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

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

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT

Town of South Bruce Peninsula. Tender PW Maintenance Gravel

TENDER GRAVEL CRUSHING PWT

Town of South Bruce Peninsula. Tender PW Asphalt Paving

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

TOWNSHIP OF ZORRA TENDER GRAVEL CRUSHING AND SCREENING

TOWNSHIP OF BLANDFORD-BLENHEIM TENDER CS-02-16

Town of Whitby Terms and Conditions

Replacement of Kitchen Cabinets, Countertops and Bathroom Vanities Minden Hills Community Centre

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

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

INSTRUCTIONS TO BIDDERS

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

REQUEST FOR PROPOSAL

TOWNSHIP OF LANARK HIGHLANDS TENDER PW TENDER FOR GRANULAR MATERIALS

INSTRUCTIONS TO BIDDERS

Request for Proposal RFP # SUBJECT: Ergotron LX

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

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

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

Request for Tender. Humidifier Replacement February 19, 2013

REQUEST FOR QUOTATION

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

TENDER REQUEST #T

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

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

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

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

STANDARD TERMS AND CONDITIONS

June 2017 BIDDING PROCEDURES No. 90

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

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

Request for Proposal for Cleaning Services

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

Information to Bidders

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

CORPORATION OF THE TOWN OF GANANOQUE

TENDER FOR THE TOWNSHIP OF SEVERN

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL

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

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

REQUEST FOR SEALED BID PROPOSAL

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

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

REQUEST FOR QUOTATION

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR QUOTATION 2015 HYDRO BLASTING OF WADING POOLS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

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

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

MELBA SCHOOL DISTRICT

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

FORM OF TENDER 32/2010

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

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

Pest Control Services

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR PROPOSAL RFP #14-03

Request for Bid #1667 (RFB) CONCRETE SERVICES

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

Horse Drawn Wagon and Sleigh Rides for Cumberland Museum

REQUEST FOR QUOTATION

REQUEST FOR TENDER. TENDER NO. PW-ES Granular Road Conversion - Construction

INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

2015 SIDEWALK REPAIR REQUEST FOR TENDER

ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO. Instructions for Bidding

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

REQUEST FOR SEALED BID PROPOSAL

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

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

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION Ellis Road Gravel Project Evangeline Township

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

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

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

Request for Quotation

REQUEST FOR SEALED BID PROPOSAL

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

TOWNSHIP OF PICKLE LAKE

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

COUNTY OF HALIBURTON ROADS DEPARTMENT REQUEST FOR QUOTATION NO ROADSIDE MOWING and 2016

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

RFP No RFP to Construct Modular Concrete Segmented Retaining Walls

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

REQUEST FOR SEALED BID PROPOSAL

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

REQUEST FOR SEALED BID PROPOSAL

AIA Document A701 TM 1997

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

Transcription:

Municipality of Dysart et al TENDER for the provision of the Landfill Cover and Compaction Maintenance Services October 1 st, 2016 to September 30 th, 2017 ISSUE DATE: August 3, 2016 CLOSING DATE: August 17, 2016 TENDER CLOSING TIME: LOCATION: 3:00 pm local time Courier/Street Address: Municipality of Dysart et al 135 Maple Ave Haliburton, ON. K0M 1S0 Attn: Brian Nicholson, Director of Public Works Mailing Address: Municipality of Dysart et al PO Box 389 Haliburton, ON. K0M 1S0 Attn: Brian Nicholson, Director of Public Works LATE TENDERS WILL NOT BE ACCEPTED. THE LOWEST OR ANY TENDER MAY NOT NECESSARILY BE ACCEPTED.

TABLE OF CONTENTS SECTION 1 - GENERAL CONDITIONS... 4 1.1 Tender Handling 1.2 Form of Tender 1.3 Definitions 1.4 Tender Closing 1.5 Tender Opening 1.6 Electronic Submissions 1.7 Inquiries/Clarification 1.8 Late Submissions 1.9 Withdrawal or Alteration of Tenders 1.10 Examination of Tender Documents 1.11 Completion of the Tender 1.12 Omissions, Discrepancies and Interpretations 1.13 Addenda 1.14 Acceptance or Rejection of Tender 1.15 Tender Award Procedures 1.16 Indemnification 1.17 Ability and Experience of Bidder 1.18 Variation of Quantities 1.19 Health & Safety 1.20 Workplace Safety Insurance Board (WSIB) 1.21 Insurance Requirements 1.22 Limited Liabilities 1.23 Bidder Expense 1.24 Protection of Work & Property 1.25 Regulation Compliance and Legislation 1.26 Assignment of Contract 1.27 Cancellation 1.28 Governing Laws 1.29 Freedom of Information SECTION 2 - SPECIFIC CONDITIONS... 11 2.1 Award 2.2 Multiple Submissions 2.3 Delivery & Execution of Work 2.4 Manufacturer's Specifications 2.5 Warranty 2.6 Equivalent Page 2 of 26

