All materials necessary for the completion of the work shall be supplied by the contractor, except as specifically noted, and the payment provided in the contract shall be deemed to include full compensation of such materials. The Contractor shall supply a list of suppliers of materials related to the tendered works. 34 Ontario Provincial Standards General Conditions of Contract Unless otherwise noted, the general terms and conditions of the Ontario Provincial Standards General Conditions of Contract (OPS-GC), shall prevail. The Ontario Provincial Standards and Specifications (OPSS) and the Ontario Provincial Standard Drawings (OPSD) as well as the MTO Standard Specifications and Standard Drawings, form part of this contract. The text of all the OPSS's are contained in the Manual "Ontario Provincial Standard Specificatione: Volume 1 Construction Volume 2 Materials 5 OPSD's are contained in the Manual "Ontario Provincial Standards for roads and Municipal Services" Volume 3. Liquid Calcium Chloride means liquid calcium chloride solution containing a minimum of 35 per cent by mass of pure Calcium Chloride. Effective Chloride Composites means liquid solutions containing a minimum combination of calcium and magnesium by mass of 18 per cent. 35% Calcium/ Magnesium Chloride solution shall be a solution containing not less than 27% by mass of calcium chloride plus magnesium chloride in sufficient amount to yield a combined calcium chloride equivalency of not less than 35% calcium chloride using industry or MTO standards for equivalency ratings. In either case the resulting solution shall have a pH between 6 and 9 and shall not contain any other impurities exceeding 2% by mass and shall not contain any amounts of hazardous impurities exceeding levels permissible by any agency, regulatory or other governing body. The onus of proof of compliance shall rest solely on the supplier of any such products who shall supply representative certificates of analysis and other such reasonable documentation upon demand to support compliance with the above specifications For the purpose of this quote, the effective chlorides for dust control purposes are considered to be magnesium and calcium chloride (minimum 18%) by mass in the solution(s) being quoted. The application will be performed in conformity with OPSS 506, including the supply of the equipment as specified in OPSS 506, specifically the mixing tank and distributor. &5 Quality Assurance Testing The Municipality may test the Calcium chloride solution provided by the contractor as frequently as required to establish acceptability of the materials being provided. All products quoted on shall have a Certified Laboratory Product Report returned with this document. &6 Weigh Tickets Weigh tickets provided to the Municipality are to show the net weight in both liquid tonnes and flake tonne equivalent. 3.7 Length of Contract Term of Contract to be April 1, 2025 - December 31, 2027 with three (3) additional mutual one-year renewal options. 3.8 Indemnification The sucosssful Bidder sirell indamnlfy and i*lald The Corporotion, its officers, ccuficil members, partriem agents and employees from and against all actlons, clalms, demands. Losses, costs, darnagesr suits or proceedings whatsoever which may be brought aganns# or Made upon The Corporation and against all loss, liability, judgments, clalms, suits. demands or expenses w1frh The Corporation may sustain, suffer or be put to resubig from or arising out of the successful Qidders' {allure to exercise reasonable care, skill or diligence or omasslons in the perfomiance or rendering of any work or service required hereunder to be performed or rendered by the successful Bidder, its agents, officials and employees. 