Loading...
HomeMy WebLinkAbout2007-056 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2007 - 056 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Ron Robinson Limited, Bowmanville, Ontario, to enter into agreement for the Construction of Drainage Improvements, Mitchell's Corners. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON HEREBY ENACTS AS FOLLOWS: 1. THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington and seal with the Corporation Seal, a contract between, Ron Robinson Limited, of Bowmanville, Ontario, and said Corporation; and 2. THAT the contract attached hereto as Schedule "A" form part of this By-law. By-law read a first and second time this 26th day of February, 2007. By-law read a third time and finally passed this 26th day of February, 2007. '\ L; unicipal Clerk I I I I I I I I I I I I I I I I I I I I MUNICIPALITY OF CLARINGTON QUOTATION Q2006-9 CONSTRUCTION OF DRAINAGE IMPROVEMENTS I I I I I I I I I I I I I I I I I I I AGREEMENT THIS AGREEMENT made in quadruplicate BETWEEN: RON ROBINSON LIMITED of the Regional Municipality of Durham and Province of Ontario hereinafter called the Contractor THE PARTY OF THE FIRST PART -and- THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON hereinafter called the Purchaser THE PARTY OF THE SECOND PART WTINESSETH, that the party of the first part, for and in consideration of the payment or payments specified in the tender for this work hereby agrees to furnish all necessary machinery, tools, equipment, supplies, labour, and other means of construction and, to the satisfaction of the Engineer, to do all the work as described hereafter, furnish all the materials except as herein otherwise specified, and to complete such works in strict accordance with the plans, specifications and tender therefore, all of which are to be read herewith and form part of this present agreement as fully and completely to all intents and purposes as though all the stipulations thereof have been embodied herein. P~P'f" 1 of1 - -0- - --- I I I I I I I I I I II I I I I I I I I DESCRIPTION OF THE WORK AND LIST OF DOCUMENTS CONSTRUCTION OF DRAINAGE IMPROVEMENTS QUOTATION Q2006-9 SCHEDULE (A) SCHEDULE (B) SCHEDULE (C) SCHEDULE (D) GENERAL TERMS AND CONDITIONS (REVISED) PAGES 2 - 5 SPECIFICATIONS (REVISED) PAGES 6 - 7 STANDARD TERMS AND CONDITIONS PAGES 8 - 15 CONTRACTOR'S SAFETY - POLICY PROCEDURES, HEALTH & SAFETY PRACTICE FORM PAGES 16 - 24 SCHEDULE (E) SCHEDULE (F) PRICING SCHEDULE (REVISED) PAGE 25 INFORMATION SHEETS PAGES 26 - 27 MUNIClP ALITY OF CLARINGTON DESIGN GUIDELINES & STANDARD DRAWINGS PAGES 36 - 41 PLANS NO.'s 1-6 GENERAL CONDITIONS: OPS General Conditions of Contract (September 1999) All Plans and Documents referred to in the Specifications. The Contractor further agrees that he will deliver the whole of the works completed in accordance with this agreement on or before June 15, 2007. IN CONSIDERATION WHEREOF said party of the second part agrees to pay to the Contractor for all work done. the unit prices on the Quotation. This agreement shall enure to the benefit of and be binding upon the heirs, executors, administrators and assigns of the Contractor and on the heirs and successors of the Purchaser. Page 20f3 I I I I I I I I I I I I I I, I I I I I IN WITNESS WHEREOF, the Contractor and the Purchaser have hereunto signed their names and set their seals on the day first above written. SIGNED and sealed by the Contractor: RON ROBINSON LIMITED in the presence of ) ) ) ) ) ) ) ) ) ) ) /1 L/L fvI Ii {, elL /J-; Date c'-?.{;v! tlluf)/{/,' ({({!t2 I? O/u 7 I Date SIGNED and sealed by the Purchaser: THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON in the presence of Pl29506/S i,gnDocs- A GR. doc ) ) ) ) ) ) ) ) ) ) d-Abemeiiry;-Mayo, Date (n a'I'" ;J.7. 2..007 ~~~ rrie, Clerk Date {'(Ia) d',? DC'"].. Page 3 of 3 I I I I I I I I I I I CLOSING TIME & DATE: I I I I I I I I THE CORPORATION OF THE t1!J!.#Jgton MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Quotation Q2006-9 Construction of Drainage Improvements CONTENTS: SCHEDULE (A) GENERAL TERMS AND CONDITIONS PAGES 2 - 5 SCHEDULE (B) SPECIFICATIONS PAGES 6 - 7 SCHEDULE (C)STANDARD TERMS AND CONDITIONS PAGES 8 - 15 SCHEDULE (D)CONTRACTOR'S SAFETY - POLICY PROCEDURES, HEALTH & SAFETY PRACTICE FORM PAGES 16 - 24 SCHEDULE (E) PRICING SCHEDULE PAGE 25 SCHEDULE (F) INFORMATION SHEETS PAGES 26 - 27 MUNICIPALITY OF CLARINGTON DESIGN GUIDELINES & STANDARD DRAWINGS PAGES 36 - 41 PLANS NO.'s 1-6 4:00.00 P.M. (LOCAL TIME) September 11, 2006 NOTICE TO BIDDERS LATE BIDS WILL NOT BE ACCEPTED, BUT RETURNED UNOPENED TO THE RESPECTIVE BIDDER BIDS NOT SIGNED ARE SUBJECT TO REJECTION BIDS MUST BE TYPED OR IN INK ERASURES OR NOTICEABLE CHANGES MUST BE INITIALLED BY THE BIDDER BIDDERS MUST NOT INCLUDE RESTRICTIVE OR CONDITIONAL STATEMENTS TO ALTER THE FORMAT OR INTENT OF THE QUOTATION . QUOTATIONS MUST BE RETURNED ON THE FORMS PROVIDED, IN THE ENVELOPE CLEARLY MARKED AS TO CONTENTS, PRIOR TO THE CLOSING TIME AND DATE, TO THE FOLLOWING, FAILURE TO DO WILL RESULT IN BID REJECTION. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE 40 TEMPERANCE STREET BOWMANVILLE, ONTARIO L1 C 3A6 ISSUED BY: LOU ANN BIRKETT, c.PY, A.M.C.T. PURCHASING MANAGER TELEPHONE: (905) 623-3379 LIZ MITCHELL, BUYER 1 TELEPHONE: (905) 623-3379 nl~n~~c/~~~_~!~~o~o A~~n~ 0 ~/~~~UU/~~~~0/~~U~U-~LUUU-J I I I I I I I I I I I I I I I I I I I Page 2 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements SCHEDULE "A" GENERAL TERMS AND CONDITIONS (REVISED) Scope of Work: The Municipality of Clarington plans the construction of a drainage ditch from 230 m west of Trulls Road to 537 m west of Trulls Road, north of Fimer Avenue. The works required are: Fence Removal: Items No.1 For the unit price bid under these Items the following work shall be carried out: . Removal and disposal of post and wire fence. . Remove and dispose of board fence at shed. The Contractor shall arrange for disposal of materials off the site. Clearing and Grubbing Brush - Item No.2 For the unit price bid under this Item, the following work shall be carried out: . Clear and grub brush material where shown on the drawings and dispose of off site at a location arranged for by the Contractor. Clearing and Grubbing Trees. Item No.3 For the unit price bid under these Items, the following work shall be carried out: . Clear and grub trees and dispose of all debris off of the site of the works at a location arranged for by the Contractor. Site Preparation. Item No.4 For the lump sum price under this Item, the following work shall be carried out: . Minor grading if necessary to prepare 3 metre access path. Earth Excavation (Grading) Item No.5 Payment shall be made by plan quantity under this Item for the following work: . Stripping and stockpiling of topsoil. . Excavation to shape channel to proposed cross section and grade. . Disposal of excavated earth material off tAe site of tAe werks at a loeatian affaA!:jes fer by tRe ContFaster. along road at soccer field. 