2.7 Harmonized Sales Tax (HST) 2.8 Terms of Payment 2.9 Tender Selection Criteria 2.10 Inquiries SECTION 3 SPECIFICATIONS COMPLIANCE... 14 3.1 Bidders Note 3.2 Responsibilities of the Municipality 3.3 Detailed Specification 3.4 Quote Form 3.5 Schedule of Items and Prices 3.6 Bidder Information APPENDIX A ACCESSIBILITY REGULATIONS FOR CONTRACTED SERVICES... 23 EXAMPLE LANDFILL CONTRACTOR PRICING SHEET... 24 EXAMPLE SCENARIO OF CONTRACTOR INVOICING... 25 Page 3 of 26

SECTION 1 - GENERAL CONDITIONS 1.1 TENDER HANDLING The handling of the Tender document(s) will be in accordance with the Municipality of Dysart et al, Policy No. 16 governing the procurements of goods and services, and this Tender document. 1.2 FORM OF TENDER All Tenders must be submitted upon the documents provided, duly completed & signed (where applicable), and must include: Specifications and Compliance Form Tender Form Schedule of Items and Prices Bidder Information Form 1.3 DEFINITIONS Corporation: Owner: Bidder: Successful Bidder: Refers to the Municipality of Dysart et al Refers to the Municipality of Dysart et al Refers to any eligible entity providing a Tender Refers, in the event of an award, to the selected Bidder 1.4 TENDER CLOSING Tenders must be received by the Municipality of Dysart et al on/before: All tenders must be: a) submitted in a sealed envelope, 3:00 pm local time on August 17, 2016 b) clearly marked Landfill Cover and Compaction Maintenance Services Tender, and c) shall contain the company s identity on the envelope. Tenders not submitted in the requested format will be rejected and not opened. It is the responsibility of the Bidder to ensure they comply with this procedure. The Municipality is not responsible for submissions which are not properly marked and/or delivered to any other location, than that specified herein. 1.5 TENDER OPENING There will be a public opening in the Municipality of Dysart et al Office at 135 Maple Ave in Haliburton (meeting room to be determined) on August 17, 2016 at 3:00 pm. Council will be considering the tender results at the Regular Council meeting to be held on August 22, 2016. 1.6 ELECTRONIC SUBMISSIONS Electronically transmitted submissions (facsimile, e-mail, etc.) will NOT be accepted for this Tender. Page 4 of 26

1.7 INQUIRIES/CLARIFICATION MUNICIPALITY OF DYSART ET AL Questions/Queries regarding the tender must be received no later than THREE (3) business days prior to closing; otherwise a response may not be provided. 1.8 LATE SUBMISSIONS Bids received after the official closing time will not be considered during the selection process. 1.9 WITHDRAWAL OR ALTERATION OF TENDERS A Bidder who has submitted a Tender may submit a further Tender at any time up to the specified time and date for tender closing. The last Tender received shall supersede and invalidate all Tenders previously submitted by that Bidder for this contract. A Bidder may withdraw or alter the Tender at any time up to the specified time and date for tender closing by submitting a letter bearing the Bidder's signature to the authorized representative who will mark thereon the time and date of receipt and will place the letter in the tender box. The Bidder's name and the contract number shall be shown on the envelope containing such letter. Emails, facsimiles (faxes), or telephone calls will not be accepted. Tenders withdrawn under this procedure cannot be reinstated. 1.10 EXAMINATION OF TENDER DOCUMENTS Each Bidder must satisfy himself/herself by a personal study of the Tender documents, by calculations, and by personal inspection of the site, respecting the conditions existing or likely to exist in connection with the proposed goods/services. There will be no consideration of any claim, after submission of Tenders, that there is a misunderstanding with respect to the conditions imposed by this REQUEST FOR TENDER. Prices bid must include all incidental costs and the Bidder must be satisfied as to the full requirements of the Tender. No extra work will be entertained without prior Municipal approval. Should the Bidder require more information or clarification on any point, it must be obtained prior to the submission of the Tender. 1.11 COMPLETION OF THE TENDER The Tender Form and other relevant documents must be completed in hard copy. All entries shall be clear, legible and made in a non erasable medium. Entries must be made for unit price, lump sum, extensions and totals as appropriate. All items shall be tendered according to instructions contained within the Tender Documents. Alterations may be made provided they are legible and initialed by the Bidder's signing officer. Tenders which are incomplete, conditional, illegible or obscure, or that contain additions not called for, reservations, erasures, alterations incorrectly submitted, or irregularities of any kind may be rejected. In the event of a discrepancy between the unit price and the total price, the unit price shall prevail. Page 5 of 26

