Loading...
HomeMy WebLinkAboutBy-law No. 2015-047 THE CORPORATION OF THE MUNICIPALITY OF BAYHAM BY-LAW NO. 2015- 047 A BY-LAW TO AUTHORIZE THE EXECUTION OF AN AGREEMENT BETWEEN THE MUNICIPALITY OF BAYHAM AND WILSON LAWN CARE & SNOW REMOVAL FOR THE PROVISION OF LANDSCAPING SERVICES WHEREAS the Municipality of Bayham is the registered owner and/or lessee of various lands AND WHEREAS the Council of the Corporation of the Municipality of Bayham is desirous of entering into an agreement for provision of landscaping services on these lands. THEREFORE THE COUNCIL OF THE CORPORATION OF THE MUNICIPALITY OF BAYHAM ENACTS AS FOLLOWS: 1. THAT the Mayor and Clerk be and are hereby authorized to execute the Agreement between the Municipality of Bayham and Wilson Lawn Care and Snow Removal for the provision of landscape services. 2. THAT this by-law shall come into full force and effect upon the final passing. READ A FIRST, SECOND AND THIRD TIME AND FINALLY PASSED THIS 7TH DAY OF MAY 2015. LiCtiCX M " OR CLERK Schedule"A" B/L 2015-047 LANDSCAPE SERVICES THIS AGREEMENT made in triplicate this 7TH day of May, 2015. BETWEEN WILSON LAWN CARE AND SNOW REMOVAL ( hereinafter referred to as the"Contractor") of the First Part -and- THE CORPORATION OF THE MUNICIPALITY OF BAYHAM (hereinafter referred to as the "Municipality') of the Second Part WHEREAS the Municipality is the registered owner and/or the lessee of the lands shown on the various maps attached hereto as "Map 1", "Map#2", "Map#3", "Map #4" and "Map#5", hereinafter referred to as the "lands"; AND WHEREAS the Contractor wishes to provide landscape services for the said lands; AND WHEREAS in consideration of the payment of the sum of monies as described within the context of this agreement by the Contractor to the Municipality and other good and valuable consideration, the sufficiency of which is hereby acknowledged, the parties hereto agree as follows: 1. The Municipality grants permission to the Contractor to enter upon municipal lands for the purpose of maintaining the lands. 2. The Contractor agrees to provide landscape maintenance as needed for the lands. 3. The Municipality shall pay to the Contractor for the following properties, the total sum, payable in equal monthly installments. -2 - Schedule"A" BIL 2015-047 Vienna—Map #2 $202.50 Area K (Edison Museum -14 Snow St&southside vacant lot) Area L (Vienna Community Centre& Ball Park—26 Fulton St.) Area M (Lions Park) Area N (Proposed Edison Museum Lot) Strafordville—Map#3 $203.75 Area O(Firehall - 55764 Third St) Area P (Municipal Office& Library) Area Q (Bayham Community Centre& Park- 56169 Heritage Line) Area R (Parkette- 56301 Heritage Line© Plank Road) Area S (8934 Plank Road Pump Stn 5) Eden—Map#4 $ 90.00 Area U (Eden Community Centre) Area V (11403 Plank Road Pump Stn 1) Corinth—Map#5 $ 71.25 Area W Community Park(54286 Best Line) Area X (S/E Corner Culloden Road/Best Line) 4. The Contractor agrees to indemnify the Municipality and save it harmless from and against any and all claims, demands, loss, actions, damages, liability, and expenses, in connection with loss of life, personal injury, or damage to property arising from any occurrence on said lands howsoever such claims may arise, providing proof of liability insurance not less than $2,000,000 prior to May 1, 2015 and that the insurance shall name the Municipality of Bayham as an additional insured. 5. The Contractor will observe and adhere to the standards set out in Appendix "A" attached hereto. - 3 - Schedule "A" B/L 2015-047 6. The Contractor shall not impede parking, pedestrian or vehicular traffic to the subject lands. 7. The Municipality shall have access to the site and surrounding area at all times. 8. The Contractor shall not subcontract any or all of this agreement without the prior and express approval of the Municipality. 9. This Agreement may be terminated at any time by either party giving the other party 30 days written notice of termination. IN WITNESS WHEREOF the Contractor and the Municipality have hereunto set their hands and Corporate Seals this 7T" day of May 2015. SIGNED,SEALED AND WITNESSED ) THE CORPORATION OF THE ) MUNICIPA Y OF YHAM ) ) Paul E s, MAYOR ) Lyilda Millard, CLERK ) CONTRACTOR In the Presence of ) dr- Schedule "A" B/L 2015-047 Appendix"A" LANDSCAPE MAINTENANCE SCOPE OF WORK 1. GENERAL-LANDSCAPE SERVICE 1.1 Except as otherwise expressly provided the contractor shall furnish all the necessary labour, materials and equipment to perform the work specified in this contract. 1.2 The contractor shall be solely responsible for loss or damage of his equipment and for any material delivered to him from whatsoever source. 1.3 The contractor shall be responsible for all damages caused during the execution of the work and shall impose as little inconvenience as possible on the residents during the performance of this contract. 