Post on 09-Feb-2018
transcript
City of Greater Sudbury
Pre-Qualification to Tender For Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas
2014, 2015, 2016 (Option for 2017 and 2018)
Issued by the Supplies & Services Section
Finance Division on behalf of
Infrastructure Services Department Water & Wastewater Section
Agnes Beck, CPP, CSCMP Manager of Supplies & Services/Purchasing Agent
Cost for Document Pick-Up: $11.30 ($10.00, plus HST) Non-Refundable
1 of 49
2014-05-08 To: All Potential Bidders Subject: Pre-Qualification to Tender For Grass Cutting Services, Plants, Wells, Lift Stations,
Tanks, Various Areas The City of Greater Sudbury (CGS) requires contractors to pre-qualify to bid on Contract ISD14-22, Tender for Grass Cutting Services. This contract is for the summer seasons of 2014, 2015, 2016 with an option to extend at the City’s sole discretion for an additional two (2) summer seasons (2017 and 2018). It is the intent to award this contract to one (1) bidder, however we reserve the right to award to more than one (1) bidder. Attached, please find the Pre-Qualification forms and instructions. Pre-Qualified bidders will be provided with the official Tender document, including bid forms and address label-sheet for bidding purposes. The draft Tender document has been included for informational purposes only. The City reserves the right to change the final tender document provided to all pre-qualified firms. Please complete and submit your Pre-Qualification Forms and all other necessary requirements to the City of Greater Sudbury, Supplies & Services Section, 2nd Floor, Tom Davies Square, 200 Brady Street, Sudbury, Ontario, P3A 5P3 NO LATER THAN 1:30:00 p.m. (our time) on Wednesday May 21st 2014. Once the pre-qualifications have been reviewed, pre-qualified bidders will be contacted and provided with the Tender for bidding purposes. Communications All communication (including clarification required from a technical perspective and/or from a purchasing perspective) between the CGS and prospective vendors MUST BE in written format via email or fax. To facilitate comprehensive responses, bidders are encouraged to email or fax their questions as soon as possible but no later than 12:00 p.m., Thursday May 15th 2014 to tenders@greatersudbury.ca or via fax to 705-671-8118. No verbal instructions or verbal information to bidders will be binding on the City of Greater Sudbury. Do Not Contact Any Other Municipal Staff Persons, Other Than Mark Coppo, Supplies & Services Coordinator At 705-674-4455, Ext. 2495, Regarding This Pre-Qualification. The City reserves the right to accept or reject any or all Pre-Qualifications. Yours truly,
Mark Coppo Supplies & Services Co-ordinator cc: G. Comin, Supervisor III, Water Treatment Plant M. Jensen, Supervisor II, Wastewater Treatment Plant N. Benkovich, Director of Water/Wastewater Services R. Milks, Supervisor II, Water Treatment Plant R. Piazza, Supervisor II, Wastewater Treatment Plant City of Greater Sudbury, Supplies & Services Section, 200 Brady Street, Box 5000, Stn. “A”, Sudbury, ON P3A 5P3
2 of 49
Pre-Qualification to Tender For Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas (2014, 2015, 2016 with Option for 2016 & 2017)
Pre-Qualification Requirements
Please provide the following certificates and information, as requested. This information is required in order to pre-qualify for the Tender. Please check off each box to acknowledge that you comply with the requirements.
1. Provide a WSIB Clearance Certificate issued by the Workplace Safety and Insurance Board indicating that your account is in good standing.
OR
Obtain a ‘Worker Status Ruling’ from the Workplace Safety and Insurance Board, as an independent operator and attach a copy of the letter from the Workplace Safety and Insurance Board.
2. A letter from your insurance company stating that if you are successful you will be insured in the amount of not less than $2 Million (General Commercial Liability Insurance).
3. A letter from your insurance company stating that if you are successful, your commercial vehicles will be insured in the amount of not less than $2 Million (Automobile Liability Insurance).
4. The Supplier/Contractor must attach a list of Workers/Employees who will be reporting to the City of Greater Sudbury job sites when a contract is awarded. Proof of WHMIS training for each worker/employee must also be provided. The Supplier/Contractor will operate the equipment himself, or provide at his own cost, a competent operator. Please use the form provided.
5. The Supplier/Contractor will provide the following safety wear and training for their employees
when providing grass cutting services to the City of Greater Sudbury.
a. Hard Hat, with Shield b. Reflective Traffic Vest c. First Aid Kit d. Hearing Protection e. Eye Protection f. CSA Approved Safety Foot Wear g. Heat Stress Training/Program in Place
All above safety wear is to be maintained in good working order by the Supplier/Contractor.
6. The Supplier/Contractor shall comply with all regulations to the Health and Safety Act.
7. Bidders must provide a letter from their Bank Manager that the company submitting the tender is
in good financial standing.
8. Please provide three (3) references of past or present contracts that are similar in size and scope to this contract. (Do not use the City of Greater Sudbury as a reference for this contract). Please use the form provided.
3 of 49
Pre-Qualification to Tender For Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas (2014, 2015, 2016 with Option for 2016 & 2017)
Pre-Qualification Requirements
9. Using your own letterhead, provide a written schedule of all contracts completed by the tenderer in the previous three (3) years. Include the value of each contract, the name of the owner, and the name and telephone number of the owner’s contact person who is willing and able to attest to the tenderer’s capability to perform this contract work.
10. Using your own letterhead, provide a list of all contracts presently undertaken for the 2014, 2015, 2016 summer seasons, the value of each contract, the scheduling of each contract, and the name of the owner.
11. The City will consider the Record and Reputation clause (located in the following section) as
applicable in determining the pre-qualification of contractors for these services.
12. Bidders must complete and return the Declaration of Accessibility Compliance Form.
13. Bidders must provide a grass cutting equipment list. Please use the form provided.
14. The City reserves the right to consider its own experience and the quality of the delivery of grass cutting services in this pre-qualification, with any contractor that has current or previous contracts with the CGS.
15. Contractors are required to have an Occupational Health and Safety Manual including proof of training on grounds keeping equipment.
16. Provide information regarding the frequency of supervision from the contractor for employees.
17. Bidders must adhere to all provisions of the Ontario Health and Safety Act (OHSA) and the Electrical Safety Authority (ESA).
4 of 49
Pre-Qualification to Tender For Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas (2014, 2015, 2016 with Option for 2016 & 2017)
Pre-Qualification Clause The City will consider the Record and Reputation clause as applicable in determining the pre-qualification of contractors for these services. Record and Reputation Without limiting or restricting any other right or privilege of the City and regardless of whether or not a Tender or Proposal or Proponent/Bidder otherwise satisfies the requirements of a Tender or RFP, the City may reject summarily any Proposal or Tender from any person where: 1) In the opinion of the Council of the City of Greater Sudbury or the Manager of Supplies &
Services/Purchasing Agent, the commercial relationship between the City and the Bidder/Proponent has been impaired by the prior and/or current act(s) or omission(s) of such Bidder/Proponent including but not limited to:
a) litigation with the City of Greater Sudbury;
b) the failure of the Proponent/Bidder to pay, in full, all outstanding payments (and where
applicable, interests and costs) owing to the City by such Proponent/Bidder, after the City has made demand for payment of same;
c) the refusal to follow reasonable directions of the City or to cure a default under any contract with
the City as and when required by the City or the City=s Representatives;
d) the Proponent/Bidder refusing to enter into a contract with the City after the Proponent or Bidders tender or proposal, bid or quote has been accepted by the City;
e) the Bidder/Proponent refusing to perform or to complete performance of a contract with the City,
at any time, after the Proponent has been awarded the contract by the City;
f) act(s) or omission(s) resulting in a claim by the City under a bid bond, a performance bond, a warranty bond or any other security required to be submitted by the Proponent on a RFP or a Tender; within the five (5) year period immediately proceeding the date on which the RFP/Tender is awarded;
2) In the opinion of the Council of the City of Greater Sudbury or General Manager or the Manager of
Supplies & Services/Purchasing Agent or designate, there are reasonable grounds to believe that it would not be in the best interests of the City to enter into a contract with the Proponent/Bidder, including (without limiting the generality of the foregoing);
a) the conviction of that person or any person with whom that person is not at arm=s length within
the meaning of the Income Tax Act (Canada) of an offence under any taxation statute in Canada; b) the conviction or finding of liability of that person under the Criminal Code or other legislation or
law, whether in Canada or elsewhere and whether of a civil, quasi-criminal or criminal nature, of moral turpitude including but not limited to fraud, theft, extortion, threatening, influence peddling and fraudulent misrepresentation;
5 of 49
Pre-Qualification to Tender For Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas (2014, 2015, 2016 with Option for 2016 & 2017)
Pre-Qualification Clause
c) the conviction or finding liability of that person under the Environmental Protection Act, or corresponding legislation of any other province or any member of the European Union or the United States of America, where the circumstances of that conviction evidence a gross disregard of the part of that person for the environmental well-being of the communities in which it carries on business.
d) the conviction or finding of liability of that person relating to product liability or occupational
health or safety, whether of Canada or elsewhere, where the circumstances of that conviction evidence a gross disregard on the part of that person for the health and safety of its workers or customers;
e) the conviction or finding of liability of that person under the Securities Act or the corresponding
legislation of any other province or any member of the European Union or the United States of America or any state thereof.