3.9 Insurance Requirements a) Commercial General Liability The successful Respondent(s) shall, at his/her expense, obtain and keep in force during the term of this Agreement, Commercial General Liability Insurance satisfactory to the Municipality, including the following and underwritten by an insurer licensed to conduct business in the Province of Ontario: I. A limit of liability of not less than $2,000,000/occurrence. ii. The Municipality shall be named as an additional insured; Ili. The policy shall contain a provision for cross liability in respect of the named insured; iu Non -owned automobile coverage with a limit of at least $2,000,000 including contractual non -owned coverage; V� Products and completed operation coverage (Broad Form) with an aggregate limit not less than $2,000,000, vi, That 30 days prior notice of an alteration, cancellation or material change in policy terms which reduces coverage shall be given in writing to the Municipality; b) Proof of Insurance The successful Respondent(s) shall provide, together with its Executed agreement, a certificate(s) of insurance of certified copy(s) of the above -referred to policies, satisfactory to the Municipality, together with proof of renewal at least ten (10) days prior to expiry. Provided that if a certificate is provided, all requirements as above set forth must be shown on the said certificate and notwithstanding the provision of any certificate, the Municipality may require that the Respondent(s) provide a certified copy of the policy. 3.10 Workplace Safety & Insurance Board The Tenderer shall provide the Municipality a valid WSIB Clearance Certificate. All applicable current health and safety legislation and environmental legislation and reputations are considered the minimum requirements that the Contractor must meet. The Contractor must ensure that all of their employees and sub -contractors have safety training and certifications equal to, or exceeding, the requirements set forth in the current Occupational Health and Safety Act and current regulations. Health and Safety issues will always be given immediate attention by the Municipality and its representatives, and the Contractors and Its sub -contractors. All employees, contractors/sub-contractors, suppliers and visitors/residents must immediately report unsafe conditions, incidents, and accidents to the Pn*ect{Site Supervisor/ Inspector. The Municipality takes pride In the commitment of our employees and contractors, and will take the necessary steps to ensure Health & Safety on all projects. 3.11 Regulation Compliance and Legislation The successful. Bidder shall ensure all goods, services and products provided in respect to this Tender are in accordance with, and under authorization of all 7 applicable authorities, Municipal, Provincial and Federal legislation laws applying thereto. 3.12 Ability and Experience of Bidder It Is not the purpose of the Municipality of Bayham to award this contract to any Bidder who does not furnish satisfactory evidence of possessing the ability and experience in this class of work and sufficient capital and plant resources to ensure acceptable performance and completion of the Tender. The following criteria will be utilized by the Corporation to determine whether a Bidder is qualified to undertake the award; a) The Bidder's ability and agreement to supply the product b) The Bidder's ability to work effectively with the Corporation staff and other representatives c) The Bidder's history with respect to providing satisfactory results and acceptable cooperation A Bidder is invited to provide any additional information it determines will assist the Corporation in using the aforementioned criteria. The Corporation may reject the lowest or any submissions if after investigation and consideration, the Corporation concludes, in its opinion, that the Bidder is not able to supply the product in a manner satisfactory to the Corporation. The Owner reserves the right to reject the tender of any bidder who does not furnish satisfactory evidence of sufficient capital, plant and experience to successfully execute and complete the work in the specified time. THE CONTRACTOR SHALL BE ABLE TO DELIVER A MINIMUM OF 60,000LiDAY UPON 48 HOURS NOTICE. Tender Quantities are approximate and may be subject to change, dependent upon prices submitted. The quantity indicated is an estimate based on expectations under normal conditions. The amounts may be adjusted to accommodate weather conditions or any other uncontrollable items. The Contractor agrees to honour the unit prices as quoted in this tender. 