+ All Categories
Home > Documents > RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment...

RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment...

Date post: 03-Sep-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
61
RFSQ Proposed Table of Contents PART 1 - INTRODUCTION .............................................................................................................................. 7 1.1 Invitation to Respondents ................................................................................................................... 7 1.2 Submission Contact ("City Contact") .................................................................................................. 7 1.3 RFSQ Submission Timetable................................................................................................................ 8 1.4 Background ......................................................................................................................................... 8 1.5 Type of Agreement Proposed for Deliverables ................................................................................. 12 1.6 No Guarantee of Volume of Work or Exclusivity of Agreement ....................................................... 12 1.7 Respondent Consortium Information ............................................................................................... 12 1.8 Applicable Trade Agreement(s) ........................................................................................................ 12 1.9 Gender Diversity in City Procurements............................................................................................. 12 2.0 The City of Toronto Social Procurement Program ............................................................................ 12 2.1 Supplier Diversity .............................................................................................................................. 13 PART 2 - THE DELIVERABLES ....................................................................................................................... 14 2.1 Description of Deliverables ............................................................................................................... 14 2.2 Response Quality, Clarity, and Format ............................................................................................. 14 2.3 Material Disclosures.......................................................................................................................... 14 PART 3 – EVALUATION OF RESPONSES ....................................................................................................... 15 3.1 Evaluation Team................................................................................................................................ 15 3.2 Stages of Submission Evaluation....................................................................................................... 15 3.2.1 Stage 1 - Mandatory Submission Requirements Stage .............................................................. 15 3.2.2 Stage 2 - Rated Criteria Stage .................................................................................................... 16 3.3 Stage 1 – Mandatory Requirements, Submission and Rectification ................................................. 16 3.3.1 Submission Deadline and Rectification ...................................................................................... 16 3.3.2 Submission Form (Appendix A) .................................................................................................. 16 3.3.3 Reference Form (Appendix B) .................................................................................................... 16 3.3.4 Other Mandatory Requirements ............................................................................................... 16 3.3.5 Rectification Period .................................................................................................................... 16 3.4 Stage 2 – Evaluation of Rated Criteria .............................................................................................. 16 3.4.1 Rated Criteria ............................................................................................................................. 16 3.5 Stage 3 – Pricing .................................................................................................................................... 17 3.5.1 – Rate Bid Form – Appendix F – Not Applicable. ....................................................................... 17 3 of 63
Transcript
Page 1: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

RFSQ Proposed Table of Contents

PART 1 - INTRODUCTION .............................................................................................................................. 7

1.1 Invitation to Respondents ................................................................................................................... 7

1.2 Submission Contact ("City Contact") .................................................................................................. 7

1.3 RFSQ Submission Timetable ................................................................................................................ 8

1.4 Background ......................................................................................................................................... 8

1.5 Type of Agreement Proposed for Deliverables ................................................................................. 12

1.6 No Guarantee of Volume of Work or Exclusivity of Agreement ....................................................... 12

1.7 Respondent Consortium Information ............................................................................................... 12

1.8 Applicable Trade Agreement(s) ........................................................................................................ 12

1.9 Gender Diversity in City Procurements ............................................................................................. 12

2.0 The City of Toronto Social Procurement Program ............................................................................ 12

2.1 Supplier Diversity .............................................................................................................................. 13

PART 2 - THE DELIVERABLES ....................................................................................................................... 14

2.1 Description of Deliverables ............................................................................................................... 14

2.2 Response Quality, Clarity, and Format ............................................................................................. 14

2.3 Material Disclosures .......................................................................................................................... 14

PART 3 – EVALUATION OF RESPONSES ....................................................................................................... 15

3.1 Evaluation Team ................................................................................................................................ 15

3.2 Stages of Submission Evaluation ....................................................................................................... 15

3.2.1 Stage 1 - Mandatory Submission Requirements Stage .............................................................. 15

3.2.2 Stage 2 - Rated Criteria Stage .................................................................................................... 16

3.3 Stage 1 – Mandatory Requirements, Submission and Rectification ................................................. 16

3.3.1 Submission Deadline and Rectification ...................................................................................... 16

3.3.2 Submission Form (Appendix A) .................................................................................................. 16

3.3.3 Reference Form (Appendix B) .................................................................................................... 16

3.3.4 Other Mandatory Requirements ............................................................................................... 16

3.3.5 Rectification Period .................................................................................................................... 16

3.4 Stage 2 – Evaluation of Rated Criteria .............................................................................................. 16

3.4.1 Rated Criteria ............................................................................................................................. 16

3.5 Stage 3 – Pricing .................................................................................................................................... 17

3.5.1 – Rate Bid Form – Appendix F – Not Applicable. ....................................................................... 17

3 of 63

Page 2: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

3.6 Stage 4 - Tie Break and Ranking of Respondents .............................................................................. 17

PART 4 – GENERAL INFORMATION AND INSTRUCTIONS ............................................................................ 18

4.1 General Information and Instructions .............................................................................................. 18

4.1.2 Respondents to Follow Instructions .......................................................................................... 18

4.1.3 Responses in English .................................................................................................................. 18

4.1.4 Responses Should Be Submitted Only in Prescribed Manner ................................................... 18

4.1.5 Responses Should be Submitted Only on Time at Prescribed Location .................................... 19

4.1.6 Withdrawing Responses............................................................................................................. 19

4.1.3 The City's Information in RFSQ Only an Estimate ...................................................................... 19

4.1.4 Respondents Shall Bear Their Own Costs .................................................................................. 19

4.2.1 Respondents to Review RFSQ .................................................................................................... 19

4.2.2 All New Information to Respondents by Way of Addenda ........................................................ 20

4.2.3 Post-Deadline Addenda and Extension of Submission Deadline ............................................... 20

4.2.4 Amending Responses Following Rectification Period ................................................................ 20

4.2.5 Verify, Clarify and Supplement .................................................................................................. 20

4.2.6 No Incorporation by Reference.................................................................................................. 20

4.2.7 Response to Be Retained by the City of Toronto ....................................................................... 20

4.3 Selection, Notification and Debriefing .............................................................................................. 20

4.3.1 Selection of Top-Ranked Respondent(s) .................................................................................... 20

4.3.2 Notification to Other Respondents ............................................................................................ 21

4.3.3 Debriefing ................................................................................................................................... 21

4.3.4 Bid Protest Procedure ................................................................................................................ 21

4.3.4.1 Pre-award bid disputes. .......................................................................................................... 21

4.3.4.2 Post-award bid disputes.......................................................................................................... 22

4.4 Supplier Code of Conduct ................................................................................................................. 22

4.4.1 Honesty and Good Faith ............................................................................................................ 22

4.4.2 Confidentiality and Disclosure ................................................................................................... 22

4.4.2.1 Confidential Information of the City of Toronto ..................................................................... 22