6 of 49
Pre-Qualification to Tender For Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas (2014, 2015, 2016 with Option for 2016 & 2017)
Declaration Of Accessibility Compliance
*Please complete and return with your submission.*
Company Name: Print Name: Title:
Dated:
I/ we acknowledge that as a Contractor/Consultant of the City of Greater Sudbury we are bound to comply with all accessibility Standards under the Accessibility for Ontarians with Disabilities Act, 2005 as amended from time to time. I/we declare that I/we have read, understand and will meet or exceed all enacted accessibility Standards as amended from time to time. I/we further declare that I/we will undertake to ensure all sub-contractors hired by us in completion of our work will also comply with the above Standards. ________________________________ ___________________________ Authorized Signature Dated
7 of 49
Pre-Qualification to Tender For Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas (2014, 2015, 2016 with Option for 2016 & 2017)
REFERENCE FORM
Provide a minimum of three (3) similar references for similar projects comparable complexity. The City reserves the right to contact these references. The City also reserves the right to consider their own experience with any service provider or contractor that has had previous or current contracts with the City. The City will consider the quality of the delivery of services or supplies. 1) Name of Client Organization:
Address:
Contact Name: Title:
Telephone Number: Fax Number:
Email Address:
Name of contract, and number of staff assigned to the contract:
Brief description of the scope of the provided
Duration of contract : Approximate Value of contract
1) Name of Client Organization:
Address:
Contact Name: Title:
Telephone Number: Fax Number:
Email Address:
Name of contract, and number of staff assigned to the contract:
Brief description of the scope of the provided
Duration of contract : Approximate Value of contract
1) Name of Client Organization:
Address:
Contact Name: Title:
Telephone Number: Fax Number:
Email Address:
Name of contract, and number of staff assigned to the contract:
Brief description of the scope of the provided
Duration of contract : Approximate Value of contract
Company Name: Signature: “I have the authority to bind the Company/ Corporation
8 of 49
Pre-Qualification to Tender For Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas (2014, 2015, 2016 with Option for 2016 & 2017)
Grass Cutting Equipment – Contract Requirements
Only skilled experienced workers shall be employed to produce satisfactory results and operate the equipment in a safe manner in accordance with the OHSA and acceptable to the CGS. Bidders are to list all equipment that will be used for grass cutting. Note: All miscellaneous grass cutting equipment must be available for viewing, in one (1) location,
and in good and safe operating condition prior to awarding the contract.
Type Year Make Model
Company Name: ______________________________________________________________ Name and Position of Person Signing: ___________________________________________ Signature: ___________________________________________________________________ “I have the authority to bind the Corporation/Company/Partnership”
The City reserves the right to accept or reject any or all Pre-Qualifications.
9 of 49
Pre-Qualification to Tender For Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas (2014, 2015, 2016 with Option for 2016 & 2017)
List of Employees/Workers and Their Related Experience Note: The Employees/Workers listed below will be reporting to the Supervisor of Water/Wastewater once the contract has been awarded. The Water/Wastewater Section will be advised of any change to this list throughout the summer season and each contract year. Contract Lead Person: _________________________________________________________________________ Phone Number (Cell) Where Lead Can Be Reached During Season: _____________________________________ Related Experience: ___________________________________________________________________________ ____________________________________________________________________________________________
_______________________________________________________________________________
Employee Name:______________________________________________________________________________ Related Experience: ___________________________________________________________________________ ____________________________________________________________________________________________
_______________________________________________________________________________ Employee Name:______________________________________________________________________________ Related Experience: ___________________________________________________________________________ ____________________________________________________________________________________________
_______________________________________________________________________________ Employee Name:______________________________________________________________________________ Related Experience: ___________________________________________________________________________ ____________________________________________________________________________________________
_______________________________________________________________________________ Employee Name:______________________________________________________________________________ Related Experience: ___________________________________________________________________________ ____________________________________________________________________________________________ _______________________________________________________________________________
10 of 49
Pre-Qualification to Tender For Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas (2014, 2015, 2016 with Option for 2016 & 2017)
List Of Employees/Workers And Their Related Experience Note: The Employees/Workers listed below will be reporting to the Supervisor of Water/Wastewater once the contract has been awarded. The Water/Wastewater Section will be advised of any change to this list throughout the summer season and each contract year. Contract Lead Person: _________________________________________________________________________ Phone Number (Cell) Where Lead Can Be Reached During Season: _____________________________________ Related Experience: ___________________________________________________________________________ ____________________________________________________________________________________________
_______________________________________________________________________________
Employee Name:______________________________________________________________________________ Related Experience: ___________________________________________________________________________ ____________________________________________________________________________________________
_______________________________________________________________________________ Employee Name:______________________________________________________________________________ Related Experience: ___________________________________________________________________________ ____________________________________________________________________________________________
_______________________________________________________________________________ Employee Name:______________________________________________________________________________ Related Experience: ___________________________________________________________________________ ____________________________________________________________________________________________
_______________________________________________________________________________ Employee Name:______________________________________________________________________________ Related Experience: ___________________________________________________________________________ ____________________________________________________________________________________________
_______________________________________________________________________________
11 of 49
Attach This Label Sheet To The Front Of Your Envelope/Package Submission
Pre-Qualification To Be Returned To:
The City of Greater Sudbury C/O Supplies and Services
200 Brady Street, 2nd Floor, Tom Davies Square
Box 5000, Stn. A Sudbury, ON P3A 5P3
Pre-Qualification to Tender For Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas
Proponent’s Name: _____________________________________________________________ Address: ______________________________________________________________________ ______________________________________________________________________ For City Use Only Date and Time Received: NOTE: This address label/sheet must be affixed to the front of your sealed envelope or package submission. The Supplies & Services section will not be held responsible for envelopes or packages that are not labeled.
12 of 49
City of Greater Sudbury
Contract ISD14-22
Tender for the City of Greater Sudbury Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas
Issued by the Supplies & Services Section
Finance Department on behalf of the
Infrastructure Services Department Water/Wastewater Services
Agnes Beck, CPP, CSCMP Manager of Supplies and Services/Purchasing Agent
Cost for Document Pick-Up: $11.30 ($10.00, plus HST) Non-Refundable
13 of 49
DRAFT
2014-05-08 To: To All Pre-Qualified Bidders Subject: Contract ISD14-22, Tender for the City of Greater Sudbury Grass Cutting
Services Plants, Wells, Lift Stations, Tanks, Various Areas The City of Greater Sudbury is requesting tenders for grass cutting services for a three (3) year term (2014-2016) with an option for the fourth (2017) and fifth (2018) year subject to negotiations favourable to both parties. A mandatory information/site meeting for pre-qualified bidders has been scheduled to take place on XXXXXXXXXXXX at the XXXXXXXXXXX located at 1800 Frobisher Street. If you pre-qualify you must attend the meeting in order to submit a tender for this contract. Attendance will be taken. Attached is the subject tender that must be submitted using the address label sheet provided to the City of Greater Sudbury, Supplies & Services Section, 2nd Floor, Tom Davies Square, 200 Brady Street, Sudbury NO LATER THAN 1:30:00 p.m., (our time) on XXXXXXXX 2014. Tenders will be opened by the Tender Opening Committee, the same day at 2:30 p.m., in Committee Room C-21, 2nd floor, and Tom Davies Square. Results from the opening will be posted to the City’s website by end of business day. Communications All communication (including clarification required from a technical perspective and/or from a purchasing perspective) between the CGS and prospective vendors MUST BE in written format via email or fax. To facilitate comprehensive responses, Bidders are encouraged to email their questions as soon as possible to tenders@greatersudbury.ca or fax to (705) 671-8118. The deadline for questions is 12:00 p.m. (noon), XXXXXXXXX, 2014. No verbal instructions or verbal information to Bidders will be binding on the CGS. Do Not Contact Any Other Municipal Staff Persons, Other Than Mark Coppo, Supplies & Services Coordinator At 705-674-4455, Ext. 2495, Regarding This Tender. The lowest or any tender not necessarily accepted. Yours truly, Mark Coppo Supplies & Services Co-ordinator cc: G. Comin, Supervisor III, Water Treatment Plant M. Jensen, Supervisor II, Wastewater Treatment Plant N. Benkovich, Director of Water/Wastewater Services R. Milks, Supervisor II, Water Treatment Plant R. Piazza, Supervisor II, Wastewater Treatment Plant
The City of Greater Sudbury, Supplies & Services Section, 200 Brady Street, Box 5000, Stn. “A”, Sudbury, ON P3A 5P3
14 of 49
DRAFT
City of Greater Sudbury
Contract ISD14-22
Tender for the City of Greater Sudbury Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas
Checklist
15 of 49
DRAFT
Contract ISD14-22
Tender for the City of Greater Sudbury Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas
Checklist 1. Bidders are to submit four (4) complete copies (including the Tender Bid Form and forms) of your
Request for Tender, designating one (1) complete Tender as an “Original” which includes an “Original” signature of the signing authority, and three (3) complete Tenders as “Copies”. Please ensure that an original signature (ink) is provided with the "original" Tender document. A photocopy of the signature will not be accepted on the document marked as the "Original". Failure to provide original signatures on the document marked "original" will result in the rejection of your Tender.
