TOWNSHIP OF PICKLE LAKE

Similar documents
Town of Whitby Terms and Conditions

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

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

TENDER GRAVEL CRUSHING PWT

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT

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

Town of South Bruce Peninsula. Tender PW Asphalt Paving

Town of South Bruce Peninsula. Tender PW Maintenance Gravel

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

TENDER FOR THE TOWNSHIP OF SEVERN

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

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

TOWNSHIP OF ZORRA TENDER GRAVEL CRUSHING AND SCREENING

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Canteen Services Grafton Ball Complex / Haldimand Community Memorial Arena

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS INVESTMENT SERVICES

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

REQUEST FOR PROPOSAL. Information Technology Support Services

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

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

Request for Tender. Humidifier Replacement February 19, 2013

CORPORATION OF THE TOWN OF GANANOQUE

REQUEST FOR PROPOSAL 2/2013 WAREHOUSING & DISTRIBUTION OF PROMOTIONAL MAGAZINES

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

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

REQUEST FOR QUOTATION

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

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

CONTRACT AGREEMENT. PROJECT: Granular A Material CONTRACT NO. CH BETWEEN: THE CORPORATION OF THE TOWNSHIP OF CHISHOLM

2015 SIDEWALK REPAIR REQUEST FOR TENDER

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

This Quotation to be returned on or before: May 26, 4:30 p.m. The lowest or any quote not necessarily accepted

INVITATION TO BID (ITB)

FORM OF TENDER 32/2010

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

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

Pest Control Services

Request for Proposal for Construction Management Services

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

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

REQUEST FOR QUOTATION

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

THE CORPORATION OF THE DISTRICT OF SAANICH

Horse Drawn Wagon and Sleigh Rides for Cumberland Museum

Request for Proposal (RFP) External Audit Services. RFP Finance 16-03

Request for Quotation PW Supply and Apply Maintenance Gravel

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

PROPOSAL FOR STREET SWEEPING SERVICES

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

Request For Proposal Bid # Solid Waste Collection, Disposal And Recycling Services

PROPOSAL LIQUID CALCIUM CHLORIDE

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

T E N D E R Tender # T Washroom Upgrades Carnegie Building

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

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( )

REQUEST FOR PROPOSAL October 5, 2017

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

REQUEST FOR PROPOSALS CONSTRUCTION, DEMOLITION, AND BULKY WASTE PROCESSING

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL

Snow Hauling Services

Request for Quotation

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

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

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

COUNTY OF OSWEGO PURCHASING DEPARTMENT

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

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

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

PURCHASING DEPARTMENT

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

TOWNSHIP OF NORWICH TENDER FOR ROADSIDE GRASS MOWING

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

T E N D E R Tender # T Bike Trails Parking and Pump Track

COUNTY OF COLE JEFFERSON CITY, MISSOURI

INSTRUCTIONS TO BIDDERS

Municipality of Dysart et al. Landfill Cover and Compaction Maintenance Services October 1 st, 2016 to September 30 th, 2017

REQUEST FOR QUOTATION

City of Bowie Private Property Exterior Home Repair Services

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

RFP No RFP to Construct Modular Concrete Segmented Retaining Walls

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

REQUEST FOR TENDER No GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Transcription:

TOWNSHIP OF PICKLE LAKE REQUEST FOR TENDERS TENDER #: 2018-001 WASTE COLLECTION, VEHICLE AND OPERATOR FOR THE TOWNSHIP OF PICKLE LAKE CLOSING DATE: April 09, 2018 at 4:45 PM. SUBMITTED BY: (Insert Company Name) SUBMIT TO: Township of Pickle Lake 2 Anne Street, Pickle Lake, Ontario, P0V 3A0 Attn: Jamie Hussey, Acting Clerk Treasurer P.O. BOX 340 PICKLE LAKE, ON P0V 3A0 807-928-2034 FAX: 807-928-2708 clerktreasurer@picklelake.org