1.12 OMISSIONS, DISCREPANCIES AND INTERPRETATIONS Should a Bidder find omissions from or discrepancies in any of the Tender Documents or should the Bidder be in doubt as to the meaning of any part of such documents, the Bidder should notify the designated person and office without delay. If the designated person considers that a correction, explanation or interpretation is necessary or desirable an addendum will be issued to all who have received Tender Documents. No oral explanation or interpretation will modify any of the requirements or provisions of the Tender Documents. 1.13 ADDENDA If required by the Corporation, addenda will be distributed to all bidders registered as a document taker for this bid. Addenda will be distributed using the latest contact information as provided by the Bidder. It is the Bidder s responsibility to notify the Corporation of any changes to their contact information. If the Tender was acquired via the Municipal website it is the Bidder s responsibility to check the Municipal website for addenda. It is the Bidder s ultimate responsibility to ensure all addenda have been received. Bidders shall be required to acknowledge receipt of addenda on the Bidder s Information / Addenda Acknowledgement Form contained in the bid document. 1.14 ACCEPTANCE OR REJECTION OF TENDER 1.14.1 The Corporation reserves the right to reject any or all tenders and to waive formalities as the interests of the Corporation may require without stating reasons therefore. Notwithstanding and without restricting the generality of the statement immediately above, the Corporation shall not be required to award and accept a tender, or recall the Tenders at a later date: a) When only one (1) tender has been received as result of the Tender call; b) Where the lowest responsive and responsible bidder substantially exceeds the estimated cost of the goods/services; c) When all tenders received fail to comply with the specifications or Tender terms and conditions; d) Where a change in the scope of work or specifications is required the lowest or any tender will not necessarily be accepted. The acceptance of a tender will be contingent upon an acceptable record of ability, experience and previous performance. 1.14.2 The Corporation shall not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by any Bidder by reason of the acceptance or the non-acceptance by the Corporation of any tender or by reason of any delay in the acceptance of a Tender except as provided in the tender document. 1.14.3 Each tender shall be open for acceptance by the Corporation for a period of sixty (60) calendar Page 6 of 26

days following the date of closing. 1.14.4 Where the tender documents do not state a definite delivery/work schedule and a submitted tender is based on an unreasonable delivery/work schedule, the tender may be rejected. 1.15 TENDER AWARD PROCEDURES Unless stated otherwise the following procedures will apply: 1.15.1 The Corporation will notify the successful Bidder that his/her Tender has been accepted, within sixty (60) calendar days of the Tender closing. 1.15.2 Notice of acceptance of Tender will be by telephone, email and/or by written notice. Bidder shall confirm acknowledgement of awarded tender notice. 1.15.3 Immediately after acceptance of the Tender by the Corporation, the successful Bidder shall provide the Corporation with any required documents within fourteen (14) calendar days of the date of notification of award. 1.15.4 Commencement and completion dates may be altered if mutually agreed to by the Municipality of Dysart et al and the Successful Bidder. 1.16 INDEMNIFICATION The successful Respondent shall indemnify and hold harmless The Corporation, its officers, council members, partners, agents and employees from and against all actions, claims, demands, losses, costs, damages, suits or proceedings whatsoever which may be brought against or made upon The Corporation and against all loss, liability, judgments, claims, suits, demands or expenses which The Corporation may sustain, suffer or be put to resulting from or arising out of the successful Bidders failure to exercise reasonable care, skill or diligence or omissions in the performance or rendering of any work or service required hereunder to be performed or rendered by the successful Bidder, its agents, officials and employees. 1.17 ABILITY AND EXPERIENCE OF BIDDER It is not the purpose of the Municipality of Dysart et al to award this contract to any Bidder who does not furnish satisfactory evidence of possessing the ability and experience in this class of work and sufficient capital and plant resources to ensure acceptable performance and completion of the Tender. The following criteria will be utilized by the Corporation to determine whether a Bidder is qualified to undertake the award; 1.16.1 The Bidder s ability and agreement to supply the goods/services. 1.16.2 The Bidder s ability to work effectively with the Corporation staff and other representatives. 1.16.3 The Bidder s history with respect to providing satisfactory results and acceptable cooperation. A Bidder is invited to provide any additional information it determines will assist the Corporation in using the aforementioned criteria. The Corporation may reject the lowest or any submissions if after investigation and consideration, the Corporation concludes, in its opinion, that the Bidder is not able to Page 7 of 26