2. Return the Tender Bid Form(s) properly completed and signed where indicated. Please place the Tender Bid
Form(s) at the beginning of your package. 3. Ensure the Addendum Acknowledgment Section has been completed if any addendums have been issued.
Failure to complete this form when addendums have been issued may render your Tender as non-compliant.
4. The Instructions to Bidders Section and Scope of Work / Specifications have been carefully reviewed and all
requirements have been submitted with your tender. 5. Bidders are required to submit with their Tender, a bid deposit in the form of a Certified Cheque or Money
Order or an Irrevocable Letter of Credit in the amount indicated for each area.
6. Return (Provide W.S.I .B.) Clearance Certificate 7. Return Insurance Forms 8. The successful bidder(s) may be advised to bring in their equipment for inspection. If your equipment does not pass inspection, your bid will not be considered. 9. You have submitted the appropriate bid deposits for the sections you have bid.
The Lowest Or Any Tender Not Necessarily Accepted.
16 of 49
DRAFT
City of Greater Sudbury
Contract ISD14-22
Tender for the City of Greater Sudbury Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas
Instruction to Bidders
17 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
1. Scope of Work
The City of Greater Sudbury requires contract services for Grass Cutting at various plants, wells, lift stations and water tanks. The City reserves the right to provide any or all available work to the next lowest bidder in the event that the lowest bidder is unable to provide the necessary services as required by the City of Greater Sudbury. There will be no fuel surcharge paid on this contract. 2. Bid Deposit/Performance Guarantee: If bidding on Section One “A”, Section One “B” or Section One “C” a SEPERATE bid deposit for each section in the form of a Certified Cheque, Money Order or irrevocable letter of Credit must be submitted with your tender as indicated below. The successful bidders deposit will be held as a performance guarantee for the duration of the contract. Section 1 “A”: $3,500.00 Section 1 “B”: $3,000.00 Section 1 “C”: $1,500.00 If bidding on Section Two, a bid deposit in the form of a Certified Cheque, Money Order or irrevocable letter of Credit in the amount of $3,000.00 must be submitted with your tender. The successful bidders deposit will be held as a performance guarantee for the duration of the contract. Bidders must submit separate forms of bid deposits for each section bid. ie. If you are bidding Section One “A”, Section One “B”, Section One “C” and Section Two you must submit four (4) separate bid deposits. 3. Addenda Bidders may, during the tender period, be advised by addenda of required additions to, deletions from or alterations in the requirements of the Tender Documents. A copy of all Addenda shall be either hand delivered, or sent by courier, electronic correspondence, or fax, to each prospective Bidder who has obtained Tender Documents. Addenda w ill be issued under the follow ing circumstances: a.) Interpretation of Tender documents as a result of queries from prospective bidders; b.) Revision, deletions, additions or substitutions of any portion of Tender documents. All such changes as addressed in the addenda shall become an integral part of the Tender documents and shall be allowed for in arriving at the Tender price. Addendums which have financial implication and have not been acknowledged on the Tender Bid Form will be automatically rejected. Oral instructions shall not be considered valid unless they are confirmed in writing by the Manager of Supplies & Services. 18 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
4. Bids in Excess of Project Estimates Where Bids are received in response to a Bid Solicitation but exceed project estimates, the General Manager in charge of the Bid Solicitation and the Agent, jointly, may enter negotiations with the Lowest Compliant Bidder(s) to achieve an acceptable Bid within the project estimate. Negotiations shall be conducted in accordance with the guidelines established by the Canadian Construction Documents Committee. 5. Tender Submissions Bidders are to submit four (4) complete copies (including the Tender Bid Form and Specifications when applicable) of your Request for Tender, designating one (1) complete Tender as an “Original” which includes an “Original” signature of the signing authority, and three (3) complete Tenders as “Copies”. Please ensure that an original signature (ink) is provided with the "original" Tender document. A photocopy of the signature will not be accepted on the document marked as the “Original". Failure to provide original signatures on the document marked "original" will result in the rejection of your Tender. 6. Validity of Tenders See Schedule ‘C’ to Purchasing By-Law 2006-270 attached hereto. 7. Tender Bid Form The Tender Bid Forms provided with this Tender must be used or your Tender will be rejected. Alteration of the bid form template or reproduction of the bid form is strictly prohibited. When applicable, an envelope containing the bid deposit is to be attached to the Tender Bid Form. 8. Invoicing Instructions The successful Bidder(s) will be required to make reference to the Contract Number (ISD14-22) and the Purchase Order Number, if applicable, on all invoices relating to this Tender. Failure to indicate the Contract Number and/or Purchase Order Number may result in the delay or non-payment of invoices for this Contract.
19 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
9. Conflict of Interest All firms are required to disclose to the City any potential Conflict of Interest, may it be pecuniary or otherwise. If a conflict of interest does exist with the potential successful Bidder(s), the City may, at its discretion, refrain from awarding the project to the Bidder(s). The Bidder(s) covenants that it presently has no interests and it shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of its service hereunder. The Bidder(s) further covenants that in the performance of this contract no person having such known interest shall be employed. 10. Exclusivity Clause The City makes no guarantee of the value or volume of work to be assigned to the successful Bidder(s). The Agreement executed with the successful Bidder(s) will not be an exclusive contract for the provision of the described deliverables. The City may contract with others for the same or similar deliverables to those described or may obtain the same or similar deliverables internally. 11. Indemnification The successful Bidder(s) shall indemnify and hold harmless the City of Greater Sudbury, 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 City of Greater Sudbury and against all loss, liability, judgements, claims, suits, demands or expenses which the City of Greater Sudbury may sustain, suffer or be put to resulting from or arising out of the Successful Bidder(s)’ 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(s), its agent, officials and employees. 12. Acceptance of Terms Each Bidder, by submitting a Tender, represents that the Bidder has read, understands and accepts the terms and conditions of this tender in full. 13. Costs incurred by Bidders All expenses involved with the preparation and submission of a Tender to the City of Greater Sudbury, or any work performed in connection therewith shall be borne by the Bidder(s). No payment will be made for any Tender received or for any other effort required or made by the Bidder(s) prior to commencement of work as defined by the Tender approved by the City of Greater Sudbury. 14. Tender Expiry Date Bidders hereby acknowledge that offers contained within their Tenders shall be irrevocable for a period of at least ninety (90) days from the closing date of the Tender or until a contract is awarded with the successful Bidder(s), whichever comes first.
20 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
15. Withdrawal Procedures A bidder may request that his or her submitted tender be withdrawn, up until the closing time for a particular contract. Withdrawals can only be made in person and the bidder wishing to withdraw from a particular tender must attend at the Purchasing Agent’s office and execute an appropriate withdrawal form, signed by a principal of the bidder, or provide a letter from the bidder, signed by a principal, withdrawing the Tender. The Agent and Treasurer together shall then open the Tender Box, retrieve the withdrawn Tender and hand it back unopened to the bidder. The completed withdrawal form, specific to the time of return, shall then be signed by the Agent and Treasurer, placed into the Tender Box and the tender box re-locked. The withdrawal of a tender does not disqualify a bidder from submitting another Tender for the same contract provided that all of the tender procedures are observed and the new bid is deposited in the Tender Box prior to the terminal time for closure. However, unless withdrawal procedures have been followed, more than one (1) Tender from the same bidder will result in the disqualification of the bidder. The Tender Deposit shall be forfeited to the City when a bidder attempts to withdraw his or her Tender after Tenders have been opened, in addition to any consequence or legal penalty that may apply. 16. Results The name of all bidders and their total bid price shall be deemed public information following the tender opening; however unit prices will not be disclosed where tenders were requested as a total contract price.