1.4 All work performed by the contractor shall be executed to the satisfaction of the municipality. 1.5 Failure to provide and maintain a standard of service and workmanship acceptable to the Public Works Manager will, at his discretion, result in an alternate contractor being hired to do the work with the cost of the same deducted from payment to the original contractor. Repeated failure to meet Municipal standards of service and workmanship will result in termination of the contract. 2. TERMS OF CONTRACT This contract shall be in force for a period of two years, commencing May 1 in the year in which it has been awarded, and may be renewed for an additional one year at the agreement of both the contractor and the Public Works Manager. 3. PAYMENT Invoices shall be submitted on a monthly basis starting one month from the commencement of work. - 5 - Schedule "A" B/L 2015-047 4. DESCRIPTION OF WORK 4.1 Thoroughly rake all grassed areas to remove debris and dead grass early in May. 4.2 All debris shall be picked up prior to mowing operations. Mowing of all turfed areas shall be performed on a regular basis to ensure grass does not exceed 4" in height. The grass is not to be cut to a height of less than 2". 4.3 Excessive grass clippings shall be raked and disposed of by the contractor immediately after each mowing operation. 4.4 Municipal grassed area along public roadways abutting the projects are included in this contract. 4.5 Trimming of grass adjacent to curbs, sidewalks, fences, trees, flower beds, benches, buildings, light standards, hydrants, etc. shall be done immediately after each mowing operation. 4.6 Edging of hedges and sidewalks shall be completed on a monthly basis so that these areas have a neat and well maintained appearance. 4.7 Aerate turf using equipment which removes plugs of soil in June. 4.8 All hard surfaces, which includes parking lots and sidewalks, must be swept clean each time the contractor is performing work on site. 4.9 The Public Works Manager shall notify and consult with the contractor regarding the planting of annual flowers each spring. Flower beds are to be weeded and maintained each time the grass is cut. 4.10 Pruning for trees up to 16 feet in height- Pruning shall consist of the removal of excess sucker growth, dead wood and interfering growth, the thinning of branches where necessary, clearing growth from buildings and the shaping of trees. All pruned branches of a diameter greater than 1 inch and all exposed wood or scars resulting from previous work damage shall be painted with approved tree wound paint. Trees and branches which are weak shall be cabled or braced in accordance with approved tree bracing methods. Workmen shall not be permitted to climb live trees with climbing spurs, but they shall employ accepted tree climbing methods. Timber, brush and all other debris resulting from this work shall be entirely removed from the project and disposed of by the contractor at his own expense on the same day trees are pruned. 4.11 Trimming, and removal of dead growth, of all hedges and shrubs shall be performed during June (evergreens ), in June, July and September(deciduous) and vines are to be trimmed as required to present a neat appearance. 4.12 Debris and garbage can contents shall be disposed of by the contractor at the Public Works Yard in Straffordville or Port Burwell. 4.13 The municipality shall not pay for travel time between locations. - 6 - Schedule "A" B/L 2015-047 5 SCHEDULE OF WORK 5.1 Commencing May 1st to October 31st, the contractor shall begin the contract. Equipment shall not be operating in the contracted areas prior to sunrise and must be off the area before sunset, on weekends, and/or during events that are held in the parks. a. The Contractor shall generally conduct landscape services activities every ten (10)days. b. The Manager of Public Works shall advise the Contractor of the date which landscape services activities may commence for the first time each year. c. The work outlined in Section 4.1 shall be completed during the first cut of the year as outlined in Section 5.1 (b). 5.2 Tender PW 2015-03, as amended, shall form part of this agreement, attached hereto as Schedule 'B'. 5.3 The Manager of Public Works shall have absolute, and unfettered, final discretion on work. - 7 - CSILo CERTIFICATE OF LIABILITY INSURANCE fi rs certificate is issued as a matter of information only and confers no rights upon the certificate holder and imposes no liability on the insurer. This certificate does not amend,extend or alter the coverage afforded by the policies below. 1 CERTEICATE HOLDER-NAME AND MARINO ADDRESS 2 INSLNLED S FULL,NAM AND MAILIIrG ADDRESS Municipality of Bayham 9344 Plank Rd.,P.O.Box 160 WILSON LAWN CARE 42 VICTORIA ST Straffordville,ON NOJ 1Y0 PORT BURWELL,ON NOJ 1TO 3 t3ESCRIPTICN OF OPERA11ONSLLOCA11ONSFAUTOMOBILE3P PECIAL ITEMS TO WHICH THIS CERTIFICATE APPLIES{11'(""11'24p.