MUNICIPALITY OF THE DISTRICT OF WEST HANTS INFORMATION TO TENDERERS SECTION 1. P.O. Box 3000, 76 Morison Drive. Windsor West Hants Ind.

Similar documents
Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

CONDITIONS OF TENDERING (E-SUBMISSION)

ON-SITE SEWAGE DISPOSAL SYSTEM INSTALLATIONS FOR LAHAVE RIVER PROPERTIES TENDER # PROJECT GROUP # 2

City of Mexico Beach Replacement of Fire Department Roofing Shingles

ALBRO COURT HOUSING CO-OPERATIVE INVITATION TO TENDER (ITT) # BATHROOMS

COUNTY OF OSWEGO PURCHASING DEPARTMENT

SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX. Contract # XXXX-XXXX #Project Name #Project Limits #Project Description

1 CORPORATION of the TOWN of SMITHS FALLS COMMUNITY SERVICES & PUBLIC WORKS AND UTILITIES CONTRACT #_17-CS-02_

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

Central Unified School District Request for Proposal

The Corporation of The Township of Lanark Highlands. TENDER #PW Resurfacing Lavant Mill Road

OSWEGO COUNTY PURCHASING DEPARTMENT

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

Saddles for Sale RFSB # N

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

Invitation to Submit Tenders

REQUEST FOR PROPOSAL. Aerial Photography Services 2016

PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND

LES MAISONS CO-OPERATIVE ST. JACQUES PHASE 2 INVITATION TO TENDER (ITT) # ACCESSIBILITY IMPROVEMENT FEATURES

Gravel Crushing Forms Tender T-PW-14-02

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

RETRO REFLECTIVE GLASS BEADS

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

COUNTY OF LOUISA, VIRGINIA

CORPORATE SUPPLY ARRANGEMENT CS-000xxx

The lowest or any Tender will not necessarily be accepted, and the Township reserves the right to award any portion of this Tender.

Invitation to Submit Tenders

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO TENDERERS

Legal Services for Representation to Indigent Parents RFP Laramie County

BOROUGH OF FOX CHAPEL BIDS FOR RUBBISH CONTAINER BINS. CONTRACT NUMBERS and 08-06

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

CONTRACT DOCUMENTS FOR Project Name Tender XX-XX

Request for Proposal. RFP # Non-Profit, Sports Photography

REQUEST FOR BID # TIRE DISPOSAL SERVICES

REQUEST FOR PROPOSAL Enterprise Asset Management System

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING CONTRACT NO. L

SECTION INSTRUCTIONS TO BIDDERS

INVITATION TO BID INSTRUCTIONS TO BIDDERS

LEGAL NOTICE - ADVERTISEMENT FOR BID

TERMS AND CONDITIONS OF THE INVITATION TO BID

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

TOWN OF PETAWAWA PUBLIC TENDER. Tender # FD FOR THE SALE OF SURPLUS EQUIPMENT One (1) Fort Garry 1993 GMC Topkick Pumper Fire Truck

TURKS AND CAICOS ISLANDS GOVERNMENT MINISTRY OF TOURISM, ENVIRONMENT, HERITAGE AND CULTURE DEPARTMENT OF ENVIRONMENT AND COASTAL RESOURCES (DECR)

Tulsa Community College

ATTENTION ALL BIDDERS

Bid #15-15 Goodyear Tires

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

DRAFT. OCE Funding Agreement

Request for Proposals. To Provide. Sidewalk Snow Removal and Ice Control Services. For The. Municipality of the District of Digby

Invitation For Bid (IFB) Bid Description: Citrix Presentation Server Enterprise Edition 1 Issued: May 22, 2008 THE CITY OF TULSA, OKLAHOMA

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

BID INVITATION. Bid Invitation

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD

PERMIT AGREEMENT FOR THE ACCOMODATION OF UTILITY FACILITIES AND RELOCATION ON PUBLIC CITY RIGHT-OF-WAY

REQUEST FOR PROPOSAL Police Department Roof System Renovation

CONSULTANT AGREEMENT

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

ASTM Supplier s Declaration of Conformity Program Participant Agreement

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

INVITATION TO BID INSTRUCTIONS TO BIDDERS

Masconomet Regional School District Audit Services Request for Quote

INVITATION TO BID for HOTMIX SURFACE TREATMENT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

CITY OF HOPKINSVILLE

COUNTY OF COLE MISSOURI

Request for Tender. Hot Mix Asphalt

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

DESIGN CONSULTING SERVICES RFP TERMS AND CONDITIONS

CHEMELIL SUGAR COMPANY LIMITED

Tender T Supply One 1500 Series Service Vehicle

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID.