4.4.2.2 Confidential Information of the Respondent .......................................................................... 23

4.4.3 Conflicts of Interest or Unfair Advantage .................................................................................. 23

4.4.4 Collusion or Unethical Bidding Practices ................................................................................... 23

4.4.5 Illegality ...................................................................................................................................... 24

4.4.6 Interference Prohibited ............................................................................................................. 24

4 of 63

Page 3: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

4.4.7 Gifts or Favours Prohibited ........................................................................................................ 24

4.4.8 Misrepresentations Prohibited .................................................................................................. 24

4.4.9 Prohibited Communications ...................................................................................................... 24

4.4.10 Failure to Honour Response .................................................................................................... 24

4.4.11 Respondent Performance ........................................................................................................ 24

4.4.12 Disqualification of Respondents for Non-Compliance ............................................................. 24

4.4.14 Suspension of Respondents from Future Solicitations ............................................................ 25

4.5 Procurement Process Non-Binding ................................................................................................... 25

4.5.1 No Contract A and no claims ...................................................................................................... 25

4.5.2 No Contract until Execution of Written Agreement .................................................................. 25

4.5.3 Cancellation................................................................................................................................ 25

4.6 Governing Law and Interpretation.................................................................................................... 25

4.6.1 Governing Law ........................................................................................................................... 25

PART 5 – PROCESS DEFINITIONS AND INTERPRETATION ............................................................................ 26

APPENDIX A – SUBMISSION FORM ............................................................................................................. 30

APPENDIX B – REFERENCE FORM................................................................................................................ 38

APPENDIX C – FORM OF AGREEMENT ........................................................................................................ 45

APPENDIX D – RFSQ PARTICULARS ............................................................................................................. 46

A. MANDATORY REQUIREMENTS ........................................................................................................... 46

1. Appendix A - Submission Form ....................................................................................................... 46

2. Appendix B - Reference Form ......................................................................................................... 46

3. Letter from Insurance Provider ....................................................................................................... 46

4. Letter from Surety ........................................................................................................................... 48

5. CAD-7 and WSIB Information: ......................................................................................................... 48

6. Financial Viability ............................................................................................................................ 48

7. Letter from Financial Institution: .................................................................................................... 49

8. Rated Criteria .................................................................................................................................. 50

B. RATED CRITERIA .................................................................................................................................. 50

1. Corporate Experience ..................................................................................................................... 50

2. Similar Projects Experience ............................................................................................................. 48

3. Experience of Key Personnel ........................................................................................................... 56

C. MATERIAL DISCLOSURES ..................................................................................................................... 58

APPENDIX E – EVALUATION CRITERIA ......................................................................................................... 59

5 of 63

Page 4: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

DECLINE TO SUBMIT FORM ........................................................................................................................ 63

6 of 63

Page 5: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

PART 1 - INTRODUCTION

1.1 Invitation to Respondents

This Request for Supplier Qualifications ("RFSQ") is an invitation by the City of Toronto ("the City") to

Electrical Contractors ("Respondents") to submit pre-qualification statements to prequalify for subsequent

call for various construction projects by Long Term Care Homes and Services Division at various site

locations.

Electrical Contractors experienced in renovation projects in long-term care occupied buildings are invited

to submit requests for pre-qualification for the supply of all labour, equipment, materials and supervision

necessary for the completion of various construction work assignments at Long-Term Care Homes and

Services (LTCHS) facilities throughout the City of Toronto, on an as and when required basis for a three

(3) Year period, commencing from the date of award all in accordance with the attached Specifications;

General and Supplementary Conditions, Fair Wage Policy and Labour Trades Contractual Obligations in

the Construction Industry and List of Sub-Contractors. The City shall provide no equipment, labour,

materials or storage facilities, unless noted otherwise on project drawings.

Firms submitting Pre-qualification documents shall have completed work similar in nature and

complexity to Long Term Care facilities and shall be able to refer to projects of a comparable character

completed by them.

Firms that have previously submitted tenders or prequalification packages for long term care projects must

resubmit for this pre-qualification in order to be qualified, Where General Contractor and Mechanical

Subcontractors have been prequalified under separate RFSQ, the successful Respondents will be identified

in the RFT.

1.2 Submission Contact ("City Contact") For the purposes of this procurement process, the “City Contact” is:

Purchasing Buyer: Sunney D'Souza

Purchasing & Materials Management, Construction Services

City of Toronto

City Hall, 19th Floor, West Tower

100 Queen Street West

Toronto, ON, M5H 2N2

Tel: 416 338-5585

[email protected]

7 of 63

Page 6: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

1.3 RFSQ Submission Timetable Respondents should submit their Responses according to the following timetable.

Issue Date of RFSQ February 6, 2018

Respondent Deadline for Questions February 14, 2018

Deadline for Issuing Addenda February 19, 2018

Submission Deadline February 21, 2018

Rectification Period 5 DAYS

Anticipated Prequalification Approval Date March 8, 2018

All times specific in this RFSQ timetable are local times in Toronto, Ontario, Canada.

The RFSQ timetable may be changed by the City in its sole and absolute discretion, at any time prior to

the Submission Deadline. Any changes to the RFSQ timetable will be issued by way of an Addendum. In

the event of any change in the Response Submission Deadline, the Respondents may thereafter be subject

to the extended timeline.

1.4 Background

The City of Toronto, Long Term Care Homes and Services Division (LTCH&S) has 10 Long Term Care

Homes in the GTA. These LTCH&S 10 sites provide excellence in long-term care to over 2600 residents.

The LTCH&S individual Homes are located throughout the City of Toronto and are multi-storey

structures in various ABC classifications ranging in age from one year to over 50.

The LTCH&S Homes range in size from 56,000 to 246,000 square feet for a total area of approximately

1,600,000 sq. ft. This prequalification will involve projects at the following locations:

HOME SIZE (ft2) ADDRESS

Bendale Acres 248,853 2920 Lawrence Ave.E, Scarborough

Carefree Lodge 65,725 306 Finch Ave. East, North York

Castleview Wychwood Towers 258,379 351 Christie Street, Toronto

Cummer Lodge 284,783 205 Cummer Ave., North York

Fudger House 116,897 439 Sherbourne Street, Toronto

Kipling Acres 335,528 2233 Kipling Ave., Rexdale

Lakeshore Lodge 109,470 3197 Lakeshore Blvd. W., Etobicoke

Seven Oaks 168,144 9 Neilson Road, Scarborough

True Davidson Acres 138,899 200 Dawes Road, East York

Wesburn Manor 152,095 400 The West Mall, Etobicoke

8 of 63

Page 7: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

1.4.1 Project Description

The successful respondent will be asked to bid on RFQs or Tenders Construction Projects identified by

staff during the award period which may include and not limited to those listed as examples below. The

examples cited in the following Sections are outlines of the type of work that the successful proponents

may be asked to bid on. Actual detailed projects will be released for Bid to the successful respondents

subject to budget availability and divisional priorities..