600 mm Diameter Culvert - Item No.6 Under this Item for the unit price bid the following work will be carried out. I I I I I I I I I I I I I I I I I I I Page 3 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements . Excavate in new channel for placing of culvert. New culvert shall be placed 150 mm below ditch invert. . Supply and place 4 m length of plain galvanized 1.6 mm gauge riveted pipe culvert as per Municipality of Clarington standard. . Back fill culvert with native excavated material and backfill for full channel cross section width to form pathway three metres wide. Mound backfill to provide a minimum of 150 mm of cover to the pipe. Rip rap with Geotextile -Item No. 7 Under this Item for this unit price bid the following work will be carried out: . Excavate and fine grade areas of channel to receive rip rap. . Supply and place geotextile 270R or approved equivalent. . Supply and place crushed stone rip rap maximum size 200 mm, place flush with the adjacent channel invert. . Dispose of surplus excavated material and other debris off the site of the works. Post and Wire Fence -Item No.8 . Supply and install post and wire fence to match existing in height and style. The Contractor shall visit the site to ensure familiarity with the requirements of this item. · Fence shall be constructed at uniform height and shall follow the contours of the new channel at the point of crossing. Topsoil (Imported) and Seed -Item No.9 Under this Item for the unit price bid the following work shall be carried out. . Place top soil from stockpiles and grade in accordance with OPPSS 570 to a depth of 100 mm across the channel section. The Contractor will be paid imported topsoil price for this work but has the option of importing topsoil and removing and disposing of stockpiled topsoil at his discretion at the unit price bid. . Seed, by hydraulic mulch mix, the topsoiled area. . Areas disturbed adjacent to the channel works will be restored under this Item. The Contactors shall take care to minimize such disturbance. Where areas are disturbed as a result of negligent operations by the Contractor such areas shall be restored at the Contractors expense. Miscellaneous Landscaping -Item No. 10 Payment shall be made under this Item on a time and material basis for any works associated with restoration which are not covered elsewhere in the Contract. I I I I I I I I I I I I I I I I I I I Page 4 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements The following is a list of Items and quantities for the work. Please provide a unit price quotation (in Section E-Pr;c;ng) to complete the work based on this list. 201 Fence Removal m 27 SP 2 201 Clearing and Grubbing Brush m 760 SP, MOC 3 201 Clearing and Grubbing Trees ea 17 SP, MOC 4 206,565 Site Preparation lS SP 5 206 Earth Excavation, Grading m 671 SP, MOC (P) 6 SP. 600 mm Dia. CSP Culvert m 4 MOC 7 511 Rip Rap with Geotextile m 66 SP 8 541 Post and Wire Fence m 22 SP g 570,572 Topsoil (imported) (100 mm Depth) and Seed by Hydraulic m 1.800 SP. MOC Mulch Mix 10 SP Miscellaneous Landscaping lS $5.000.00 I I I I I I I I I I I I I I I I I I I Page 5 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements Attached is a key plan showing the location of the subject works. Bid Deposit: None Required Contract Duration: 20 days General: . All work to be completed in accordance with current Municipality of Clarington Design Guidelines and Standard Drawings or OPSS and all applicable legislation, including Health Protection and Promotion Act. . Time is of the essence and the work is to be completed by April 30, 2007. . The Municipality reserves the right to delete or add works to the Contract if the quotation exceeds or is less than the available budget without invalidating any of the individual item. Deleted items will not exceed 25% of the total of the quotation. I I I I I I I I -I I I I I I I I I I I Page 6 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements SCHEDULE (B) SPECIFICATIONS: (REVISED) Order of Precedence Where a Specification or Standard exists in the Municipality of Clarington "Design Guidelines and Standard Drawings" for any element of the works, the Municipality of Clarington Specification or Standard shall take precedent over the contract "Special Provisions - Tender Items" or the "Ontario Provincial Standards". General: The following specifications shall apply to the works to be carried out under this Contract, in addition to the Municipality of Clarington or Ontario Provincial Standard Specifications. Work beyond the specified scope at each individual site, shall be paid for on a time and material basis. Hourly rates for equipment and labour shall be agreed with the low bidder. Region of Durham equipment and labour rates are generally used. CLEARING AND GRUBBING TREES AND BRUSH The unit prices bid for this work shall include for full grubbing of all stumps and roots and for hauling away all branches, tree trunks, roots, etc. No burning is allowed on site. EARTH EXCAVATION (GRADING) Work under this Item entails stripping and stockpiling of topsoil at locations agreed with the Contract Administrator and excavating in earth to form new ditch. Excavated earth shall bo r-emovcEl from the sito. be placed along road at soccer field. CSP CULVERT Work under this Item entails excavation for bedding and placing a four metre length of 1.6 mm gauge plain galvanized culvert and backfilling and compaction with native material. RIPRAP WITH GEOTEXTILE Work under this Item includes for the supply of crushed rock up to a maximum size of 200 mm, placing by hand and supplying and placing geotextile 270R as supplied by Terrafix or approved equivalent. The riprap shall be placed flush with adjacent side and bottom of ditch level. All surplus stone and geotextile shall be removed from the site by the Contractor. POST AND WIRE FENCE Post and wire fence shall be reinstated to match existing with new materials. If any materials can be salvaged from the existing fence, these materials shall be used. I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements Page 7 of 27 Q2006-9 TOPSOIL AND SEED The Contractor shall spread topsoil from stripping stockpile(s) and place in the newly excavated ditch and in other disturbed areas to a depth of 100 mm. Topsoil shall be worked so that it meets the requirements of Section 900 of the Municipality of Clarington "Design Guidelines". Seed to be supplied and sown shall be standard Lowland Mix as specified in OPSS 572 and shall be applied as a hydraulic mulch mix. Imported topsoil shall be tested to ensure there are no deficiencies with respect to fertility levels. The soil shall consist of a minimum 4% organic matter. The phosphorous level shall be 30 ppm :I: 2ppm. The potassium level shall be 235 ppm:l: ppm. The soil shall have a base saturation of calcium of 75%:1: 10%. The base saturation of sodium shall be a maximum of 0.5%. The pH level shall be between 6.0 and 7.0. A copy of the topsoil testing report shall be provided to the Contract Administrator. Payment for this testing shall be included in payment under the respective topsoil items. If the topsoil does not meet all of the fertility elements the soils shall be treated with the required amendments as recommended by the topsoil analysis report. I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements Page 8 of 27 Q2006-9 STANDARD TERMS AND CONDITIONS I 1. DEFINITIONS Municipality - The Corporation of the Municipality of Clarington, its successors and assigns. I I Bidder - The person, firm or corporation submitting a bid to the Municipality. Company - The person, contractor, firm or corporation to whom the Municipality has awarded the contract, it successors and assigns. Contract - The purchase order authorizing the company to perform the work, purchase order alterations, the document and addenda, the bid, and surety. I I I I Subcontractor - A person, firm or corporation having a contract with the company for, or any part of, the work. Document - The document(s) issued by the Municipality in response to which bids are invited to perform the work in accordance with the specifications contained in the document. Bid - An offer by a Bidder in response to the document issued by the Municipality. Work - All labour, materials, products, ariicles, fixtures, services, supplies, and acts required to be done, furnished or performed by the company, which are subject to the Contract. 