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 2-1.0 INTRODUCTION The Township of Pickle Lake (the Township ) appreciates your firm s interest in this Request for Tenders. Through this Request for Tenders, the Township is seeking to retain the services of a Contractor to provide the services for waste collection in the Township of Pickle Lake Before submitting a Tender, the Bidder shall carefully examine the terms, conditions, instructions, and specifications and inform themselves as to environmental conditions, physical and other constraints if applicable. In this Request for Tenders, the successful Bidder shall be referred to as the Contractor. 2.0 CLOSING TIME Tenders are to be submitted to the Township of Pickle Lake, 2 Anne Street, Pickle Lake, Ontario, prior to Monday, April 9, 2018 at 4:45 PM Time registered on the Township of Pickle Lake digital phone system will be considered the official time of day when determining the exact time of submission. Tenders received after the Closing time will not be accepted and will be returned to the Bidder unopened. 3.0 TENDER OPENING AND RESULTS All Tenders received on time will be opened in public on Tuesday April 10, 2018 at 7:30 p.m. during the Council Meeting in Pickle Lake Council Chambers, 2 Anne Street, Pickle Lake, Ontario. The names of the bidders and the prices submitted will be disclosed. A list of Tenders received will be available at the Township of Pickle Lake Town Office or from the Clerk Treasurer at 807 928 2034 Extension 202. Bidders will not be notified in writing of the Tender results. 4.0 TOWNSHIP CONTACT PERSONS For questions related to the detailed specifications or the nature of the work required, Bidders may contact Jamie Hussey, Acting Clerk Treasurer, via email at clerktreasurer@picklelake.org, telephone at 807-928-2034 or fax 807-928-2708.

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 3-5.0 ERRORS, OMISSIONS AND QUESTIONS The Township shall not be held liable for any errors or omissions in any part in this Request for Tenders. Bidders with questions related to this Request for Tenders, finding errors in, or omissions from the documents, or having any doubt as to the meaning or intent of any part of the Request for Tenders, must contact one of the Township contact persons, listed in Section 4.0, Thursday April 5, 2018 to allow time to respond or to prepare and distribute an addendum as necessary, and to allow time for Bidders to receive and process the new information. 6.0 THE TENDER 6.1. Addenda It may be necessary for a variety of reasons to issue addenda that may include, but not be limited to: a. Correction or clarification of the Request for Tender; b. Extension of the Closing date; c. Retraction or cancellation of the Request for Tender. All addenda issued to potential bidders who have provided contact information will include a covering letter asking the recipient to confirm receipt of the most recent addendum and any previous addenda. Addenda will be faxed, emailed or mailed to the latest address as provided by the Bidder. It is the Bidder s responsibility to notify the Clerk Treasurer of any change to their fax number, email or mailing address. Although the Township will make every reasonable effort to ensure a Bidder receives all addenda issued, it is the Bidder s ultimate responsibility to ensure all addenda have been received and are reflected in their Tender. 6.2. Form of Tender The Tender shall include: a. All pages of this Request for Tender, without alteration; b. All addenda that have been issued; c. All requirements of the Request for Tender, as set out in Section 10 To Include in Tender. The Tender shall be typed or written in ink. It shall contain original signatures where required and shall clearly be marked ORIGINAL. The Bidder shall also submit one (1) copy of all requirements, as set out in Section 10. This copy does not require all pages of the request for Tenders or all pages of addenda issued. The Tender shall be made upon the forms provided. The prices quoted shall be valid for the term of the agreement.

