REQUEST FOR QUOTATION



From this document you will learn the answers to the following questions:

What is the main purpose of the contract?

What type of insurance will the Contractor provide during the term of the contract?

What is the final award of the competition?

Similar documents
Atrium Skylight Repair Carleton Lodge

REQUEST FOR QUOTATION

Canterbury Park Pool Chamber Replacement

MUNICIPALITY OF CENTRE HASTINGS REQUEST FOR QUOTE

HEALTH OWNER INSURED CONSTRUCTION PROJECTS

HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS

SCHEDULE D TAX COMPLIANCE DECLARATION FORM

Village of Nakusp RFQ Source Protection Plan

THIS ADDENDUM IS TO BE READ WITH AND CONSTITUTES PART OF THE TENDER DOCUMENTS.

Request for Quote Number: PRC Baseball Diamond Backstop Re-Fence

EDUCATION (K-12) OWNER INSURED CONSTRUCTION PROJECTS

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

CITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages

REQUEST FOR QUOTATION (RFQ# INN-ICT-002) New Firewall for Innovacorp Nova Scotia Innovation Corporation (Innovacorp)

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

APPENDIX D CONTRACTUAL AGREEMENT (Sample) THE GOVERNMENT OF SASKATCHEWAN as represented by the Minister of Energy and Resources

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Request for Proposals for Upgraded or Replacement Phone System

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

Request for Proposal for Landscape Architect RFP #

Kennebecasis Valley Fire Department Inc.

SCHEDULE 5 INSURANCE TABLE OF CONTENTS 1. INSURANCE REQUIREMENTS... 1

Request for Proposal No Moving Services

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

REQUEST FOR QUOTATION GOODS AND SERVICES RFQ

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

Appendix J Contractor s Insurance Requirements

Commercial Liability Insurance Application

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F

QSP INFORMATION AT A GLANCE

Request for Quotation (RFQ) RFQ SharePoint Consultant

REQUEST FOR PROPOSAL No Professional Services to Develop a Fire Master Plan for the Township of Wellesley Fire Department

Request for Quotation

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

St. Andrews Public Service District

How To Build A Data Backup System In Town Of Trumbull

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

Invitation for Bid. For. Bank Courier Services

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

Warner Robins Housing Authority

Vendor Insurance Requirements Revised

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

SCHEDULE 11 INSURANCE REQUIREMENTS

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS

CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES

Request for Quotation

Attachment 4. Contractor Insurance Requirements

Request for Quotation

PURCHASE ORDER TERMS AND CONDITIONS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

Request for Proposal No Office Moving Services

REQUEST FOR PROPOSALS

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

SCHEDULE 5 INSURANCE TABLE OF CONTENTS 1. INTERPRETATION Definitions CONSTRUCTION-RELATED INSURANCE REQUIREMENTS...

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

Permit Number: Date Issued: Permit Fee: Invoice Number:

TABLE OF CONTENTS. Prefacej... 1

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

MAINTENANCE AGREEMENTS

2013 INSURANCE MANUAL

Gasparilla Island Bridge Authority REQUEST FOR PROPOSALS LANDSCAPE SERVICES

ADVERTISEMENT FOR BIDDERS

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

GENERAL CONDITIONS UNIT PRICE CONTRACT SAMPLE

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

To receive consideration, bids must be submitted in accordance to the following instructions:

Borough of Jamesburg

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

Transcription:

Requirement Interceptor Installation Cyrville Yard Period of Contract The successful bidder shall complete the work no later than 31 August 2015 Closing Date Quotations must be submitted no later than close of business day on 22 July 2015. Late submissions will not be accepted. Site Meeting Bidders are strongly encouraged to attend a site meeting which will be held on Friday July 17, 2015 @ 1:30pm at the Cyrville Yard located at 1951 Cyrville Road. Bid Submission Bidders must submit their bids by email or in hard copy by direct delivery and be addressed to the Contracting Authority noted below. Any inquiries prior to the Closing Date shall be directed to the Contracting Authority only. Contracting Authority Laura Dennee City of Ottawa, Supply Branch 100 Constellation Drive, 4 th Floor, West Tower Ottawa, Ontario K2G 6J8 Phone: 613-580-2424 ext. 12235 Fax: 613-560-2126 Email: laura.dennee@ottawa.ca Copies of this Request for Quotation (RFQ) are available for download on the Internet at www.ottawa.ca. Ottawa.ca is the official and sole distributor of this RFQ and any issued addenda. If a bidder obtains this RFQ by any means other than Ottawa.ca, ensuring the accuracy of the RFQ and the receipt of any addenda is the sole responsibility of the Page 1 of 10