2. SUBMISSION OF BID I I Bid inv~ation shall be in accordance with the Municipality of Clarington Purchasing By-law #94-129 and will apply for the calling, receiving, and opening of bids. The Municipality will be responsible for evaluating bids, awarding and administering the contract in accordance with the Purchasing By-law. The bid must be submitted on the form(s) and in the envelope supplied by the Municipality unless otherwise provided herein. The envelope must not be covered by any outside wrappings, Le. courier envelopes or other coverings. The bid must be signed by a designated signing officer of the Bidder. I If a joint bid is submitted, it must be signed on behalf of each olthe Bidders. The bid must be legible, written in ink, or typewritten. Any form of erasure, strikeout or over-writing must be initialled by the Bidde~s authorized signing officer. I I The bid must not be restricted by a covering letter, a statement added, or by alterations to the document unless otherwise provided herein. 2. SUBMISSiON OF BiD (conl'd) Failure to return the document or invitation may result in the removal of the Bidder from the Municipality's bidder's list. I A bid received after the ciosing date and time will not be considered and will be returned, unopened. I Should a dispute arise from the terms and conditions of any part of the contract, regarding meaning, intent or ambiguity, the decision of the Municipality shall be final. I I I I I I I I I I I I I I I I I I I I I Page 9 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements 3. CONTRACT The contract consists of the documents aforementioned. The contract and portions thereof take precedence in the order in which they are named above, notwithstanding the chronological order in which they are issued or executed. The intent of the contract is that the Company shall supply work which is fit and suitable for the Municipality's intended use and complete for a particular purpose. None of the conditions contained in the Bidde~s standard or general conditions of sale shall be of any effect unless explicitly agreed to by the Municipality and specifically referred to in the purchase order. 4. CLARIFICATION OF THE DOCUMENT Any clarification of the document required by the Bidder prior to submission of its bid shall be requested through the Municipality's contact identified in the document Any such clarification so given shall not in any way alter the document and in no case shall oral arrangements be considered. Every notice, advice or other communication pertaining thereto will be in the form of a written addendum. No officer, agent or employee of the Municipality is authorized to alter orally any portion of the document 5. PROOF OF ABILITY The bidder may be required to show, in terms of experience and facilities, evidence of its ability, as well as that of any proposed subcontractor, to perform the work by the specified delivery date. 6. DELIVERY Unless otherwise stated, the work specified in the bid shall be delivered or completely performed by the Company as soon as possible and in any event within the period set out herein as the guaranteed period of delivery or completion after receipt of a purchase order therefor. A detailed delivery ticket or piece tally, showing the exact quantity of goods, materials, articles or equipment, shall accompany each delivery thereof. Receiving by a foreperson, storekeeper or other such receiver shall not bind the Municipality to accept the work covered thereby, or the particulars of the delivery ticket or piece tally thereof. Work shall be subject to further inspection and approval by the Municipality. The Company shall be responsible for arranging the work so that completion shall be as specified in the contract Time shall be of the essence of the contract 7. PRICING Prices shall be in Canadian Funds, quoted separately for each item stipulated, F.O.B. destination. Prices shall be firm for the duration of the contract Prices bid must include all incidental costs and the Company shall be deemed to be satisfied as to the full requirements of the bid. No claims for extra work will be entertained and any additional work must be authorized in writing prior to commencement. Should the Company require more information or clarification on any point, it must be obtained prior to the submission of the bid. Payment shall be full compensation for all costs related to the work, including operating and overhead costs to provide work to the satisfaction of the Municipality. I I I I I I I 8. I I I I 9. I I I I 10. I 11. I 12. I I Page 10 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements All prices quoted shall include applicable customs duty, excise tax, freight, insurance, and all other charges of every kind attributable to the work. Goods and Services Tax and Provincial Sales Tax shall be extra and not shown, unless otherwise specified herein. If the Bidder intends to manufacture or fabricate any part of the work outside of Canada, it shall arrange its shipping procedures so that its agent or representative in Canada is the importer of record for customs purposes. Should any additional tax, duty or any variation in any tax or duty be imposed by the Government of Canada or the Province of Ontario become directly applicable to work specified in this document subsequent to its submission by the Bidder and before the delivery of the work covered thereby pursuant to a purchase order issued by the Municipality appropriate increase or decrease in the price of work shall be made to compensate for such changes as of the effective date thereof. TERMS OF PAYMENT Where required by the Construction Lien Act appropriate monies may be held back until 60 days after the completion of the work. Payments made hereunder, including final payment shall not relieve the company from its obligations or liabilities under the contract. Acceptance by the company of the final payment shall constitute a waiver of claims by the company against the Municipality, except those previously made in writing in accordance with the contract and still unsettied. The Municipality shall have the right to withhold from any sum otherwise payable to the company such amount as may be sufficient to remedy any defect or deficiency in the work, pending correction of it. Payment may be made 30 days after delivery pursuant to the Bidder submitting an