17. Assignment The successful Bidder(s) will not assign this contract, or any part thereof, without the prior written approval of the City, which approval may be withheld by the City in its sole discretion or may be given subject to such terms and conditions as the City may impose. 18. Workers' Safety and Insurance Bidders shall submit, prior to commencement of work, or part of a prequalification, a certificate of good standing from the Workers' Safety and Insurance Board of Ontario or independent status.
a) Please provide the following:
i) Workplace Safety & Insurance Board Firm Number ii) Workplace Safety & Insurance Board Account Number iii) a “Clearance Certificate” issued by WSIB indicating that the Bidder=s account is
in good standing. b) The Bidder understands and agrees that the provisions of the Occupational Health &
Safety Act and Regulations and the City=s Health Safety policies will be strictly adhered to at all times.
21 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
18. Workers' Safety and Insurance (Con’t)
c) The Bidder will provide the following equipment when reporting on construction, renovation or service contracts, where required:
Hard hat; reflective traffic vest; first aid kit; flares; fire extinguisher; hearing protection; eye protection; CSA approved foot wear, and that the equipment will be maintained in good operating order.
d) The WSIB does recognize “Independent Operators” in the construction industry. This individual will have the following characteristics:
- offers services to various firms; reports to the government as a self-employed business (Revenue Canada/HST); owns and operates his/her equipment.
This person, therefore, is not automatically covered for WSIB purposes. This person must contact WSIB for a Aworker status ruling@ as an independent operator and subsequently provide the City with a copy of the letter from the WSIB.
19. Insurance
The Successful Bidder(s) will be responsible for submitting a copy of a General Commercial Liability Insurance Certificate for this contract in the amount not less than $2,000,000 and automobile insurance in the amount not less than $2,000,000 to cover any possible claims by third parties due to this operation.
20. WHMIS The Successful Bidder(s) will provide a list of Workers/Employees who will be reporting to the City of Greater Sudbury job sites and proof of WHMIS training for each. 21. Renewal of Insurance and WSIB The Successful Bidder(s) will provide proof of valid Insurance and WSIB on each and every anniversary date of the policy during the life of this or any other contract with the City of Greater Sudbury. Verification is to be sent to the Equipment Pool Office located at 1800 Frobisher Street or faxed to their attention at 705-560-7141. 22. Contract Cancellation The City of Greater Sudbury reserves the right to cancel this contract with a 30-day written notice if necessary.
22 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
23. Privilege Clause The lowest or any bidder not necessarily accepted. 24. Communications All communication (including clarification required from a technical perspective and/or from a purchasing perspective) between the CGS and prospective vendors MUST BE in written form at via email or fax. To facilitate comprehensive responses, bidders are encouraged to email their questions as soon as indicated in the covering letter to tenders@greatersudbury.ca. No verbal instructions or verbal information to bidders will be binding on the CGS. Do not contact any other staff persons, other than Mark Coppo, Supplies & Services Co-ordinator, at 705-674-4455, ext. 2495, regarding this Tender. This is to ensure that all bidders receive the same answers to all questions. Bidders that do not follow this instruction may be subject to disqualification. 25. Electronic Commerce
When bidders are provided with the option of emailing their tender document to the noted tender email address, please ensure that the representative authorized to bind the corporation/company/partnership signs the Tender bid form via electronic signature. 26. Record and Reputation
Without limiting or restricting any other right or privilege of the City and regardless of whether or not a Tender or Proposal or Proponent/Bidder(s) otherwise satisfies the requirements of a Tender or RFP, the City may reject summarily any Proposal or Tender from any person where:
1) In the opinion of the Council of the City of Greater Sudbury or the Manager of Supplies & Services/Purchasing Agent, the commercial relationship between the City and the Bidder(s)/Proponent has been impaired by the prior and/or current act(s) or omission(s) of such Bidder(s)/Proponent including but not limited to:
a) litigation with the City of Greater Sudbury; b) the failure of the Proponent/Bidder(s) to pay, in full, all outstanding payments
(and where applicable, interests and costs) owing to the City by such Proponent/Bidder(s), after the City has made demand for payment of same;
c) the refusal to follow reasonable directions of the City or to cure a default under
any contract with the City as and when required by the City or the City’s Representatives;
d) the Proponent/Bidder(s) refusing to enter into a contract with the City after the
Proponent or Bidders tender or proposal, bid or quote has been accepted by the City;
e) the Bidder(s)/Proponent refusing to perform or to complete performance of a
contract with the City, at any time, after the Proponent has been awarded the contract by the City; 23 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
f) act(s) or omission(s) resulting in a claim by the City under a bid bond, a
performance bond, a warranty bond or any other security required to be submitted by the Proponent on a RFP or a Tender; within the five (5) year period immediately proceeding the date on which the RFP/Tender is awarded;
2) In the opinion of the Council of the City of Greater Sudbury or General Manager or the
Manager of Supplies & Services/Purchasing Agent or designate, there are reasonable grounds to believe that it would not be in the best interests of the City to enter into a contract with the Proponent/Bidder(s), including (without limiting the generality of the foregoing);
a) the conviction of that person or any person with whom that person is not at
arm’s length within the meaning of the Income Tax Act (Canada) of an offence under any taxation statute in Canada;
b) the conviction or finding of liability of that person under the Criminal Code or
other legislation or law, whether in Canada or elsewhere and whether of a civil, quasi-criminal or criminal nature, of moral turpitude including but not limited to fraud, theft, extortion, threatening, influence peddling and fraudulent misrepresentation;
c) the conviction or finding liability of that person under the Environmental
Protection Act, or corresponding legislation of any other province or any member of the European Union or the United States of America, where the circumstances of that conviction evidence a gross disregard of the part of that person for the environmental well-being of the communities in which it carries on business.
d) the conviction or finding of liability of that person relating to product liability or
occupational health or safety, whether of Canada or elsewhere, where the circumstances of that conviction evidence a gross disregard on the part of that person for the health and safety of its workers or customers;
e) the conviction or finding of liability of that person under the Securities Act or the
corresponding legislation of any other province or any member of the European Union or the United States of America or any state thereof.
27. Consideration of “Approved Equal” The decision of the City in determining approved equal status for any item, equipment, material or product shall be final and shall be made solely by the City.
24 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
Instructions to Bidders 28. Anti-idling The City of Greater Sudbury endeavors to be an environmentally responsible municipal government. We encourage contractors performing on behalf of the CGS to avoid, whenever possible, unnecessary engine idling. 29. Fair Wage Policy (Not applicable) For all new building and renovation construction over $160,000.00, the City of Greater Sudbury Fair Wage Policy must be adhered to. The City’s Fair Wage Policy and the Provincial Wage Schedule for Zone 24 Sudbury can be found on our website: http://www.greatersudbury.ca/tenders/. The attached Fair Wage Policy Compliance Form must be completed and included with your tender/RFP package or your tender/RFP submission may be rejected. 30. CPI Increases/Decreases Pricing is firm for the initial first year term of the contract. Pricing for the remaining two (2) years of the contract and any extension term, will be based on the average increase or decrease in the CPI (Consumer Price Index) for Ontario (all items) as published for the 12 month period prior to each anniversary date. A service agreement will be required to be executed by the successful contractor 31. Term of Contract This contract is for a period of three (3) years. First Year: From date of award up to and including December 31, 2014, prices bid are firm. The Second year (April 1, 2015 to December 31, 2015) and the third year (April 1, 2016 to December 31, 2016) will be tied to the Consumer Price Increase or Decrease adjustment for each corresponding year. Option Years: This Contract has an “option” to extend for two (2) additional years. First Option Year: April 1, 2017 to December 31, 2017. Second Option Year: April 1, 2018 to December 31, 2018. Note: Option Years are “NOT” a guarantee to extend this or any contract with the City of Greater Sudbury. Any option to extend will be based on the same Terms and Conditions as the original contract, save and except price adjustments and satisfactory performance. Option years are subject to negotiations agreeable to both parties. 32. Harmonized Sales Tax
Where applicable, the City of Greater Sudbury will pay HST on taxable purchases. More information on the implementation of HST can be found at www.Ontario.ca/taxchange or www.cra.gc.ca. All prices shall be provided in Canadian Funds; inclusive of all applicable customs duties, levies and taxes, except for HST. Prices shall be F.O.B. destination and shall include all fees, charges, surcharges and/or expenses associated with the delivery of any kind.
