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

Similar documents
ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $

Gravel Crushing Forms Tender T-PW-14-02

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

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

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

TOWN OF MIDLAND PUBLIC WORKS DEPARTMENT CONTRACT L WILLIAM STREET WATERMAIN (BAY STREET TO FRANK STREET)

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

Request for Tender. Hot Mix Asphalt

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

Central Unified School District Request for Proposal

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

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

BOND FOR FAITHFUL PERFORMANCE

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

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

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

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

Cherokee County Board of Commissioners

Sunnyside Valley Irrigation District

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

BOND FOR FAITHFUL PERFORMANCE

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

CONTRACT FORM CONTRACT #

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

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

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

RETRO REFLECTIVE GLASS BEADS

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

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

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

City of Mexico Beach Replacement of Fire Department Roofing Shingles

Instructions to Bidders Page 1 of 8

Construction, respecting the replacement of the entrance stairs of City Hall, in the City of

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

REQUEST FOR BID # TIRE DISPOSAL SERVICES

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

CONTRACT DOCUMENTS FOR Project Name Tender XX-XX

BID: Escanaba WWTP Digester Roof Restoration

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT]

LAND IMPROVEMENT AGREEMENT

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

00400 BID FORMS AND SUPPLEMENTS

EQUIPMENT RENTAL PROPOSAL AND CONTRACT (WHEN EXECUTED) DRUMORE, PA ADDRESS Proposals will be opened and read at approximately 1:00 P.M.

Invitation to Submit Tenders

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

REQUEST FOR PROPOSAL Enterprise Asset Management System

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

FLORIDA DEPARTMENT OF TRANSPORTATION

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

INSTRUCTIONS TO BIDDERS Medical Center

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

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

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF RICHMOND PERFORMANCE BOND

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

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

ATTENTION ALL BIDDERS

COMMERCIAL SURETY BOND APPLICATION AND INDEMNITY AGREEMENT TYPE OF BOND: BOND AMOUNT: $ COMPLETE BOX IF APPLICANTS IS AN INDIVIDUAL.

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

LEGAL NOTICE INVITATION TO BID TOWING AND STORAGE OF MOTOR VEHICLES

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

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

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

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

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

Invitation to Submit Tenders

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

INVITATION FOR BID Chipeta Lake Park Tree Trimming

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

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

CONTRACT AND BOND FORMS FOR

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and

OHIO DEPARTMENT OF TRANSPORTATION

<CONTRACT TITLE> <Hwy No.> CONTRACT FORMS 1. CONTRACT FORMS 1.1 CONTRACT

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

Saddles for Sale RFSB # N

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA

Part VIII Material and Construction Specifications

THE MUNICIPALITY OF MISSISSIPPI MILLS 3131 OLD PERTH RD. ALMONTE, ONTARIO KOG1A0 TELEPHONE FAX

ATTENTION ALL BIDDERS

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

INVITATION TO BID for HOTMIX SURFACE TREATMENT

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD

FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

REQUEST FOR PROPOSAL Police Department Roof System Renovation

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

Transcription:

TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING CONTRACT NO. L04-48385

TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING TWO YEAR CONTRACT - 2016 AND 2017 CONTRACT NO. L04-48385 SEALED TENDERS, clearly marked TRAFFIC LINE PAINTING, 2016 2017, will be received until 12:00 noon, local time on Wednesday, August 5, 2015, at the office of: Shawn Berriault, C. Tech. Director of Operations Town of Midland 575 Dominion Avenue Midland, Ontario L4R 1R2 The project includes the supply of all equipment, material and labour to place traffic paint on roads in the Town of Midland, in compliance with the MTO Manual of Uniform Traffic Devices. Contractors experienced in traffic line painting may obtain Tender documents from the Town of Midland website at http://www.midland.ca/quicklinks/tenders. A mandatory site inspection meeting will be held at the Maintenance Office at 731 Ontario Street at 10:30 A.M. on Wednesday, July 22, 2015 with the Manager of Maintenance Operations to review the scope of the contract. Contractors who do not attend this site inspection meeting will not be eligible to submit a tender. Each Tender must be accompanied by a certified cheque or bid bond in the amount of Five Thousand ($5,000.00). Tenders will be opened publicly shortly after closing at the Town of Midland Municipal Office in the Council Chambers. THE LOWEST OR ANY TENDER NOT NECESSARILY ACCEPTED Shawn Berriault, C. Tech. Director of Operations

