TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING/ PAVEMENT MARKING TWO YEAR CONTRACT 2018 & 2019 CONTRACT NO. L

Similar documents
TOWN OF MIDLAND TENDER FOR PAVEMENT MARKING PAINTING PARKING LOTS, BIKE LANES, DIRECTIONAL ARROWS, ETC. CONTRACT NO. L

Instructions to Bidders... 4 to 12. Tender Form and Schedule of Unit Prices to 29

T O W N O F M I D L A N D TENDER FOR MODIFIED BITUMEN ROOF SYSTEM FOR SLUDGE BUILDING AT THE WASTEWATER TREATMENT CENTRE CONTRACT L

Corporation of The TOWNSHIP OF BLACK RIVER - MATHESON PUBLIC WORKS DEPARTMENT

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16

Town of South Bruce Peninsula. Tender PW Asphalt Paving

TENDER FOR THE TOWNSHIP OF SEVERN

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

TENDER FOR: CLEANING SERVICES CONTRACT. Name of Firm (The Contractor) Address. Telephone Number and Fax Number

TENDER GRAVEL CRUSHING PWT

Town of South Bruce Peninsula. Tender PW Maintenance Gravel

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

TOWNSHIP OF NORWICH TENDER FOR ROADSIDE GRASS MOWING

REQUEST FOR QUOTATIONS SNOW CLEARING AND SALTING SERVICES

Project Name, Improvement District No. Improvement District Number

LOUISIANA UNIFORM PUBLIC WORK BID FORM

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL

REQUIRED BID FORMS SECTION

THE MUNICIPALITY OF TRENT HILLS TENDER FOR GRAVEL CRUSHING & STOCKPILING 2015

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

LONE TREE SCHOOL FLOORING REPLACEMENT

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

Request for Tender. Humidifier Replacement February 19, 2013

REQUIRED BID FORMS SECTION

TOWNSHIP OF SEVERN. Contract No. PW Low Sulphur (clear) Diesel Fuels

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Town of South Bruce Peninsula. Tender PW Resurfacing of D Line

THE CORPORATION OF THE DISTRICT OF SAANICH

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

Town of South Bruce Peninsula. Quotation PW Sale of Hardwood Logs

Request for Quotation PW Supply and Apply Maintenance Gravel

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

CITY OF DRYDEN T TENDER FOR THE SUPPLY OF SAND AND GRAVEL 2018

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

FORM OF TENDER 32/2010

CORPORATION OF THE TOWN OF GANANOQUE

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

TOWN OF MIDLAND PUBLIC WORKS DEPARTMENT REQUEST FOR PROPOSAL E

PW # 4-18 TENDER FOR GRANULAR A GRAVEL CRUSH, APPLY, & STOCKPILE

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

PW #1-18 TENDER FOR WINTER SAND AND GRANULAR B TYPE II 1 MINUS GRAVEL

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT

STANDARD CONSTRUCTION CONTRACT. THESE ARTICLES OF AGREEMENT made in duplicate and effective the day of 2017: NEW BRUNSWICK POWER CORPORATION

Request for Tender. For: Boiler Replacement November 21, Telesat Court

INSTRUCTIONS TO BIDDERS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

INSTRUCTIONS TO BIDDERS

TENDER DOCUMENT FOR BRAZEAU COUNTY 2016 AGGREGATE PRODUCTION AND STOCKPILING

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

WINDOW WASHING

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

TOWNSHIP OF PICKLE LAKE

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING

PART INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

TOWNSHIP OF LANARK HIGHLANDS TENDER PW TENDER FOR GRANULAR MATERIALS

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

TORONTO TRANSIT COMMISSION REQUEST FOR BIDS FOR THE SALE & REMOVAL OF UP TO 109 ORION V SURPLUS DECOMMISSIONED BUSES BID NO.