INVITATION FOR BID Bid #1012 Ambulance Graphics

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Home Foundation Subcontractor Services Agreement

Municipality of Dysart et al

Sunnyside Valley Irrigation District

Transcription:

MUNICIPALITY OF THE DISTRICT OF WEST HANTS INFORMATION TO TENDERERS SECTION 1 Municipality: Municipality of the District of West Hants P.O. Box 3000, 76 Morison Drive Windsor West Hants Ind. Park Windsor, Nova Scotia, B0N 2T0 Contact Persons: Christine McClare Brad Carrigan Waste Services Coordinator cmcclare@westhants.ca Director of Public Works bcarrigan@westhants.ca 902-798-6943 902-684-3210 1. Tender Submission: 1.1 Submit completed Tender documents in a sealed envelope, marked as follows: Tender # Supply of Organics Carts Closing at 2:00 p.m. local time, November 16, 2017 TO: Municipality of the District of West Hants Public Works Department 20 Main Street Hantsport, Nova Scotia, B0P 1P0 2. Fuel Adjustment: 2.1 There should be NO fuel adjustment for this tender. 1

3. Tender Opening: 3.1 Tenders will be opened on November 16, 2017. Public opening will be at 2:01 p.m. at the Public Works Office, 20 Main Street, Hantsport, Nova Scotia 4. Document Deposit: 4.1 None Required 5. Accuracy of Referencing: 5.1 Indexing and cross-referencing are for convenience only. 6. Conditions of Tendering: 6.1 The Tenderer is fully responsible for understanding the content requirements of all Contract Documents in preparation of Tender. Refer to Form of Tender, Subsection 3.3.1 for a complete list of Contract Documents. 7. Tenderer to Investigate: 7.1 Tenderers will be deemed to have familiarized themselves with existing site and working conditions and all other conditions which may affect performance of the contract. No plea of ignorance of such conditions because of failure to make all necessary examinations will be accepted as a basis for any claims for extra compensation or an extension of time. 7.2 There is no mandatory site visit associated with this tender request. 8. Clarification of Addenda: 8.1 Notify Municipality not less than four (4) working days before Tender Closing of omissions, errors, questions or ambiguities found in the Contract Documents. If the Municipality considers that correction, explanation or interpretation is necessary; a written addendum will be issued. All addenda will form part of the Contract Documents. 2

9. Preparation of: 9.1 Complete the Form of Tender provided with Project Documents in ink or electronic print. Ensure all items are tendered and blanks are filled in by person signing the Tender bid. Indicate the appropriateness of leaving a blank unfilled by placing N/A in the blank. 10. Tender Price 10.1 Price shall be in Canadian dollars and include labour, freight, duty and all applicable taxes, rates, and charges in force at the time of award. Clearly identify each item within Tender response. 10.2 The successful Tenderer will be issued a Purchase Order following the Municipality s decision to accept the tender offer per the conditions set in the Tender Document. 11. Notices: 11.1 By submitting a Tender the Tenderer agrees to public disclosure of its contents subject to the provisions of the Municipal Government Act relating to Freedom of Information and Protection of Privacy. Anything submitted in the bid the Tenderer considers personal information or confidential information of a proprietary nature should be marked confidential and will be subject to appropriate consideration under the Municipal Government Act as noted above. 12. Tender Security: 12.1 None Required If the Municipality of the District of West Hants requires proposal security, that security amount must be received in the form of certified cheque payable to the Municipality of West Hants the before RFP closing date. All Tenders without security deposit will be disqualified from the decision to award work. The proposal security obtained may be held as contract security after the award of work to a successful Tenderer. 3

13. Contract Security: 13.1 A security deposit is required in the amount of 10% of the contract price. Security deposit shall be by bid bond or certified cheque. 14. Insurance: If the Municipality of the District of West Hants requires contract performance security, that security must be submitted to the Municipality of West Hants within one week of the award letter. If a security deposit hasn't been retained within 1 week the Municipality of West Hants reserves the right to cancel the contract and award the work to the next successful Tenderer. 14.1 The Tenderer shall purchase and continuously maintain during the term of the Contract or any extension thereof a comprehensive general liability policy with limits of not less than five million dollars ($5,000,000.00) with such coverage to be with such insurance company and contents acceptable to the Municipality. A copy of which must be submitted with tender. 15. Form of Agreement: 15.1 Form of Agreement is attached for information purposes only and need not be completed until after award of contract. 16. Return of Tender Security: 16.1 If tender security is required, return of security will occur on two different occasions: a) Successful bidder - upon receipt of contract security or bonding b) Unsuccessful bidder - upon award of the contract to the successful bidder. 17. Amendment or Withdrawal of Tender: 17.1 Tenders may be amended or withdrawn by letter, email, or facsimile. Amendment or withdrawal by letter, email, or facsimile must be verified by registered letter, postmarked prior to the date and time of closing. 4