TRAFFIC LINE PAINTING PAGE 3 General Index Page 1. Information to Tenderers 4-11 2. Form of Tender 12-23 3. Specifications 24-27 4. Agreement 28-30 5. Schedules 31-32

TRAFFIC LINE PAINTING PAGE 4 INFORMATION TO TENDERERS TRAFFIC LINE PAINTING

TRAFFIC LINE PAINTING PAGE 5 1.0 INFORMATION TO TENDERERS 1.1 THE WORK INFORMATION TO TENDERERS The work includes the supply of all equipment, material and labour to place traffic paint on roadways and parking lots in the Town of Midland, in compliance with the MTO Manual of Uniform Traffic Devices. 1.2 DELIVERY AND OPENING OF TENDERS Sealed Tenders on the forms provided in this tender document, clearly marked TRAFFIC LINE PAINTING, 2016 2017,, must be received at the Town of Midland Municipal Offices, 575 Dominion Avenue, Midland, ON, L4R 1R2, no later than: 12:00 noon local time on Wednesday, August 5, 2015. Late tenders will not be accepted. Fax tenders or tenders submitted using any other electronic medium will not be accepted. 1.3 MANDATORY SITE INSPECTION MEETING A mandatory site inspection meeting will be held at the Public Works Office at 731 Ontario Street at 10:30 A.M. on Wednesday, July 22, 2015 with the Manager of Maintenance Operations to review the scope of the contract. Contractors who do not attend this site inspection meeting will not be eligible to submit a tender. 1.4 TENDER TAKERS/TENDER RESULTS LIST A List of Tender Takers will be posted and updated, as information becomes available, together with the Tender Results, when available, on the Town s web site at www.midland.ca under Quick Links/Tenders. 1.5 TENDER DEPOSIT Each Tender shall be accompanied by either: a) a tender deposit in the form of a certified cheque made payable to the Town of Midland for an amount of Five Thousand Dollars ($5,000.00); or b) a bid bond in the amount of Five Thousand Dollars ($5,000.00) and sealed by a corporation duly authorized to transact the business of Suretyship, licensed in Ontario with an office in Ontario.

TRAFFIC LINE PAINTING PAGE 6 INFORMATION TO TENDERERS - Continued The Tender deposit cheques or Bid Bonds of the three (3) lowest Tenderers shall be retained by the Town for sixty (60) days after the Official Closing Time or until the Contract has been signed by the successful Tenderer. Tender deposit cheques or bid Bonds of all other Tenderers will be returned within thirty (30) days of the Official Closing Time without interest. The Tender deposit cheques or Bid Bonds of the successful Tenderer will be returned without interest upon execution of the Contract Documents by the Council of the Town of Midland. If the Tender consists of more than one Contract, each Contract may be individually bonded in accordance with the above requirements. 1.6 TENDER FORM All Tenders must be submitted on the Tender Form contained herein, in an envelope clearly marked TRAFFIC LINE PAINTING, 2016 2017, CONTRACT L04-48385. Tender Bidders are asked to return the Tender Form only, with all sections completed. The other sections of the tender document are provided as reference material only and should be retained by the Contractor for his records. Tenderers should note that if they are returning their tender by courier, courier deliveries usually arrive after the noon hour, which would not be in time for the tender deadline. 1.7 RIGHT TO ACCEPT OR REJECT TENDERS The lowest or any particular Tender will not necessarily be accepted. The criteria which may be considered by the Town in awarding the Contract will include a combination of price, scheduling, expertise, qualifications, and suitability of the Tenderer, and such other conditions as may be determined by the Town to be in its own best interest. The Tenderer acknowledges that the Work(s) or portions thereof are subject to the procurement and issuance of funding, certain permits, authorizations, licenses, easements and other approvals as may be required from third parties or under applicable laws, statutes and regulations ( Approvals ). In the event that any Approvals are not issued by any third parties ( Frustrating Event ) the Town reserves the right, and without liability to the Tenderer, to: Not award the Contract and/or cancel the request for Tenders; Award the Contract in whole or in part but expressly subject to the right on the part of the Town to cancel all or part of the Contract at any time after the award thereof in the event that such Approvals cannot be obtained; Delay the consideration of the award of the Contract until such time as the Approvals may be obtained;