+a ro Jre cde-.iooe`#4h•rlvea)a"."t - Lawn care and Snow removal 4. COVERAGES This is to certify that the policies of insurance listed below have been issued.to the insured named above for the policies period indicated notwithstanding any requirement, terms or conditions of any contract or other document with respect to which this certificate may be issued or may pertain.The Insurance afforded by the policies described herein is subject to all the terms,exclusions and conditions of such policies. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSURANCE COMPANYigCO tL otherwise) TYPE OF INSURANCE r EFFECTIVE DATE (Canadian gym) un ANO MUM.NUMBER YYYWMM/DD YYYYIMMIVO COVERAGE DED r CE�p ility COMMERCIAL GENERAL LIABILITY Unica Insurance Inc. 2015/ 3/15 2016/ 3/15 CommercialilInjury d p eraty a Damage Damage X❑Claims Made OR ❑ Occurrence Liability- -General Aggregate 2,500 5,000,000 X❑Products and/or completed operations YFHOPCI5515 -Each Occurrence 2,500 5,000,000 Ll Employers Liability Products and Completed 2,500 5,000,000 Operations Aaareoate ❑Cross Liability 0 Personal Injury Liability ❑Personal and Advertising Injury Liability Medical Payments 2,500 10,000 ❑Tenants Legal Liability Tenants Legal Liability 2,500 300,000 ❑Pollution Liability Extension Pollution Liability Extension ❑Non-Owned Automobiles Non-Owned Automobile ❑Hired Automobiles AUTOMOBILE LIABILITY Bodily Injury and ❑Described Automobiles Property Damage Combined ▪All Owned Automobiles Bodily Injury ❑Leased Automobiles" (Per Person) ❑ Bodily Injury ❑ (Per Accident) "Ali Automobiles leased in excess of 30 days where the insured is required to Property Damage provide Insurance EXCESS LIABILITY Each Occurrence ❑Umbrella Form Aggregate OTHER LIABILITY(SPECIFY) 5 CANCELLATION Should any of the above described policies be cancelled before the expiration date thereof,the issuing company will endeavor to mail 30 days written notice to the certificate holder named above,but failure to mail such notice shall impose no obligation or liability of any kind upon the company,its agents or representatives. S. BROKERAGE1AGENCY FULL NAME AND MAILING ADDRESS 7 ADDITIONAL INSURED NAME AND MA1UNI3 ADDRESS taut "fti' ie+he$orlito°dr ort^:tiaraet'tnstusdi E. R.ADAMS INSURANCE LTD Municipality of Bayham 19 BROCK ST W 9344 Plank Rd.,P.O. Box 160 TILLSONBURG ON N4G 2A3 BROKER CLIENT ID: WIL634 Straffordville,ON NOJ 1Y0 S CERTIFiCATE AUTHORIZATION Issuer E.R.ADAMS INSURANCE LTD 'Contact Numbers) Type No Type No Authorized Representative Type Phone No(519)688-3500 Type Fax No(519)6889004 Signature of Certificate Date EMail Address Authorized Representative X 2015 I 4 14 0510 C0910ECL-CERTIFICATE OF LIABILITY INSURANCE-2010/09 e 2010,Centre for Study of Insurance Operations,NI rights reserved 25/03/2015 eClearance wsib csp3 7 r i i "u eClearance Clearance Certificate Search Results Contractor Contractor Contractor Clearance Validity Principal Principal Legal / Address Classification Certificate period Legal / Trade Address Trade Name Unit and Number (dd- Name Description mmm- YYYY) THOMAS PO BOX 279 9959-002: S00000069UVC 16-Feb- CORPORATION PO BOX 160, WILSON/ 42 VICTORIA LAWN 2015 to OF THE STRAFFORDVILLE, WILSON'S ST, PORT MAINTENANCE 19-May- MUNICIPALITY ON, NO3 1Y0, CAN LAWN CARE & BURWELL, ON, SERVICES 2015 OF BAYHAM / SNOW NO] 1T0, CAN TOWNSHIP OF REMOVAL BAYHAM Mrps:Neservices.wsib.an.ca/portal/server.pt/communityleservicespublicieGearanceMittps://eservices.wsib.on.ca/portal/server.pt/gaieway/PTARGS 0 203 652.._ 1/1 Pliti6 401x A ..,, ,.(:> ____________x 0:14 g Ltr x 1,....j I v r:4 NM ifs z I M I Ws/ 7 Fil r..,,,,_. . AllMion • llliiIIIIIIII_f IIIIIII 1111111111BC,_ L•":�1 Illllllllllllllllll 111llllllll \ ' 111[:' '' C� !111111ur1' AM . •i -. 11•11 Cr •: 1111111111[11 i!I; %/ +,1,10-mu11111 111:1 EIL4 be be MEIL ININ 11111111/11 1611 \\ 411104T . -5, / \ i4��i11MUNI 11M 1111b 11=! Ch �m:, / • \1111 1111 min Mr Mail •Aft , Nig Illy...... . toilmaw ►�iii s ''.::: { I _....Fog 147§:::). r IL:.„,,,,..„, goo ... , weivosule . / 0,-, jai 41, _ir�l II / gOIIIIg 1111I�11117�1nn i MA Kale WM • ZiL !O:::' 'S: ' .i;''' Oa impinarirlowlmel ------ • ,_ __ i _0 ,.: IN t. 1...: CC AS,, :, 5 a, PAT WPM' r .ted..�.. v.. - - . ifig ilk. .,._ T. _., .r, _ to r ` ti I -. / W 1=____________L"'"`.-.......i rr�'t,rr 4 Z vigils rsIMMEM ima 11, .L it ...i 1101101117.0111 701011 "'" gbh 4S, =l _ r IOW MEW �� s .....01. 110 10°Wli WV.11111011. 11111111 16/171."'.-110111r111111101001111% via ba go rio...ssoi,-011,..itor lolii,ii _ rallos worgis wog so. ,-- g E''rill01111„ ,11111 ! rte• riie-50 �.. r-Air ■ r.•nw-rr r' ,oil `' --- , -fir ■'. .� nollairol 1 so goo 1 la lit N .y,: • .til .! 1' `°/ f . - . 0. 11,E VIENNA amu _, , A .