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 4 - A Tender shall be accepted only when submitted in an envelope sealed and clearly addressed to Township of Pickle Lake, 2 Anne Street, P.O. Box 340, Pickle Lake, Ontario, P0V 3A0 and marked Tender #2018-001 Waste Collection and include the name and address of the Bidder. Faxed or emailed Tenders will not be accepted. Bidders are cautioned not to send Tenders collect by courier or with insufficient postage. Charges related to Tenders determined to be COLLECT by courier, or with insufficient postage, will not be accepted. 7.0 GENERAL TERMS AND CONDITIONS 7.1. Freedom of Information Act The Bidder hereby consents to the disclosure of the information contained in this Tender, pursuant to The Municipal Freedom of Information and Protection of Privacy Act, R.S.O. 1990, C.M. 56 ( MFIPPA ). If a Bidder considers any part of the Tender proprietary, the Bidder shall clearly mark such page or section of the Tender as confidential. The identity of submitting Bidders, as well as the successful bid amount, may be available to the public as part of the award process. 7.2 Cancellation of Contract The Township reserves the right to cancel any resulting Contract, due to non-performance or non-compliance, with written notice. Should non-performance involve any issues regarding Health and Safety, the Contract may be cancelled by the sole discretion of the Township. The Township may also cancel the contract without cause by means of 30-day advance written notice. 7.3 Pricing and Taxes The Bidder must provide their HST Vendor s identification number or, indicate if operating as a Small Trader by providing previous year s income statement. Pricing shall be firm for the term of the contract. H.S.T. shall be extra, over and above the tendered price. 7.4 Payments The Contractor shall submit an invoice, to the Township, at the end of each month. The Contractor must submit annually a current valid copy of a Clearance Certificate from WSIB. Any tender not supplying a valid WSIB clearance certificate that covers employees will be considered invalid, and shall not be awarded to the contractor submitting the tender.

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 5 - Failure to provide a valid WSIB Clearance Certificate will result in a holdback of 100% of the amount of all outstanding invoices until such time that a current, valid WSIB Clearance Certificate is received by the Clerk Treasurer for the Township of Pickle Lake. No exceptions shall be made if the tender does not contain a valid WSIB clearance certificate. 7.5 Accept/Reject The Township reserves the right to accept or reject any or all Tenders. The lowest Tender will not necessarily be accepted. In the event that a favourable Tender does not exactly meet with the Township s requirements, the Township reserves the right to enter into negotiations with the Bidder to arrive at a mutually satisfactory arrangement with respect to any modifications to the Tender. 7.6 Adjustments to Tenders Adjustments to submitted Tenders shall not be considered. A Bidder wishing to make adjustments to a submitted Tender must supersede it with a later Tender, which must be received prior to the closing date and time. 7.7 Withdrawal of Tenders Prior to Tender Closing A Bidder who has submitted a Tender may request that their Tender be withdrawn. The withdrawal shall be allowed if the request is made before the closing time for the Request for Tender to which it applies. Withdrawal requests must be directed to the Clerk Treasurer by letter, or in person. Telephone requests will not be considered. When withdrawals are made in person, the Official receiving Tenders shall obtain a signed letter or withdrawal confirming the details. If more than one Tender is read out under the same Bidder name for the same Request for Tender and no withdrawal notice has been received, the Tender contained in the envelope bearing the latest date and time stamp shall be considered the intended Tender. 7.8 Causes for Rejection The following represent circumstances that would result in a Tender being rejected: a. Tender received late (will not be opened); b. Tender not complete; c. Correct version of Tender form not used; d. Tender not legible in whole or in part; e. Tender not completed in either ink or type; f. Tender not signed; g. Waste Collection Truck Form of Agreement, when required, is not executed or included with the Tender; h. No valid WSIB clearance certificate that covers employees. The following represent circumstances where a Tender is questioned but may be accepted after examination or correction:

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 6 - a. Tender containing simple arithmetic errors as determined during evaluation process; b. Tender not acknowledging correct number of addenda issued; 7.9 Sub-Contractors No subcontracting of any part of the contract shall be permitted without authorization of the Township. Where subcontracting is approved by the Township, the Contractor shall be held fully responsible to the Township for the acts and omissions of his subcontractors and of persons directly or indirectly employed by them, and for the acts and omissions of persons directly employed by him. 7.10 Changes to Work When Contract Underway No deviation from the specifications shall be made by the Contractor in the execution of the work, without written approval of the Township. The Township will not pay the Contractor any amounts over and above the Tender unless the Township and the Contractor agree to a price change as the result of changes in the work required before the additional work in undertaken. The Contractor shall furnish a complete breakdown of any costs beyond the tendered amount to support the additional amount. 7.11 Rights of the Township The Township will retain the right to ensure that an acceptable standard of use, service and operation is maintained. The Township will retain the right to, from time to time in the sole discretion of the Township, complete some or all of the work utilizing its own equipment and personnel. The Township will retain the right to solicit services of an operator outside of the contract where the Contractor does not respond to a request for service, which is not a regularly scheduled service, within one (1) business day. All requests for service shall be made by the Clerk Treasurer. 7.12 Protection of Work and Property The Contractor shall be held responsible by the Township for all damage caused by himself, his employees, or any subcontractors, including, but not limited to damage to subsurface or surface utilities, properties, pavement, curbs, buildings, fences, internet pedestals, homes or structures adjacent to or in the general area of the work, through any other cause relating to the work carried out under the contract. Additionally, the Contractor will be required to make good all such damage at his own expense to the satisfaction of both the owner and the Township. The Contractor shall be fully responsible for ALL accidents arising by reason of execution or non-execution, or non-repairs of the said works, or by reason of any failure to comply with the requirements of this clause and shall fully indemnify the Township in respect thereof. The Contractor shall conduct the work at all times, with the safety of employees on the jobsite and the safety of the public in mind. All work shall be done in accordance with recognized safe working practices and all legislatively mandated requirements.

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 7-7.13 Emergencies The Township has the authority to stop Contract work whenever, in its opinion, such stoppage may be necessary to ensure the proper and safe execution of the work. 7.14 Contractor s Liability Insurance The Contractor shall procure and maintain Comprehensive General Liability Insurance, which shall: a. Have a limit of liability of not less than two million dollars ($2,000,000) inclusive of any one occurrence; b. Include insurance against liability for bodily injury and property damage caused by vehicles or equipment owned by the Contractor; c. Be endorsed to provide that the policies will not be altered, cancelled or allowed to lapse without thirty (30) days prior written notice to the Township; d. Name the Corporation of the Township of Pickle Lake as an additional insured party; The Contractor shall pay for all premiums and expenses incurred with the insurances. 7.15 Contractors Vehicle Insurance and Licensing The Contractor shall maintain adequate vehicle insurance and licensing in the amount of two million dollars ($2,000,000) for any and all company vehicles as applicable to be used in the provision of the Agreement requirements. 7.16 Proof of Insurances The Bidder shall provide with their tender, proof of insurances. In the event that satisfactory proof of insurance cannot be provided, a letter from the Bidder s insurance company confirming that the Bidder will be able to obtain the required insurance will suffice. 7.17 Certificate of Insurance Prior to the start of any work, the Contractor shall file with the Township, together with the signed agreement documents, Certificates of Insurance, clearly stating that all the insurance coverage required comply with all the requirements listed in Section 7.14 and 7.15. If the Contractor does not provide the Certificates of Insurance as herein requested, the Agreement will be terminated and may be awarded to the next qualified Bidder. 7.18 Workplace Safety and Insurance Act and Employment Insurance It is the Contractor s responsibility to ensure that the Township is always in possession of a valid current Certificate of Clearance that covers all employees. The Contractor must furnish the Township with a valid and current Certificate of Clearance from the WSIB forthwith upon the awarding of the agreement. The Township will not execute the agreement in the absence of a valid and current Certificate of Clearance.