invoice, contract requirements being completed and work being deemed satisfactory. PATENTS AND COPYRIGHTS The company shall, at its expense, defend all claims, actions or proceedings against the Municipality based on any allegations that the work or any part of the work constitutes an infringement of any patent, copyright or other proprietary right, and shall pay to the Municipality all costs, damages, charges and expenses, including its lawyers' fees on a solicitor and his own client basis occasioned to the Municipality by reason thereof. The company shall pay all royalties and patent license fees required for the work. If the work or any part thereof is in any action or proceeding held to constitute an infringement, the company shall forthwith either secure for the Municipality the right to continue using the work. or shall at the company's expense, replace the infringing work with non-infringing work or modify it so that the work no longer infringes. ALTERNATES Any opinion with regard to the use of a proposed alternate determined by the Municipality shall be final. Any bid proposing an alternate will not be considered unless otherwise specified herein. EQUIVALENCY Any opinion determined by the Municipality with respect to equivalency shall be final. ASSIGNMENT AND SUBCONTRACTING The company shall not assign or subcontract the contract or any portion thereof without the prior written consent of the Municipality. I I I I I I I I I I I I 17. I I I, I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements Page 11 of 27 Q2006-9 13. FINANCING INFORMATION REQUIRED OF THE COMPANY The Municipality is entitled to request of the Company to furnish reasonable evidence that financial arrangements have been made to fulfii the Company's obligations under the Contract. 14. LAWS AND REGULATIONS The company shall comply with relevant Federal, Provincial and Municipal statutes, regulations and by-laws pertaining to the work and its performance. The company shall be responsible for ensuring similar compliance by suppliers and subcontractors. The contract shall be governed by and interpreted in accordance with the laws of the Province of Ontario. 15. CORRECTION OF DEFECTS If at any time prior to one year after the actual delivery date or completion of the work (or specified warranty/guarantee period If longer than one year) any part of the work becomes defective or is deficient or fails due to defect in design, material or workmanship, or otherwise fails to meet the requirements of the contract, the company, upon request, shall make good every such defect, deficiency or failure without cost to the Municipality. The company shall pay all transportation costs for work both ways between the company's factory or repair depot and the point of use. 16. BID ACCEPTANCE The Municipality reserves the right to award by item, or part thereof, groups of items, or parts thereof, or all items of the bids and to award contracts to one or more bidders submitting identical bids as to price; to accept or reject any bids in whole or in part; to waive irregularities and omissions, if in so doing, the best interests of the Municipality will be served. No liability shall accrue to the Municipality for its decision in this regard. Bids shall be irrevocable for gO days after the official closing time. The placing in the mail or delivery to the Bidder's shown address given in the bid of a notice of award to a bidder by the Municipality shall constitute notice of acceptance of contract by the Municipality to the extent described in the notice of award. DEFAULT BY COMPANY a. If the company: commits any act of bankruptcy; or if a receiver is appointed on account of its insolvency or in respect of any of its property; or if the company makes a general assignment for the benefit of its creditors; then, in any such case, the Municipality may, without notice: terminate the contract. b. If the company: fails to comply with any request, instruction or order of the Municipality; or fails to pay its accounts; or fails to comply with or persistently disregards statutes, regulations, by-laws or directives of relevant authorities relating to the work; or fails to prosecute the work with skill and diligence; or assigns or subiets the contract or any portion thereof without the Municipality's prior written consent; or refuses to correct defective work; or is otherwise in default in carrying out its part of any of the terms, conditions and obligations of the contract, then, in any such case, the Municipality may, upon expiration of ten days from the date of written notice to the company, terminate the contract. c. Any termination of the contract by the Municipality, as aforesaid, shall be without prejudice to any other rights or remedies the Municipality may have and without incurring any liability whatsoever in respect thereto. I I I I I I I I I I 20. I I I I 21. I I I I I Page 12 of27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements d. If the Municipality terminates the contract, it is entitled to: i) take possession of all work in progress, materials and construction equipment then at the project site (at no additional charge for the retention or use of the construction equipment), and finish the work by whatever means the Municipality may deem appropriate under the circumstances; iI) withhold any further payments to the company until the completion of the work and the expiry of all obligations under the Correction of Defects section; iii} recover from the company loss, damage and expense incurred by the Municipality by reason of the company's default (which may be deducted from any monies due or becoming due to the company, any balance to be paid by the company to the Municipality). 18. CONTRACT CANCELLATION The Municipality shall have the right, which may be exercised from time to time, to cancel any uncompleted or unpeliormed portion of the work or part thereof. In the event of such cancellation, the Municipality and the Company may negotiate a settlement. The Municipality shall not be liable to the Company for loss of anticipated profit on the cancelled portion or portions of the work. 19. QUANTITIES Unless otherwise specified herein, quantities are shown as approximate, are not guaranteed to be accurate, are furnished without any liability on behalf of the Municipality and shall be used as a basis for comparison only. Payment will be by the unit complete at the bid price on actual quantities deemed acceptable by the Municipality. SAMPLES Upon request, samples must be submitted stricUy in accordance with instructions. If samples are requested subsequent to opening of bids, they shall be delivered within three (3) working days following such request, unless additional time is granted. Samples must be submitted free of charge and will be returned at the bldde~s expense, upon request, provided they have not been destroyed by tests, or are not required for comparison purposes. The acceptance of samples by the Municipality shall be at its sole discretion and any such acceptance shall in no way be construed to imply relief of the company from Its obligations under the contract. Samples submitted must be accompanied by current Material Safety Data Sheets (MSDS) where applicable. SURETY The successful