� 1r ryit itl ,.11,44..i E! �11111� MUNIC � �. IPALI`I'Y ®F BAYHAM _,,,, isea2 2 / / -... _. __, ,,_,. , , • \...... STRAFFORDVILLE / \ \ •%. ®�,~�'�. MUNICIPALITY OF BA A�HAIVI r •. _• 3 % 40 / i 4 ' i - 4 Trzto-keraci Pv-t2.0-1S-,3* a /Sr / 4r.: #4 4 i / i'* 'h Iirk"a 1 . \ W, 46,11 a VIP,. - 't. e P 9%'14, ,-2-,-1 , .j/Si .4,..4s.. 16111\4y_.,....„.. . __ 4i:r "Wilir 4k: 4411•iio* ,-:::.," \ _ 44,4410;- lyzii 61T4 A 4 air %4.Ik,& '- ''•-,4 4; k. ,,,y ,. % -. 44,-- AkIti .,4,// ,/i`i . .6''i L f ilkiip me t' tpWil r l // st;Iir %S, , 47.- .: .,* ' • 6?,, at 4k1p4_ IN . kt,:** ,, ,,,,r 4,„, / ,,, , / ti, k cr-':.w4k,„ 41k 4* IA , / 4*o: OW* (44-4.;1;t �, .4 �, '� �� 4 !. / , ,,,4 AV At° �� ., •kms ., /. ph �► ' "%I. ' , r. . r1. S '.,, \ �1. ,,.. Ze ------,„ clo. •.„„„ , t �` g5- .O, i/ I / 4 _141P 4 7 I/ cry Rp y 111615 (.6 metegy EA, 4 u ar. .... ar.! NEN re 4mosis. 4r 4 TL7Iarniir I /07 , 4 0 ♦ fic:;, 3ti, ; ),iiiiib,. ,.., ,,or ORT I.a P{ No-? To SCA t.6 it- 2 �G PAF N 2 P �® G� V d # HAMLET OF EDEN Muti1c►9AL+TY OF' BAYHAM i Mk? IkA TENOGQ. P .03 CYRIL J. DEMEYERE LIMITED CONSULTING ENGINEERS TILLSONBURG, ONTARIO .. Dix A CORINTH . H otp 4-c . Tom. Pk) c-6 3. t ; --j i 540 •• r-- ' I 1 ,liffig, 0 Ist 6418a _ _ 1 r1—. Ri :/ I fa' I ® ---- --_:--1.._ i--- ._4- 1.__Lti; .-411111010- - , NM r-firpoi.%- ....r.,,, 1 4....i 0-4 1 1-... si �.. Ii / /_ i1-_ _,ogo"' jLLi cfr woo 000 ij+ -�.-_-_i JT -----1 1 I i vop#X11414. ' Ipo4- OF 6411 4101r 11 se, 4top n-lni IS1113 THE CORPORATION OF THE MUNICIPALITY OF AYHA``1 TENDER FW2015-03 LANDSCAPE SERVICES 2015-2017 CLOSING DATE: Thursday March 26, 2015 TIME: 12:00 noon LOCATION: MUNICIPALITY OF BAYHAM MUNICIPAL OFFICE 9344 PLANK ROAD STRAFFORDVILLE, ONTARIO ATTN: VANCE CZERWINSKI, MANAGER OF PUBLIC WORKS - p TENDER PW2015- 03. LANDSCAPE SERVICES 2015—201� Instructions to El : 1. GENERAL: Unit price tenders shall be submitted on the form provided, in a sealed envelope which shall be clearly marked "Tender PW2015-03 — Landscape Services". The envelope is supplied with this Tender package. Tenders will be received at the c.-fif;e Vance Czerwinski, Manager of Public Works The Corporation of the Municipality of Bayham, 9344 Plank Road, Straffordville, Ontario N4G 4C8 Telephone (519) 866-5521 Email—vczerwinskinbayharn.on.ca not later than 12:00 noon local time, Thursday. March 26.2015 The lowest or any tender not necessarily accepted. 2. SCOPE: The scope of this tender is for the supply of all labour and equipment required for cutting grass within the Municipality of Bayham. The areas to maintain are parks and recreations properties detailed on the maps attached. The contract price shall remain in effect for two years. The contract may be extended a third year if both the contractor and the municipality mutually agree on a unit price for the extension. GENERAL LANDSCAPE SERVICE SCOPE OF WORK a) Except as otherwise expressly provided the contractor shall furnish all the necessary labour, materials, and equipment to perform the work specified in this contract. b) The contractor shall be solely responsible for foss or damage of his equipment and for any material delivered to him from whatsoever source. c) The contractor shall be responsible for ail damages caused during the execution of the work and shall impose as little inconvenience as possible on the residents during the performance of this contract. d) All work performed by the contractor shall be executed to the satisfaction of the Municipality. e) Failure to provide and maintain a standard of service and workmanship acceptable to the Public Works Manager will, at his discretion, result in an alternative contractor being hired to do the work with the cost of the same deducted from payment to the original contractor. Repeated failure to meet Municipal standards of service and workmanship will result in termination of the contract. DESCRIPTION OF WORK a) Thoroughly rake all grassed areas to remove debris and dead grass early in May. b) All debris shall be picked up prior to mowing operations. Mowing of all turfed areas shall be performed on a regular basis to ensure grass does not exceed 4" in height. The grass is not to be cut to a height of less than 2". c) Excessive grass clippings shall be raked and disposed of by the contractor immediately after each mowing operation. 