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 8 - If the Contractor does not provide a copy of a valid and current Certificate of Clearance as herein requested, the Agreement will be terminated and may be awarded to the next qualified Bidder. Payments to the Contractor will NOT be made by the Township if the Certificate of Clearance supplied to the Township is no longer valid and current and covers all employees. The Township reserves the right to reject any Tender and not enter into any contract if, in its sole discretion, it deems the Bidder does not have sufficient coverage. In the event the Township determines that the Contractor must obtain proper WSIB coverage, the Contractor shall forthwith furnish the Township with a certificate from the WSIB confirming that they have purchased such proper coverage. The Contractor, at its sole expense, shall be responsible for providing: a. All benefits and contributions required pursuant to the Workplace Safety and Insurance Act, and other applicable law, including but not limited to the Employment Insurance Act, to its employees; and b. The payment of other incidental expenses to its employees. 7.19 Indemnification The Contractor will always indemnify and save harmless the Township, its agents and employees, against all actions, suits, claims and demands, which may be brought for any loss, cost, damages, charges or expenses whatsoever which may be sustained, incurred or paid by the Township, its agents or employees, by reason of the errors or omissions of the Contractor, in regard to this Tender or any contract which results there from, including any charges arising as a result of any health and safety violation on the part of the Contractor. The Contractor hereby grants to the Township full power and authority to settle any action, suit, claim or demand on such terms as the Township may deem advisable, and hereby covenants and agrees to pay the Township on demand all monies paid by the Township pursuant to any such settlement, together with the reasonable costs of the Township or its solicitor in defending or settling any such action, suit, claim or demand. 7.20 The Occupational Health and Safety Act and Others The Contractor shall comply with all conditions and regulations of the Occupational Health and Safety Act, R.S.O. 1990, and the regulations enacted thereunder for construction projects and amendments thereto; any other Federal or Provincial Statute or Local By-Law concerning safety, including but not limited to the regulations of the Ontario Ministry of Labour, Ontario Hydro Safety Requirements, Workplace Safety and Insurance Board. Requirements will be strictly enforced. In the event of conflict between and provisions of the above authorities the most stringent provisions will apply. 7.21 W.H.M.I.S. The Contractor shall provide the Township with Material Safety Data Sheets ( MSDS ) for all W.H.M.I.S. Products used for this Contract. 7.22 Relationship of Parties The Bidder expressly acknowledges that they are an independent Contractor and neither agency, partnership nor employer-employee relationship is intended or created by the resulting Contract.

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 9 - The Contractor shall be solely responsible for all matters, if applicable, relating to statutory deduction of all taxes, Employment Insurance and Canada Pension and all licences and permits which may be or become required to perform all Services. The Contractor shall be solely responsible for all its personnel matters, if applicable, relating to hiring, firing, discipline, leave, remuneration, WSIB and insurance premiums. The Contractor fully acknowledges and accepts their responsibility as Contractor as defined under the Occupational Health and Safety Act. 7.23 Use of Job Site No Smoking is to be observed in all Township buildings. The Contractor is responsible for ensuring that no person who is impaired by alcohol or drugs shall enter and/or remain on the job site. The Township may cause to remove from the site, for a duration determined solely by the Township, any persons not observing or complying with these requirements and such non-compliance may be cause for termination of this Agreement. 7.24 ENVIRONMENTAL ACTIVITY AND SECTOR REGISTRY (EASR) The Contractor must be certified with the Ministry of the Environment to haul non-hazardous waste. The Contractor must be in possession of an EASR and display the certificate number on the vehicle. A copy of this must be kept in the vehicle. A copy shall be forwarded to the Township for record keeping. 8.0 SPECIFICATIONS 8.1 Intent The Township requires a firm monthly price for equipment and operator(s). 8.2 Examination of Sites The Bidder shall be responsible for visiting and examining the sites and shall take note of all conditions affecting the conduct and completion of the work. The submission of a tender shall be deemed to be proof that the Bidder has complied with the foregoing requirements. 8.3 Pricing All Bidders must complete Appendix B Pricing Schedule, attached. All Bidders are required to provide their Harmonized Sales Tax (H.S.T.) Vendor s identification number on Appendix B. Pricing of the Contractor shall be the pricing, as indicated in Appendix B, and shall be the firm price for the contract duration (See Section 8.4). 8.4 Contract Duration The Township wishes to enter into an agreement from May 1, 2018 to April 30, 2020.