TRAFFIC LINE PAINTING PAGE 7 INFORMATION TO TENDERERS - Continued In any event, the Town reserves the right, in its absolute discretion, to reject any or all tenders or to award the contract to other than the Tenderer submitting the lowest Tender, provided that Council, in its sole and absolute discretion, decides that it is in the best interest of The Corporation of the Town of Midland to do so. By submitting this tender document, the Tenderer acknowledges that it shall have no claim against, or entitlement to damages from the Town by reason of the Town s rejection of its Tender or of all Tenders, or by reason of any delay in the acceptance of a Tender, or cancelling all or part of the Contract as a result of a Frustrating Event. Tenders are subject to a formal Contract being prepared and executed. Without in any way limiting the generality of the preceding, Tenders, commencing with the lowest tender, will be evaluated against criteria developed by the Town using information provided by the Tenderer in Section B Tender Form and additional criteria information as requested. The Town s criteria include, but are not limited to: Skill and experience demonstrated on similar projects of similar scope; The general reputation, qualifications and experience of the Tenderer; The general reputation, qualifications and experience of the Tenderer s subcontractor; Qualifications and experience of key personnel of the Tenderer; Tender price; Project schedule/substantial performance date; Reference checks with former clients, consultants and subtrades; Five year history of claims, litigation and/or arbitration between Tenderer and former clients and between itself and subcontractors; Five year history of charges under the Occupational Health & Safety Act (Ontario); Five year record with the Workplace Safety and Insurance Board ( WSIB ); Anticipated additional costs not included in the Tender Price but inferable from the evaluation criteria or from the Tender; Matters omitted from Section B Tender Form by the Tenderer. Where the Tenderer is associated with one or more persons or corporations which conduct the same or similar business as the Tenderer, the Town may, but is not obliged to, request from such Tenderer the evaluation information with respect to such associated persons or corporations. The failure or refusal of a Tenderer to comply with such a request may result in the rejection of its Tender. The above criteria are not necessarily listed in the order of their importance to the Town.

TRAFFIC LINE PAINTING PAGE 8 INFORMATION TO TENDERERS Continued 1.8 TENDER REQUIREMENTS Tenders are required to conform to the conditions listed below and failing to do so may be subject to disqualification. a) All Tenders must be upon the Tender Form contained herein and be in the possession of the Director of Operations, or his duly authorized representative on or before the tender closing date and time. BIDS RECEIVED AFTER CLOSING TIME WILL NOT BE CONSIDERED. b) The Tender must be legible, written in ink or typewritten and ALL ITEMS MUST BE BID, where stipulated, with the unit price for every item and other entries clearly shown. c) Alternative proposals will not be considered unless requested in the tender documents. d) The bid must not be qualified by any statement added to the Tender Form or a covering letter, or alterations to the Tender Forms, unless requested by the Town. e) Adjustments by telephone, facsimile or letter to a Tender already submitted will not be considered. A bidder desiring to make adjustments to a Tender must supersede it with a later Tender submission. f) The Tender Form must be signed in the space(s) provided with the signature(s) of the bidder, or of a duly authorized official of the organization bidding. If a joint bid is submitted, it must be signed on behalf of each of the bidders, and if the signing authority for both bidders is vested in one individual, he shall sign separately on behalf of each bidder. In the case of an incorporated company, the corporate seal must be affixed to the Tender Form. g) Erasures, overwriting or strike-outs must be initialed by the person signing on behalf of the organization bidding. h) The Tender shall include the completed Form of Tender, Schedule of Unit Prices, List of Subcontractors, Proof of Experience and Health and Safety Form HS-14. Tenders submitted that do not have all forms completed in full may be considered incomplete. i) Tenders that contain prices which appear to be so unbalanced, as likely to affect adversely the interests of the Town, may be rejected.