Horse Drawn Wagon and Sleigh Rides for Cumberland Museum

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No

University of California, Riverside Barn Expansion

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

The Municipality of Southwest Middlesex Tender Description: Supply and Placement of Road Granular Materials Closing Date: March 14, 2018

Request for Proposal RFP # SUBJECT: Ergotron LX

Town of Whitby Terms and Conditions

June 2017 BIDDING PROCEDURES No. 90

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

THE CORPORATION OF THE TOWNSHIP OF ARMOUR TENDER FOR THE APPLICATION OF TYPE II SLURRY SEAL SURFACE TREATMENT

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

PART D SUPPLEMENTAL CONDITIONS

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. for. Well #17 Rehabilitation, Pump and Motor Inspection and Repair. BRUCE KILMER Mayor

B. The Bid is made in compliance with the Bidding Documents.

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

REQUEST FOR QUOTATION

CONSTRUCTION CONTRACT

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

SECTION INSTRUCTIONS TO BIDDERS

Transcription:

TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING/ PAVEMENT MARKING TWO YEAR CONTRACT 2018 & 2019 CONTRACT NO. L04-52863

TOWN OF MIDLAND TENDER FOR TRAFFIC LINE PAINTING AND PAVEMENT MARKING TWO YEAR CONTRACT - 2018 AND 2019 CONTRACT NO. L04-52863 SEALED TENDERS, in sealed envelopes clearly marked TRAFFIC LINE PAINTING/PAVEMENT MARKING, 2018 2019, will be received until 1:00 p.m. local time on Wednesday, January 17, 2018, 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 on the Biddingo website or from the Town of Midland website at http://www.midland.ca/quick-links/tenders A mandatory site inspection meeting will be held at the Maintenance Office at 731 Ontario Street at 10:30 a.m. on Wednesday, November 8, 2017 (weather permitting, i.e. not snowing, snow date Thursday, November 9, 2017 at 10:30 a.m.) 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 in the Council Chambers at the Town of Midland Municipal Office. 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 TIME LIMIT FOR TENDERING Tenders, in sealed envelopes clearly marked as to contents as follows: TRAFFIC LINE PAINTING, 2018-2019 CLOSING: WEDNESDAY, JANUARY 17, 2018 @ 1:00 P.M. will be received up to 1:00 p.m. local time Wednesday, January 17, 2018, by Shawn Berriault, Director of Operations, Town of Midland, 575 Dominion Avenue, Midland, Ontario, L4R 1R2. PLEASE NOTE NO COURIER SERVICE PROVIDES EARLY DELIVERY TO MIDLAND. This time and date shall be deemed to be the Official Closing Time. Each Tender will be marked with the time and date it was received. The Tender Form must be fully legible, signed and witnessed in the spaces provided, with the signature of the Tenderer or a responsible official of the organization bidding and the name of the person signing on behalf of the organization bidding printed under the signature. Bidders requiring a receipt or acknowledgment for the tender delivery are required to bring a copy of the Tender Advertisement page from this Tender document (Page 2 herein). An acknowledgment will be provided on that sheet and returned to the person delivering the tender. No other form of acknowledgment will be provided. Questions arising during the bidding period are to be submitted in writing by e- mail to: Attention: Shawn Berriault, C. Tech., Director of Operations Email: operations@midland.ca Subject Line: Sidewalk Construction Contract L04-51801 Questions The intent is to address questions received only up to the end of business (4:00 p.m. local time) on Wednesday, January 5, 2018 and issue any required addenda by noon (local time) Friday, January 10, 2018.

TRAFFIC LINE PAINTING PAGE 6 INFORMATION TO TENDERERS - Continued 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, November 8, 2017 (weather permitting ie. not snowing, snow date will be Thursday, November 9, 2017 at 10:30 a.m.) 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 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. 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. 1.5 TENDER FORM All Tenders must be submitted on the Tender Form contained herein, in an envelope clearly marked TRAFFIC LINE PAINTING, 2018 2019, CONTRACT L04-52863. 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 early afternoon, which may not be in time for the tender deadline.

TRAFFIC LINE PAINTING PAGE 7 INFORMATION TO TENDERERS - Continued 1.6 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; 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;

TRAFFIC LINE PAINTING PAGE 8 INFORMATION TO TENDERERS - Continued 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. 1.7 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.

TRAFFIC LINE PAINTING PAGE 9 INFORMATION TO TENDERERS Continued 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. 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. 1.8 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. 1.9 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, January 5, 2018.

TRAFFIC LINE PAINTING PAGE 10 INFORMATION TO TENDERERS - Continued 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 Wednesday, January 10, 2018 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. 1.10 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. 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. 1.11 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.

TRAFFIC LINE PAINTING PAGE 11 INFORMATION TO TENDERERS - Continued 1.12 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. 1.13 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. 1.14 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. 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: 1. A Work Schedule outlining the proposed timing of the works. 2. Confirmation of registration with Compliance Sync.