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 10-8.5 Damage to Property The Contractor shall be responsible for all damage to the property(s) during the commission of this contract, such as, but not limited to, sod tear out, damaged or broken asphalt, damaged or broken chip seal, damaged to internet pedestals, damage to fencing. The Contractor shall make all necessary repairs as required to make good the property(s). The Contractor and the Township of Pickle Lake shall make note of all damage to the property as it occurs. The Contractor shall make good all repairs within 45 days of when the damage occurred. The Township shall have the right to make such repairs as required for safety or non-compliance by the Contractor and deduct such costs from the Contractor s invoice or, if necessary, bill the Contractor for such work. 8.6 Equipment and Staff The Bidder must complete Appendix C, providing a list of equipment and staff that shall be available to be used for the execution of this contract. 8.7 Contract Administrator The Contract Administrator is Jamie Hussey, Acting Clerk Treasurer. Office number: 807 928 2034 Extension 202. E-mail: clerktreasurer@picklelake.org All questions related to the detailed specifications, the nature of the required work, site concerns or problems, shall be directed to the Contract Administrator. 8.8 Invoicing The Contractor shall submit monthly invoices to the Township, payable to the contractor within 30 days of the invoice being received. 9.0 SITE SPECIFIC DETAIL 9.1 Residential Curbside Collection Every Tuesday the Contractor shall provide curbside pickup of residential waste contained in bags on routes that are maintained by the Township of Pickle Lake and transport to the Municipal Landfill at Kapkichi Road. Deposit of waste at the Kapkichi Landfill site will occur during the hours specified at the landfill. When a statutory holiday falls on a Tuesday, collection will occur on the Wednesday immediately following the statutory holiday. 9.2 Commercial Collection Every Tuesday and Friday, the Contractor shall provide pickup of commercial waste as described in Appendix D Commercial Waste Collection List and transport to the Municipal Landfill at Kapkichi Road.

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 11-9.3 General The Contractor hereby agrees that all waste pickup shall be performed, promptly, neatly, carefully, thoroughly and efficiently. All waste pickups shall commence no earlier than 7:30 a.m. so as to allow time for clients to put out their waste. Should a change to the pickup times be desired by the Contractor, such change must first be approved by the Township of Pickle Lake. Then the Contractor shall inform the residents of the Township of Pickle Lake of all such changes by notification through the Canada Post at least seven (7) days before such changes take effect. The Contractor shall gather any waste material that may have been spilled as a result of the drivers work. 10.0 TO INCLUDE IN TENDER The Bidder shall prepare and submit their Tender in the order and form stated below. 10.1 Acknowledgements The Bidder must complete and submit Appendix A Acknowledgements, including the confirmation of any addenda received. 10.2 Pricing The Bidder must fully complete and submit Appendix B Pricing Schedule. 10.3 Available Equipment and Staff The Bidder must complete and submit Appendix C Available Equipment and Staff. 10.4 Commercial Waste Collection List The Bidder must submit Appendix D Commercial Waste Collection List. 10.5 Other Documents to Include a. Proof of Insurance (See Sections 7.14 to 7.17) b. WSIB Certificate of Clearance (See Section 7.18) c. At the minimum, a completed application for an Environmental Activity and Sector Registry (EASR) and proof of submission of such application to the Ministry of the Environment. 10.6 Form of Agreement The Bidder must attach a signed copy of the Waste Collection, Truck and Operator form of Agreement.

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 12-11.0 AWARD AND APPROVAL This Request for Tender may be awarded in (whole or in part) based on the following: a. Proper completion of all Tender forms and submission requirements; b. The Township will not necessarily accept the lowest bid or any bid no such guarantee is herby expressed. The Township reserves the right to contact any Bidder to seek clarification of the contents of a Tender. The Township may investigate, as it deems necessary, the ability of the Bidder to perform the work and the Bidder shall furnish the Township all such information and data for this purpose as the Township may request. The Contractor shall not make any claims for additional costs or expenses due to delays in the commencement of work (or portions thereof) or cancellations of the project arising from the requirement of the above noted approvals. Award of this Tender will require the approval of the Council for the Corporation of the Township of Pickle Lake. The decision of the Township shall be final. 12.0 CHECKLIST Complete copy of the Request for Tenders, including any addenda issued, with original signature; and, Originals of documentation to address requirements of Section 10.0.