TRAFFIC LINE PAINTING PAGE 9 INFORMATION TO TENDERERS - Continued j) Pricing must remain firm for the first year of the contract. The Contractor may be granted a rate increase in the second year of the contract, based on Statistics Canada Consumer Price Index for the preceding twelve (12) month period, to the nearest $0.05, if required. k) Wherever in a tender, the amount tendered for an item does not agree with the extension of the estimated quantity and the tendered unit price, the tendered unit price shall govern and the amount and the total Tender Price shall be corrected accordingly. l) This Contract may not be assigned, sub-contracted or let out in whole or in part, without the prior written consent of the Town of Midland. 1.9 TENDERERS TO INVESTIGATE The Contractor warrants by his tender that he has visited the site and made his own assessment of the roads and parking lots to be painted and assessed any difficulties to be encountered. 1.10 CLARIFICATION Should a bidder find discrepancies in or omission from the Tender documents, or should there be any doubt as to their meaning, inquiry should be made IN WRITING to the designated official on or before the end of business Friday, July 24, 2015. Should a correction, explanation or interpretation be necessary or desirable, a written addendum will be issued to all bidders and posted on the Town of Midland website before the end of business on Monday, July 27, 2015 or as soon thereafter as possible. Addenda issued during the bidding period are part of these Tender Documents and must be signed and returned with the Tender bid. 1.11 PRICES AND BUDGETS The Town of Midland has a strictly defined budget for the work within the Contract and reserves the right to change the scope of this Contract to bring the Tender price within the available budget limits. The Town reserves the right to waive formalities and enter into negotiations with the low bidder, or any other bidder that it deems appropriate, in order to bring the project to within any given budget limit. Should it be determined that the changes in the scope of the Contract are of sufficient magnitude, then the Town shall cancel the Tender process. Then, at its discretion, commence a new process in order to complete the project within the budget available.

TRAFFIC LINE PAINTING PAGE 10 INFORMATION TO TENDERERS - Continued Changes to the scope of this Contract, either by changes in scheduling, changes in quantities of work and/or deletion of any part of the work shall not entitle the Contractor to any extra compensation. The Town will not be held responsible for any cost incurred by any bidder associated with preparing or submitting a Tender for this project, should the Tender be rejected or the process cancelled. 1.12 PAYMENT - CHANGES Payment will be made only for confirmed quantities and acceptance of same. The Contractor will be responsible for procuring the required signature from the Manager of Maintenance Operations. Invoices will be paid within 30 days of the invoice date, unless early payment discounts are available, in which case payment will be made by the discount date. The Contractor is expected to pay any Sub-Contractors within 30 days of receipt of payment from the Town. 1.13 FAILURE TO PERFORM If, in the opinion of the Town, the Contractor refuses or neglects to perform the work required under the contract in an orderly manner and without delay, then the Town of Midland may cancel the contract by twenty-four (24) hours written notice. The Town shall have the full right and power at its discretion, without process of action at law, to take possession of the whole work remaining at the time of notice of cancellation and to re-let the same to any other person, persons, or Company with or without previous advertisement. The Contractor shall be liable for all damages, expenditure and extra expenditure and for all additional cost of the work which may be incurred by reason thereof, together with the penalties from the date fixed for the completion of the work. 1.14 UNBALANCED TENDERS Each item on the Form of Tender shall have a reasonable price relative to the other items. Under no circumstances will an unbalanced Tender be considered. The Town of Midland shall be the sole judge in such matters. The Town reserves the right to reject any Tender that it determines is unbalanced. 1.15 FORMATION OF CONTRACT/WSIB AND INSURANCE The Town shall notify the successful Tenderer that his Tender has been accepted and shall forward four (4) complete copies of the Contract Documents to the Tenderer for execution.

TRAFFIC LINE PAINTING PAGE 11 INFORMATION TO TENDERERS - Continued The Tenderer agrees that once he has been notified that his Tender has been accepted by the Town, it will fully execute the Articles of Agreement bound in the Contract Documents within five (5) days after receiving those same Documents in quadruplicate, otherwise his tender deposit shall be forfeited to the Town. The successful Tenderer shall execute and return with the four (4) copies of the Contract Documents to the Director or Operations within five (5) days after receiving those same Documents, the following: Liability and all Risk Insurance Certificate in the minimum amount of $5 million, noting the Town of Midland as an additional named insured as outlined herein and in the following Section 2.0 Tender Form; a) A Work Schedule outlining the proposed timing of the works; and b) Current Clearance Certificate from the Workplace Safety and Insurance Board (WSIB). NOTE: The Town of Midland must be in possession of a current Clearance Certificate from the WSIB at all times throughout the duration of the Contract (including the maintenance period). It is the responsibility of the successful Tenderer to ensure the Town is always able to obtain a current Clearance Certificate (i.e. every 90 days). The executed Contract Documents will be completed by the Town; one executed copy will be returned to the Tenderer. 1.16 HOLD HARMLESS To the fullest extent permitted by law, the successful Tenderer agrees to defend (including attorney s fees), pay on behalf of, indemnify and hold harmless The Corporation of the Town of Midland, its elected and appointed officials, employees and volunteers and others working on behalf of The Corporation of the Town of Midland against any and all claims, demands, suits or loss, including all costs connected therewith and for any damages which may be asserted, claimed or recovered against or from The Corporation of the Town of Midland, its elected and appointed officials, employees, volunteers or others working on behalf of The Corporation of the Town of Midland, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this contract.