TRAFFIC LINE PAINTING PAGE 12 INFORMATION TO TENDERERS - Continued The Contractor agrees to register with Compliance Sync, as per the instructions set out in Section 1.16 herein, and provide to them the following: a) 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; b) Current Clearance Certificate from the Workplace Safety and Insurance Board (WSIB). NOTE: Compliance Sync 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 Compliance Sync is always in possession of a current Clearance Certificate (i.e. every 90 days). c) Health and Safety Form HS-14 as attached hereto; and d) Any other documents as may be required by Compliance Sync. 1.15 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. 1.16 COMPLIANCE SYNC Contractor Compliance Verification: The Town of Midland has initiated a program for all Contractors performing work on behalf of the Town to ensure continuous visibility to Compliance. This includes the provision of all legal requirements in accordance with the Occupational Health and Safety Act; as well as other documentation which may be legally required in order to be retained by the Town to provide services. The Town hereby requires all Contractors having successful quotations or tenders to be Verified by Compliance Sync and/or equivalent programs/services and maintain their compliance status in good standing throughout the duration of the Contract (including any maintenance period) in accordance with terms of the Contract. This requirement does not apply if the Contractor is not the successful bidder.

TRAFFIC LINE PAINTING PAGE 13 INFORMATION TO TENDERERS - Continued The Town will only execute documents with Contractors after such Contractor(s) has/have been Verified by Compliance Sync, and that said Contractor is Approved by the Town to be in compliance with the requirements of the Contract. At minimum, in order to satisfy the terms of the quotation or tender, all Contractors performing work on behalf of the Town must provide Proof of Insurance, Registration, Certification, Licensing, Authorization or Professional Membership as legally required, where applicable, as well as all relevant Workplace Occupational Health & Safety Training applicable to the scope of work and such documentation and training shall remain current and valid during the duration of the Contract period. In order to complete the Verification process Contractors will be requested to provide information which may include, but is not limited to: CRA Business Number; WSIB Account Number; Certificate of Insurance with Town of Midland named as additional insured and with a minimum $5,000,000 (unless otherwise specified) Commercial General Liability Insurance Policy; Business License, Registration or Authorization as legally required by Contractor, where applicable. Town of Midland Contract(s) signed and related Contractor Program requirements as shown on Compliance Sync upon registration. It is also required that all Contractors provide the following information on behalf of their worker which include, but is not limited to: First and Last Names of all workers performing work on behalf of the Town; Certificates of Qualification from the relevant industry authority related to their professional certifications, where applicable. (e.g. Ontario College of Trades, Technical Standards and Safety Authority, Professional Engineers Association, etc.) Proof of Training for all Occupational Health & Safety requirements related to the work they are required to perform and exposure to potential workplace hazards (e.g. WHMIS, fall prevention, confined space, etc.) where applicable. Proof of Completion for Worker/Supervisor Safety Awareness Training, mandatory in Ontario since July, 2014. (whichever is applicable) MOL Health & Safety Awareness Training For more information about becoming a Verified Contractor please contact Compliance Sync at 1-844-400-4484 or visit www.compliancesync.com

TRAFFIC LINE PAINTING PAGE 14 INFORMATION TO TENDERERS - Continued * Use of Sub-Contractors: Where the Contractor requires the services of Sub-Contractors to satisfy the terms of the quotation or tender, the Contractor shall ensure compliance with, and acknowledges that, it will not be permitted to use such Sub-Contractor until such Sub-Contractor and its workers have been Verified by Compliance Sync as being in compliance with the standards set forth by the Town and that said Sub- Contractor is Approved by the Town to be in compliance with the requirements of the Contract and remains current and valid with compliance requirements for the duration of the Contract period. It shall be the responsibility of the Contractor to ensure the Sub-Contractor is aware and abides by the terms of this quotation/tender. Contractors, and their proposed Sub-contractors, will be required to provide all compliance information and documentation to Compliance Sync, and to be Verified by Compliance Sync as having all documentation current and valid, within 30 days of being notified in writing as being the successful Contractor. Where a Contractor and/or Sub-Contractor is unsuccessful in meeting the Verification requirements of Compliance Sync within the 30 day period the Contractor shall be considered in default of its tender and the default provisions of the Contract shall govern. * Excludes tenders with a value in excess of $50,000.00 - Notice of Project As per the OHSA, Construction Reg. 213/91 Notice of Project refers to the Constructor Definition of Constructor as per the OHSA: 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 For these Notice of Project tender/quotation contracts, the Town of Midland will require only the Constructor to provide all compliance information and documentation to Compliance Sync and to be Verified by Compliance Sync. Constructors who are required by the terms of the tender/quotation to file a Notice of Project will be solely responsible for ensuring their Sub-Contractors have satisfied the Constructors requirements. Any questions regarding this clause may be directed to Charmen LeBlanc, Health and Safety/HR Coordinator, Town of Midland at cleblanc@midland.ca or 705-526-4275 ext 2228.