2 TENDER PW2015-03: LANDSCAPE SERVICES 2015—2017 " tea aam`V d) Municipal grassed areas along public roadways abutting the projects are included in this contract. e) Trimming of grass adjacent to curbs, sidewalks,fences, trees, flower beds, benches, buildings, light standards, hydrants, etc. shall be done immediately after each mowing operation. f) Edging of hedges and sidewalks shall be completed on a monthly basis so that these areas have a neat and well maintained appearance. g) Aerate turf using equipment which removes plugs of soil in June h) Fertilizer shall be applied on all grassed areas in the spring and fall in two(2) passes of opposite directions, using 1/2 recommended rate of application to ensure even coverage. The contractor shall notify the Public Works Manager at least 24 hours prior to commencement of the fertilizing application. Fertilization shall conform to the recent changes in the regulations as to banned substances. i) Weed repellant for broad leaf weeds only, shall be applied on all grassed areas in the spring and fall during the two(2)passes of opposite directions, using %the recommended rate of application to ensure even coverage. The contractor shall notify the Public Works Manager at least 24 hours prior to commencement of the weed repellent application. Note: A Weed and Fend combination may be used in place of fertilizer and weed repellent under items h)and i). j) All hard surface areas, which includes parking lots and sidewalks, must be swept clean each time the Contractor is performing work on site k) The Public Works Manager shall notify and consult with the contractor regarding the planting of annual flowers each spring. Flower beds are to be weeded and maintained on a weekly basis. I) Pruning for trees up to 16 feet high-Pruning shall consist of the removal of excess sucker growth, dead wood and interfering growth, the thinning of branches where necessary, cleaning growth from buildings and the shaping of trees.All pruned branches of a diameter greater than 1" inch and all exposed wood or scars resulting from previous work damage shall be painted with approved tree wood paint. Trees and branches which are weak shall be cabled or braced in accordance with approved tree bracing methods. Workmen shall not be permitted to climb live trees with climbing spurs, but they shall employ accepted tree climbing methods. Timber, brush and all other debris resulting from this work shall be entirely removed from the project and disposed of by the contractor at his own expense on the same day trees are pruned. m) Trimming and removal of dead growth, of all hedges and shrubs shall be performed during June (evergreens), in June, July, September(deciduous)and vines are to be trimmed as required to present a neat appearance. n) Debris and garbage can contents shall be disposed of by the contractor at the Public Works Yard in Straffordville or Port Burwell a) The Municipality shall not pay for travel time between locations. 3. TENDER QUANTITIES: 3 TENDER PW2015-03: LANDSCAPE SERVICES 2015—2017 Unit prices tendered are per area and the contractor is responsible for ensuring these sections are maintained to the standards set out in this contract. 4. TENDER DEPOSIT: Ail tenders shall be accompanied by a certified cheque for $2,000.00 (Two Thousand Dollars), made payable to the Municipality of Bayham, as a guarantee for the execution of the contract. All tenders deposits will be returned to the respective bidders within 10 days after the tenders have been opened except those of the two lowest bidders which shall be retained by the Municipality of Bayham until the successful bidder has executed the contract documents. The tender deposit of the successful bidder will be returned when he has fully complied with the conditions outlined in the tender documents, and the work has commenced. 5. RIGHT TO ACCEPT OR REJECT TENDERS: Tenders may be invalidated if the cor n..r are not properly and fully completed. Tenders must be on the form provided. No substitutions will be considered. The Municipality shall be the sole judge of such matters. 6. UNACCEPTABLE TENDERS: Each item in the Tender Form shall be a reasonable price for such item. Under no circumstances will an unbalanced tender be considered. The Municipality will be the sole judge of such matters, and should any tender be considered to be unbalanced then it will be rejected by the Municipality. 7. ABILITY AND EXPERIENCE OF CONTRACTOR: The Owner reserves the right to reject the tender of any contractor who does not furnish satisfactory evidence of sufficient capital, plant and experience to successfully execute and complete the work in the specified time. Past performance of any particular contractor will also be a consideration. 8. PAYMENTS: Payment will be made subject to the provision of monthly invoices submitted to the Municipality with appropriate product/service receipt tickets signed by Municipal personnel. Payments will be made within 30 days of receipt of said invoices Contract payments will be based on invoices submitted by the contractor and verified by Municipality staff. If it is determined an error has occurred in giving the lengths noted in the Form of Tender or additional work is required, an adjustment will be made based on the unit prices tendered. A certificate from the Workplace Safety and Insurance Board shall be provided indicating that ail payments by the Contractor to the Board, in conjunction with this contract have been made and that the Authority will not be liable to the Board for future payments in connection with this contract. The Certificate shall be provided prior to commencement of the work and upon completion. 