TRAFFIC LINE PAINTING PAGE 12 FORM OF TENDER TRAFFIC LINE PAINTING TO BE COMPLETED BY TENDERER TENDER SUBMISSION CHECK LIST: Tender Submitted By: Date: Total Tender Bid $ Certified Cheque $ Addendum(s)* to, inclusive * Tenderer to fill in blanks or enter NIL as applicable. FOR OFFICE USE ONLY Date/Time Tender Received: Reviewed By: Member of Council

TRAFFIC LINE PAINTING PAGE 13 2.0 TENDER FORM FORM OF TENDER TO: Mayor and Members of Council The Corporation of the Town of Midland Tendered by: (Firm Name) (Address) (City/Town) (Postal Code) (Telephone) (Fax) (E-Mail) Gentlemen: The undersigned has carefully examined the appended documents for this Contract and acknowledges the same to be part of the Contract. Further, the undersigned has visited the site and studied all conditions thereon which affect the work, and is fully informed as to the nature of the Work and the conditions relating to its performance. The undersigned hereby proposes to furnish all plant, labour and materials including in every case, freight, duty, exchange and sales tax in effect, except as otherwise specified and to complete the work in strict accordance with requirements of the Contract at the unit prices named in the Schedule of Prices for the sum of: (in writing) /100 ($. ) DOLLARS

TRAFFIC LINE PAINTING PAGE 14 FORM OF TENDER The undersigned agrees to the following: 1. To execute the Agreement in duplicate and to furnish a certified copy of the Insurance Policy required under the Contract, noting the Town of Midland as an additional named insured, and a Clearance Certificate from the Workplace Safety and Insurance Board noting the company is in good standing with the board within seven (7) days (not including Sunday or a legal holiday) from the date of mailing of the notice of acceptance of this Tender by the Town to the address stated hereunder. 2. To the fullest extent permitted by law, the successful Tenderer agrees to defend (including attorney s fees), pay on behalf of, indemnify and hold harmless The Corporation of the Town of Midland, its elected and appointed officials, employees and volunteers and others working on behalf of The Corporation of the Town of Midland against any and all claims, demands, suits or loss, including all costs connected therewith and for any damages which may be asserted, claimed or recovered against or from The Corporation of the Town of Midland, its elected and appointed officials, employees, volunteers or others working on behalf of The Corporation of the Town of Midland, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this contract. 3. This offer is to continue open to acceptance until the Contract is executed by the successful bidder or for a period of Thirty (30) days commencing from the Date of Closing of Tenders, whichever event first occurs and that the Owner may, at any time within that period accept this Tender whether any other Tender has been previously accepted or not. 4. The Town reserves the right, in its absolute discretion, to reject any or all Tenders or to award the contract to other than the Tenderer submitting the lowest Tender provided that Council, in its sole and absolute discretion, decides that it is in the best interest of The Corporation of the Town of Midland to do so. 5. The work will be commenced on May 1 of each year of the contract, or on a date as close to May 1, as agreed between the Town and the Contractor.