TRAFFIC LINE PAINTING PAGE 15 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 16 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 17 FORM OF TENDER The undersigned agrees to the following: 1. To execute the Agreement in duplicate and to register with Compliance Sync and furnish them with 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 18 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, 2018 SIGNATURE OF AUTHORIZED PERSON WITNESS/SEAL NAME/POSITION (Please Print)

TRAFFIC LINE PAINTING PAGE 19 FORM OF TENDER SCHEDULE OF PRICES 2018 Quantity Unit Price Amount Centre Line Yellow 2700 litres $ $ Centre Line White 700 litres $ $ Thermo-Plastic Marking (Optional) a) Solid Line 500m $ $ Sub-total 2018 $ 2019 Quantity Unit Price Amount Centre Line Yellow 2700 litres $ $ Centre Line White 700 litres $ $ Thermo-Plastic Marking (Optional) a) Solid Line 500m $ $ Sub-total 2019 $

TRAFFIC LINE PAINTING PAGE 20 FORM OF TENDER SCHEDULE OF PRICES TRAFFIC MARKING SHEET A Description Number 2018 Pricing 2019 Pricing ARROWS MTO Road Directional Arrows 143 Signal Stop Bars 126 Two Lane Stop Bars 82 Three Lane Stop Bars 8 Crosswalk - 10 cm line 106 2 lines 40 feet to 55 feet long each one School Crossing - 60 cm x 45" 13 at 65 blocks - 30 cm x 120 cm n/a Laneway Arrows 40 Sub-Total Sheet A $ $

TRAFFIC LINE PAINTING PAGE 21 FORM OF TENDER SCHEDULE OF PRICES TRAFFIC MARKING SHEET B MISCELLANEOUS Island Hatching 20 cm white - 30 at 1 m 60 cm white x 1.5 m 12 60 cm yellow x 1.5 m 10 10 cm yellow x 2 m 17 Bike Symbols Hugel Ave. 36 Golf Link Drive Fuller Ave. 2 bikes Gawley Drive Ellen Street Yonge Street First Street Midland Avenue 100 10 cm x 1 m hatching Town Dock 6 bikes 400 2 10cm lines Downtown Parking 460 lines Downtown Bus & No Parking Hatching 350 lines x 2.8m Approximately 1,500 litres white traffic paint Sub-Total Sheet B $ $ TOTAL Sheet A + Sheet B $ $ Per unit pricing or lump sum (Total) pricing will be accepted.

TRAFFIC LINE PAINTING PAGE 22 FORM OF TENDER SCHEDULE OF PRICES PARKS - PARKING LOT SPACES Number Description 2018 Pricing 2019 Pricing NSSRC 410 Spaces 1800 LF Divider Lines 8 Stop Bars 300 White Curb Lines 18 Painted Curbs 6 Speed Bumps 35 Hatching 10 Accessibility 4 Family Parking MUSEUM 60 Spaces 150 Divider Lines 2 Accessibility SKATE BOARD PARK 5 Spaces 2 (350 ft) Lines 5 Bike Signs LITTLE LAKE 6 Speed Bumps 400 feet White Curb Lines 8 No Parking Signs MAC McALLEN PARK 26 Spaces 2 Accessibility TIFFIN PARK 40 Spaces 2 Accessibility 120 feet Divider Lines TOTAL $ $ Per unit pricing or lump sum (Total) pricing will be accepted.