9. INQUIRIES DURING TENDER PERIOD: Contractors are advised that inquiries regarding the interpretation of this document shall be directed to the 'Va~,:e Czerwinski, Manager of Public Works (519)866-5521 email vczerwinski@bayham.on.ca. 10. OCCUPATIONAL HEALTH AND SAFETY ACT (R.S.O. 1980) & Regulations: The Contractor must ensure compliance with the Occupational Health and Safety Act and Regulations and indemnify the Municipality for any failure to do so. 4 TENDER PW2015-03: LANDSCAPE SERVICES 2015—2017 In order to avoid any misunderstanding as to the nature of the work to be performed herein, the contractor unequivocally acknowledges that it is the constructor within the meaning of the Occupational Health and Safety Act, and the Contractor undertakes to carry out the duties and responsibilities of a constructor with respect to the work. The Occupational Health and Safety Act provides, in addition to other matters, that, - "A constructor shall ensure, on a project undertaken by the constructor that: a) the measures and procedures prescribed by this Act and the Regulations are carried out on the project: b) every employer and every worker performing work on the project complies with this Act and the Regulations; and c)the health and safety of workers on the project is protected." 11. TRAFFIC CONTROL, FLAGGING: Where the contractor is working on or adjoining the travelled roadway, he/she will erect the necessary barricades to protect the public against accident and he will keep these well lighted from dusk to dawn. Signing shall be performed as per"Ontario Traffic Manual Book 7." Traffic Control and the provision of Traffic Control Person(s) is the contractor's responsibility. Trained Flag persons will flag in accordance with the procedures noted in the "Handbook for Construction Traffic Control Persons"as published by the Construction Safety Association of Ontario. 12. UTILITIES: The Contractor shall be responsible for contacting the necessary agencies for information in regard to the exact location of all utilities, exercise the necessary care in construction/maintenance operations and to take other such precautions as are necessary to safeguard the utilities from damage. 13. LIABILITY INSURANCE. INDEMNIFICATION AND HOLD HARMLESS: The contractor shall indemnify and save harmless the Corporation of the Municipality of Bayham from and against all claims, demands, loss, damages, etc. The limit of liability insurance shall be a minimum of $2,000,000.00 (Two Million Dollars) in respect of any one accident. Prior to the commencement of work the contractor shall provide the Municipality, proof of said insurance, naming the Corporation of the Municipality of Bayham as additional insured. 14. SCHEDULE OF WORK: Commencing May 161 to October 3181, the contractor shall begin the contract. Equipment shall not be operating in the contracted areas prior to sunrise and must be off the area before sunset, on weekends, and/or during events that are being held in the parks. 15. EXECUTE AGREEMENT: Tenders shall be open for acceptance for a period of 30 days after the closing date. After this time the tender may only be accepted with the consent or the tenderer. The successful bidder shall execute the contract documents (agreement attached) and furnish the required documentation within 10 days of receipt of notification of Acceptance of Tender. Failure by the successful bidder to meet the above requirements will entitle the owner to cancel the award of the contract, to retain the bid deposit, and/or retain any unpaid monies as compensation for damages sustained due to the bidders default. The Municipality may award the contract to one of the other bidders or take other action as it sees fit. 5 AYILAbr TENDER PW2015-03: LANDSCAPE SERVICES 2015—2017 4 u.,�.Y;49.• 16. LOCATION OF WORK: The work will be located within the Municipality of Bayham's villages, parks, and cemeteries as indicated on the maps. Successful bidders shall be required to attend a site visit with the Public Works Superintendent prior to the commencement of work. 17. GOVERNMENTAL REQUIREMENTS: The Contractor shall obey all Federal, Provincial, and Municipal Laws, Acts, Ordinances, Orders in Council and By-laws, which could in any way pertain to the work outlined in the Contract or to the Employees of the Contractor. 18. NOTICE TO CONTRACTORS- RE: EMPLOYMENT: The Contractor and any subcontractor of the contractor will, respective of this contract, I) Employ only residents of Canada and those persons legally able to work in Canada ii) in employing persons, refrain from discriminating against any person by reason of his ra: =, religion, political affiliations or gender. 