tenderer shall, if the Municipality in its absolute discretion so desires, be required to satisfy surety requirements by providing a deposit in the form of a certified cheque, bank draft or money order or other fOm1 of surety, in an amount determined by the Municipality. This surety may be held by the Municipality until 60 days after the day on which all work covered by the contract has been completed and accepted. The surety may be retumed before the 60 days have elapsed providing satisfactory evidence is provided that all liabilities incurred by the company in carrying out the work have expired or have been satisfied and that a Certificate of Ctearance from the WSIB - Workplace Safety Insurance Board has been received. The company shall, if the Municipality in its absolute discretion so desires, be required to satisfy fidelity bonding requirements by providing such bonding in an amount and form determined by the Municipality. Failure to furnish required surety within two weeks from date of request thereof by the Municipality shall make the award of the Contract by the Municipality subject to withdrawal. I I I 22. I I I I I I 23. I I I 24. I I I 25. I I 26. I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements Page 13 of 27 Q2006-9 WORKPLACE SAFETY AND INSURANCE BOARD All of the Contractor's personnel must be covered by the insurance plan under the Workplace Safety and Insurance Act, 1997, or must provide an identification number from the WSIB verifying their status as an "Independent Operator". Upon request by the Municipality, an original Letter of Good Standing from the Workplace Safety and Insurance Board shall be provided prior to the commencement of work indicating all payments by the Company to the board have been made. Prior to final payment, a Certificate of Clearance must be issued indicating all payments by the Company to the Board in conjunction with the subject Contract have been made and that the Municipality will not be liable to the Board for future payments in connection with the Company's fulfilment of the contract. Further Certificates of Clearance or other types of certificates shall be provided upon request. For Independent contractors I Owners I Operators who do not have WSIB coverage, the following shall be provided upon request by the Calling Agency: Single Independent Contractors I Owners I Operators shall provide a letter from the Workplace Safety & Insurance Board confirming independent operator status and identification number. To obtain this, contractors must complete the form "Determining workernndependent Operator status", issued by the Workplace Safety & Insurance Board. (For more information, please contact your local Workplace Safety & Insurance Board Office and refer to this clause.) Single Independent Contractors I Owners I Operators must also provide a certificate from the Workplace Safety & Insurance Board confirming they have purchased the optional WSIB coverage. The Municipality of Clarington has the right to reject any bid it deems to provide insufficient coverage. INSURANCE The company shall maintain and pay for Comprehensive General Liability insurance including premises and all operations. This insurance coverage shall be subject to limits of not less than $3,000,000.00 inclusive per occurrence for third party Bodily Injury and Property Damage or such other coverage or amount as may be requested. The policy shall include the Municipality as an additional insureds in respect of all operations performed by or on behalf of the Company. A certified copy of such policy or certificate shall be provided to the municipality prior to commencement of the work. Further certified copies shall be provided upon request. LIABILITY The company agrees to defend, fully indemnify and save harmless the Municipality from all actions, suits, claims, demands, losses, costs, charges and expenses whatsoever for all damage or injury including death to any person and all damage to any property which may arise directly or indirectly by reason of a requirement of the contract, save and except for damage caused by the negligence of the Municipality or its employees. The Company agrees to defend, fully indemnify and save harmless the Municipality from any and all charges, fines, penames and costs that may be incurred or paid by the Municipality if the Municipality or any of its employees shall be made a party to any charge under the Occupational Health and Safety Act in relation to any violation of the Act arising out of this contract. VISITING THE SITE The Company shall carefully examine the site and existing building and services affecting the proper execution of the work, and obtain a clear and comprehensive knowledge of the existing conditions. No claim for extra payment will be allowed for work or difficulties encountered due to conditions of the site which were visible or reasonably inferable, prior to the date of submission of Tenders. Bidders shall accept sole responsibility for any error or neglect on their part in this respect. SAFETY The Company shall obey all Federal, Provincial and Municipal Laws, Act, Ordinances, Regulations, 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 Company. I I I I I I 27. I 28. I I I 29. I I 30. I 31. I I I 32. I I I Page 14 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements Without limiting the generality of the foregoing. the Company shall satisfy all statutory requirements imposed by the Occupational Health and Safety Act and Regulations made thereunder, on a contractor, a Constructor andlor Employer with respect to or arising out of the performance of the Company's obligations under this Contract. The Company shall be aware of and conform to all goveming regulations including those established by the Municipality relating to employee health and safety. The Company shall keep employees and subcontractors informed of such regulations. The Company shall provide Materiai Safety Data Sheets (MSDS) to the Municipality for any supplied Hazardous Materials. UNPAID ACCOUNTS The company shall indemnify the Municipality from all claims arising out of unpaid accounts relating to the work. The Municipality shall have the right at any time to require satisfactory evidence that the work in respect of which any payment has been made or is to be made by the Municipality is free and clear of liens, attachments, claims, demands, charges or other encumbrances. SUSPENSION OF WORK The Municipality may, withoul invalidating the contract, suspend performance by the company from time to time of any part or all of the work for such reasonable period of time as the Municipality may determine. The resumption and completion of work after the suspension shall be governed by the schedule established by the Municipality. CHANGES IN THE WORK The Municipality may, without invalidating the contract, direct the Company to make changes to the work. When a change causes an increase or decrease in the work, the contract price shall be increased or decreased by the application of unit prices to the quantum of such increase or decrease, or in the absence of applicable unit prices, by an amount to be agreed upon between the Municipality and the Company. All such changes shall be in writing and approved by the