supply the goods/services in a manner satisfactory to the Corporation. 1.18 VARIATION OF QUANTITIES The Municipality of Dysart et al reserves the right to adjust quantities. Quantities shown are approximate, are not guaranteed to be accurate and shall be used as a basis for comparison only. No additional compensation will be allowed for any adjustment which may decrease quantities identified in this tender. 1.19 HEALTH & SAFETY The successful Bidder must comply with all requirements set out in the Occupational Health & Safety Act and all other regulations that apply to the job at hand. 1.20 WORKPLACE SAFETY INSURANCE BOARD (WSIB) The successful Bidder shall provide proof of coverage under the Workplace Safety and Insurance Board and shall maintain this coverage throughout the length of the contract. 1.21 INSURANCE REQUIREMENTS The successful Bidder shall provide proof of liability insurance to insure against loss or damage resulting from bodily injury, death or damage to property, with a minimum coverage of two million dollars ($2,000,000), with the Municipality of Dysart et al added as an additional insured party, which will be required on acceptance of the tender. 1.22 LIMITED LIABILITIES The Corporation's liability under this Tender shall be limited to the actual goods/services ordered and provided. 1.23 BIDDER EXPENSE Any expenses incurred by the Bidder in the preparation of the Tender submission are entirely the responsibility of the Bidder and will not be charged to the Corporation. 1.24 PROTECTION OF WORK & PROPERTY The successful Bidder shall provide continuous and adequate protection of all goods from damage and shall protect the Owner's property from injury or damage arising until delivery of the goods/services. The successful Bidder shall make good any such damage or injury. 1.25 REGULATION COMPLIANCE AND LEGISLATION The successful Bidder shall ensure all goods/services provided in respect to this Tender are in accordance with, and under authorization of all applicable authorities, Municipal, Provincial and Federal legislation. 1.26 ASSIGNMENT OF CONTRACT The successful Bidder shall not assign transfer, convey, sublet or otherwise dispose of this contract or his/her right, title or interest therein, or his power to execute such contract, to any other person, company or corporation, without the previous consent, in writing, of the Corporation s officials, which consent shall Page 8 of 26

not be unreasonably withheld. 1.27 CANCELLATION 1.27.1 The Corporation reserves the right to immediately terminate the Contract at its own discretion, including but not limited to such items as non-performance, late deliveries, inferior quality, pricing problems, etc. 1.27.2 If the successful Bidder should neglect to execute the goods/services properly or fail to perform any provision of this Award, the Corporation, after three (3) business days written notice to the successful Bidder, may, without prejudice to any other remedy in existence, make good such deficiencies and may deduct the cost thereof from any payment then and thereafter due to the successful Bidder. Continued failure of the successful Bidder to execute the work properly shall result in a termination of Contract. The Corporation shall provide written notice of termination. 1.27.3 The Corporation reserves the right to cancel this contract by providing sixty (60) days written notice. 1.28 GOVERNING LAWS This Tender and subsequent contract/agreements will be interpreted and governed by the laws of the Province of Ontario. 1.29 FREEDOM OF INFORMATION Any personal information required on the Tender Form is received under the authority of the Municipal Freedom of Information and Protection of Privacy Act, 1989, RSO, 1990. This information forms an integral component of the Tender submission. All written Tenders received by the Municipality of Dysart et al become a public record once a Tender is deemed complete by the Municipality of Dysart et al. All information contained in the tender document is available to the public, including personal information. Questions about collection of personal information and the Municipal Freedom of Information and Protection of Privacy Act, 1989, R.S.O. 1990, Chapter M.56, as amended, should be directed to: Clerk, Municipality of Dysart et al 135 Maple Ave, PO Box 389 Haliburton, ON, K0M 1S0 Telephone (705) 457-1740 The Clerk has been designated by the Municipality of Dysart et al Council to carry out the responsibilities of the Act. Page 9 of 26

SECTION 2 - SPECIFIC CONDITIONS 2.1 AWARD The lowest or any Tender may not necessarily be accepted. 2.2 MULTIPLE SUBMISSIONS Bidders wishing to offer more than one (1) submission for consideration must complete a separate Tender document for each separate offer and clearly identify each submission as a separate offer. 2.3 DELIVERY & EXECUTION OF WORK Bidders are advised that the lead-time indicated on the Schedule of Items & Prices, for the completed goods/services including all specified attachments, will be firm. Failure by the successful Bidder to meet the firm delivery schedule may cause the Corporation additional expense, the cost of which may be deducted from the successful Bidder s invoice for the completed goods/services. Prior to delivery, the successful Bidder shall coordinate a specific date and time with the Corporation representative. It is the Bidders responsibility to ensure delivery to the location specified within the Detailed Specification. The Successful Bidder is responsible for any inspections and/or permits required. 2.4 MANUFACTURER S SPECIFICATIONS Bidders, shall include with their Tender submission the full manufacturers specifications and literature, which fully describe the item(s) being offered, including any optional equipment. 2.5 WARRANTY The Tender submission shall include a brief summary on the Schedule of Items and Prices of warranties and guarantees covering materials and workmanship. If the product needs to be returned to the supplier for warranty work, it will be at full cost to the successful Bidder. Warranty work will be performed at the closest dealer. Page 10 of 26