bidder. It is the responsibility of the bidder to regularly check Ottawa.ca for any addenda that may be issued prior to the Closing Date. Basis of Award The City intends to award a contract to the lowest responsive bidder based on the TOTAL PRICE (Price Schedule A ), minus any prompt payment discount offered. Acceptance of a quotation will be conveyed by the issuance of a Purchase Order to the lowest responsive bidder. The City reserves the right to accept or reject any or all quotations should it be deemed in the best interest of the City. Should only one quotation be received, the City reserves the right to reject it at its sole and absolute discretion. The City may, at its sole discretion, conduct due diligence in order to review the certainty, reasonableness and comprehensiveness of a bid and may seek clarification or supplemental information from a bidder. Failure to provide the requested clarification or supplemental information may be considered sufficient grounds for rejecting a bid. Price Schedule(s) Prices must be quoted in Canadian funds and must include all excise taxes, duty, custom clearances and all other charges in effect up to the Closing Date. Harmonized Sales Tax (HST) shall be extra to all prices quoted. Prior to contract award, the successful bidder shall submit a detailed breakdown of the Total Tender Price. Page 2 of 10

Item Number Description Quantity Unit Total 1 Storm Water Interceptor Installation at Cyrville Yard 1 LS $ Total Price (Excluding HST) $ Table 1 - Price Schedule If applicable, in the event of any discrepancy between the unit price and the extension, the unit price shall govern. Payment Terms and Prompt Payment Discount In the absence of a prompt payment discount, the City will pay all invoices on a Net 30 basis meaning payments will be made by the City within thirty (30) days of receipt and acceptance of the invoice, or the receipt and acceptance of the goods and/or services, whichever is later. Bidders are encouraged to offer a cash discount for prompt payment which WILL be taken into consideration in the award of contract provided that the minimum number of business days for payment is fifteen (15). Should a prompt payment discount be offered that is not in accordance with this condition, the discount will not be taken into consideration in the award of contract however the discount may be claimed by the City in return for processing payment within the stated time frame. Should a prompt payment discount be offered, invoices must be submitted electronically to AP-CF@ottawa.ca in one of the following document formats: i) TIFF (Black and White and minimum 300 DPI resolution); ii) PDF (PDF v.1.7 or lower, Black and White, minimum 300 DPI resolution). AND The bidder must register to receive payment by Direct Deposit. Information regarding how to register is available at the following link: Page 3 of 10

http://www.ottawa.ca/en/city_hall/accounts_payable/ Please indicate the prompt payment discount on all invoices. The bidder hereby offers a prompt payment discount of % if payment is made within business days following receipt and acceptance by the City of an invoice, or receipt and acceptance of the goods and/or services, whichever date is later, in the sole opinion of the City. Company Information Company Name: Telephone Number: Address: Email Address: Authorized Representative: Date: General Terms and Conditions Table 2 - Company Information The City s General Terms and Conditions as dated 04 November 2014 are incorporated by reference into this solicitation. By submitting a bid, bidders confirm that they have read the City s General Terms and Conditions and agree to be bound by them in any resulting contract. A copy of the General Terms and Conditions as dated 04 November 2014 is available on the Purchasing page of Ottawa.ca: http://documents.ottawa.ca/en/node/6138 Page 4 of 10

Special Provisions Any Special Provisions applicable to this RFQ are set out in the attached Schedule A. Should there be a discrepancy between the wording of the Special Provisions, the General Terms and Conditions or the Specifications, the wording of the Special Provisions shall prevail. Specifications The specifications of the requirements under this RFQ are set out in the attached Schedule B. Collusion Bidders shall not engage in collusion of any sort and shall prepare their quotations without any knowledge of, or comparisons with, the quotations of other bidders. Conflict of Interest Bidders are required to disclose to the City any potential conflict of interest prior to submitting a quotation. If a conflict of interest does exist the City may, at its sole discretion, reject a quotation until the matter is resolved to the satisfaction of the City. Municipal Freedom of Information and Protection of Privacy Act The City is subject to the Municipal Freedom of Information and Protection of Privacy Act (MFIPPA) with respect to, and the protection of, information under its custody and control. Accordingly, all documents provided to the City by a bidder pursuant to this RFQ may be available to the public unless the party submitting the information requests that it be treated as confidential. Please note however that all information is subject to MFIPPA and may be subject to release under MFIPPA notwithstanding a bidder s request to keep information confidential. Page 5 of 10