25 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
Instructions to Bidders 33. Terms of Payment The terms of payment for all invoices relating to this tender are net 30 days unless otherwise specified in the document. 34. Bidder’s Information Forms/Bidder’s Prequalification Forms Note: “Important” For “ALL” City of Greater Sudbury Equipment Service Contracts, when filling out “Bidder’s Information Forms and Bidder Pre-qualifications Forms” bidders must be precise with their submissions, answer all areas of the forms where and when applicable, and indicate only the equipment you are bidding on as called for in the tender (Contract). Failure to comply and follow these directions may result in your tender being rejected. 35. Accessibility The City is committed to the accessibility principles of preventing and removing barriers in accessing goods and services for people with disabilities and is bound by the Standards under the Accessibility for Ontarians with Disabilities Act, 2005 as may be amended from time to time. Regulations enacted under the Act apply to every designated public sector organization and other third parties that provide goods and services to the members of the public. The consultant/contractor, and all sub-contractors hired by the consultant/contractor in the completion of its work, will meet or exceed compliance with all applicable regulations under the Accessibility for Ontarians with Disabilities Act, 2005 as may be amended from time to time. It is the consultant/contractor’s responsibility to ensure they are fully aware of, and meet all requirements under the Act. A Declaration of Accessibility Compliance will be required by the successful bidder(s). The Accessibility for Ontarians with Disabilities Act, 2005, can be reviewed at:
http://www.e-laws.gov.on.ca/html/statutes/english/elaws_statutes_05a11_e.htm
36. Health and Safety Policy Program The successful contractor is required to submit their corporations Health and Safety Plan for the work prescribed prior to official award of contract for information purposes only.
37. NORCAT Training The successful contractor on this tender must register all their staff and successfully pass the NORCAT IBT Course for CGS Contractors. It is the contractor’s responsibility to meet this requirement prior to commencement of contract work, and present proof of training upon request to CGS authorities. Access to municipal work sites is conditional upon successfully completing the City of Greater Sudbury Worksite Safety Awareness program as part of your Municipal Indoctrination. The Successful Contractor will be required to present proof of training prior to being authorized to access municipal work sites. NORCAT delivers and administers the CGS Worksite Safety Awareness on behalf of the City of Greater Sudbury. The successful contractor must attend NORCAT’s training facility. It is the contractor’s responsibility to print their records and present them upon request to City of Greater Sudbury authorities. 26 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
Schedule “C”
to By-Law 2006-270 of the City of Greater Sudbury Page 1 of 2
Irregularity Response
1 Late Bid. Automatic rejection and not opened or read publicly.
2 Unsealed Envelope. Automatic rejection.
3 No Bid Security or agreement to bond or insufficient Bid Deposit or agreement to bond.
Automatic rejection.
4 Bids completed and/or signed in erasable medium.
Automatic rejection.
5 All required sections of Bid documents not completed.
Automatic rejection unless, in the consensual opinion of the Agent, General Manager in charge of the Bid Solicitation and the City Solicitor, the incomplete nature is trivial or insignificant.
6 Qualified Bids (Bids qualified or restricted by an attached statement).
Automatic rejection unless, in the consensual opinion of the Agent, General Manager in charge of the Bid Solicitation and the City Solicitor, the qualification or restriction is trivial or not significant.
7 Bids received on documents other than those provided or specified by the City.
Automatic rejection.
8 Bids Containing Clerical Errors, which are trivial or insignificant.
48 hours to correct and initial errors. The determination of what constitutes trivial or insignificant errors shall be made in the consensual opinion of the Agent, General Manager in charge of the Bid Solicitation and the City Solicitor
9 Failure to execute Agreement to Bond (Surety’s Consent) or Bonding company corporate seal or signature missing from Agreement to Bond.
Automatic rejection.
10 (a) Failure to execute Bid Bond by Bidder and Bonding Company.
Automatic rejection.
(b) Corporate seal of the Bidder and Bonding Company, missing.
48 hours to correct.
27 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
Schedule “C”
to By-Law 2006-270 of the City of Greater Sudbury Page 2 of 2 11 Documents – Execution
(a) Corporate seal or signature missing; signatory’s authority to bind the corporation or signature missing.
48 hours to rectify situation.
(b) Corporate seal and signature missing; signatory’s authority to bind the corporation and signature missing.
Automatic rejection.
12 Erasures, Overwriting or Strike-Outs which are not initialed:
(a) uninitialled changes to the Tender documents, other than unit prices, which are trivial or not significant;
48 hours to initial. The determination of what constitutes trivial or insignificant un-initialed changes shall be made in the consensual opinion of the Agent. General Manager in charge of the Bid Solicitation and the City Solicitor.
(b) unit prices in the Schedule of Prices have been changed but not initialed and the Contract totals are consistent with the price as changed;
48 hours to initial change in unit price. The determination of what constitutes trivial or insignificant uninitialled changes shall be made in the consensual opinion of the Agent, General Manager in charge of the Bid Solicitation and the City Solicitor.
© unit prices in the Schedule of Prices which have been changed but not initialed and the Contract totals are inconsistent with the price as changed;
Automatic rejection.
13 Mathematical errors which are not consistent with unit prices.
48 hours to initial corrections as made by the Supplies and Services Division.
14 Bids, in which all necessary Addenda, which have financial implication, have not been acknowledged.
Automatic rejection.
15 Any other irregularities. The Agent, General Manager in charge of the Bid Solicitation and the City Solicitor acting in consensus shall have authority to waive other irregularities or grant 48 hours to initial such other irregularities, which they jointly consider to be trivial or insignificant.
28 of 49
DRAFT
City of Greater Sudbury
Contract ISD14-22
Tender for the City of Greater Sudbury Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas
Terms of Reference
Scope of Work
29 of 49
DRAFT
Contract ISD14-22
Tender for the City of Greater Sudbury Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas
Terms of References/Specifications Scope of Work: Please quote on grass cutting for the attached locations for the City of Greater Sudbury. Quotes must include grass cutting, trimming, minor debris pick up, raking and pick up of cuttings. Cut areas must appear neat after each cutting. Dragging a weed control bar as directed to be included in bid price. Cutting all stations, plants or tanks in one section is considered as one pass. After completing one pass, you must have the supervisor for that section sign a completed hired equipment slip. You may send an invoice for payment after each pass is completed. The grass cutting schedule must be followed and the sequence for each section will be designated by the supervisor for that section. Daily accomplishment of grass cut to be faxed to the supervisor for that section. Any activity not included in the quoted price must be authorized by the supervisor for each section before the work commences. Bidders must be licenced to apply fertilizer and weed control material, or arrange for a licenced third party to apply fertilizer and weed control material on any one of the sections. Spreading fertilizer or weed control material to be performed by request only from the supervisor for that section at a negotiated additional price and charged on a separate invoice. Indoctrination through Norcat is required before contractor visits any facility. All workers attending City of Greater Sudbury sites must carry valid proof of WHIMIS training. The successful bidders will be provided fax and cell phone numbers by the supervisors for each section bid. There are two (2) sections: Section One (1): Waste Water “A” - Includes all Waste Water Lift Stations (see attached) “B” - Includes all Waste Water Treatment Plants (see attached) “C”- Includes all Waste Water Lagoons (see attached) Section Two (2): Water - Includes all Water Stations (see attached) - Includes all Wells and Tanks (see attached) Note for Section Two (2) - Frequency of cuts for the below listed locations are as follows: -Wanapitei W.T.P. (Water Treatment Plant): Cut as directed -David Street Water Plant: Cut only part of as directed
These two locations will be addressed with the successful bidder(s) with the facility supervisor. The City of Greater Sudbury reserves the right to add or delete locations, add or subtract the number of passes for each location if required.
30 of 49
DRAFT
Contract ISD14-22
Tender for the City of Greater Sudbury Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas Frequency: See attached schedule for each section. Bid Price: Bidders must submit a flat rate price per pass for each section. (Hourly rates are not acceptable)
We reserve the right to award this contract to more than one bidder.