2.6 EQUIVALENT The Corporation has specified certain product(s) and brand names throughout this document for a number of the components utilized in this product/apparatus. In most instances, the Corporation would be willing to consider an equivalent for the specified item. However, the determination of the item to be an acceptable equivalent will be at the sole discretion of the Corporation. Equivalent would mean an equivalent product, design, manufacturer, etc. that, in the opinion of the Corporation is an acceptable alternative. 2.6.1 Bidders submitting equivalents that are deemed Not Acceptable, may be given the opportunity to provide the specified item however, there will be no consideration for any cost adjustment to the submitted tender. 2.6.2 Where a product, design, manufacturer, etc. has been stipulated and, there is no equivalent suggested, Bidders must submit based on the specified item and, without substitution. 2.7 HARMONIZED SALES TAX (HST) H.S.T. is applicable to the item(s) listed, however, is not to be included in the tendered unit cost. Please tender all prices HST Extra. 2.8 TERMS OF PAYMENT Unless otherwise stated herein, the Corporation s normal terms of payment will be Net Thirty (30) calendar days from the Receipt of Goods/Services or the Date of Invoice, whichever occurs later. Invoices shall be forwarded to the attention of: Accounts Payable Municipality of Dysart et al 135 Maple Ave, PO Box 389 Haliburton, ON, K0M 1S0 The Municipality of Dysart et al will not pay in part or in full until the goods/services are received. Possession will not be taken until the unit(s) meet(s) all specifications and is approved by the Director of Public Works or his/her designate. 2.9 TENDER SELECTION CRITERIA The acceptance of a Tender will be contingent upon, but not limited to, the following considerations: Ability to meet or exceed all specifications and requirements; Compliance with Tender process; Tendered Price. Page 11 of 26

2.10 INQUIRIES Inquiries concerning the Technical Specifications are to be directed to: Mr. Brian Nicholson Director of Public Works (705) 457-1740 ext. 33 bnicholson@dysartetal.ca Inquiries concerning the Tender process and results are to be directed to: Ms. Cheryl Coulson Clerk (705) 457-1740 ext. 31 ccoulson@dysartetal.ca Questions of clarification will be answered individually, but response(s) to any question that modifies the scope of the Request for Tender will be circulated in writing as a Request for Tender Addendum to all registered document takers who have received the Request for Tender document from the Corporation. Inquiries must be received no later than THREE (3) business days prior to closing; otherwise a response may not be provided. Page 12 of 26

SECTION 3 SPECIFICATIONS & COMPLIANCE 3.1 BIDDERS NOTE For each Specification item in all the following sections, you are required to respond as to the compliance of your goods/services to the Specification. Please do so as follows: Your Units are in Complete Compliance - indicate YES in the COMPLIANCE box. Your Units are Different - indicate your specification in the COMPLIANCE box. Where document notes Specify indicate your specification in the COMPLIANCE box. Where minimums are called for, the goods/services must meet or exceed the capacity, size or performance specified. This specification lists only the major details for the goods/services. Therefore, it is the supplier's responsibility to deliver fully equipped goods/services with compatible components to provide dependable efficient service. Following the specifications, a table allowing the submission of further details regarding the specification information is available for use if necessary. ALTERNATIVE COMPONENTS, WHICH MAY MEET THE REQUIREMENT OF THIS SPECIFICATION BUT ARE NOT IDENTIFIED IN THE SPECIFICATION, MUST BE APPROVED BY THE PURCHASER PRIOR TO TENDER CLOSING. TENDERED GOODS/SERVICES MUST COMPLY WITH ALL OF THE FOLLOWING SPECIFICATIONS. 3.2 RESPONSIBILITIES OF MUNICIPALITY ITEM SPECIFICATION CONFIRMATION 1 Municipality will be responsible for the following items: Provide necessary documents/reports to the Successful Bidder: Landfill Contractor Report and Contractor Additional Work Report. THIS PAGE IS A MANDATORY REQUIREMENT FOR THE TENDER SUBMISSION Page 13 of 26