The following are the types of electrical projects anticipated:

1. Thermal Scan – The bidder will conduct an annual thermal scan of all electrical distribution panels, main switches, main fuses and continuously operating motors. The results of the thermal scan will be provided in a written report within thirty (30) days of the completion of the thermal scan.

2. Labeling Verification – The bidder shall verify and correct labelling of all electrical distribution panels, main switches and main fuses on an on-going basis and at least once annually.

3. Transfer Switch Testing – The bidder shall test the emergency power transfer switch operation at each location once annually.

4. Nurse Call System Installation 5. Fire Alarm System Installation 6. High Voltage Power Distribution System Installation / Repair / Maintenance / Replacement 7. Low Voltage Power Distribution System Installation / Repair / Maintenance / Replacement 8. Lighting Fixtures Repairs / Replacement / Installation 9. Security System Repairs / Replacement / Installation 10. Emergency Service / On Call Service 24/7 11. High and Low Voltage Power Cables Installation / Termination / Testing 12. Power Sockets Installation / Replacement / Repair 13. Control System Installation 14. Building Automation System Installation 15. Data Cable Installation 16. Exterior Street Lights Installation / Replacement / Bulb Replacement / Repair 17. CCTV System Installation 18. Access Control System Installation 19. Variable Frequency Drives Installation / Replacement / Maintenance / Repair 20. Electrical Switchgear Installation / Repair / Maintenance / Replacement 21. Assembly and co-ordination of a multi-disciplinary team of trades 22. Electrical contract administration activities including contracts with sub-trades, processing of

changes, preparation of daily reports and associated administration 23. Site visit before the Upgrade begins to check if the facility is in compliant to the Building, Fire,

TSSA, ESA and other applicable Codes; 24. Preparation of as-built drawings and close-out documents 25. Creating single line drawings in case of additions to the electrical distribution systems. 26. Providing test equipment for monitoring of existing circuits for time of the day power usage 27. Preventative measures to minimize disruption to occupants and the public 28. Capital Project involving Exterior and Interior electrical work in the LTCHS facilities. 29. Underground wiring, trenching, locates 30. Exhaust fan, HVAC blowers , pumps power connection 31. Ballast/lamp/fixture replacement as required 32. Installation of pumps, motors several times per year 33. Fire alarm system 34. Parking lot fixtures, sensors, lamps

9 of 63

Page 8: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

35. Ground fault repair/replacement 36. Handicap entrance/exit mechanisms 37. Morality lighting controls, photo sensors, timers, lamp replacement 38. Underground wiring and locates 39. Ability to work at heights, outdoors, year round 40. Door locks, alarm bells, lighting control. 41. 24/7 emergency electrical service and emergency electricians

42. Electrical troubleshooting and power outage restoration

43. Meter base and service upgrades ranging from 100 Amp to 400 Amps

44. Electrical panel upgrade or fuse to breaker panel replacement

45. Electrical system safety inspection

46. Installation of new wiring and branch circuits

47. Electrical panel replacement and upgrades

48. Surge protection system installation

49. Kitchen appliance and or other equipment hookup

50. Installation of new wiring and branch circuits

51. Dedicated circuits and wiring modifications

52. Small or major electrical renovation in commercial property

53. Troubleshooting and repair of electrical circuits

54. Bringing existing wiring up to electrical safety code

55. Electrical lighting fixture installation

56. LED lighting and other energy efficient lighting installation

57. Indoor and outdoor lighting installation

58. Pot lights and other lighting fixtures

59. Outdoor outlet installation with in-use cover and fault protection

60. Chandelier and ceiling fan installation

61. Electrical base board heating installation

62. Smoke and CO alarm installation and replacement

63. Electrical wiring reconditioning, repair and replacement

64. Replacement of knob and tube wiring

65. Telephone and cable wiring and jack installation

66. Annual maintenance services for all electrical systems

67. Electric car charging station installation

68. And a wide range of other electrical services

69. General Construction and excavating scope of work **

70. ** For item .69, if the General Construction and excavation scope of work is over 30% of the entire scope, the City reserves the right to also invite pre-qualified General Contractors

10 of 63

Page 9: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

1.5 General Requirements

1. The contractor shall furnish all labour, materials, equipment and supervision for this work in accordance with specifications provided for each contract.

2. The Scope of Work is inclusive of but may not be limited to: new and renovation construction, new and replacement installation Maintenance on installed equipment

3. The Contractor shall in the course of duties, provide consulting services with respect to any electrical aspects of construction, renovation, retrofit, or any electrical requirement in the form of a technical advisor.

1.6 PERFORMANCE/CANCELLATION, Maintenance and Repair Services:

.1 The Contractor is responsible for performing the work in compliance with all City of Toronto policies and procedures.

.2 The City may elect, as its option to cancel the contract prior to its normal termination:

.3 If the work is not executed in accordance with these specifications, as evidenced by a report of an independent consultant, and

.4 If, within two weeks of written notice, the necessary corrective action has not been completed.

.5 The City will have the option to cancel the contract upon one month’s written notice should the rate of complaints or call-backs exceed 3 per unit over 30 consecutive days, with no cancellation charges to the City of Toronto.

1.7 All LTCHS sites will remain fully occupied and operational throughout the construction

period and regular activities will not be interrupted by construction activities. The

phasing strategy is based upon renovating one or multiple facilities at a time.

1.8 Contractor Selection Process

All successful Contractors will be given the opportunity to quote on individual Project Assignments

provided by each Project Manager. However, current work load, expertise, and value and work load

of previous Work Assignments of each Contractor will be taken into consideration when awarding a

Work Assignment.

1.9 Awarding Projects

a. A Work Assignment RFQ or Tender document will be developed by City staff to define the

required scope, timeline, and deliverables.

b. The Work Assignment RFQ or Tender will be sent to all contractors on the list.

c. Work Assignments will be awarded to contractors through the normal RFQ or Tender process

administered by PMMD.

11 of 63

Page 10: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

d. The contractors on the list will respond to the RFQ or Tender with their bid as specified.

e. Contractors must attend all future mandatory RFQ or Tender Site meetings as required. Failure to

attend the meetings will result in your firm being unable to bid on the RFQ or Tender.

f. All work assignments shall be subject to the standard City of Toronto terms and conditions

governing construction projects.

g. The City reserves the right not to proceed with the work requested and issue a general RFQ or

Tender.

1.10 Type of Agreement Proposed for Deliverables

Not Applicable.

1.11 No Guarantee of Volume of Work or Exclusivity of Agreement

The City makes no guarantee of the value or volume of work that will be assigned to the selected

Respondents. Any subsequent agreement entered into pursuant to the RFSQ process will not be

an exclusive agreement for the provision of the described deliverables. The City may contract

with others for the same or similar deliverables to those described in this RFSQ or may obtain the

same or similar Deliverables internally.