3.13 Cancellation The Corporation reserves the right to immediately terminate the Contract at its own discretion, including but not limited to such items as non-performance, late deliveries, inferior quality, pricing problems, etc. If the successful Bidder should neglect to execute the work properly or fail to perform any provision of this Award, the Corporation, after three (3) business days written notice to the successful Bidder, may, without prejudice to any other remedy in existence, make good such deficiencies and may deduct the cost thereof from any payment then and thereafter due to the successful Bidder. Continued failure of the successful Bidder to execute the work properly shall result in a termination of Contract. The Corporation shall provide written notice of termination. &14 Goveming Law This Tender and subsequent contractlagreements will be interpreted and governed by the laws of the Province of Ontario. 3.16 Freedom of Information Any personal information required on the Tender Form is received under the authority of the Municipal Freedom of Information and Protection of Privacy Act RSO, 1990. This information will be an integral component of the Tender submission. All written Tenders received by the Municipality of Bayham become a public record, once a Tender is accepted by the Municipality of Bayham, and a contract is signed, all information contained in them is available to the public, including personal information. Questions about collection of personal information and the Municipal Freedom of Information and Protection of Privacy Act R.S.O. 1990, Chapter M.56, as amended, should be directed to: Clerk The Corporation of the Municipality of Bayham, 56169 Heritage Une, Straffordville, Ontario NOJ 1Y0 Telephone (519) 866-5521 The Clerk has been designated by the Municipality of Bayham Council to carry out the responsibilities of the Act. 3.16 Sub -Contacts The contractor agrees to submit a list of any sub -contractors who will be carrying out any part of this contract. This list shall show the names of the proposed sub -contractors and for what work each sub -contractor will be responsible. The owners have the right to reject any of the contractors so named. In this event, the contractor shall arrange to have the work done by such other sub -contractor as may be approved by the owner. Should the contractor cease operations, under no circumstances shall sub -contractors be allowed to continue the work unless, an authorized representative of the contractor is present at all times. The contractor shall notify the Municipality of Bayham in writing of the names and positions of the person or persons so representing the contractor. As part of this Tender Package, Standard Forms for listing of any Sub -Contractors have been included. Tenderers shall include the completed form with their submission of Tender. 3.17 Further Terms and Conditions The Bidder must agree to abide by all clauses and conditions. The Munic;ipaliity of Bayham reserves the right to increase or decrease the amounts required. 3.18 Harmonized Sates Tax (HST) The Harmonized Sales Tax, will be calculated as per current government legislation @ 13 percent. 3 3.19 Terms of Payment Unless otherwise stated herein, the Corporation's normal terms of payment will be Net Thirty (30) calendar days from the Receipt of Goods/Services or the Date of Invoice, whichever occurs later. Invoices shall be forwarded to the attention of: Manager of Public Works The Corporation of the Municipality of Bayham, 56169 Heritage Line, P.0 Box 160, Straffordville, Ontario NOJ 1 Y0 Telephone (519) 8W5521 FORM OF TENDER SECTION 2 - SCHEDULE OF ITEMS AND PRICES I/We the undersigned agree to Supply and Apply Dust Control as required by and in compliance with the terms, conditions and specifications noted in RFT 25-01. Further to section 3.4 of RFT 25-01 for the purpose of this quote, the effective chlorides for dust control purposes are considered to be magnesium and calcium chloride (minimum 18%) by mass in the solution(s) being quoted. 