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 13 - Appendix A ACKNOWLEDGEMENTS I/WE ACKNOWLEDGE that the matters stated in the said Tender, are in all respects true. I/WE ACKNOWLEDGE that I/We have carefully read the Documents as per the Tender call, and are otherwise satisfied as to the conditions under which the work is to be carried out, and do hereby Tender for and offer to enter into a contract with the Corporation for the Township of Pickle Lake for WASTE COLLECTION, VEHICLE AND OPERATOR FOR THE TOWNSHIP OF PICKLE LAKE in Pickle Lake, Ontario. I/WE ACKNOWLEDGE AND HEREBY AGREE TO COMPLY IN ALL RESPECTS WITH THE General Conditions and Specifications herein, which terms and conditions are to be read with and form part of this Tender. I/WE ACKNOWLEDGE that addenda have been received for this tender document and are attached to this submission and that I/We understand it is the Bidder s ultimate responsibility to ensure all addenda issued have been received. I/WE ACKNOWLEDGE that acceptance of this Tender shall be considered a binding contract upon both parties. If specified at any time by the Township, it is acknowledged and agreed that the terms and conditions and any representations made in reference to this Tender shall be incorporated in a contract to be executed by the parties once the Township of Pickle Lake has formally accepted the Tender. I/WE ACKNOWLEDGE and warrant that the Tendered price shall be valid and binding for a period of ninety (90) days from the date of Tender closing. Dated at this day of 2018. Firm or Organization Name (Contractor) Signing Authority Street Address Signature City Postal Code Home/Business Telephone and Fax Number Cell Phone Number:

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 14 - Appendix B PRICING SCHEDULE ESTIMATED 100 HOURS PER YEAR TYPE MODEL YEAR SERIAL # Equipment Compactor Truck Yes No PLEASE FILL IN AREA BELOW: A) List back up equipment (if any): ADDITIONAL INFORMATION (Optional): Price $ The Bidder having read and examined carefully the specifications and general conditions do hereby offer and agree to waste collection, truck and operator(s) for the Township of Pickle Lake as hereinafter described in the specifications and at the rate stated above, including all labour and materials (excluding HST). Lowest or any Tender not necessarily accepted. HST Vendor I.D. # is Dated at this day of 2018. Firm or Organization Name (Contractor) Signing Authority Street Address Signature City Postal Code Home/Business Telephone and Fax Number Cell Phone Number:

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 15 - Appendix C AVAILABLE EQUIPMENT AND STAFF The Bidder must submit a list of all available staff and a complete description of all equipment which may be utilized to perform the required waste collection required in the Request for Tenders. Insurance coverage forms must be provided for all equipment to be used (see Section 7.14 to Section 7.17). Equipment Description 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Staff 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Owned by:

TOWNSHIP OF PICKLE LAKE TENDER # 2018-001 - 16 - APPENDIX D TOWNSHIP OF PICKLE LAKE COMMERCIAL WASTE COLLECTION LIST (subject to change) 1. TOWN OFFICE 2. MEDICAL CLINIC 3. O.P.P. STATION 4. CROLANCIA SCHOOL 5. ARENA 6. CURLING RINK 7. FIRE HALL 8. LIQUOR STORE (LCBO) 9. WASAYA STAFF HOUSE 10. WASAYA TRAINING CENTER 11. WINSTON HOTEL 12. APARTMENT BLOCK I / DIETER NORTHERN 13. APARTMENT BLOCK II / BRIAN DUNBABIN 14. K & K TACKLE 15. COMMUNITY HALL 16. NORTHERN STORE 17. CASUALS STORE 18. PICKLE LAKE OUTPOSTS 19. PICKLE LAKE HOTEL 20. LAKEVIEW MANOR B & B 21. AMBULANCE CENTRE 22. MISTIK NORTH 23. NORTH POP WAREHOUSE 24. NORTHERN MOTOR SPORT SPECIALTIES LTD (formerly pickle lake auto) 25. ESSO BULK PLANT 26. MORGAN BUNK HOUSE 27. SIGFUSSON NORTHERN 28. OSNABURGH AIRWAYS 29. POST OFFICE 30. PICKLE LAKE TREASURES 31. KDH NORTHERN EXPLORATION 32. MNR BUNKHOUSES