1.12 Respondent Consortium Information

Where a consortium is responding to this RFSQ, the following shall apply:

The Respondent shall identify itself as the sole Respondent.

The Respondent shall list all other consortium members and what each will supply.

The Respondent shall confirm that the Respondent shall assume full responsibility and liability

for the work and actions of all consortium members with respect to the obligations to be assumed

pursuant to this RFSQ, provided that the City shall be entitled to reject a proposed subcontractor.

1.13 Applicable Trade Agreement(s)

This RFSQ is subject to the following Trade Agreement(s):

[ X ] Canada Free Trade Agreement (CFTA)

[ X ] Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

[ ] Other: _______________

[ ] None applicable

Respondents should note that procurements falling within the scope of an applicable trade agreement are

subject to that agreement but that the commercial rights and obligations of the parties shall be governed

by the specific terms of each particular solicitation.

1.14 Gender Diversity in City Procurements

As part of City Council's support to enhance gender diversity on boards of corporations, all corporations

conducting business with the City of Toronto are encouraged to utilize an intersectional analysis to strive

to have gender parity on their corporate boards.

1.15 The City of Toronto Social Procurement Program

The goal of the City of Toronto Social Procurement Program is to drive inclusive economic growth in

Toronto by improving access to the City's supply chain for diverse suppliers and leverage employment,

apprenticeship and training opportunities for people experiencing economic disadvantage, including those

from equity-seeking communities. The City of Toronto expects its Respondents to embrace and support

the City of Toronto Social Procurement Program and its respective goals. Social Procurement creates

social value for the City in addition to the delivery of efficient goods, services, and works. The City of

12 of 63

Page 11: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

Toronto Social Procurement Program consists of two components: Supplier Diversity and Workforce

Development.

For more information on the City of Toronto Social Procurement Program, visit:

http://www.toronto.ca/purchasing/socialprocurement.

1.16 Supplier Diversity

The goal of supplier diversity is to increase the diversity of the City's supply chain by providing diverse

suppliers with equitable access to competitive procurement processes.

In accordance with Section 1.3.2 of the City of Toronto Social Procurement Policy, points will be

assigned to Respondents that submit information as part of their Response that will improve supplier

diversity in the City's supply chain.

To demonstrate Supplier Diversity respondents may provide in their submission a copy of their

Human Resource Policy, procurement policy or a statement letter.

[End of Part 1]

13 of 63

Page 12: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

PART 2 - THE DELIVERABLES

2.1 Description of Deliverables

This RFSQ is an invitation to qualify for the provision of Electrical Contracting Services.

Responses are to respond to both Mandatory and Rated Criteria requirements, as follows;

Mandatory requirements, refer to: 3.3 Stage 1 - Mandatory Submission Requirements Stage.

Rated Criteria requirements, refer to: 3.4 Stage 2 - Evaluation of Rated Criteria.

2.2 Response Quality, Clarity, and Format

The overall quality and clarity of submission information in the Response should be submitted in a

presentable, organized fashion including tabs. Responses should be fully complete, easily understood by

the evaluation team and exclude extraneous information.

Response to RFSQ is to be formatted as described in 4.1.4 Responses Should Be Submitted Only in

Prescribed Manner, and will be evaluated.

2.3 Material Disclosures

Respondents should refer to Appendix D – RFSQ Particulars - Section C – Material Disclosures.

[End of Part 2]

14 of 63

Page 13: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

PART 3 – EVALUATION OF RESPONSES

The evaluation team will score the Responses using the evaluation forms found in Appendix E

Submission Requirements.

A Mandatory Requirement is a minimum need that must be met by the Respondent. The City will

eliminate from the evaluation process any Respondent not fulfilling all mandatory requirements as set out

in Appendix E. If the submission fails any mandatory requirements, the submission will be declared non-

compliant.

Respondents must obtain a minimum total score of 75 points (out of a maximum of 100 points) on the

Response Evaluation Form to be pre-qualified.

3.1 Evaluation Team

The City has formulated the procedures set out in this RFSQ to ensure that it reviews and scores

Responses through an open, competitive process, and that Respondents receive fair and equitable

treatment in the solicitation, receipt and evaluation of their Responses. The City may reject the Response

of any Respondent who fails to comply with any such procedures or are otherwise non-compliant.

An evaluation team consisting of representatives from City of Toronto, LTCHS Division, will evaluate

the submissions to determine the list of successful pre-qualified Electrical Contractors. The City's

decision on selection is final.

The Evaluation Team may, at its sole discretion, retain additional members or advisors as it deems

appropriate.

By responding to this RFSQ, Respondents will be deemed to have agreed that the decision of the

Evaluation Team will be final. The Evaluation Team will review and analyze the Response(s) of each

Respondent to determine which Responses, in Committee’s determination, are most responsive to and

best meet the City's requirements, as set out in this RFSQ, for the applicable Project / Services and score

the Responses accordingly.

By responding to this RFSQ, Respondents will be deemed to have agreed that the decision of the

Evaluation Team will be final.

A debriefing will be available to those respondents not considered for the approved pre-qualification list

if requested.

3.2 Stages of Submission Evaluation

The evaluation team will score the Responses using the evaluation criteria provided.

The City will conduct the evaluation of Responses in the following 2 stages:

3.2.1 Stage 1 - Mandatory Submission Requirements Stage

Stage I will consist of a review to determine which Responses substantially comply with all of the

mandatory submission requirements. Responses failing to satisfy the mandatory submission requirements

as of the Submission Deadline will be provided with an opportunity within the Rectification Period to

rectify any submission deficiencies. Responses failing to satisfy the mandatory submission requirements

within the Rectification Period will be excluded from further consideration. The Rectification Period will

begin to run from the date and time that the City issues its rectification notice to the Respondent(s).

15 of 63

Page 14: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

3.2.2 Stage 2 - Rated Criteria Stage

Responses that are deemed compliant in Stage 1, will qualify to be evaluated further. Stage 2 will consist

of a scoring by the City of each qualified Response on the basis of the rated criteria. Responses failing to

meet the minimum score requirements for a rated requirement, where applicable, will be disqualified and

not evaluated further.

Eight (8) top scoring respondents obtaining a minimum score of 75 points will be pre-qualified.

Refer to APPENDIX D – RFSQ PARTICULARS and as well APPENDIX E – EVALUATION

CRITERIA for additional information.

3.3 Stage 1 – Mandatory Requirements, Submission and Rectification

3.3.1 Submission Deadline and Rectification

Responses must be submitted by the Submission Deadline. Other than inserting the information requested

on the mandatory submission forms set out in this RFSQ, a Respondent may not make any changes to any

of the forms. Respondents submitting Responses that do not meet the mandatory submission requirements

will be provided with an opportunity to rectify deficiencies within the Rectification Period.