17.2 Amendments to individual unit prices is the only acceptable price amendment. Amendments shall not disclose either original or revised total price and should be submitted in a separate, sealed envelope. 17.3 Head amendment or withdrawal as follows: Amendment/Withdrawal of Tender for (Name of Project) (Contract Number). Sign and seal as required for Tender, and submit at address given for receipt of Tenders prior to time of Tender Closing. 18. Informal or Unbalanced Tenders: 18.1 Tenders which, in the opinion of the Municipality, are considered to be informal or unbalanced, and may be rejected. 19. Right to Accept or Reject Any Tender: 19.1 The Municipality reserves the right to accept or reject any or all Tenders, but not necessarily accept the lowest tender, or to accept any tender which may consider to be in its best interest. The Municipality also reserves the right to waive formality, informality, or technicality in any tender. A table of evaluation criteria is included within this Tender document to be used as a guideline for Tenderers (see Section 1.22). The Municipality reserves the right to deviate from the evaluation criteria where it is in the best interests of the Municipality. The Municipality reserves the right to negotiate, after the Tender Closing Date, with any Bidder to finalize service arrangements in the best interests of the Municipality. The Municipality shall not be bound by trade or custom in dealing with and/or evaluating the responses to the Tender. The Municipality reserves the right to interpret any or all aspects of this Tender as may be most favorable to the Municipality. In submitting a bid, the Tenderers has accepted the reservation of rights as set out herein and agrees to be bound by same. 5

20. Late Tenders: 20.1 Late Tenders will be returned, unopened to the Tenderer 21. Tender Submission: 21.1 Pages & Items to Return: a) Form of Tender Section 2 (p. 7-8) b) Copy of Insurance Certificate 6

22. Tender Evaluation: Part 1 Please fully provide information for each criterion. ITEM NO. CRITERIA RANKING SCORE COMMENTS 1. Does the tender include enough information to demonstrate how 30 Extremely thorough the vendor s product (s), staff and resources best meets the 15 Somewhat thorough needs of the Municipality as Not addressed in described in the Tender? 0 tender application 2. Additional information that the 10 High benefit vendor would like considered Criteria 5 Moderate benefit that is of benefit to the Evaluation Municipality. 0 Low benefit 3. Warranty (Length of Warranty may need to be considered) 4. Maintenance / Service 5. Delivery time 10 10 Yes 0 No 10 On site / Local 5 Send Away Part 2 Cost/Price Evaluation Specification/Product (Lowest Bid) / (Bidder s Price) x Price Weighting (30) Total Score / 100 7

22. Specifications: INFORMATION TO TENDERERS- SECTION 1 a. Proponents shall provide information on the outdoor performance of the container (i.e. ability to withstand UV, precipitation, temperature changes between -30 o C and +30 o C), including any available data on how well the cart empties in sub-zero temperatures. b. Proponents shall provide at least 3 references from other customers using the proposed identical design carts. c. Proponents shall provide a sample cart for evaluation purposes. Design changes to the cart during the life of the contract with the successful proponent must be approved by the Municipality, prior to use. d. Containers and lids must be green in colour with pigment throughout the cart and lid material. e. Containers must be capable of being tipped using the European style of lifters employed by the Municipality s collection contractor, which grasp the cart by the lip only. f. Construction of the cart shall be of UV stabilized and recycled material, where possible. All rigid containers shall be new, unused and of uniform design and construction. g. All metal parts shall be constructed of stainless steel or otherwise designed and constructed to resist corrosion. h. Each container shall be capable of holding a minimum of 100 kg (220 lb) during the lift cycle, without structural damage or deformation. i. Container lids shall be capable of opening at least 270 degrees in rotation. The lid shall be hinged at the rear of the container, opposite to the lifting location j. Containers shall have the option of retrofitting with a tight fitting rodent proof lid constructed of the same material as the container, with integral hinges to permit lifting of the lids and on-site inspection for contaminants. k. Containers shall be balanced to reduce risk of falling over while being moved whether full or empty. Handles for moving the containers shall be at the opposite sides from the lifting edge. 8