19. HOURS OF WORK: The hours of work are from Monday to Friday, and will not commence before sunrise and shall end before sunset. 20. MUNICIPAL HEALTH & SAFETY POLICY: The contractor shall review and be familiar with the Municipality of Bayham Health & Safety Policy, as amended from time to time, which forms part of this document. The Policy can be reviewed on the Municipal Website. The contractor shall ensure that all sub-contractors and employees under their control operate in accordance will these policies. Failure to do so wili result in written notification given to the contractor to comply with the Health & Safety policy within one working day and should the issue remain unresolved the work shall be suspended until such items are resolved to the satisfaction of the contract administrator or designate. No compensation will be given for any loss of time due to a work stoppage related a Health & Safety Policy issue. 6 100CRI,Liv I TENDER PW2015-03: LANDSCAPE SERVICES 2015—2017 � °rF HEALTH AND SAFETY POLICY STATEMENT The Corporation of the Municipality of Bayham is committed to ensuring a safe and healthy environment for its employees, visitors, and contractors, and the prevention of occupational illness and injury in the workplace. In order to achieve this objective, the Municipality will: • Comply with all relevant legislation and standards related to health and safety • Identify and control hazards which may result in occupational injuries or illnesses, or property damage • Develop, implement, and monitor health and safety programs to fulfil these objectives • Educate employees to increase the awareness of health and safety principles throughout the Corporation and ensure that senior management, supervisors, and workers have the skills to carry out their responsibilities • Ensure that supervisors monitor their workers' safety performance, and take appropriate disciplinary action when employees fail to comply with safe work practices and procedures 4 Include health and safety as a criterion in evaluating job performance • Establish a communication system to inform visitors about potential hazards, so as to ensure a safe and healthy environment for all • Review this policy annually with the Joint Health and Safety Committee and/or Health and Safety Representatives. In addition, all employees of the Municipality of Bayham commit to performing their jobs safely and in accordance with legislative requirements as well as Municipal Safe Work Procedures and Practices. AA 44-- ` Signature: - 6A"CC -e4 Date: A,5 f l' 7 rpr TENDER PW2015-03: LANDSCAPE SERVICES 2015—2017 TENDER NUMBER: PW2015-03 LANDSCAPE SERVICES 2015-2017 TENDER FORM I/We the undersigned agree to perform Landscape Services 2015—2017 in the Municipality of Bayham as required by the Manager of Public Works in compliance with the terms, conditions and specifications noted in the tender. Please see Appendix A for corresponding maps. Description: Total Bid per cut per Map Port Burwell-Map# 1 Area A(W/S Hurley Lane, Chatham St @ Nova Scotia Line, Ball Park/Playground @ 55461 Nova Scotia Line) Area B (Robinson St @ Howard St) Area C(Victoria St @ Plank Rd (Robinson St) Area D(Library 21 Pitt and Gazebo) Area E (Parkette&Cenotaph- Pitt St @ Erieus St ) $1+I iek 3 ?•C C-u} Area F(Basketball Court—Pitt St @ Erieus St) Area G (Marine Museum — 18 Pitt St) Area H ( Lighthouse— 17 Robinson St) -grass (guard rail area to bottom of slope on the west approximately 30 meters west from guard rails going southerly to bottom of slope at turnaround most southerly section of road Area I ( Beach/Turn around end of Robinson St) Area J (Victoria Park—south west corner of Brock and Strachan) (from south west corner of Brock and Strachan to Waterfront of East Beach) Vienna—Map#2 Area K(Edison Museum-14 Snow Street and southside vacant lot) Area L(Vienna Community Center&Ball Park—26 Fulton St) Area M (Lion's Park) o& ,53 CUer }' Area N (Proposed Edison Museum Lot) F-2 TENDER PW2015-03: LANDSCAPE SERVICES 2015-2017 `'`'" `•' iStra€fordville-Mip #3 Area 0(Eirehail-55764 Third St) Area P(Municipal Office-9344 Plank Road) i 0+133 .1 5 CtA Area Q (Bayham Community Center& Park-56169 Heritage Line) Area R (Parkette-56301 Heritage Line @ Plank Road) Area S (8934 Plank Road Pump Stn 5) J I Eden--Map#4 Area U (Eden Community Center& Park-56967 Eden Line) Igo.0° `pe c + Area V(11403 Plank Road Pump Stn 1) Corinth -Map#5 ', Area W (Community Park-54286 Best Line) h 9' Area X(S/E Corner Culloden Road/Best Line) Pei ('`* Richmond-Map#6 f. 6 r) Area V Community Park(53906 Church St) f +^� t ' c, Cemeteries Section A Ma' #7 bid on all cemeteries lum 4 sum 1. Best - 54536 Best Line 2. Firby— 10968 Springerhili Road 3. Old Richmond — 54254 Heritage Line 4. Old Eden - 11318 Ridge Line 5. Dobbie — 56139 Green Line Cemeteries Section B Map#8 (bid on all cemeteries lump sum) 6. Light— 55236 Light Line 7. Claus — 57084 Calton Line 8_ Stanton — 58180 Calton Line 9. Edison — 31 King St East (Vienna) 10.Estherville — 54880 Glen Erie Line 11.Otter Valley— 56651 Tunnel Line Cemeteries Section C Map#9 (bid on each Cemetery) 12.Bayham West— 53688 Heritage Line 13.Eden — 56897 Eden Line I F-3 �pd'°"r`ctiniRy aG'� �L TENDER PW2015-03: LANDSCAPE SERVICES 2015—2017 14.Smuck— 55177 Jackson Line 15.Straffordville — 55939 Heritage Line 16.Guysboro — 57682 Heritage Line 17.Calton — 6964 Richmond Road Sub Total (excluding H.S.T.) 4 I dig ,-j5.