Invoicing and Contacts: The successful bidder(s) for both section(s) one (1) and two (2) prior to the commencement of any work, will meet with the CGS staff responsible for each section to discuss proper procedures pertaining to invoicing within each section. Contacts: Section One (1) “A”,“B” & “C” Waste Water
Mike Jensen Sudbury Sewage Treatment Plant 705-671-2489 ext. 4821 Section Two (2): Water Ron Milks: Wanapitei Water Treatment Plant 705-671-2489 ext. 4881
Note: Bidders may bid on sections separately or may bid on both sections complete.
i.e. Bid Section #1 “A”, “B” or “C” or “A” “B” and “C”
or
Bid Section #2
or
Bid Sections #1 and #2 complete
31 of 49
DRAFT
Grass Cutting Areas
Section No. 1 “A” Waste Water Lift Stations
Name Address Area Special
Instructions Price Per Cut Cuts Per
Year Extended Total Price
Per Year 1 Laundry Lift Station 294 Laundry Street Azilda $ X 8 $ 2 Laurier Lift Station 332 Laurier St West Azilda $ X 8 $ 3 Maple Lift Station 2360 Maple St Azilda $ X 8 $ 4 Marier Lift Station 69 Marier St Azilda $ X 8 $ 5 Principale Lift Station 250 Montee
Principale Azilda $ X 8 $
6 Lloyd Lift Station 1A Lloyd St Capreol $ X 8 $ 7 Vermillion River Lift Station 99 Lakeshore St Capreol $ X 8 $ 8 Belanger Lift Station 24 Belanger St Chelmsford $ X 8 $ 9 Brookside Lift Station 257 Brookside Rd Chelmsford $ X 8 $ 10 Charette Lift Station 258 Charette Ave Chelmsford $ X 8 $ 11 Hazel Lift Station 2 Hazel St Chelmsford $ X 8 $ 12 Keith Lift Station 3497 Keith Ave Chelmsford $ X 8 $ 13 Main St Lift Station 19 Emile St Chelmsford $ X 8 $ 14 Radisson Lift Station 400 Radisson Ave Chelmsford $ X 8 $ 15 Whitson River Lift Station 3205 Highway 144 Chelmsford $ X 8 $ 16 Edward Lift Station 3 Government Road Coniston $ X 8 $ 17 Government Rd Lift Station 3 Government Road Coniston $ X 8 $ 18 Orford Lift Station &
Generator Building 26 Orford Street Copper Cliff $ X 8 $
19 Lionel Lift Station 88 Lionel Street Dowling $ X 8 $ 20 Garson-Coniston Lift Station 179A Garson-
Coniston Road Garson Main Building
& Lift Station $ X 8 $
21 O'Neil Lift Station 930 O’Neil Dr West Garson $ X 8 $ 22 Penman Lift Station 175 Penman Garson $ X 8 $ 23 Jeanne d'Arc Lift Station 1029 Jeanne D’Arc St Hanmer $ X 8 $ 24 Madeleine Lift Station 4479 Madeleine Cres Hanmer $ X 8 $ 25 Spruce Lift Station 191 Spruce Street Hanmer $ X 8 $ 26 St Isidore Lift Station 89 St. Isidore St Hanmer $ X 8 $ 27 Tupper Lift Station 271 Tupper St Hanmer $ X 8 $ 28 Anderson Lift Station 247 Anderson Dr Lively $ X 8 $ 29 Fleming Lift Station 2233 Fleming St McCrea Heights $ X 8 $ 30 Magill Lift Station 95 Magill Street Mikkola $ X 8 $ 31 Vagnini Lift Station 36 Vagnini Court Mikkola $ X 8 $ 32 Jacob/Joseph Lift Station 50 Joseph Street Naughton $ X 8 $
32 of 49
DRAFT
Grass Cutting Areas
Section No. 1 “A” (Con’t) Waste Water Lift Stations
Name Address Area Special
Instructions Price Per Cut Cuts Per
Year Extended Total Price
Per Year 33 Oja Lift Station 35 Oja Street Naughton $ X 8 $ 34 Simon Lake East Lift Station 35 Simon Lake Drive Naughton $ X 8 $ 35 Simon Lake West Lift
Station 261 Simon Lake Drive Naughton $ X 8 $
36 Fraser Lift Station 208 Fraser Avenue Onaping Falls End of June & end of August
only $ X
8 $
37 Brenda Lift Station 502 Brenda Drive Sudbury Keep access to Diesel line
clear $ X
8 $
38 Countryside Lift Station 165 Countryside Drive
Sudbury $ X 8 $
39 Don Lita Lift Station 2226 Hudson St Sudbury $ X 8 $ 40 Dufferin Lift Station 169 Dufferin St Sudbury $ X 8 $ 41 Ester Lift Station 517 Ester St Sudbury $ X 8 $ 42 Fourth Lift Station 340 Fourth Ave Sudbury $ X 8 $ 43 Helen's Point Lift Station 425 Helens Point Sudbury $ X 8 $ 44 Kincora Lift Station 66A Kincora Crt Sudbury $ X 8 $ 45 Lagace Lift Station 334 Lagace St Sudbury $ X 8 $ 46 Lakeview Lift Station 2 Lakeview Dr Sudbury $ X 8 $ 47 Levesque Lift Station 2811 Bancroft Dr Sudbury $ X 8 $ 48 Loaches Road 791 Sudbury $ X 8 $ 49 Marcel-Bouchard Lift Station 1425 Marcel St Sudbury $ X 8 $ 50 Mark Lift Station 7 Mark St Sudbury $ X 8 $ 51 Moonlight Ave Lift Station &
Generator Bldg 358 Moonlight Ave Sudbury $ X 8 $
52 Moonlight Beach Lift Station 537 Moonlight Beach Rd
Sudbury $ X 8 $
53 Nickel Lift Station 45 Nickel St Sudbury $ X 8 $ 54 North Shore Lift Station 1249 North Shore Dr Sudbury $ X 8 $ 55 Ramsey Lift Station 975 Ramsey Lake Rd Sudbury $ X 8 $ 56 Second Avenue Well 374 Second Ave
North Sudbury $ X 8 $
57 Selkirk Lift Station 40 Selkirk Ave Sudbury $ X 8 $ 58 Sherwood Lift Station 1955 Kingsway Sudbury $ X 8 $ 59 Southview Lift Station 1865 Southview Dr Sudbury $ X 8 $ 60 Stewart Lift Station 177 Stewart Dr Sudbury $ X 8 $
33 of 49
DRAFT
Grass Cutting Areas
Section No. 1 “A” (Con’t) Waste Water Lift Stations
Name Address Area Special
Instructions Price Per Cut Cuts Per
Year Extended Total Price
Per Year 61 Walford East Lift Station 285 Walford Rd Sudbury $ X 8 $ 62 York Lift Station 14 York Street Sudbury $ X 8 $ 63 Helene Lift Station 1706 Helene St Sudbury $ X 8 $ 64 Hillsdale Lift Station 3069 Hillsdale Crt Sudbury $ X 8 $ 65 Tena Lift Station 2988 Tena St Sudbury $ X 8 $ 66 Riverside Lift Station 60 Riverside Drive Sudbury $ X 8 $
Total Areas=66
Carry over to Bid Form No. 1 Total of all Locations for Section 1 “A” $
Frequency Every 2 weeks starting:
May 30 July 16
No earlier than June 11
July 28
June 23
Aug 8
July 4 Aug 20
Except for those noted, one pass at each location during the month of September, if required.
Total Passes for one year = 8
Note: The above dates are “estimated” start dates. The Supervisor of water and wastewater will initiate actual start dates.
34 of 49
DRAFT
Grass Cutting Areas
Section No. 1 “B” Waste Water Treatment Plants
Name Address Area Price Per Cut Cuts Per
Year Extended Total Price
Per Year 1 Sudbury Sewage Treatment Plant 1271 Kelly Lake Rd Sudbury $ X 8 $ 2 Coniston Sewage Treatment Plant 121 Government Rd Coniston $ X 8 $ 3 Falconbridge Sewage Treatment Plant 59 Lakeshore Dr Falconbridge $ X 8 $ 4 Lively Sewage Treatment Plant 231 First Ave Lively $ X 8 $ 5 Walden Waste Water Treatment Plant 1425 Regional Rd 55 Regional Rd 55 $ X 8 $ 6 Chelmsford Sewage Treatment Plant 265 Laurette St Chelmsford $ X 8 $ 7 Azilda Sewage Treatment Plant 564 St Agnes St Azilda $ X 8 $ 8 Dowling Sewage Treatment Plant 62 Riverside Dr. East Dowling $ X 8 $ 9 Levack Sewage Treatment Plant 45 High St Levack $ X 8 $ 10 Valley East Sewage Treatment Plant 1917 Yorkshire Dr Val Caron $ X 8 $
Total Areas =10
Carry over to Bid Form No. 2 Total of all Locations for Section 1 “B” $ Frequency Every 2 weeks starting: June 02 Every 3 weeks starting : Aug. 11
Next June 16 Next Sept. 01
June 30 Sept. 22
July 21 Oct. 13
Total Passes for one year = 8
Note: The above dates are “estimated” start dates. The Supervisor of water and wastewater will initiate actual start dates.