l. The proponent shall state the size and configuration of the wheels and axles to be installed on the proposed containers, including the wheel diameter, wheel tread thickness and wheel and tread material. Axles shall be made of solid steel. The wheels must be attached to the axle to restrict removal and the cart must be easy to use on paved and unpaved surfaces. m. Containers shall have a warranty for a minimum period of 10 years. n. The vendor shall provide for training of designated staff (Municipality, collector or otherwise) as needed to assemble and repair containers. During the period of the warranty, the vendor shall also supply any replacement parts (at the cost of the vendor) and reimburse the Municipality for labour costs incurred for each repair made, or such settlement mutually agreed to in writing. o. Each container shall have a unique identification number and West Hants Logo stamped onto the main body of the container. The successful proponent shall consult with Municipality staff on the locations of serial numbers and logos and the numbering series. p. Delivery of all contract items shall be provided no later than March 31, 2018 FOB Public Works Compound, Hantsport, NS. Final arrangements may be made following award of contract with the Waste Coordinator to stage items for early distribution to residents as required for collection service roll out. q. Proponents are invited to submit Optional Pricing to perform final cart assembly and final delivery of the carts and Municipality supplied literature, including recording of serial numbers and civic locations, throughout the Municipality to the residents of West Hants. This optional pricing will not be used for commercial evaluation of the Tender. *** End of Section 1 *** 9

1. Salutation: FORM OF TENDER SECTION 2 1.1 Municipality of the District of West Hants P.O. Box 3000, 76 Morison Drive, Windsor West Hants Ind. Park Windsor, NS B0N 2T0 1.2 Supply of Organics Carts Municipality of the District of West Hants 1.3 From: 2. Tender Declares: 2.1 That this Tender is made without collusion or fraud. 2.2 That they have carefully examined the proposed work; familiarized themselves with local conditions; carefully examined the Contract Documents and Addenda No. to and taken all the foregoing into consideration in preparation of the Tender. 3. Tender Agrees: 3.1 To enter into a contract to supply all labour, material, and equipment to provide the material/supply/equipment desired and/or to complete the work as described and specified herein for the prices stated in Subsection 4 hereunder, Bid Sheet. 3.2 That this Tender is valid for acceptance for 60 days from the time of Tender closing. 3.3 That the Contract Documents include: Information to Tenderer Form of Tender Form of Agreement (for information only) Criteria Evaluation Cost/Price Evaluation (Bid Sheet) 10

4. Bid Sheet: Measurement & Payment Specifications Addenda (if any) This is a Unit Price Contract. Contemplated provisional items to be approved by the Municipality prior to installation. Item Item Description UOM Quantity Unit Price Total Price 1 2 200L Organics Carts (or closest available size) 120L Organics Carts (or closest available size) ea 5300 ea 300 3 Lockable Cart Lids (for 200 L size carts) ea 100 5. Signatures: Total Price: $ Signed this day of, 2017. Name of Firm Tendering Address Telephone Name & Title (Printed) Signature Witness Name & Title (Printed) Signature *** End of Section 2*** 11

FORM OF AGREEMENT SECTION 3 This Agreement on this day of, 2017. BY AND BETWEEN: The Municipality of the District of West Hants hereinafter called the Municipality -and- WITNESSES that the parties agree as follows: 1. The Work: hereinafter called the Contractor The Bidder shall: 1.1 Perform the work required by the Contract Documents for Supply of Organics Carts 1.2 Do and fulfill everything indicated by this Agreement; and 1.3 Commence the work as directed by the Municipality 2. The Municipality: 2.1 The Municipality is the Municipality of the District of West Hants 3. Contract Documents: 3.1 The following is an exact list of the Contract Documents referred to in subsection 1.6.1 of this Agreement. This list is subject to subsequent amendment in accordance with the provision of the Contract Documents. Information to Tenders Form of Tender Form of Agreement (for information only) Evaluation Criteria Cost/Price Evaluation: Bid Sheet Specifications Addenda (if any) 12