TRAFFIC LINE PAINTING PAGE 15 FORM OF TENDER 6. The work will be completed on or before June 1 of each year of the contract, or on a date as close to as June 1, as agreed between the Town and the Contractor. I/We hereby agree to complete this Contract in accordance with the terms contained herein. DATED at this day of, 2015 SIGNATURE OF AUTHORIZED PERSON WITNESS/SEAL NAME/POSITION (Please Print)

TRAFFIC LINE PAINTING PAGE 16 FORM OF TENDER SCHEDULE OF PRICES 2016 Quantity Unit Price Amount Centre Line Yellow 2700 litres $ $ Centre Line White 700 litres $ $ Small Machine White 700 litres $ $ Small Machine Yellow 100 litres $ $ Thermo-Plastic Marking (Optional) a) Solid Line 500m $ $ Sub-total 2016 $ 2017 Quantity Unit Price Amount Centre Line Yellow 2700 litres $ $ Centre Line White 700 litres $ $ Small Machine White 700 litres $ $ Small Machine Yellow 100 litres $ $ Thermo-Plastic Marking (Optional) a) Solid Line 500m $ $ Sub-total 2017 $

TRAFFIC LINE PAINTING PAGE 17 FORM OF TENDER TENDER SUMMARY Sub-Total of - 2016 $ - 2017 $ TOTAL (2016 + 2017) $ REPEAT TOTAL CONTRACT PRICE IN WRITING BELOW: /100 ($. ) DOLLARS Enter Total Tender Price on Page 1 of Tender Form Contract pricing is subject to HST at 13%. HST will be paid to the Contractor as a separate line item in all payment certificates but is not to be included in the price bid above nor does it form part of the contract pricing

TRAFFIC LINE PAINTING PAGE 18 FORM OF TENDER TENDERER S EXPERIENCE IN SIMILAR COMPLETED WORK The following is a list of projects similar in type and scope to this Work which have been successfully completed by us. TENDERER S EXPERIENCE in SIMILAR COMPLETED WORK LOCATION OWNER S REFERENCE/ TELEPHONE E-MAIL DESCRIPTION of CONTRACT YEAR COMPLETED DOLLAR VALUE POSITION LIST of PROPOSED PERSONNEL NAME YEARS with COMPANY This form shall be submitted with the tender.

TRAFFIC LINE PAINTING PAGE 19 TENDER FORM LIST OF PROPOSED SUB-CONTRACTORS AND SUPPLIERS The Tenderer shall list hereunder the names of all Subcontractors as applicable, who he proposes to use showing the value of the work to be sublet to each. The value of the work sublet shall not exceed 30% of the total work. The list of Subcontractors shall be subject to the approval of the Director of Public Works, who reserves the right to reject any Subcontractor, which in his opinion, are incompetent or unqualified. LIST of PROPOSED SUB-CONTRACTORS SUB-TRADE PROPOSED SUB-CONTRACTOR ADDRESS/PHONE APPROXIMATE VALUE of SUB-LET WORK $ $ $ $ It is understood by the Tenderer that the above list of Subcontractors is complete and that no additions to this list will be permitted after Closing Date of Tenders, without the written approval of the Town. This form shall be submitted with the tender.

TRAFFIC LINE PAINTING PAGE 20 TENDER FORM LIST OF PROPOSED SUB-CONTRACTORS AND SUPPLIERS (cont d) LIST of PROPOSED SUPPLIERS MATERIAL PROPOSED SUPPLIER ADDRESS/PHONE MANUFACTURER (Where Applicable) This form shall be submitted with the tender.

TRAFFIC LINE PAINTING PAGE 21

TRAFFIC LINE PAINTING PAGE 22 This form shall be completed and submitted with the tender.

TRAFFIC LINE PAINTING PAGE 23 2.1 Sample Bid Bond SAMPLE TO BE PRINTED ON BONDING COMPANY OFFICIAL STATIONARY BID BOND $ No. KNOW ALL MEN BY THESE PRESENTS, that as Principal, hereinafter called Principal, and as Surety, hereinafter called Surety, are held and firmly bound unto as Obligee, hereinafter called Obligee, in the full and just sum of Dollars ($ ), lawful money of Canada, for the payment of which sum, well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, SEALED AND DATED this day of, 20. WHEREAS the Principal has submitted a written tender to the Obligee, dated the day of, 20, for NOW THEREFORE, the condition of this obligation is such that if the Principal shall have the said tender accepted within sixty days from the closing date of the tender call and shall enter into a contract with the Obligee and furnish a Performance Bond and a Labour and Material Payment Bond each in the amount of 100% of the contract and satisfactory to the Obligee or other acceptable security, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, that the Surety shall not be (a) liable for a greater sum than the specified penalty of this bond nor (b) liable for a greater sum than the difference between the amount of the Principal s tender and the amount of the tender that is accepted by the Obligee nor (c) subject to any suite or action unless such suit or action is instituted and a process therefore served upon the Surety at its Head Office in Canada, within twelve months from the date of this bond. IN TESTIMONY WHEREOF, the principal has hereto set its hand and affixed its seal, and the Surety has caused these presents to be sealed with its corporate seal duly attested by the signature of its authorized signing authority, the day and year first above written. Name of Contracting Company (Co. Seal) Name of Bonding Company (Co. Seal) Signature Signature