3.3.2 Submission Form (Appendix A)

Each Response must include a Submission Form (Appendix A) completed and signed by a person

authorized to bind the Respondent.

3.3.3 Reference Form (Appendix B)

Each Respondent must complete a Reference Form (Appendix B) and include it with its Response.

Long Term Care or Acute Care with 100 beds reference forms (Appendix B1)

3.3.4 Other Mandatory Requirements

Additional Mandatory requirements are listed in further detail in APPENDIX D – RFSQ

PARTICULARS.

3.3.5 Rectification Period

Responses satisfying the mandatory submission content requirements within the Rectification Period will

proceed to Stage 2. Responses failing to satisfy the mandatory submission content requirements within

the Rectification Period will be excluded from further consideration.

3.4 Stage 2 – Evaluation of Rated Criteria

3.4.1 Rated Criteria

Rated Criteria is listed in further detail in APPENDIX D – RFSQ PARTICULARS.

The Responses will be evaluated in accordance with the criteria set out in Appendix E – RFSQ Rated

Criteria.

The Evaluation Team, at its sole discretion, reserves the right to conduct interviews with the Respondents

where required for clarification on certain points of their Response.

16 of 63

Page 15: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

3.5 Stage 3 – Pricing - Not Applicable

Only at completion of all rated requirements for all eligible Responses will the envelope containing

Appendix D – RFSQ Particulars – Section E – Rate Bid Form be opened.

3.5.1 – Rate Bid Form – Appendix F – Not Applicable.

3.6 Stage 4 - Tie Break and Ranking of Respondents

In the event of a tie score, the Respondent rankings will be determined by way of highest score earned in

Stage 2 of the evaluation process. If there is still a tie score, the Respondent ranking will be determined

by way of a coin toss or lottery.

[End of PART 3]

17 of 63

Page 16: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

PART 4 – GENERAL INFORMATION AND INSTRUCTIONS

4.1 General Information and Instructions

4.1.2 Respondents to Follow Instructions

Respondent should structure its Response in accordance with the instructions in this RFSQ. Where

information is requested in this RFSQ, any response made in a Response should reference the applicable

section numbers of this RFSQ where that request was made.

4.1.3 Responses in English

All Responses are to be in English only. Any Responses received by the City that are not entirely in the

English language may be disqualified.

4.1.4 Responses Should Be Submitted Only in Prescribed Manner

Responses should be submitted at:

Chief Purchasing Officer

Purchasing and Materials Management Division

18th Floor, West Tower, City Hall

Toronto, ON, M5H 2N2

Respondents must submit one (1) original and four (4) hard copies of the Response as well as the

Submission Form signed by an authorized representative and one (1) electronic copy in Microsoft Word,

or PDF format of its Response in a sealed package. Responses are to be prominently marked with the

RFSQ title and number (see RFSQ cover), with the full legal name and return address of the Respondent,

and with the Submission Deadline. In the event of a conflict or inconsistency between the hard copy and

the electronic copy of the Response, the hard copy of the Response shall prevail.

Respondents must submit the required information in 8.5 x 11 inch format, bound, tabbed and clearly

organized. The contents within each tab shall be complete with all information to be considered for

evaluation of the Sub-sections identified. The submission format shall be as follows;

Tab #1 Appendix A – SUBMISSION FORM

Tab #2 Letter from Insurance Provider

(Reference: Appendix D – A.3.)

Tab #3 Letter from Surety

(Reference: Appendix D – A.4.)

Tab #4 CAD-7 Experience rating and WSIB Clearance Certificate

(Reference: Appendix D – A.5.)

Tab #5 Financial Viability

(Reference: Appendix D – A.6.)

Tab #6 Letter from Financial Institution

(Reference: Appendix D – A.7.)

18 of 63

Page 17: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

Tab #7 Corporate Experience

(Reference: Appendix D – Section B.1.)

Tab #8 Appendix B – Reference Form (Similar Projects Experience)

(Reference: Appendix D – Section B.2.)

Tab #9 Appendix B – Reference Form

(Reference: Appendix D – Section B.31.)

Respondents are advised that not following this submission format creates the risk for the

respondent that even if the information has been provided it may be overlooked and consequently

not considered in the evaluation of the respondents score.

Points will be awarded based on the specific responses for requests detailed within each Section.

Do not include extraneous information.

4.1.5 Responses Should be Submitted Only on Time at Prescribed Location

Responses should be submitted at the location set out above on or before the Submission Deadline.

Delays caused by any delivery service (including Canada Post and courier) shall not be grounds for any

extension of the Deadline, and Responses that arrive after the Deadline will not be accepted.

4.1.6 Withdrawing Responses

At any time throughout the RFSQ process, a Respondent may withdraw a submitted Response. To effect

a withdrawal, a notice of withdrawal must be sent to the City Contact and must be signed by an

authorized representative. The City is under no obligation to return withdrawn Responses.

A Respondent who has withdrawn a Response may submit a new Response, but only in accordance with

the terms of this RFSQ.

4.1.3 The City's Information in RFSQ Only an Estimate

The City and its advisers make no representation, warranty or guarantee as to the accuracy of the

information contained in this RFSQ or issued by way of addenda. Any quantities shown or data contained

in this RFSQ or provided by way of addenda are estimates only and are for the sole purpose of indicating

to Respondents the general size of the work. It is the Respondent's responsibility to avail itself of all the

necessary information to prepare a Response to this RFSQ.

4.1.4 Respondents Shall Bear Their Own Costs

Every Respondent shall bear all costs associated with or incurred by the Respondent in the preparation

and presentation of its Response including, if applicable, costs incurred for interviews or demonstrations.

4.2 Communication after Issuance of RFSQ

4.2.1 Respondents to Review RFSQ

Respondents shall promptly examine all of the documents comprising this RFSQ and

(a) shall report any errors, omissions or ambiguities; and

(b) may direct questions or seek additional information in writing by email to the City on or before the

Respondent’s Deadline for Questions. All questions submitted by Respondents by email to the City

Contact shall be deemed to be received once the email has entered into the City Contact’s email inbox.

No such communications are to be directed to anyone other than the City Contact.

19 of 63

Page 18: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

The City is under no obligation to provide additional information and the City shall not be responsible for

any information provided by or obtained from any source other than the City Contact. It is the

responsibility of the Respondent to seek clarification from the City Contact on any matter it considers to

be unclear. The City shall not be responsible for any misunderstanding on the part of the Respondent

concerning this RFSQ or its process.

4.2.2 All New Information to Respondents by Way of Addenda

If the City, for any reason, determines that it is necessary to provide additional information relating to this

RFSQ, such information will be communicated to all Respondents by Addenda. Each Addendum shall

form an integral part of this RFSQ. Such Addenda may contain important information, including

significant changes to this RFSQ. Respondents are responsible for obtaining all Addenda issued by the

City.