4. Contract Price: FORM OF AGREEMENT SECTION 3 4.1 The Contract Price is: See Form of Tender, Bid Sheet. 5. Payment 5.1 The Municipality shall pay the Contractor in Canadian Funds for the performance of the Contract. 5.2 The total payment shall be the Contract Price as defined in section 3 subsection 4.1 Contract Price plus applicable Harmonized Sales Tax (HST). 6. Right and Remedies: 6.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available there under shall be in addition to and not a limitation of any duties, obligations, rights, and remedies otherwise imposed or available by law. 6.2 No action or failure to act by the Municipality or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any action or failure to act constitute an approval of any acquiescence in any breach there under, except as may be specifically agreed in writing. 7. Security: 7.1 A security deposit is required in the amount of 10% of the contract price. Security deposit shall be by bid bond or certified cheque. 8. Receipt of and Addresses of Notice: 8.1 Communications in writing between the parties or between them and the Municipality shall be considered to have been received by the addressee on the date of delivery if delivered by hand to the individual, or to a member or the firm, or to an officer of the corporation for whom they are intended, or if sent by post or by registered mail, to have been delivered within five (5) working days of the date of the mailing, dispatch when addressed as follows: 13

The Municipality at: Municipality of the District of West Hants P.O. Box 3000, 76 Morison Drive, Windsor West Hants Ind. Park Windsor, NS B0N 2T0 The Contractor at: 9. Contractor s Indemnification: The Contractor agrees to indemnify and save the Municipality harmless against all claims, suits, demands, damages, expenses, disbursement and costs on a Solicitor and Client bases which the Municipality may incur as a result of any act or omission by the Contractor. The Contractor acknowledges that it is not an employee of the Municipality, but is an independent Contractor. 10. Worker s Compensation: A Certificate of Good Standing from the Worker s Compensation Board of Nova Scotia must be supplied prior to the execution of this Contract. If not required to be a member of Worker s Compensation, it is understood that the Contractor shall be liable for any assessments made by the Board, on the Municipality related to work conducted under this Contract. 11. Succession: The previously mentioned Contract Documents are to be read into and form part of the Agreement and the whole shall constitute the Contract between the parties and subject to law and the provisions of the contract documents shall inure to the benefit of and be binding upon the parties hereto, their respective heirs, legal representative, successors, and assigns. 14

12. Signatures: IN WITNESS WHEREOF the parties hereto have executed this Agreement under their respective corporate seals and by the hands of the proper officers thereunto duly authorized. SIGNED, SEALED AND DELIVERED in the presence of: MUNICIPALITY CONTRACTOR MUNICIPALITY OF THE DISTRICT OF WEST HANTS SIGNATURE NAME & TITLE (printed) SIGNATURE NAME & TITLE (printed) NAME SIGNATURE NAME & TITLE (printed) SIGNATURE NAME & TITLE (printed) (Where either the Municipality or Contractor calls for proof of authority to execute this document, proof of such authority in the form of a certified copy of a resolution naming the person or persons in question as authorized to sign the Agreement for and on behalf of the corporation partnership, parties to this Agreement, should be attached). ***End of Section 3*** 15

CONDITIONS AND REQUIREMENTS SECTION 4 1. The tenderer must ensure public safety at all times. 2. All work is to conform to the Occupational Health and Safety Act. 3. All work to be performed in a workmanlike manner according to standard procedures. 4. All goods and materials provided by the shall be CSA Group, certified and tested. 5. Invoices shall indicate H.S.T. with appropriate registration number, indicated as a separate item. 6. The Tenderers agrees to comply with all legislation in effect from time to time, including any Federal, Provincial and Municipal legislation, regulations or By-laws, which are applicable to the operations of the contractor respecting this Contract. 7. Should there be any questions regarding the interpretation of this Contract, the Municipality s interpretation shall govern. 8. The Municipality of the District of West Hants reserves the right to request that any or all Tenderers clarify and make revisions to their tender. The Municipality of the District of West Hants may choose to meet with one, several, or all Tenderers to discuss aspects of their bid. The Municipality of the District of West Hants is not obligated to seek clarification from any Tenderers with regards to any aspect of its bid. 9. The Municipality of the District of West Hants is not bound to accept any bid. Further, the Municipality of the District of West Hants reserves the right to accept or reject any bid in whole or in part, waive any irregularities in the tendering process, and to discuss different or additional items to those included in this Tender, at its sole discretion. The Municipality of the District of West Hants may invalidate this Tender and may issue a second Tender at its sole discretion. 10. The Tenderer shall warranty all material and equipment installed by him/her, or incurred under this contract, for the period specified herein by Municipality. ***End of Section 4*** 16

MEASUREMENT & PAYMENT SECTION 5 1. Unit prices are full compensation for the work necessary to complete each item in the Contract ***End of Section 5*** 17