TRAFFIC LINE PAINTING PAGE 24 SPECIFICATIONS TRAFFIC LINE PAINTING

TRAFFIC LINE PAINTING PAGE 25 3.0 SPECIFICATIONS SPECIFICATIONS 3.1 DESCRIPTION OF REQUIRED WORKS This contract is for the supply of all equipment, material and labour to place traffic paint on roadways as described in this document and in accordance with referenced specifications and standard practice. All pavement marking shall comply with Ontario Traffic Manual Book 11 Pavement, Hazard and Delineation Markings as published by the Ministry of Transportation dated March, 2000 and in accordance with OPSS 710 (formerly OPSS 532). All work shall be completed to the satisfaction of the Town of Midland. All materials are subject to the approval of the Town of Midland. 3.2 MATERIAL All materials are to be supplied by the Contractor, except as noted, and subject to the approval of the Town. The Town shall supply traffic cones and similar traffic control items, if required. All paint used shall be an approved yellow and white WATER-BORNE TRAFFIC PAINT, non-coning high temperature traffic paint or approved equivalent. Traffic paint supplied must be approved for purchase by the Ontario Ministry of Transportation. Water-Borne traffic paint shall comply with OPSS 1716. The paint shall be Sherwin Williams or Ennis Paint or approved equal. Reflectorizing glass beads complying with the requirements of OPSS 1750 are to be applied to all painting on the roadways. 3.3 TEMPLATES AND MISCELLANEOUS PAINTING AND PARKING LOTS Please note that directional arrows, school crosswalks, permit parking and handicap symbols are part of a separate tender document and are not included in this specification. Please note that catch basin arrows will be painted by others. Miscellaneous painting shall conform to the following dimensions: Stop Bar Line widths: 16" The number and location of stop bars is listed in Appendix A.

TRAFFIC LINE PAINTING PAGE 26 SPECIFICATIONS 3.4 LONGITUDINAL & TRANSVERSE MARKINGS Markings as defined for the purpose of this Contract are listed in Book 11 of the Ontario Traffic Manual. 3.5 TRAFFIC CONTROL AND SAFETY DEVICES The Town of Midland will supply a truck and a man to assist in painting operations. The man and equipment shall be supplied as deemed warranted by the Town of Midland. The provision of the truck and man in no way removes the responsibility or liability for the Contractor to work in a safe manner at all times. All work shall be done in accordance with the Town of Midland Health and Safety manual and in compliance with Book 7 of the Ontario Traffic Manual. The Contractor shall, at all times, ensure that all freshly painted lines are suitably marked and shall protect the freshly laid material from being tracked or smeared by traffic. 3.6 CONTRACT SCHEDULE Prior to commencing any painting operations, the successful Contractor shall report to the Town and not work shall begin without authorization. It shall be the Contractor s discretion to choose, as he may deem best, to carry out the pavement marking during day or night hours. 3.7 INTERPRETATION OF ESTIMATED QUANTITIES The estimated quantities as outlined on the Schedule of Unit Prices attached to the Form of Tender are approximate only. The Town reserves the right to increase or decrease these quantities at its own discretion. Any changes in the total estimated and the actual quantities shall be paid for at the bid unit prices. The Contractor is required to document all pavement markings applied which are not listed in the Schedules of Unit Prices. 3.8 EQUIPMENT The Contractor shall have a late model truck mounted centre line unit in good repair and approved by the Town. This unit shall have dual steering with interchangeable white and yellow. The unit shall be a hot paint unit. The Contractor shall also utilize a back-up unit, with arrow boards and proper safety lighting. The Contractor s small units shall be capable of handling pressurized beads and be a Kelly Crestwell type or approved equivalent.