35% Calcium Chloride 1 Flake Equivalent Ton = 325.7 Gallons= 1480.7 Litres 1 Flake Metric Tonne = 358.03 Gallons =1632 Litres Alternative • For products containing less than 35%, please state the respective combined composition of cesium and magnesium chkxrcle (minimum 18%) by mass in the solution(s) being quote: Effective Chloride Composites: Total Effective Chloride Percentage 30 For comparison purposes: 1 unit of 35% Calcium Chloride = 1.22 unit(s) of Alternative Product (Comparison Factor) The Municipality reserves the exclusive right to determine the ratio of equivalency when analyzing quoted prices used on previous experience, product reliability, field performance, geographic conditions, and desired results. Liquid Calcium Chloride 36% Solution Estimated Yearly Unit Price in Description Quantity in Flake Flake Total Tender Equivalent Equivalent Tonnes Tonnes Supply and apply Liquid Calcium Chloride 35°� Solution on various roads 1 300 +HST +HST and locations in the Municipality of Bayham -OR- uid Description Supply and apply Liquid Calclum/Magnesium Chloride 35% Solution on various roads and locations In the Municipality of Bavham esiurn Chloride 1 Estimated Yearly Quantity In Flake Equivalent Tonnes _ MY KKa Unit Price in Flake Equivalent +HST Total Tender +HST Effective Chloride Com Ites - - Estimated Yearly Unit Price_ in Description Quantity in Flake Flake Total Tender Equivalent Equivalent Tonnes Tonnes Supply and apply Effective Chloride Composites on various roads and 300 $500.00+HST $150,000.00 +HST locations in the Municipality of Bayham NOTE: For clarity the 'Unit Price in Flake Equivalent Tonnes' will be utilized to determine the low bid. UWe offer at the Unit Price in Flake Equivalent Tonnes tendered price of $ 500•G to supply and apply dust control pursuant to RFT 25-01 in the Municipality of Bayham. Signature of Bidder: Date: February 20th f 2025 IMIe have Authority to Bind the Corporation 1. Lowest or any quotation not necessarily accepted. 2. Each quote must be ao=panied by an M.S.D.S. specifically listing: a. Place of manufacture b. Company of manufacture 2 Sub -Trade OWN FORCES The Corporation.of the Municipality of Bayham RFT 25-01 Supply & Apply Dust Control List of Proposed Sub -Contractors Name of Proposed Sub -Contractor OWN FORCES To be completed and returned with tender. Address of Sub -Contractor OWN FORCES Year Completed 2024 '?024 20�4 The Corporation of the Municipality of Bayham RFT 26-01 Supply & Apply Dust Control Tenderees Experience in Similar Work Description of Work Dust Control Supply & Application Dust Control Supply & Application Dust Control Supply & Application To be completed and returned with tender. For Whom Value Work Performed Municipality of Huron $338,910.00 East Township of Perth East $344,100.00 Municipality of $169,200.00 Biuewater a-�!-� QM4 FORM OF TENDER SECTION 1: BIDDER INFORMATION QUOTATION SUBMITTED BY: 552976 Ontario Limited ADDRESS: 2200 Comber Sideroad CITY: Stoney Point POSTAL CODE: NOR 1 NO SIGNATURE' ,A!?� TITLE: Director NAME: (Please print or Type): Clayton Holland TELEPHONE NUMBER: 519-981-9585 FAX NUMBER: N/A HST REGISTRATION # 106-365-422 EMAIL ADDRESS:_Clayho11236@gmail.com DATE OF SUBMISSION: February 20th / 2025 A 11 0 ThEs certificate is issued as a matter of information wdyr arnd confers no riglrts upon the fill tptxgderandknposftaoW6ftonftkaurer. liras tertlRcate does not amend, extend or after the Coverage afforded by the ponies below. 552976 Ontario Ltd. and Newman Petroleum (1998) Inc. McFatlan Rowlands insurance Brokers Inc. o/a Cliff Holland Trucking 164 Gentles St. W. 2200 Comber Sideroad, RR # 1 Ingersoll, Ontario Stoney Point, ON NOR1N0 I �- woKws cuExr v_ imseac y PwAl. carx: N5C 21-6 This is to certify that the policies of insurance listed below have been issued to the insured named above for the policy period indicated notwithstanding any requirement term or Condition of any contractor other document with respect to which INS certificate may be issued or may pertain. The Insurance afforded by the policies described herein is subject to all terms, excluszorrs and conditions of such policies. LiMtrs SHOWN MAY HAVE BEEN REDUCED BY PAID CLAAllfS COMMERCIAL GENERAL LIABILITY its WDE OCCURRENCE 14' PRODVCrSA:KKWCOMIRLETWOVERATIONS i EMPLOYEWS i.tABILrrr CROSS t.0 MLITY ]C TENAN13 rNPA J NONORNEDAUTOMOBLES � r�oA►rrat-es POLLVTM UASUM EXTENSM AUTOMOBILE LIABILITY X, OESC:l MAVTOMOSU! ALL OWNED AtfTVS I 63 LEASED 4%EXCESS DK 53 Dh}!, A I1Er[E EXCESS LIABILITY UNISFIELLA FORM OTHM THAN UNSFIELLA FORM OTHER (SFEaFY) x ; Motor Truck Cargo Pwiner•s) DedUCtible $5.000 Intact insurance Company 2025.02-20 50122662V r Intact insurance Company 730523027 Intact Insurance Company 50122662V i iL.r.u-tx 't4. 3 ;,crit',wrr_ � txwhu�sLr-Y 2026-02-20 urLo- a ..