4.2.3 Post-Deadline Addenda and Extension of Submission Deadline

If any Addendum is issued after the Deadline for Issuing Addenda, the City may at its discretion extend

the Submission Deadline for a reasonable amount of time.

4.2.4 Amending Responses Following Rectification Period

In the event that the City determines that it is necessary to provide Respondents with additional

information relating to this RFSQ following the Rectification Period, such information will be

communicated by an Addendum to all Respondents who submitted Responses satisfying the mandatory

submission content requirements. All such Addenda will be prescriptive, and Respondents will be

expected to amend only those portions of their Responses as specifically instructed and to submit their

amended Responses in the manner and within the timeframe specified. Any amendments that are not in

accordance with the instructions accompanying the Addenda will be set aside and will not be evaluated.

4.2.5 Verify, Clarify and Supplement

When evaluating Responses, the City may request further information from the Respondent or third

parties in order to verify, clarify or supplement the information provided in the Respondent's Response.

The City may revisit and re-evaluate the Respondent’s Response or ranking on the basis of any such

information.

4.2.6 No Incorporation by Reference

The entire content of the Respondent's Response should be submitted in a fixed form and the content of

websites or other external documents referred to in the Respondent's Response will not be considered to

form part of its Response.

4.2.7 Response to Be Retained by the City of Toronto

The City will not return the Response or any accompanying documentation submitted by a Respondent.

4.3 Selection, Notification and Debriefing

4.3.1 Selection of Top-Ranked Respondent(s)

The top-ranked Respondent(s), as established under the evaluation that are selected by the City to enter

onto a Prequalified Vendor list will be so notified by the City in writing.

An evaluation team consisting of representatives from City of Toronto, LTCHS Division, will evaluate

the submissions to determine the list of successful pre-qualified General Contractors. The City's decision

on selection is final.

20 of 63

Page 19: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

The evaluation team will score the Responses using the evaluation forms found in Appendix E Evaluated

Submission Requirements.

A Mandatory Requirement is a minimum need that must be met by the Respondent. The City will

eliminate from the evaluation process any Respondent not fulfilling all mandatory requirements as set out

in the submission requirements. If the submission fails any mandatory requirements, the submission will

be declared non-compliant.

Respondents must obtain a minimum total score of 75 points (out of a maximum of 100 points) on the

Response Evaluation Form in Appendix E to be pre-qualified to a Maximum of eight (8)..

In the event that less than three (3) Responses pass the minimum threshold to become a Pre-qualified

Respondent, the City, in its sole discretion, reserves the right to either cancel the RFSQ or to re-issue a

new RFSQ to supplement the list of Pre-qualified Respondents.

4.3.2 Notification to Other Respondents

Once the selected Respondents are notified of their selection onto the Prequalified Vendor list, the other

Respondents will be notified by the City in writing of the outcome of the RFSQ process.

4.3.3 Debriefing

Respondents may request a debriefing after receipt of a notification of the outcome of the selection

process. All requests must be in writing to the City Contact and must be made within sixty (60) days of

notification of the outcome of the selection process. The intent of the debriefing information session is to

aid the Respondent in presenting a better Response in subsequent procurement opportunities. Any

debriefing provided is not for the purpose of providing an opportunity to challenge the RFSQ process.

4.3.4 Bid Protest Procedure

4.3.4.1 Pre-award bid disputes.

Respondents should seek a resolution of any pre-award dispute by communicating directly with the City

Contact as soon as possible from the time when the basis for the dispute became known to them. The City

Contact may delay the outcome of the selection process, or any interim stage of this RFSQ process,

pending the acknowledgement and resolution of any pre-award dispute.

21 of 63

Page 20: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

4.3.4.2 Post-award bid disputes.

Any dispute to the outcome of this RFSQ process must be received in writing by the City Contact no later

than ten (10) days after the date of the notification of the outcome of the selection process, or where a

debriefing has been requested, no later than five (5) days after such debriefing is received. Any dispute

that is not timely received or in writing will not receive further consideration.

Any written dispute with a procurement value over $100,000 that cannot be resolved by the City Contact

through consultations with the Respondent, shall be referred to the Treasurer or their designate(s) for an

impartial review, based on the following information:

A. A specific description of each act or omission alleged to have materially breached the

procurement process;

B. A specific identification of the provision in the solicitation or procurement procedure that is

alleged to have been breached;

C. A precise statement of the relevant facts;

D. An identification of the issues to be resolved;

E. The Respondent's arguments, including any relevant supporting documentation; and

F. The Respondent's requested remedial action.

The Treasurer or their designate(s), in consultation with the City Solicitor, may:

A. Dismiss the dispute;

B. Accept the dispute and direct the City Contact to take appropriate remedial action, including, but

not limited to, rescinding the award and any executed contract, and canceling the solicitation.

4.4 Supplier Code of Conduct

4.4.1 Honesty and Good Faith

Respondents must respond to the City's RFSQ in an honest, fair and comprehensive manner that

accurately reflects their capacity to satisfy the requirements stipulated in this RFSQ process. Respondents

shall submit a Response only if they know they can satisfactorily perform all obligations of the contract in

good faith. Respondents shall alert the City Contact to any factual errors, omissions and ambiguities that

they discover in this RFSQ as early as possible in the process to avoid this RFSQ being cancelled.

4.4.2 Confidentiality and Disclosure

4.4.2.1 Confidential Information of the City of Toronto

All information provided by or obtained by the City in any form in connection with this RFSQ, either

before or after the issuance of this RFSQ: (a) is the sole property of the City and must be treated as

confidential; (b) is not to be used for any purpose other than replying to this RFSQ; (c) must not be

disclosed without prior written authorization from the City; and (d) shall be returned by the Respondents

to the City immediately upon the request of the City. Respondents must maintain confidentiality of any

confidential City information disclosed to the Respondent as part of the RFSQ process.

22 of 63

Page 21: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

4.4.2.2 Confidential Information of the Respondent

A Respondent should identify any information in its Response or any accompanying documentation

supplied in confidence for which confidentiality is to be maintained by the City. The confidentiality of

such information will be maintained by the City, except as otherwise required by law or by order of a

court or tribunal. Respondents must acknowledge in their Response that their Response information will

be subject to the confidentiality and disclosure requirements of the Municipal Freedom of Information

and Protection of Privacy Act, 1990. Furthermore, Respondents are advised that their Response will, as

necessary, be disclosed on a confidential basis, to the City’s advisers retained for the purpose of

evaluating or participating in the evaluation of their Responses.

4.4.3 Conflicts of Interest or Unfair Advantage

For the purposes of this Section, “Conflict of Interest” shall have the meaning ascribed to it in Chapter

195 of the Toronto Municipal Code, as defined in the Submission Form (Appendix A).