1. Insurance SCHEDULE A SPECIAL PROVISIONS The Contractor shall provide and maintain, at its sole expense, during the term of the contract, the following policies of insurance: Commercial General Liability insurance issued on an occurrence basis for an amount of not less than $5,000,000 per occurrence for any negligent acts or omissions by the Contractor. Such insurance shall include, but is not limited to, bodily injury, death and property damage including loss of use: premises, property and operations liability; products and broad form completed operations liability; blanket contractual liability; cross liability; severability of interest clause; contingent employers liability; personal injury liability; owner s and contractor s protective coverage; non-owned automobile liability; broad form property damage; occurrence property damage; employees as additional insured and 24 months completed operations. If applicable to the construction project described in this RFQ: shoring, blasting, excavation, underpinning, demolition, pile driving, caisson work and work below ground surface including tunnelling and grading. Such insurance shall be in the name of the Contractor and shall name the City of Ottawa, Novatech Engineering Consultants, Contech Engineering Solution, its elected officials, agents, officers and employees as an Additional Insured with respect to the construction agreement. This insurance shall be non-contributing with and apply as primary and not as excess of any insurance available. If applicable, Broad Form Contractors Equipment insurance coverage for construction machinery and equipment used by the Contractor for the performance of the work. If applicable, Broad Form Builders Risk insurance coverage to the full replacement cost of the existing building and all improvement and renovation construction costs. Such insurance shall be in the name of the Contractor and the City of Ottawa. Page 6 of 10

In lieu of the Broad Form Builders Risk insurance coverage, depending on the size and nature of the construction project, an Installation Floater insurance policy in an amount equal to the value of the material and supplies awaiting installation at the work site including while such materials and supplies are in transit. If applicable, Boiler and Machinery insurance coverage on a Comprehensive Plus Form to the full replacement cost of the existing building and all improvement and renovation construction costs. Such insurance shall be in the name of the Contractor and the City of Ottawa. If applicable, the Contractor shall ensure its professional consultants, architects, landscape architects, planners and engineers providing a professional service in connection with the contract provide and maintain Professional Liability insurance to limits of not less than $1,000,000 for each claim. Such insurance shall provide coverage for all errors and omissions made by the professional, its partners, officers, directors and employees. If such coverage is written on a claims made basis, the insurance policy shall be maintained for a period of two years subsequent to conclusion of services provided under the contract or contain a 24 month extended reporting period. Automobile Liability insurance with respect to owned or leased licensed vehicles used directly or indirectly in the performance of the services covering liability for bodily injury, death and property damage including loss of use with a limit of not less than $5,000,000 inclusive for each and every loss. If applicable, Environmental Impairment Liability with a limit of not less than $1,000,000 per incident. Coverage shall include third party bodily injury and property damage including on-site and off-site clean-up. If such coverage is written on a claims made basis, the insurance policy shall be maintained for a period of two years subsequent to conclusion of services provided under the contract or contain a 24 month extended reporting period. All the above insurance policies shall contain an endorsement to provide the City of Ottawa with 30 days prior written notice of cancellation. Page 7 of 10

Evidence of insurance satisfactory to the City shall be provided prior to the commencement of work. As determined by the City, the Contractor may be required to provide and maintain additional insurance coverage(s) which are related to the contract requirements. 2. Payment The City will make payments to the successful bidder in accordance with the Construction Lien Act (Ontario). 3. Approximate Quantities Where approximate or estimated quantities are indicated in the RFQ document, it is for the sole purpose of comparing quotations only. While these quantities have been carefully prepared in light of past experience and anticipated future requirements, the City is not bound to accept these quantities. 4. Contractor Health and Safety The successful bidder must provide a current copy of its Workplace Injury Summary Report (WISR) as provided by the Ontario Workplace Safety and Insurance Board. The City will review the WISR and assess the overall health and safety rating of the bidder. Bidders whose rating indicates an increased risk to the City will be required to provide further information regarding the bidder s health and safety programs and practices currently in place. Failure of a bidder to provide its WISR within seven (7) working days after being requested to do so may be considered sufficient grounds for rejecting the bid. 5. Permits The successful bidder is responsible for all utility clearances, permits and inspections applicable to the performance of the work at no cost to the City. 6. Warranty The bidder represents and warrants that the work will be of a proper quality, free from any defect in manufacture, material and workmanship. Notwithstanding prior Page 8 of 10

acceptance of the work by the City, the successful bidder shall replace or repair, at its option and its own expense, any work which becomes defective or which fails to conform to the requirements set out in this RFQ as a result of faulty manufacture, material or workmanship. The warranty period shall commence on the date of FINAL COMPLETION of the contract and shall extend for one (1) year or the length of the successful bidder s or manufacturer s standard warranty period, whichever is longer. 7. Qualifications and Experience The City reserves the right to request bidders to demonstrate past satisfactory performance in the construction of works that are similar in magnitude and complexity to the project described herein. If requested, bidders shall provide the information within twenty-four (24) hours of the request. Failure to provide the information or satisfactorily demonstrate the requirements are met may be considered sufficient grounds for rejecting the bid. Page 9 of 10

SCHEDULE B SPECIFICATIONS Storm Water Interceptor Installation: Cyrville Yard Page 1 of 1 Drawing RRB completed by Contech Engineering Page 1 of 1 Drawing completed by Novatech Engineering Page 1 of 1 Page 10 of 10