35 of 49
DRAFT
Grass Cutting Areas
Section No. 1 “C” Wastewater Lagoons
Grass on roadways for all lagoons and 4 feet either side of roadway; End of June and End of August only for all Lagoons Whip around 8 wells end of June and end of August
Name Address Area Price Per Cut Cuts Per Year
Extended Total Price Per Year
1 Garson Lagoon 101 Heino Rd Garson $ X 2 $ 2 Wahnapitae 179 Lamothe St Wahnapitae $ X 2 $ 3 Capreol Sewage Lagoon 99 Lakeshore St Capreol $ X 2 $ 4 Chelmsford Lagoon 3800 Montpellier Rd Chelmsford $ X 2 $ Total Areas = 4
Carry over to Bid Form No.3 Total of all Locations for Section 1 “C” $ Frequency: 2 Passes End of June End of August
Note: The above dates are “estimated” start dates. The Supervisor of water and wastewater will initiate actual start dates.
36 of 49
DRAFT
Grass Cutting Areas Section No. 2
Water Wells and Tanks
Name Address Area Price Per Cut Cuts Per Year
Extended Total Price Per Year
1 Azilda Tank Brabant St Azilda $ X 8 $ 2 Chelmsford Tank 136 Main St Chelmsford $ X 8 $ 3 Lionel Well 104 Riverside Dowling $ X 8 $ 4 Riverside Well 132 Riverside Dowling $ X 8 $ 5 Dowling Tank Hwy 144 Dowling $ X 8 $ 6 Levack Fluoride Bldg Mountain St Levack $ X 8 $ 7 Lively Tank RR 24 North of 12th
Ave Lively $ X 8 $
8 Whitefish Meter Bldg Reserve Rd Whitefish $ X 8 $ 9 Deschene ‘A’ 5075 Deschene Rd Hanmer $ X 8 $ 10 Frost ‘D’ 4089 Frost St Hanmer $ X 8 $ 11 Kenneth ‘B’ 1800 Kenneth Hanmer $ X 8 $ 12 Michelle ‘H’ 5646 RR 80 Hanmer $ X 8 $ 13 Notre Dame ‘E” 4896 Notre Dame Hanmer $ X 8 $ 14 Pharand ‘G’ 151 Carmen St Hanmer $ X 8 $ 15 Philippe ‘C’ 4595 Philippe St Hanmer $ X 8 $ 16 Centennial Booster Centennial Dr Hanmer $ X 8 $ 17 Val Caron Booster RR 80 Val Caron $ X 8 $ 18 Orell 1 & 3 3450 Falconbridge
Hwy Garson $ X 8 $
19 Maley Booster Maley @ Falconbridge Rd
Garson $ X 8 $
20 Mott Booster Mott St Falconbridge $ X 8 $ 21 Falconbridge Tank Xstrata’s Smelter Falconbridge $ X 8 $ 22 Ash St Tank Ash @ Beatty Sudbury $ X 8 $ 23 Sunrise Ridge Booster Mont Adam @ Sunrise
Ridge Dr Sudbury $ X 8 $
24 Jogues Booster Jogues St Sudbury $ X 8 $ 25 Moss Booster East of Montrose Sudbury $ X 8 $ 26 Algonquin Booster Algonquin @ Trail
ridge Dr Sudbury $ X 8 $
27 David St 355 David St Sudbury $ X 8 $ 28 Wanapitei WTP 49 Hwy 17E Coniston $ X 8 $
Total Areas: =28
Carry over to Bid Form No. 4 Total of all Locations for Section 2 $
37 of 49
DRAFT
Grass Cutting Areas
Section No. 2 Water Wells and Tanks (Con’t)
Frequency Every 2 weeks starting: June 02 Every 3 weeks starting
Aug. 11
Next June 16 Next Sept. 01 June 30 Sept. 22 July. 21 Oct. 13
Total Passes for one year = 8 Flat Rate Price Quote, Per Pass, For All Areas in Section No. 2:
Note: The above dates are “estimated” start dates. The Supervisor of water and wastewater will initiate actual start dates.
38 of 49
DRAFT
City of Greater Sudbury
Contract ISD14-22
Tender for the City of Greater Sudbury Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas
Map
39 of 49
DRAFT
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.!.
!.
!.
!.
!.
!.
!.
!.!.
!.
!.
!.
!.
!.
!.
!.
!.!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.!.
!.!.
!.
!.
!.
!.!.
!.
!.
!.
!.!.
!.
!.!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
"/
"/
"/
"/
"/
&3
&3
&3
&3
&3
&3
")
")
"/
"/
"/
"/
"/
"/
"/
"/
_̂̂_
_̂ _̂
_̂
_̂
_̂̂_
_̂̂_
_̂
_̂ _̂
_̂
_̂
_̂
_̂
_̂
_̂
#0
#0
#0
#0
#0
#0
")Vermillion WTP
!.Copper Cliff WWTP
Walden WWTP
Levack WWTP
Lively WWTP
Azilda WWTP
Sudbury WWTP
Dowling WWTP
Val East WWTP
Coniston WWTP
Chelmsford WWTP
Falconbridge WWTP
Oja LS
York LS
Mark LS
Tena LS
Main LS
Ester LS
Jacob LS
Lloyd LS
Maple LS
Keith LS
Hazel LS
Orford LS
Nickel LS
Lagace LS
Ramsey LS
Fourth LS
Brenda LS
Magill LS
Edward LS
O'Neil LS
Penman LS
Spruce LS
Tupper LS
Helene LS
Landry LS
Marier LS
Lionel LS
Fraser LS
Selkirk LS
Beverly LS
Kincora LS
Cerilli LSLoach's LS
Vagnini LS
Gar-Con LSLaurier LS
Fleming LS
Whitson LS
Sherwood LS
Radisson LS
Don Lita LS
Dufferin LS
Levesque LS
Lakeview LS
Anderson LS
Charette LS
Belanger LS
Moonlight LS
Bell Park LS
Southview LS
Riverside LS
Madeleine LS
Hillsdale LS
Brookside LS
Principale LS
St. Charles LS
North Shore LS
Countryside LS
St. Isidore LS
Walford East LS
Vermillion LS
Jeanne D'Arc LS
Helen's Point LS
Sudbury Airport LS
Sludge Transfer LS
Moonlight Beach LS
Marcel-Bouchard LS
Simon Lake West LS
Simon Lake East LS
Government Road LS
O'Neil Valve
Lively Cut-In Valve
Magill Metering Chamber
Whitefish Metering Chamber
Falconbridge Fluoride Building
Azilda Water Tank
Walden Water Tank
Dowling Water Tank
Ellis Water Resevoir
Val Caron Water Tank
Chelmsford Water Tank
Wanapitei WTP
David Street WTP
Mott Booster
Moss Booster
Jogues Booster
Garson Booster
Snowdon Booster
Montrose Booster
Centennial Booster
Copper Park Booster
Frost
Well I
Linden
Lionel
Well MWell J
Kenneth Michelle
Pharland
Philippe
Deschene
Garson 3Garson 1
Garson 2
5, 6 & 7
Onaping 3
Riverside
Notre Dame
Suez Depot
Rayside Depot
Naughton Depot
St. Clair Depot
Frobisher Depot
Black Lake Depot
&3Onaping Tank
"/Onaping Booster
Chelmsford Wastewater Lagoon
"/ Algonquin Booster
"/Sunrise Booster
Garson Wastewater Lagoon
&3Falconbridge Tank
Wahnapitae Wastewater Lagoon
Capreol Wastewater Lagoon
Falconbridge Wells 5, 6 & 7
"/Val Caron Booster
"/Robinson Booster
0 1 20.5Kilometers
/Date: February 2010
Whitewater Lake
Windy Lake
Whitson Lake
Lake Wanapitei
Ramsey Lake
Kelly Lake
, 4 and 5
Kingsway
Not
re D
ame
Aven
ue
Falco
nbrid
ge H
ighway
High
way 1
7 By
pass
Highway 17
Old Highway 537
Highway 69 South
Regent Street
Paris Street Municipal Road 55
Elm Street
Lorne Street
Highway 17 West
Municipal Road 35
Highway 144
Nor
thw
est B
ypas
s
Municipal Road 8
Mun
icip
al R
oad
80
Municipal Road 80
Mun
icip
al R
oad
84
Skea
d Ro
ad
Falconbridge Highway
Munici
pal R
oad
55
Highway 17 West
Municipal Road 55
Sudbury
Copper Cliff
Lively
Naughton
Whitefish
Chelmsford
Azilda
Dowling
Onaping
Levack
Garson
Falconbridge
SkeadHanmer
Val Therese
Val Caron
Capreol
Wanup
Coniston
Wahnapitae
Fairbank Lake
Vermillion Lake
Legend
Railways
_̂ Wells
"/ Booster Stations
") Water Treatment Plants
&3 Water Tanks / Reservoirs
!. Lift Stations
!. Wastewater Treatment Plants
Highways
Local Roads
Major Roads
Rivers / Creeks
Wastewater Lagoons
Lakes / Rivers
Wetlands
&3 Depots
Valves / Chambers"/
40 of 49
DRAFT
City of Greater Sudbury
Contract ISD14-22
Tender for the City of Greater Sudbury Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas
Forms
41 of 49
DRAFT
Certificate of Insurance – Contractors This is to certify that the insured, named below is insured as described below.