Respondents must declare and fully disclose any actual or potential conflict of interest or unfair advantage

related to the preparation of their Response or where the Respondent foresees an actual or potential

conflict of interest in the performance of the contract. Such potential conflicts of interest or unfair

advantages include, but are not limited to:

(1) Engaging current or former City employees or public office holders to take any part in the preparation

of the Response or the performance of the contract if awarded, any time within two (2) years of such

persons having left the employ or public office of the City;

(2) Engaging any family members, friends or private business associates of any public office holder

which may have, or appear to have, any influence on the procurement process or performance of the

contract, if awarded;

(3) Prior involvement by the Respondent or affiliated persons in developing the technical specifications or

other evaluation criteria for the RFSQ;

(4) Prior access to confidential City information by the Respondent, or affiliated persons, that is

materially related to the RFSQ and that was not readily accessible to other prospective Respondents; or

(5) The Respondent or its affiliated persons are indebted to or engaged in ongoing or proposed litigation

with the City in relation to a previous contract.

4.4.4 Collusion or Unethical Bidding Practices

No Respondent may discuss or communicate, directly or indirectly, with any other Respondent or their

affiliated persons about the preparation of the Respondent's Response including, but not limited to, any

connection, comparison of figures or arrangements with, or knowledge of any other Respondent making a

Response for the same work. Respondents shall disclose to the City Contact any affiliations or other

relationships with other Respondents that might be seen to compromise the principle of fair competition,

including any proposed subcontracting relationships.

23 of 63

Page 22: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

4.4.5 Illegality

A Respondent shall disclose any previous convictions of itself or its affiliated persons for collusion, bid-

rigging, price-fixing, bribery, fraud or other similar behaviours or practices prohibited under the Criminal

Code, the Competition Act or other applicable law, for which they have not received a pardon. A

Respondent shall be deemed ineligible for pre-qualification for a minimum period of five (5) years from

the date of the conviction, unless pre-approved by the Treasurer.

4.4.6 Interference Prohibited

No Respondent may threaten, intimidate, harass, or otherwise interfere with any City employee or public

office holder in relation to their procurement duties. No Respondent may likewise threaten, intimidate,

harass, or otherwise interfere with an attempt by any other prospective Respondent to submit a Response

for pre-qualification or to perform any contract awarded by the City.

4.4.7 Gifts or Favours Prohibited

No Respondent shall offer gifts, favours or inducements of any kind to City employees or public office

holders, or otherwise attempt to influence or interfere with their duties in relation to this RFSQ or

management of a contract.

4.4.8 Misrepresentations Prohibited

Respondents are prohibited from misrepresenting their relevant experience and qualifications or including

other inaccurate, misleading, or incomplete information in relation to this RFSQ. The Respondent must

acknowledge that the City's process of evaluation may include information provided by the Respondent's

references as well as records of past performance on previous contracts with the City or other public

bodies.

4.4.9 Prohibited Communications

No Respondent or affiliated person may discuss or communicate either verbally, or in writing, with any

employee, public office holder, or the media in relation to this RFSQ or the outcome of this RFSQ

process, between the time of the issuance of the RFSQ to the outcome of this RFSQ process, without first

obtaining the permission of the City Contact, and unless such communication is in compliance with

Chapter 140, Lobbying, of the Toronto Municipal Code. All Respondent communications shall be with

the City Contact.

4.4.10 Failure to Honour Response

Respondents shall honour their Response, except where they are permitted to withdraw their Response in

accordance with the process disclosed in this RFSQ. Respondents shall not refuse to enter into a contract

or refuse to fully perform the contract once their Response has been accepted by the City.

4.4.11 Respondent Performance

Respondents shall fully perform their contracts with the City and follow any reasonable direction from the

City to cure any default. Respondents shall maintain a satisfactory performance rating on their previous

contracts with the City and other public bodies to be qualified to be awarded similar contracts.

4.4.12 Disqualification of Respondents for Non-Compliance

Respondents shall be required to certify compliance with the Supplier Code of Conduct as set out in the

Submission Form (Appendix A), with their Response and verify compliance prior to the outcome of this

RFSQ process. Any contravention of the Supplier Code of Conduct by a Respondent, including any

failure to disclose potential conflicts of interest or unfair advantages, may be grounds for the City Contact

to disqualify a Respondent from pre-qualification.

24 of 63

Page 23: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

The City Contact, in consultation with the City Solicitor, may also disqualify any Respondent who may

otherwise have an unfair advantage or conflict of interest that cannot be resolved in relation to this RFSQ.

A contravention of the Supplier Code of Conduct may also be grounds for the division head to terminate

any contract awarded to that Respondent and require the return of any advance payments.

4.4.14 Suspension of Respondents from Future Solicitations

A. Without limiting or restricting any other right or privilege of the City, Council may suspend a

Respondent's eligibility to submit a Response for a period between one (1) and five (5) years due to a

contravention of the Supplier Code of Conduct.

B. The City Contact, in consultation with the City Solicitor, may also temporarily suspend a

Respondent's eligibility to submit a Response for up to six (6) months due to a contravention of the

Supplier Code of Conduct.

C. The City Contact shall submit an annual report to Government Management Committee, where

any Respondent has been suspended under the Supplier Code of Conduct.

4.5 Procurement Process Non-Binding

4.5.1 No Contract A and no claims

The procurement process is not intended to create and shall not create a formal legally binding bidding

process and shall instead be governed by the law applicable to direct commercial negotiations. For greater

certainty and without limitation: (a) the RFSQ shall not give rise to any Contract A–based tendering law

duties or any other legal obligations arising out of any process contract or collateral contract; and (b)

neither the Respondent nor the City shall have the right to make any claims (in contract, tort, or

otherwise) against the other with respect to the outcome of the RFSQ process, the award of a contract,

failure to award a contract or failure to honour a Response to this RFSQ.

4.5.2 No Contract until Execution of Written Agreement

No legal relationship or obligation regarding the procurement of any good or service shall be created

between the Respondent and the City by the RFSQ process until the selection of the Respondent to

provide the Deliverables pursuant to a Framework Agreement.

4.5.3 Cancellation

The City may cancel or amend the RFSQ process without liability at any time.

4.6 Governing Law and Interpretation

4.6.1 Governing Law

The terms and conditions in this Part 4 Terms and Conditions of RFSQ Process: (a) are included for

greater certainty and intended to be interpreted broadly and separately (with no particular provision

intended to limit the scope of any other provision); (b) are non-exhaustive (and shall not be construed as

intending to limit the pre-existing rights of the parties to engage in pre-contractual discussions in

accordance with the common law governing direct commercial negotiations); and (c) are to be governed

by and construed in accordance with the laws of the province of Ontario and the federal laws of Canada

applicable therein.

[End of Part 4]

25 of 63

Page 24: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

PART 5 – PROCESS DEFINITIONS AND INTERPRETATION

5.0 Terminology

5.01 References to Labeled Provisions

Each reference in this Request for Supplier Qualification (RFSQ) to a numbered or lettered “section”,

“subsection”, “paragraph”, “subparagraph”, “clause” or “sub-clause” shall, unless otherwise expressly

indicated, be taken as a reference to the correspondingly labelled provision of this RFSQ.