3.3 DETAILED SPECIFICATION SECTION 1: GENERAL SCOPE ITEM 1 Placement, compaction, cover and maintenance services SPECIFICATION Services to commence October 1, 2016 and continue until September 30, 2017. Performance of the successful bidder will be monitored throughout the contract and if work is deemed to be deficient by the Municipality the contract may be terminated. If a contract is terminated the work will be offered to the bidder who came in second for that landfill at the prices tendered in this document. No work at any landfill shall take place prior to 6 am or after 7 pm. Unless prior approval is granted by the Landfill Manager. The Municipality reserves the right to bring in material from its own operations to be used as cover material at various times throughout the term of the contract. Place, compact and cover waste on a weekly or biweekly basis as noted on the applicable Landfill Tender Form for each specific site. Fill/cover material to be supplied by the Contractor or by using alternate cover as instructed by the Landfill Manager. Material supplied by the Contractor shall be B gravel with enough stone to allow passenger vehicles to travel on the material after grading and compaction. For Material purchased from a pit or quarry that utilizes a weigh scale the scale ticket shall accompany the invoice. Waste is to be placed in maximum of twelve (12) inch lifts. The Contractor shall make a minimum of four (4) passes ensuring that all waste has been compacted before cover is placed. The Contractor shall ensure that the landfill face is maintained at a four (4) to one (1) slope. Contractor to provide equipment capable of placing, compacting and covering waste that exerts a preferred ground pressure of seven (7) pounds/inch 2. Contractor must submit equipment specification sheet(s) to the Municipality with information indicating the ground pressure capabilities. Any change to the equipment used for this tender must comply with specifications and be reported to the Landfill Manager and/or Director of Public Works. CONFIRMATION THIS PAGE IS A MANDATORY REQUIREMENT FOR THE TENDER SUBMISSION Page 14 of 26

DETAILED SPECIFICATION continued 2 Construction and Demolition (C&D) 3 Administration and Documentation For landfill sites where managing of Construction & Demolition (C&D) is required, the Contractor shall complete work of pushing material as requested. Loading of C&D material times shall be arranged by the Landfill Manager or designate. Contractor is to load and compact 53 tractor trailers with an Excavator equipped with a thumb. Compaction and load weight shall be at the discretion of the tractor trailer driver. Detailed monthly billing/invoice to include reports completed in-full: Landfill Contractor Report, Contractor Additional Work Report and other reports as required. Invoicing to be submitted monthly within five (5) business days of month end. Payment will be processed within 30 days after the invoice has been approved and submitted by the Landfill Manager and/or Director of Public Works. All work shall be completed to the satisfaction of the Landfill Manager or designate prior to payment. When material is coming from a location with weigh scales, copies of weigh tickets will be submitted with invoicing. 4 Additional Work No extra work to be done without pre-approval from the Landfill Manager, designate and/or Director of Public Works. The Municipality reserves the right to get prices from other contractors should it wish and have them perform the additional works, or have municipal staff perform the additional work should it wish. 5 Equipment Charges Equipment will be billed for time operated. Two pieces of equipment with one operator cannot be operated and charged at the same time. 6 Direction/Reporting The Contractor shall report to and take directive from the Landfill Manager or designate, and the Director of Public Works. Arrangements with other outside contractors shall be done by Landfill Manager or designate; unless the contractor is authorized to do so by Landfill Manager **END OF SPECIFICATION** THIS PAGE IS A MANDATORY REQUIREMENT FOR THE TENDER SUBMISSION Page 15 of 26

3.4 TENDER FORM MUNICIPALITY OF DYSART ET AL FOR THE PROVISION OF: AS SUPPLIED BY: LANDFILL COVER AND COMPACTION MAINTENANCE SERVICES FIRM NAME MAILING ADDRESS PROV. POSTAL CODE HEREINAFTER CALLED THE BIDDER TO: MUNICIPALITY OF DYSART ET AL 135 MAPLE AVE, PO BOX 389 HALIBURTON, ON, KOM 1S0 HEREINAFTER CALLED THE CORPORATION THE BIDDER DECLARES: 1. No person(s), firm or corporation, other than the Bidder, has any personal interest in this Tender or in the award for which this Tender is made; 2. No member of Council, no officer or employee of the Corporation is or will become interested directly or indirectly as a contracting party, partner, shareholder, surety or in any portion of the profits thereof, or in any of the monies to be derived, there from; 3. This Tender submission is made without any connection, comparison of figures, or arrangements with, or knowledge of any other corporation, firm or person making a Tender submission for the same and is in all respects without collusion or fraud; 4. By signing this submission, I confirm I have read and understood the content and requirements of this Tender document. ACKNOWLEDGEMENT TO RECEIPT OF ADDENDA This will acknowledge receipt of the following addenda and, that the pricing quoted includes the provision set out in such addenda: ADDENDUM # # # Check here if NO Addenda received DATE RECEIVED Check here if website checked for Addenda LOWEST OR ANY TENDER NOT NECESSARILY ACCEPTED Dated at this day of, 2016. PRINT NAME OF WITNESS PRINT NAME OF BIDDER SIGNATURE OF WITNESS SIGNATURE OF BIDDER By my signature, I hereby confirm I am a principal, or have been duly authorized by the principal/board, to sign on behalf of the above named. THIS PAGE IS A MANDATORY REQUIREMENT FOR THE TENDER SUBMISSION Page 16 of 26