- I .tr,c�.asa,irr. Irkrrxcu i sui.:rrrNrc�}r, I [K.rlk4 a'.rts, Rib &%TVEPI` Uft i l =rAv#%U - SLl nSM1 2025-02-20 2026-02-20 . —1- S 5,000.000, S 4 s 5.000,000 1 S 5,000,000- f S 500,000 5 50,000 S _ 5.000.000 5 I Sra7rr h`irr fy +.-roa �xs{vrr [}YJ'b.7t -- — F�tt'HCY=til1'tle€t'GE S . i AC.A;E AtE 2025-02-20 2026-02-20 'IT The certificate holder has been added as an additional insured to the Commercial General Liability Rider of this policy but only with respect to liability caused, in whole or in part, by the Named Insured in the performance of the insured's ongoing ' operations. Policy limits are not increased by such addition, (.Operations: Road Brine Application, Trucking and Hauling Services Municipality of Bayhatn 56169 Heritage Line, PO Box 160 Straffordville, ON NW 1Y0 SGva-0l©Lrure0wtFnRVR--S iTAf NE l=aX nil {st9)$79-.222& W t�.?4iDRE5S Aes fnrfr.Ca CiA(Uyq'mnrprYkm�i4MrFbnea'�rrawtsMearaftiwrncr arse —_ Should ally of the above pies be amelled bebre the expiation date thereofthe iswNciorttparrymfflaxksvwbmail 30 days wrjtten nice tDthe m4Viicale holder vaned on the let{, but Wm bD rrW arch mice no ob*tion or ilabdity of any kind upon the =Wariy. its ajants or mWesentatives FR44T tAME NCWDNG P©SMON HELD Jeanette Charles. Commercial Account Marept wwA%y McFarlaa Rowlands insurance Brokers Inc.. l LATE February 21. 20 r'1Yi. C-! Ve �/ StAy of ms. an DM aurs: Al IViN rese-tee wsib vsib.ca O N i A R 1 0 March 26, 2025 552976 ONTARIO LIMITED 2200 COMBER SIDEROAD RR 1 POINTE AUX ROCHES ON NOR 1 NO Independent operator without coverage 10 # 5646359 Vehicle identification Number (VIN) 9 FUJALCK47OW88080 Hello, CLAYTON HOLLAND contacted our office on 21Mar2025, Ong that they do not have employees and requested a workerlindependent operator status determination under the Workplace Safety and Insurance Act (WSIA). I have reviewed the existing "conditions of employment" for CLAYTON HOLLAND as described in the determining workerlindependent operator status questionnaire. Based on this information, I have determined that this person is an Independent operator under the WSIA. If they experience an accident or illness due to the work they perform, they will riot be eligible for benefits with the WSIB since they have not applied for optional insurance coverage. For more inform about independent operator determinations and optional insurance, visit wsib.ca to view our Workers and Independent Operators policy. When hiring an independent operator, a principal is not exempt from possible civil proceedings. This situation can occur if the independent operator is injured or becomes 11 while working on -site, under contract, and has no WSIB coverage. The Occupadonal Health and Safety Act and its regulations, as it relates to site safety, are the principal company's responsibility. The principal does not have to report the value of labour on contracts with CLAYTON HOLLAND as insurable earnings since their relationship is'not considered to be that of employer and worker. This independent operator status ruling letter can be presented to any principal for which CLAYTON HOLLAND provides transportation services. However, if the vehicle identification number (VIN) changes or a new business relationship is entered into withffor CLAYTON HOLLAND, they must complete a new transportation industry — detemaining workerlindependent operator status questionnaire. Contact accessibility(d)_wsib.on.ca if you require this communication in an alternative format. wsib.ca I MWE: 200 Front Sheet west, Toronto, Ontario, M5V 3J1 I Tad 14MG W-OM I TTY=14MO3874MM 14683A (O6r23} Pave i of 2 My decision is based on the information provided. We may verify this decision, and information supplied at any time, during a WSIB audit. The individual and/or principal must notify the WSIB within 10 days if the business activities change. As with any WSIB decision, you have the right to appeal this independent operator status decision. The WSIA imposes time limits on appeals. If you plan to appeal this decision, the WSIA requires that you notify me in writing no later than September 26, 2025. Please call 14800-387-0750 if you have any questions. Thank you, Account Specialist Employer Services Centre QmPloyeraccounts c�?Dwsib.on.ca 1-800-387-0750 9 rJ6BJA Pate 2 of 2