TRAFFIC LINE PAINTING PAGE 23 FORM OF TENDER SCHEDULE OF PRICES MUNICIPAL PARKING LOTS Lot # Lot Name Total 2018 Pricing 2019 Pricing Lot #3 Borsa Lane (by Post Office) 16 stalls Lot #1 First Street (east of Midland Ave) 125 stalls ~ Accessibility - 8 spaces ~ Directional Arrows - 20cm x 4m ~ Divider Lines - 120m ~ Hatching Areas - 10cm lines x 2m Lot #6 Edwards (behind TD Bank) 171 stalls ~ Directional Arrows - small - 11 ~ Handicap Spaces - 8 ~ Permit Parking Signs - 19 ~ Divider Lines - 200m Lot #4 Dominion Av (east of Bourgeois Ln) 17 stalls ~ Permit Signs - 6 (500 L) ~ Divider Lines - 40m Lot #5 Midland Ave. (north of Hugel Ave) 69 stalls ~ Accessibility Spaces - 4 ~ Divider Line - 60m Lot #10 348 Midland (behind Mr. Sub) 41 stalls ~ Accessibility Space - 1 ~ Hatching Areas - 2-10cm lines Lot #9 Bay St. (west of former LCBO) 44 stalls Lot #7 Bay St. (west of Chamber offices) 46 stalls ~ Divider Line - 100m ~ Hatching Areas - 2

TRAFFIC LINE PAINTING PAGE 24 FORM OF TENDER SCHEDULE OF PRICES MUNICIPAL PARKING LOTS (cont d) Lot # Lot Name Total 2018 Pricing 2019 Pricing Lot #8 Bay St. (corner of Second St) 13 stalls ~ Directional Arrows - 4 Lot #2 509 Bay (corner King & Bay) 30 stalls ~ Accessibility (blue) - 2 ~ Divider Line - 60m Town Office Town Dock 575 Dominion Avenue/ 250 Second Street ~ Accessibility Spaces - 4 200 King Street/ 165 King Street ~ Accessibility Spaces - 5 ~ Directional Arrows - 6 ~ Hatching - 75-20cm x 1.5m ~ Hatching - 6-60cm x 2.5m ~ Bike lane - 120M x 2 Fire Hall ~ Accessibility - 1 75 stalls 172 stalls 30 stalls TOTAL $ $ Per unit pricing or lump sum (Total) pricing will be accepted. * Parking Lots are painted during even years. (See SPECIFICATIONS, Item 3.13 (B))

TRAFFIC LINE PAINTING PAGE 25 FORM OF TENDER TENDER SUMMARY TENDER SUMMARY LINE PAINTING Sub-Total of - 2018 $ - 2019 $ TOTAL (2018 + 2019) $ TENDER SUMMARY PAVEMENT MARKING 2018 2019 Traffic Marking $ $ Parks Parking Lot Spaces $ $ Municipal Parking Lots $ $ TOTAL $ $ TOTAL (2018 + 2019) $ TENDER SUMMARY LINE PAINTING + PAVEMENT MARKING Sub-Total Line Painting $ Sub-Total Pavement Marking $ TOTAL (Painting + Marking) $ REPEAT TOTAL CONTRACT PRICE (PAINTING + MARKING TOTAL) IN WRITING BELOW: /100 ($. ) DOLLARS Enter Total Tender Price on Page 15 of this Tender Document 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 26 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 27 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 28 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 29

TRAFFIC LINE PAINTING PAGE 30 This form shall be completed and submitted with the tender.

TRAFFIC LINE PAINTING PAGE 31 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 32 SPECIFICATIONS TRAFFIC LINE PAINTING CONTRACT L04-xxxxx

TRAFFIC LINE PAINTING PAGE 33 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 34 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. SPECIFICATIONS 3.9 THERMO PAINTING

TRAFFIC LINE PAINTING PAGE 35 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 36 FORM OF AGREEMENT TRAFFIC LINE PAINTING CONTRACT L04-xxxxx

TRAFFIC LINE PAINTING PAGE 37 4.0 AGREEMENT FORM OF AGREEMENT THIS AGREEMENT made in quadruplicate the day of, 2018, 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, Midwestern Line-Striping Inc., for all Work done, an amount of: - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 00/100 ($ ) 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 38 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 (insert name of successful Contractor 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 Corporation of the Town of Midland Mayor Witness Clerk Seal

TRAFFIC LINE PAINTING PAGE 39 SCHEDULES TRAFFIC LINE PAINTING CONTRACT L04-xxxxx

TRAFFIC LINE PAINTING PAGE 40 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)

TRAFFIC LINE PAINTING PAGE 41