3.5 SCHEDULE OF ITEMS AND PRICES HALIBURTON LANDFILL SITE NOTE: The option of the 2017/2018 year being exercised will be determined in August 2017 Service 2016/2017 Optional 2017/2018 Contractor provided cover material shall be B gravel with enough stone to allow passenger vehicles to travel over the material after grading and compaction. Price to include delivery to landfill site. This price will also be used if material is required for extra works. Scale tickets to accompany invoices. Contractor to log on invoice from which pit/quarry cover material came from. Cost for loading of Demolition material into other contractors trucks. Compaction and load weight shall be at the discretion of the tractor trailer driver. Cost of pushing construction and demolition waste in a position to be loaded into the other contractor s tractor trailer. To be done as requested. This will require leaving the material in a position to be loaded into the other contractor s 53 tractor trailer. Weekly levelling and compaction of cover material, excludes cost of contractor supplied material. All garbage shall be compacted by making a minimum of 4 passes prior to placing covering and leveling of cover material. cu. yd. + HST OR $ per tonne + HST cu. yd. + HST OR $ per tonne + HST Float charges time + HST time + HST Per Unit/Hour Costs: To be used for works not listed in the tender or for work costs not set as a lump sum. Backhoe Excavator with Thumb Bull Dozer Tandem Truck Tri-Axle Truck THIS PAGE IS A MANDATORY REQUIREMENT FOR THE TENDER SUBMISSION Page 17 of 26

List equipment to be used for this purpose of this tender: and Ground Pressure Exertion lbs psi lbs psi lbs psi lbs psi Bidder: Date: Signature: THIS PAGE IS A MANDATORY REQUIREMENT FOR THE TENDER SUBMISSION Page 18 of 26

WEST GUILFORD LANDFILL SITE Note: Services must be provided on Mondays in accordance with the Ministry of the Environment Certificate of Approval. The option of the 2017/2018 year being exercised will be determined in August 2017 Service 2016/2017 Optional 2017/2018 Contractor provided cover material shall be B gravel with enough stone to allow passenger vehicles to travel over the material after grading and compaction. Price to include delivery to landfill site. This price will also be used if material required for extra works. Scale tickets to accompany invoices. Contractor to log on invoice from which pit/quarry cover material came from. Cost for loading of Demolition material into other contractors trucks. Compaction and load weight shall be at the discretion of the tractor trailer driver. Placement of cover material and compaction. Excludes cost of contractor supplied material. During summer due to the use of Bear Wise Bins, services will be as requested. Work to be completed within 24 hours of request. All garbage shall be compacted by making a minimum of 4 passes prior to placing covering and leveling of cover material. During summer period from May 1st to October 31st. Cost of pushing construction and demolition waste in a position to be loaded into the contractor s tractor trailer. To be done as requested. Bi-weekly placement and compaction of cover material. Excludes cost of contractor supplied material. All garbage shall be compacted by making a minimum of 4 passes prior to placing covering and leveling of cover material. During winter period from November 1st to April 30 th. cu. yd. + HST OR $ per tonne + HST cu. yd. + HST OR $ per tonne + HST hour + HST hour + HST hour + HST hour + HST Float charges time + HST time + HST Per Unit/Hour Costs: To be used for works not listed in the tender or for work costs not set as a lump sum. Backhoe Excavator with Thumb Bull Dozer Tandem Truck Tri-Axle Truck hour+ HST hour+ HST hour+ HST hour+ HST hour+ HST THIS PAGE IS A MANDATORY REQUIREMENT FOR THE TENDER SUBMISSION Page 19 of 26

List equipment to be used for the purpose of this tender: and Ground Pressure Exertion lbs psi lbs psi lbs psi lbs psi Bidder: Signature: Date: THIS PAGE IS A MANDATORY REQUIREMENT FOR THE TENDER SUBMISSION Page 20 of 26

KENNISIS LANDFILL SITE NOTE: The option of the 2017/2018 year being exercised will be determined in August 2017 Service 2016/2017 Optional 2017/2018 Contractor provided cover material shall be B gravel with enough stone to allow passenger vehicles to travel over the material after grading and compaction. Price to include delivery to landfill site. This price will also be used if material required for extra works. Scale tickets to accompany invoices. Contractor to log on invoice from which pit/quarry cover material came from. Weekly compaction and placement of cover material, including leveling of cover material brought into the landfill. Excludes cost of contractor supplied material. All garbage shall be compacted by making a minimum of 4 passes prior to placing covering and leveling material. Keeping the scrap metal pile pushed up in a neat pile when required. During summer period from May 1st to October 31st. Bi-weekly compaction and placement of cover material, including leveling of cover material brought into the landfill. Excludes cost of contractor supplied material. All garbage shall be compacted by making a minimum of 4 passes prior to placing covering and leveling of cover material. Keeping the scrap metal pile pushed up in a neat pile when required. During winter period from November 1st to April 30 th. cu. yd. + HST OR $ per tonne + HST cu. yd. + HST OR $ per tonne + HST Float charges time + HST time + HST Per Unit/Hour Costs: To be used for works not listed in the tender or for work costs not set as a lump sum. Backhoe Excavator with Thumb Bull Dozer Tandem Truck Tri-Axle Truck THIS PAGE IS A MANDATORY REQUIREMENT FOR THE TENDER SUBMISSION Page 21 of 26