TRAFFIC LINE PAINTING PAGE 27 SPECIFICATIONS 3.9 THERMO PAINTING The Contractor shall submit a unit price per linear metre of thermo plastic line marking for solid and broken skip lines, as specified. The material and application shall be in accordance with 3M Company or approved equal. The location and extent of any thermo plastic marking will be determined by the Town. 3.10 WORKPLACE SAFETY AND INSURANCE BOARD CERTIFICATE The Contractor shall provide the Town with a copy of the Workers' Safety and Insurance Board (WSIB) Clearance Certificate indicating the Contractor's good standing with the Board. A current Certificate is to be available for the Town to obtain at all times during the term of this Contract. The Town reserves the right to withhold payment for the services performed under this Contract until it is in receipt of a valid WSIB Clearance Certificate. 3.11 INSURANCE The Contractor shall have a minimum of Five Million Dollars ($5,000,000) of liability insurance coverage and shall supply the Town with proof of coverage, noting the Town of Midland as an additional named insured. 3.12 TERM This contract shall be for a two year term. If the Town is not content with the quality of the workmanship or material, the Town reserves the right to terminate the contract at any time. 3.13 TIMING (A) (B) The painting shall be done after the Town s maintenance operations have completed the spring sand cleaning. The painting shall be completed between May 1 st and June 1 st each year of the contract. Preference will be given to Contractors who are capable of completing the line painting works in the shortest time limit. Parking lots shall be painted during even years. 3.14 ADDITIONS OR DELETIONS The Town reserves the right to add or delete work from the list of identified works.

TRAFFIC LINE PAINTING PAGE 28 FORM OF AGREEMENT TRAFFIC LINE PAINTING

TRAFFIC LINE PAINTING PAGE 29 4.0 AGREEMENT FORM OF AGREEMENT THIS AGREEMENT made in quadruplicate the day of, 2015, by and between WITNESSETH hereinafter called the "Contractor" and The Corporation of the Town of Midland hereinafter called the "Town" That, the Contractor for and in consideration of the payment specified in his Tender for this Work, hereby agrees to furnish all necessary plant, labour and materials, except as otherwise specified, and to complete the said Work in strict accordance with the Contract Documents, all 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 therein. The Contractor further agrees that he will deliver the whole of the Work completed in accordance with the Agreement. IN CONSIDERATION WHEREOF, the Town agrees to pay to the Contractor,, for all Work done, an amount of: /100 ($. ) DOLLARS as indicated in the Form of Tender or as may be adjusted in accordance with the Contract Documents. THIS AGREEMENT SHALL inure 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 Owner.

TRAFFIC LINE PAINTING PAGE 30 FORM OF AGREEMENT To the fullest extent permitted by law, the Contractor agrees to defend (including attorney s fees), pay on behalf of, indemnify and hold harmless The Corporation of the Town of Midland, its elected and appointed officials, employees and volunteers and others working on behalf of The Corporation of the Town of Midland against any and all claims, demands, suits or loss, including all costs connected therewith and for any damages which may be asserted, claimed or recovered against or from The Corporation of the Town of Midland, its elected and appointed officials, employees, volunteers or others working on behalf of The Corporation of the Town of Midland, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this contract. The Tenderer shall receive payment for work done, and materials supplied according to the unit prices contained in the Tender Form, in accordance with the provisions of this Contract. The unit prices will be applied by the Director of Operations to the actual quantities of work and materials supplied by the Tenderer whether these quantities be more or less than those estimated on the said Tender Form or shown on the Contract Drawings. All payments shall include HST at the rate of 13%. IN WITNESS WHEREOF, the Contractor and the Town have hereunto signed their names and set their seals on the date first above written. Signed and Sealed by the Contractor Name of successful Tenderer here Signature Witness Name (Please Type or Print Name of Signatory Above) Seal I/We have authority to bind the Corporation. Signed and Sealed by the Town of Midland Mayor Witness Clerk Seal

TRAFFIC LINE PAINTING PAGE 31 SCHEDULES TRAFFIC LINE PAINTING

TRAFFIC LINE PAINTING PAGE 32 5.0 SCHEDULES A) Stop Bars (per Intersection) SCHEDULE A To Include : William Street (5) : King Street (4) : Bayshore Drive (4) : Bay Street (1) : Fourth Street (4) : Sixth Street (1) : Eighth Street (1) : Edmond Street (1) : Hugel Avenue (2) : Harbourview Dr. (1) : Ellen Street (2) : Colborne Street (2) : Robert Street (1)