Municipality. CONFLICT OF INTEREST No employee or member of Council of the Municipality shall sell goods or services to the Municipality in accordance with the Municipality of Clarington Policy or have a direct or indirect interest in a Company or own a Company which sells goods or services to the Municipality. MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT fMFIPPAl All correspondence, documentation, and information provided to staff of the Municipality of Clarington by every offerer, inciuding the submission of proposals, shall become the properly of the Municipality, and as such, is subject to the Municipal Freedom of Information and Protection of Privacy Act, and may be subject to release pursuant to the Act. Offerers are reminded to identify in their proposal material any specilic scientific, technical, commercial, proprietary, or similar confidential information, the disclosure of which could cause them injury. Complete proposals are not to be identified as confidential. CRIMINAL BACKGROUND CHECKS ''The successful service provider covenants and agrees to provide the Municipality of Clarington, or such other entity as the Municipality may designate, with written consent to perform a criminal background check including Criminal Code (Canada) convictions, pardoned sexual offences, records or convictions under the Controlled Drugs and Substances Act, Narcotics Control Act and Food and Drugs Act and all outstanding warrants and charges for every individual who may come into direct contract with youth or who are permitted entrance to private or restricted areas or residences. This will be done at no cost to the Municipality and any such requested document will be submitted to the Municipality in its true form in advance of commencement of work. I I Page 15 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements I The Municipal issued identification card must be wom when individuals are at a site where there is direct contact with youth or where access to any private or restricted area is anticipated. The Municipal identification card is valid for the term of the contract only or a one year term, whichever comes first. Under the terms of the contract, the Municipality has the sole and unfettered discretion to prohibit an individual from coming into direct contact with youth or entering a private or restricted area on a regular basis and to terminate the contract if the bidder/partner fails to obtain or renew the Municipal identification cards according to Municipal policy and procedure. I I The Municipality of Clarington reserves the right to cancel and/or suspend the contract immediately and unilaterally and WIThout penalty to the Municipality should the service provider fail to provide the required documentation or otherwise adhere to this procedure. "The Chief Administrative Officer has the final say in determining any final action." I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Page 16 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE POLICY: Contractors and Sub-contractors are responsible to ensure that their personnel are updated on all safety concerns of the workplace and are aware of the safety requirements as required by the Contractor under the Occupational Health and Safety Act. Safety performance will be a consideration in the awarding of contract. Under the Occupational Health and Safety Act (Section 23 (1), (2)), it is the constructor's responsibility to ensure that: . the measures and procedures prescribed by the Occupational Health and Safety Act and the Regulations are carried out on the proiect; . every employer and every worker performing work on the proiect complies with the Occupational Health and Safety Act and the Regulations (under the Act); and . the health and safety of workers on the proiect is protected. . Where so prescribed, a constructor shall, before commencing any work on a project, give to a Director notice in writing of the project containing such information as may be prescribed. DEFINITIONS: Contractor - any individual or firm engaged by the Municipality to do work on behalf of the Municipality. Project - means a construction project, whether public or private, including, . the construction of a building, bridge, structure, industrial establishment, mining plant, shaft tunnel, caisson, trench, excavation, highway, railway, street, runway, parking lot, cofferdam, conduit, sewer, watermain, service connection, telegraph, telephone or electrical cable, pipe line, duct or well, or any combination thereof, . the moving of a building or structure, and . any work or undertaking, or any lands or appurtenances used in connection with construction. Construction - includes erection, alteration, repair, dismantling, demolition, structural maintenance, painting, land clearing, earth moving, grading, excavating, trenching, digging, boring, drilling, blasting, or concreting, the installation of any machinery or plant, and any work or undertaking in connection with a project. I I I I I I I I I I I I I I I I I I I Page 17 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements SCHEDULE(C CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... Constructor - means a person who undertakes a project for an owner and includes an owner who undertakes all or part of a project by himself or by more than one employer. Project Manager - means the municipal management representative who has responsibility for a contract. PROCEDURE: The following items are required before any Contractors are hired by the Municipality. a) Before beginning a project, the project manager or delegate must determine whether any designated substances/hazardous materials are (or will be) present at the site and prepare a list of all these substances. b) The project manager or delegate must include, as part of the request for tender/quotations, a copy of the above-mentioned list. The list of designated substances/hazardous materials must be provided to all prospective constructors and/or contractors. c) The request for tender/quotations will require prospective contractors to include a list of the designated substances/hazardous materials that will be brought onto the work site and material safety data sheets. d) Before awarding a contract, contractor(s) will be required to complete and sign the Health and Safety Practice Form (Schedule "A"). The Purchasing Office will maintain all contractors safety performance records. e) As part of the tender/quotation conditions, before award of a contract, the contractor will be required to provide proof that all workers involved with the project have the proper WHMIS training, as required by the Occupational Health and Safety Act. f) As part of the tender/quotation conditions, before award of a contract, the contractor must provide details of their Health and Safety program. g) The project manager or delegate must provide the successful contractor with a workplace orientation, which will include, but not limited to identifying known potential hazards, hazardous material inventory and material safety data sheets for the sites. A workplace orientation/Job Safety Instruction Checklist to be completed (see Compliance page 9). I I I I I I I I I I I I I I I I I I I Page 18 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements SCHEDULE (C CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... h) Before the start of the assignment, the following documentation will be provided to the successful contractor, by the project manager or delegate. i) Copies of the Municipal Corporate Health and Safety Program ii) Departmental health and safety policies iii) Workplace procedures regarding health and safety practices. i) The contractor has the responsibility to provide any and all prescribed personal protective equipment for their own workers, to include as a minimum but not limited to hard hats and safety boots. If a worker(s) fails to comply with any program, policy, rule or request regarding health and safety, that person(s) is not allowed on the site until the person(s) complies. j) The Municipality will retain the right to document contractors for all health and safety warnings and/or to stop any contractors' work if any of the previously rnentioned items are not in compliance. Similarly, the Municipality will have the right to issue warnings and/or to stop work if there are any violations by the contractor of the Occupational Health and Safety Act, Municipal Health and Safety programs, policies, rules, and/or if the contractor creates an unacceptable health and safety hazard. Written warnings and/or stop work orders can be given to contractors using Contractor Health and Safety Warning/Stop Work Order Form (Schedule "B"). k) Where applicable, the Municipality will retain the right to allow municipal employees to refuse to work in accordance with the established policy and the Occupational Health and Safety Act, in any unsafe conditions. I) The Purchasing Department will maintain current certificates of clearance until all monies owing have been paid to the contractor. m) Responsibility for ensuring contractor compliance to this policy falls upon the project manager or designate. This will include identification, evaluation and control practices and procedures for hazards and follow-up and issuing of Contractor Health and Safety Warning/Stop Work Orders. I I I I I I I I I I I I I I I I I I I Page 19 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... HEALTH AND SAFETY PRACTICE FORM To Contractor(s): The Municipality of Clarington is committed to a healthy and safe working environment for all workers. To ensure the Municipal workplace is a healthy and safe working environment, contractors, constructors and subcontractors must have knowledge of and operate in compliance with the Occupational Health and Safety Act and any other legislation pertaining to employee health and safety. In order to evaluate your company's health and safety experience, please provide the accidenUincident and/or Workplace Safety and Insurance Board (WSIB) information noted below, where applicable. . The New Experimental Experience Rating (NEER) - The WSIB experience rating system for non-construction rate groups ............................................................................................. . The Council Amended Draft #7 (CAD-7) Rating - The WSIB experience rating system for construction rate groups ............................................................................................. . Injury frequency performance for the last two years - This may be available from the contractor's trade association ............................................................................................. . Has the contractor received any Ministry of Labour warnings or orders in the last two years? (If the answer is yes, please include the infraction). . Confirmation of Independent Operator Status - The WSIB independent operator number assigned: (Bidders to include the letter confirming this status and number from WSIB with their bid submission.) I I I I I I I I I I I I I I I I I I I Page 20 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... CONTRACTOR'S STATEMENT OF RESPONSIBILITY As a contractor working for the Municipality of Clarington, I/we will comply with all procedures and requirements of the Occupational Health and Safety Act, Municipal safety policies, department and site specific policies and procedures and other applicable legislation or regulations. I/we will work safely with skill and care so as to prevent an accidental injury to ourselves, fellow employees and members of the public. 1. The contractor/successful tenderer certifies that it, its employees, its subcontractors and their employees, a) are aware of their respective duties and obligations under the Occupational Health and Safety Act, as amended from time to time, and all Regulations thereunder (the "Acr); and b) have sufficient knowledge and training to perform all matters required pursuant to this contract/tender safely and in compliance with the Act. 2. In the performance of all matters required pursuant to this contract/tender, the contractor/successful tenderer shall, a) act safely and comply in all respects to the Act, and b) ensure that its employees, it subcontractors and their employees act safely and complying all respects with the Act. 3. The contractor/successful tenderer shall rectify any unsafe act or practice and any non- compliance with the Act at its expense immediately upon being notified by any person of the existence of such act, practice or non-compliance. 4. The contractor/successful tenderer shall permit representatives of the Municipality and the Health and Safety Committee on site at any time or times for the purpose of inspection to determine compliance with this contractor/tender. 5. No act or omission by any representative of the Municipality shall be deemed to be an assumption of any of the duties or obligations of the contractor/successful tenderer or any of its subcontractors under the Act. 6. The contractor/successful tenderer shall indemnify and save harmless the Municipality, I I I I I I I I I I I I I I I I I I I Page 21 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPAliTY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... a) from any loss, inconvenience, damage or cost to the Municipality which may result from the contractor/successful tenderer or any of its employees, its subcontractors or their employees failing to act safely or to comply in all respects with the Act in the performance of any matters required pursuant to this contract/tender; b) against any action or claim, and costs related thereto, brought against the Municipality by any person arising out of any unsafe act or practice or any non- compliance with the Act by the contractor/successful tenderer or any of its employees, its subcontractors or their employees in the performance of any matter required pursuant to this contract/tender; and c) from any and all charges, fines, penalties, and costs that may be incurred or paid by the Municipality (or any of its council members or employees) shall be made a party to any charge under the Act in relation to any violation of the Act arising out of this contract/tender. o ."1. 2"-" ... b~.0..h..,<.r?/.':-.J.5v,(J.. )'0>1 .'01..! :n;().................. /.. ,V.. Kd?J.,VS/:'W..................... Contractor Name of Person Signing for Contractor ... .../!.J~... . Co:::. .... ....~:~.. ... ...... ... ............ ... ......... .~.l~i~',(,! .