List equipment to be used for the purpose of this tender: and Ground Pressure Exertion lbs psi lbs psi lbs psi lbs psi Bidder: Signature: Date: THIS PAGE IS A MANDATORY REQUIREMENT FOR THE TENDER SUBMISSION Page 22 of 26

WEST BAY LANDFILL SITE NOTE: The option of the 2017/2018 year being exercised will be determined in August 2017 Service 2016/2017 Optional 2017/2018 Contractor provided cover material shall be B gravel with enough stone to allow passenger vehicles to travel over the material after grading and compaction. Price to include delivery to landfill site. This price will also be used if material required for extra works. Scale tickets to accompany invoices. Contractor to log on invoice from which pit/quarry cover material came from. Compaction and placement of cover material to be completed as requested by the Landfill Manager or designate. Excludes cost of contractor supplied material. Work to be completed within 24 hours of request. During summer use of Bear Wise Bins, services will be as requested, including leveling of cover material brought into the landfill. All garbage shall be compacted by making a minimum of 4 passes prior to placing covering and leveling of cover material. Keeping the scrap metal pile pushed up in a neat pile when required. During summer period from May 1st to October 31st. Compaction and placement of cover material to be completed as requested by the Landfill Manager or designate. Excludes cost of contractor supplied material. Work to be completed within 24 hours of request. All garbage shall be compacted by making a minimum of 4 passes prior to placing covering and leveling of cover material. Keeping the scrap metal pile pushed up in a neat pile when required. During winter period from November 1st to April 30 th cu. yd. + HST OR $ per tonne + HST cu. yd. + HST OR $ per tonne + HST hour + HST hour + HST Float charges time + HST time + HST Per Unit/Hour Costs: To be used for works not listed in the tender or for work costs not set as a lump sum. Backhoe Excavator with Thumb Bull Dozer Tandem Truck Tri-Axle Truck hour+ HST hour+ HST hour+ HST hour+ HST hour+ HST THIS PAGE IS A MANDATORY REQUIREMENT FOR THE TENDER SUBMISSION Page 23 of 26

List equipment to be used for the purpose of this tender: and Ground Pressure Exertion lbs psi lbs psi lbs psi lbs psi Bidder: Date: Signature: THIS PAGE IS A MANDATORY REQUIREMENT FOR THE TENDER SUBMISSION Page 24 of 26

3.6 BIDDER INFORMATION BIDDERS must complete this form and include with the Tender Submission. Please ensure all information is legible and made in a non-erasable medium. 1. Bidder s Contact Individual 2. Office Phone # 3. Toll Free # 4. Cellular # 5. Fax # 6. E-mail address 7. Website 8. WSIB Account # 9. HST Account # 10. 1 st Emergency Contact Name 11. 1 st Emergency Contact Phone # 12. 2 nd Emergency Contact Name 13. 2 nd Emergency Contact Phone # 14. Completion of Accessibility Regulations for Contracted Services Training Bidder: Date: Signature: THIS PAGE IS A MANDATORY REQUIREMENT FOR THE TENDER SUBMISSION Page 25 of 26

APPENDIX A Accessibility Regulations for Contracted Services In accordance with Ontario Regulation 429/07, Accessibility Standards for Customer Service Sect. 6, every provider of goods and services shall ensure that every person who deals with members of the public or participates in the developing of the service providers policies, practices and procedures governing the provision of goods and services to members of the public, shall be trained on the following: 1. How to interact and communicate with persons with various types of disability 2. How to interact with persons with disabilities who use assistive devices or require the assistance of a guide animal, or a support person 3. How to use equipment that is available on the premises that may help in the provision of goods or services 4. What to do if a person with a particular type of disability is having difficulty accessing the provider's goods or services 5. Information on the policies, practices and procedures governing the provision of goods and services to people with disabilities. Contracted employees, third party employees, agents and others that provide customer service on behalf of the Municipality of Dysart et al must meet the requirements of Ontario Regulation 429/07 with regard to training. An e-learning course is available on the following website: http://www.mcss.gov.on.ca/mcss/serve-ability/splash.html Page 26 of 26