�er Cud 1 Applicable H.S.T. )L , ! Cu+ TOTAL_TENDERED PRICE t ' !� zsap CV Company Name Phone Number 60% -SDr LuOn C-vSnocAlhaZ 6 y 1 jSc.) Signature Fax Number 5 s-,L1 1bCO Printed Name After Hours Number(Cei1 Phone) •-11-Nomas UargRG i Iso Date GST Registration# 10.0(j-1 &5, C 15 361 1S-7 5e9t J Company Seal(If incorporated) 1. Bids may be submitted on ail Maps or selected maps. Each Map will be awarded to the lowest bidder 2. Lowest or any tender not necessarily accepted. 3. Price noted is inclusive of all travel, transport, float charges, (of. 4. All tenders shall be at the unit price specified. F-4 TENDER PW2015-03: LAN DSC E SE:RVI E2 2015-201 pFb``� THE CORPOR l 1,OW OF THF MU eC1PALmT OF 8-AYflbfil TENDER NUMBER: P14'.3 Bidder's_ Fxperi r.ce, 'saiiar Year C'erc i =Ion of t For W horn Value Completed Work Woirk Per-Willed aO13-CJrien� '�)L h oA nkenQnce. 41 60 rn®r Yt. - Cur ie n4- Wopec-k-LA \-1- ;1. Cc. Aomex Gzt Haricx4isamek$ C, e4\LI Vcaue, be. 5\3 114 I H n-\encunce Cam\ 4 hitt f ' ui rej\z Lat,.1-\ Can-A1-i t aper Co J`IOO. ) maal. U1O -Crce Laws\ uncle.( i1 n erlc lcz 3 � 21as. irt C S , - Coy i-e.rc Lou,n Ear- ► , 1Lear Cep ras To be completed and returned wkth ter,;,try F-2 10-1(11-444. iT E.4 TENDER PW2015-03: LALI$ A E M F 'ICE ";_. &; THE CORPORATION OF THE MUNICIPALITY Y F BAYHI NI TENDER NUMBER: PW2O15 03 Escg ?s Equipment List Make and Model `r` sreY Tyf;{> .fl►�,to attach: t. Jain D ue ci 00) l Cd I5cis ' RidY nix Zoo v r n G�i+f+ —1 � inch Cud' f . o FSS I M s moon+ Zetfo --1-urn Co E-1-1\ ne___ci ba 5 +a GG 1 nCh Com- ac l L ll zer 0--�-u r n l O Rch Gu-i- arid Bohr, eYN &an /119.E r c l WkL) tiol-14, I� maWe4 104-11 -1 a n di cu- cued guar- cMitaitJ. 30bn Deae G q0 rodu sill le LIA be til l made-r 1 (Q Cu+ and VATci 4o c hid& 34`11-\1 TS 110 (xL6 A014 1(0 is tettajnch azoifl pnecs Ix ao )) eadcpac B.lowers To be completed and returned with tenter. F ;eye` � vole a• 42 Victoria St, Box 279, Port Burwell, ON, NOJ1 TO - 519-8'14-1150 - Fa:: L1 c,-874-4166 wrlsonslawncareandsnowremoval@gmail.com The Corporation of the filunicipality of Bayham, 9344 Plank Road, Strafforriville,Ontaro N4G 4C8 Dear Mayor and Members of Council of the Corporation of the Municipality of Bayham: Re: Compliance with Health and Safety Policies of the Corporation c f*.he Municipality of Bayham I/We the undersigned have reviewed and fully u,`rderstand the Contractor Health and Safety Policy of Corporation of the Municipality of Bayham attached to This tender document end understand that this policy which forms part of the contract documents. I,awarded the contract IIWe the undersigned shall ensure that ail of cur employee's and our subcontractors who will be working on this project review and understand the Contractor Health and Safety Policy established by the Corporation of the Municipality of Bayham prior to the coramencement of!his project and ensure these employees are in compliance in with the policies through the duration of the project_ i/We agree with the Municipality Health and Safety raolicy and will ensure that our operations will be conducted in a safe manner to protect our employee's die pubfic and the amploye e'e of thy: Corporation of the Municipality of Bayham krom any harm what so ever. Enclosed with our tender submission Is a copy of our Workplace SaFet r insurance Board Clearance Certificate for your review. Yours Truly Company Name Wilson's Lawn Care and Snow Rerrrova! Signature L.aifk•cile7LU/ialJ Printed Name Thomas Wilson Date March 25, 2015 Company Seal (if incorporated) A►YHAAlf TENDER PW2015-03: LANDSCAPE SERVICES 2015-2017 dimity leg-j, TENDER SUBMISSION REQUIREMENTS TENDER PW2015-03 LANDSCAPE SERVICES 2015-2017 (To be placed in envelop provided marked "Tender PW2015 Landscape Services 2015-2017") 1. COMPLETED FORM OF TENDER(F1) 2. TENDER DEPOSIT($2,000.00) 3. TENDERER'S EXPERIENCE FORM(F-2) 4. TENDERER'S EQUIPMENT FORM (F-3) 5. SIGNED HEALTH AND SAFETY COMPLIANCE LETTER (In the form of F-4 on Contractor's Letterhead) 6. WORKPLACE SAFETY INSURANCE BOARD CLEARANCE CERTIFICATE NOTE**AGREEMENT (F-5- F-6)Will be completed with the successful bidder and the Corporation of the Municipality of Bayham once the Tender is awarded. F-5