~..Iv. .7. ... ...... ... Signature of Contractor Date Page 22 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements POLICY AND PROCEDURE Continued... CONTRACTOR HEALTH AND SAFETY WARNING/STOP WORK ORDER The purpose of this form is to: (Issuer to check one of the following) Provide warning to the contractor to immediately discontinue the unsafe work practice described below Direct the contractor to immediately cease all work being performed under this contract due to the unsafe work practice described below. FAILURE TO COMPLY WITH THIS WARNING/STOP WORK ORDER SHALL CONSTITUTE A BREACH OF CONTRACT. PART "A" - DETAILS OF CONTRACT DESCRIPTION: I Page 23 of 27 Q2006-9 I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements I SCHEDULE (C) CONTRACTOR SAFETY I DATE & TIME OF INFRACTION: I DESCRIPTION OF INFRACTION INCLUDING LOCATION: I I I ORDER GIVEN BY MUNICIPALITY: I I DID THE CONTRACTOR COMPLY WITH THIS ORDER? I I DATE & TIME OF COMPLIANCE: I ISSUED TO: CONTRACTOR'S EMPLOYEE TITLE I ISSUED BY: MUNICIPAL EMPLOYEE. DEPARTMENT TITLE I I I I . I I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPAliTY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements Page 24 of 27 Q2006-9 SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE Continued... PART "C" - ADDITIONAL COMMENTS THIS SECTION IS TO BE USED INTERNALLY TO RECORD ADDITIONAL COMMENTS SUBSEQUENT TO ISSUING THE WARNING/STOP WORK ORDER, I.E. DATE AND TIME WORK RESUMED, FURTHER ACTION TAKEN, ETC. I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements Page 25 of 27 Q2006-9 I SCHEDULE (E) - PRICING (REVISED) QUOTATION REQUEST Closing Time and Date (Local Time): 4:00:00 p.m. (local time), September 11, 2006 Reference/Purchasing Manager. . . " Lou Ann Birkett. . . . . . . . . . . . . . . . . . . . . . . . . . . .Date: Phone: (905) 623-3379 I I Quotations are invited for the following goods and/or services listed below. Complete in ink or by typing where applicable all blank spaces and return one copy in the enclosed envelope. Bids must be received at the office of the Purchasing Manager, Corporation of the Municipality of Clarington, 40 Temperance Street, Bowmanville, Ontario, L 1 C 3AG, by the closing time and date. Late bids will not be accepted. Any or all quotations may be accepted in whole or in pari and the lowest or any quotation not necessarily accepted. I Kern DESCRIPTION UNIT QTY UNIT PRICE ~XTENDED PRICES Prices quoted shall be payable in Canadian Funds, F.D.S. destination. Unless otherwise indicated the Ontario Retail Sales tax and the Goods and Services Tax, jf aoolicable, shall be Quoted as a seoarate item. l!We hereby agree to supply all necessary labour, materials, equipment, preparation and supervision to complete this contract, as per all terms, conditions and specifications set forth herein for the prices bid as follows: 1 Fence Removal m 27 $32.50 $877.50 2 Clearing and Grubbing Brush m2 520 $16.50 $8,580.00 100 3 Clearing and Grubbing Trees ea 15 $550.00 $8,250.00 ;W 4 Site Preparation LS $2,405.00 5 Earth Excavation, Grading m3 671 $15.00 $10,079.00 (P) ~ 6 600 mm Dia. CSP Culvert m 4 $234 00 $936.00 7 Rip Rap with Geotextile m2 66 $78.00 $5,148.00 8 Post and Wire Fence m 22 $78.00 $1,716.00 9 Topsoil (imported) (100 mm Depth and Seed by Hydraulic m2 1,800 $3.80 $6,840.00 Mulch Mix 10 Miscellaneous Landscaping LS $5,000.00 $5,000.00 Sub-Total $49,831.50 G.S.T. Extra $2,989.89 TOTAL $52,821.39 Guaranteed Delivery or Completion Cash Discount Date Upon Receipt of Official Order....................................... and Terms........ .... ............... ............. .....n........ 'On.. Origin of Goods: Goods to be Sh ipped City & Country ........................................./.......... from City & Country .......................1................... I I I I I I I I The undersigned, bidder agrees to supply and deliver all goods and/or services for price(s) bid, to the Corporation of the Municipality of Clarington conforming to all terms and conditions set forth herein. A successful bidder must conform to all terms & conditions set forth on the official purchase order subsequently issued upon award, unless otherwise indicated by the Corporation of the Municipality of Clarington. ~.~~~~J.fl,9.:t=~T=~: FIRM NAME:(Bidder) ..Ron Robinson .Umited........... .~ I I ADDRESS: ..3075 Maplegrove Road...... ..Bowmanville. Ontario.... PRI NT NAME: Ronald Robinson _ I POSTAL CODE: TELEPHONE: FAX NUMBER: ..L 1C 3K4... ..905-697-Q400..... ...905-697-0581 Vice PresidenL........... TiUe Dated: ....~.cu..r.} !:l/O..] I I I I I I I I I I I I I I I I I I I I Page 26 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements /11 It is important to the Municipality to receive a reply from all invited bidders. There is no obligatiofllfo ~/lJli1lTJit a quotation/tender, however, should you choose not to bid, completion of this fonm will assist the Muhi{;ipali~hn determining the type of goods or services you are interested in bidding on in the future. II' 111,/ ,I,ll ,.I II, I', INSTRUCTIONS , 'II 111 II' " . II" ,I' "'+11 II If you are unable, or do not wish to bid on this quotation/tender please complete tt\et~~win~ portion of this form. State your reason for not bidding by checking yes or no in the applicaq~e line or Q<<' ~Rplaining briefly in the space provided. It is not necessary to return any other quotation/tendere~p.ts.lI/Just return this completed form in the enclosed quotation/tender envelope prior to the o(f;lrial c1til~~g lltine and date. II' '\I , 'Ill' " "I Yes/No , ' "I ", IHIH' SCHEDULE "F" NOTICE OF "NO BID" IMPORTANT - PLEASE READ THIS We do not manufacture/supply this commodity We do not manufacture/supply to this speCification Unable to quote competitively Cannot handle due to present plant loading " Quantity/job too large "":1 Quantity/job too small 1111I 11'1 Cannot meet delivery/completion requir~eht~ 1,,/ Agreements with distributors/dealers dO'''Rt 1,1" penmit us to sell directly 1""11 IIII1 " Licensing restrictions 111/1.: :1,1 ,III II' , I1I1I Other reasons or additional comm~nts: 1111 II' " 1"1 I' it 'il'fJf .(, '1'11 'I' I,ll '"I Do vou wish to bid onltKl!se ooods/services in the future? Yes/No F M .. I'ty ~1"'lm I Co or unlclpa I ' se "lp, y mpany Do Not WritelJfll., is Silbfifl Name: ",I I" ., ,. tl: ~I' ,Itlll "II III' II '1.,,1'" II III 1111""1""" h. II, 1 ~ III' 1. 2, 3. 4. 5. 6. 7. 8. II' .1,11/1 'II 11111,,1' ,,' g, Address: Telephone: Position: QUOTE # CLOSING DATE I I I I I I I I I I I I I I I I I I I Page 27 of 27 Q2006-9 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE Construction of Drainage Improvements Schedule "F" PURCHASING OFFICE INFORMATION SHEET BIDDER'S REFERENCES Year 2005 Description of Contract Road Reconstruction Hunt Street. Bowmanville Name of Organization Municipality of Clarinoton Contact Person Tonv Cannella Telephone Number 905-623-3379 Value of Contract $2.6 M Year 2005 Description of Contract Road Reconstruction Scuooo Street. Bowmanville Name of Organization Municipalitv of Clarinoton Contact Person Tony Cannella Telephone Number 905-623-3379 Value of Contract $2.2M Please provide detail as to bidder's financial responsibility, (banker, etc.), references, auditor's name and address, etc., ScotiaBank 75 Kino Street. Oshawa Mr. Jim Herrinq