Name of Insured
Telephone Number (Area Code)
Insured’s Address City Postal Code
Contract Title and Number To Which This Certificate Applies Full Description of Work
LIABILITY
INSURER’S NAME
POLICY NUMBER
EFFECTIVE DATE
yr mo day
EXPIRY DATE
yr mo day
LIABILITY LIMITS
(Bodily Injury & Property Damage-
Inclusive)
DEDUCTIBLE
Commercial General Liability
$
$
Umbrella/Excess □ Follow Form Auto
□ Follow Form Liability
$
$
Commercial General Liability
Includes: Occurrence Basis, including Personal Injury, Property Damage, Broad Form Property Damage (including Completed Operations), Contractual Liability, Non-Owned Auto Liability, Operations Performed by Sub-Contractors, Employees As Additional Insured’s, Products–Completed Operations, Contingent Employers Liability, Cross Liability Clause and Severability of Interest Clause.
CHECK WHICH OF THE FOLLOWING ARE INCLUDED IN THE COMMERCIAL GENERAL LIABILITY POLICY:
□ CCDC Compliance □ Total Pollution Exclusion □ Standard Pollution Exclusion □ Limited Pollution Coverage (120 Hour)
□ Hot Process Roofing Exclusion / Restriction □ Off-Premise Welding Exclusion □ Off-Premise Welding Limit $
CHECK WHICH OF THE FOLLOWING ARE INCLUDED IN THE COMMERCIAL GENERAL LIABILITY POLICY: (When NOT Performed By Sub-Contractors)
□ Underpinning Coverage □Pile Driving Coverage □Demolition Coverage □Blasting Coverage □ Collapse
The City of Greater Sudbury has been added as an additional insured to the above policies but only with respect to their interest in the operations of the Named Insured. OTHER POLICIES INSURER’S NAME POLICY NUMBER EXPIRY DATE
yr mo day EXPIRY DATE
yr mo day LIMITS OF COVERAGE
Motor Vehicle Liability “All vehicles owned or operated by the insured”
$
Builder’s Risk
$ Environmental Impairment Liability
$
Asbestos Abatement
$
Mold Remediation
$
Professional Liability
$
Watercraft
$
Other
$ This certifies that the policies of insurance described above have been issued by the undersigned to the Insured named above and are in force at this time. If cancelled or materially changed in any manner that would affect the City of Greater Sudbury as outlined in coverage specified herein for any reason, so as to affect this certificate, thirty (30) days prior written notice with the exception of motor vehicle liability being fifteen (15) days prior written notice, by registered mail or facsimile transmission will be given by the insurer(s) to:
City of Greater Sudbury, ATTENTION: RISK MANAGEMENT / INSURANCE OFFICER 200 BRADY STREET, P .O. BOX 500, STATION A, SUDBURY, ON, P3A 5P3 FAX: (705) 673-0344 This certificate is executed and issued to the aforesaid City of Greater Sudbury, the day and date herein written below.
Name and Address of Insurance Company or Broker (completing form)
Telephone Number with Area Code
Fax Number with area code
Name of Authorized Representative or Official (Please Print)
Signature of Authorized Representative or Official
Date (Year, Month, Day)
42 of 49
DRAFT
City of Greater Sudbury
Contract ISD14-22
Tender for the City of Greater Sudbury Grass Cutting Services
Plants, Wells, Lift Stations, Tanks, Various Areas
Tender Bid Forms
43 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
Tender Bid Form No 1
Lift Stations
Section No. 1 “A” - Waste Water Lift Stations (66 Locations)
Price per Pass Total # of Passes Price is Firm for 2014 (All 66 Area Locations) Per Year Extended Total Price $___________ x 8 = $_____________
PLUS HST (13%) $_____________ Grand Total (Section 1) $_____________
Note: The City reserves the right to award this contract to more than one bidder. � If bidding on Section 1 “A”, you have included a certified cheque, money order or irrevocable letter of credit in the amount of $3,500.00. The successful bidders deposit will be held as a performance guarantee for the duration of the contract. Company Name:________________________________________________
Signature: ___________________________________________________ AI have the authority to bind the Corporation/ Company/ Partnership@
Lowest Or Any Tender Not Necessarily Accepted.
44 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
Tender Bid Form No 2
Plants
Section No. 1 “B” – Waste Water Treatment Plants (10 Locations) Price per Pass Total # of Passes Price is Firm for 2014 (All 10 Area Locations) Per Year Extended Total Price $___________ x 8 = $_____________
PLUS HST (13 %) $_____________ Grand Total (Section 1) $_____________
Note: The City reserves the right to award this contract to more than one bidder. � If bidding on Section 1 “B” you have included a certified cheque, money order or irrevocable letter of credit in the amount of $3,000.00. The successful bidders deposit will be held as a performance guarantee for the duration of the contract. Company Name:________________________________________________
Signature: ___________________________________________________ AI have the authority to bind the Corporation/ Company/ Partnership@
Lowest Or Any Tender Not Necessarily Accepted.
45 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
Tender Bid Form No.3
Lagoons
Section No. 1 “C” – Waste Water Lagoons (4 Locations) Price per Pass Total # of Passes Price is Firm for 2014 (All 4 Area Locations) Per Year Extended Total Price $___________ x 2 = $_____________
PLUS HST (13 %) $_____________ Grand Total (Section 1) $_____________
Note: The City reserves the right to award this contract to more than one bidder. � If bidding on Section 1 “C”, you have included a certified cheque, money order or irrevocable letter of credit in the amount of $1,500.00 The successful bidders deposit will be held as a performance guarantee for the duration of the contract. Company Name:________________________________________________
Signature: ___________________________________________________ AI have the authority to bind the Corporation/ Company/ Partnership@
Lowest Or Any Tender Not Necessarily Accepted.
46 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
Tender Bid Form 4
Wells and Tanks
Section No. 2 - Water Wells and Tanks (28 Locations)
Price per Pass Total # of Passes Price is Firm for 2014 (All 28 Area Locations) Per Year Extended Total Price $___________ x 8 = $_____________
PLUS HST (13 %) $_____________ Grand Total (Section 2) $_____________
Note: The City reserves the right to award this contract to more than one bidder. � If bidding on Section 2, you have included a certified cheque, money order or irrevocable letter of credit in the amount of $3,000.00. The successful bidders deposit will be held as a performance guarantee for the duration of the contract. Company Name: Signature:
AI have the authority to bind the Corporation/ Company/ Partnership@
Lowest Or Any Tender Not Necessarily Accepted.
47 of 49
DRAFT
Contract ISD14-22 Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
Addendum Acknowledgement Form
Addendum Acknowledgment Section: See Item 14 of Schedule >C= of Purchasing By-Law 2006-270 as amended (attached). Failure to complete this section when addendums have been issued may render your Tender as non-compliant. Please ensure you complete this section if an addendum(s) has been issued. If awarded the contract, the Proponent agrees to complete the work in accordance with the Tender Specifications, and the following Addenda: Addendum No. ___, dated ____________, 2014. Addendum No. ___, dated ____________, 2014. Addendum No. ___, dated ____________, 2014. Addendum No. ___, dated ____________, 2014.
Company Name: Address:
Telephone: Fax#:_________________Email:___________________ Name and Position Of Person Signing:__________________________________________
(Please Print) Signature:_________________________________________________Date:________________
I have the authority to bind the Corporation/Company/Partnership@
Lowest Or Any Tender Not Necessarily Accepted.
48 of 49
DRAFT
Attach This Label Sheet To The Front Of Your Tender Envelope / Package Submission
Tender To Be Returned To:
City Of Greater Sudbury
C/O Supplies and Services 200 Brady Street,
2nd Floor, Tom Davies Square Box 5000, STN. A
Sudbury, ON P3A 5P3
Contract ISD14-22
Tender for the City of Greater Sudbury
Grass Cutting Services Plants, Wells, Lift Stations, Tanks, Various Areas
Bidder’s Name: Address (including postal code):
NOTE: This address label/sheet must be affixed to the front of your sealed Tender envelope / package submission. The Supplies & Services section will not be held responsible for envelopes or packages that are not labeled.
For City Use Only: Date and Time Received:
49 of 49
DRAFT