5.02 Definitions

Throughout this RFSQ, unless inconsistent with the subject matter or context,

"Act" means Ontario MOHLTC Long-Term Care Homes Act, 2007 and Regulation 79/10 “Addendum” or “Addenda” means any document or documents issued by the City prior to the Closing

Deadline or following the rectification period that changes the terms of the RFSQ or contains additional

information related to the RFSQ;

"Affiliated Person" means everyone related to the Respondent including, but not limited to employees,

agents, representatives, organizations, bodies corporate, societies, companies, firms, partnerships,

associations of persons, parent companies, and subsidiaries, whether partly or wholly-owned, as well as

individuals, and directors, if:

A. Directly or indirectly either one controls or has the power to control the other,

or

B. A third party has the power to control both.

“Agencies and Corporations” refer to bodies and organizations that have a direct reporting or funding

relationship with the City of Toronto or Council. The list of current organization name and contact of

agencies and corporations to be considered under this RFSQ is available from the following page on the

City's website www.toronto.ca/abcc

“Agreement” means any written contract between the City and a Vendor or any purchase order issued by

the City to the Vendor with respect to the Services contemplated by this RFSQ, and shall be deemed to

include the terms and conditions for the provision of the Services as set out in this RFSQ.

“City” means the City of Toronto.

"City Contact" means the City employee(s) designated as City Contact on the Notice to Potential

Respondents for all matters related to the RFSQ call process.

“Closing Deadline” means the date and time specified on the RFSQ Cover Page or any Addenda issued by

the City, as the date and time by which Respondents must submit their Response;

“Conflict of Interest” includes, but is not limited to, any situation or circumstance where:

(a) in relation to the RFSQ process, the Respondent has an unfair advantage or engages in conduct,

directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having or having

access to information in the preparation of its Response that is confidential to the City and not available to

other Respondents; (ii) communicating with any person with a view to influencing preferred treatment in

the RFSQ process including the giving of a benefit of any kind, by or on behalf of the Respondent to anyone

26 of 63

Page 25: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

employed by, or otherwise connected with, the City ; or (iii) engaging in conduct that compromises or could

be seen to compromise the integrity of the open and competitive RFSQ process and render that process

non-competitive and unfair; or

(b) in relation to the performance of its contractual obligations in the City contract, the Vendor’s

other commitments, relationships or financial interests (i) could or could be seen to exercise an improper

influence over the objective, unbiased and impartial exercise of its independent judgement; or (ii) could or

could be seen to compromise, impair or be incompatible with the effective performance of its contractual

obligations;

“Council” means City Council.

"Diverse Supplier" means any business or enterprise that is certified by a Supplier Certification

Organization to be:

More than 51% (majority) owned, managed and controlled by persons belonging to an equity-

seeking community, or

A social purpose enterprise whose primary purpose is to create social, environmental or cultural

value and impact, and where more than 50% of the persons who are fulltime equivalent employees

or are participating in, or have completed, transitional employment training, experience economic

disadvantage.

"Equity-seeking Community" is a group that experiences discrimination or barriers to equal opportunity,

including women, Aboriginal People, persons with disabilities, newcomers/new immigrants, LGBTQ+

people, visible minorities/racialized people, and other groups the City identifies as historically

underrepresented.

"IP" means Inspection Protocal that is used by MOHLTC Inspectors

"IPAC" means Infection Prevention and Control

' Policy and Procedures of LTCHS Division

'LTCHS"Long Term Care Homes and Service Division of the City of Toronto

'MOHLTC" means Ministry of Health and Long Term Care

"may" and "should" used in this RFSQ. denote permissive (not mandatory).

“MFIPPA” means the Municipal Freedom of Information and Protection of Privacy Act.

"must", "shall" and "will" used in this RFSQ denote imperative (mandatory), meaning Responses not

satisfying imperative (mandatory) requirements will be deemed to be non-compliant and will not be

considered for contract award.

"Orientation" means contractors orientation before starting the contract work

"PIDAC" means Provincial Infectious Diseases Advisory Committee

"Prequalified Vendor” means a successful Respondent whom the City has appointed to the RFSQ List.

"Resident bill of Rights" means the Resident Rights who live in the Ontario Long term Care homes

27 of 63

Page 26: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

“Respondent” means a legal entity that submits a Response. If two or more legal entities wish to submit a

Response as a consortium, one member of the consortium must be identified as the Respondent with whom

the City may enter into an Agreement, and the other member(s) must be identified as subcontractors to that

Respondent.

“Response” means an offer submitted by a Respondent in response to this RFSQ, which includes all of the

documentation necessary to satisfy the submission requirements of the RFSQ.

“RFSQ” or "Roster" means this Request for Supplier Qualification package in its entirety, inclusive of all

Appendices and any bulletins or Addenda that may be issued by the City.

"Roster List" means a list of Vendors that the City has determined satisfy the conditions for participation

in that list, and that the City intends to use more than once to select a Vendor for a Work Assignment.

“Services” means all services and deliverables to be provided by a Vendor as described in this RFSQ.

"Supplier Certification Organization" is a non-profit organization recognized by the City of Toronto that

certifies businesses and enterprises as Diverse Suppliers by assessing them using established, consistent

criteria. Recognized Supplier Certification Organizations include:

Canadian Aboriginal and Minority Supplier Council

Canadian Gay and Lesbian Chamber of Commerce

Social Purchasing Project

Women Business Enterprise Canada

Canadian Council for Aboriginal Business

"Supplier Code of Conduct" means business ethical standards contained in Article 13 Chapter 195,

Purchasing, of the Toronto Municipal Code;

"Workforce Development" means a relatively wide range of activities, policies and programs to create,

sustain and retain a viable workforce that can support current and future business and industry. It is an

approach that integrates career exploration, industry–driven education and training, employment, and career

advancement strategies, facilitated by the collaboration between employers, training and education

institutions, government, and communities

“Vendor” means the successful Respondent with whom the City enters into an Agreement.

"Work Assignment" means a work assignment as described under Sections 3.

28 of 63

Page 27: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

5.03 Interpretation

In this RFSQ and in the Agreement, unless the context otherwise necessitates,

(a) any reference to an officer or representative of the City shall be construed to mean the person

holding that office from time to time, and the designate or deputy of that person, and shall be deemed to

include a reference to any person holding a successor office or the designate or deputy of that person;

(b) a reference to any Act, bylaw, rule or regulation or to a provision thereof shall be deemed to include

a reference to any Act, bylaw, rule or regulation or provision enacted in substitution thereof or amendment

thereof;

(c) all amounts are expressed in Canadian dollars and are to be secured and payable in Canadian

dollars;

(d) all references to time shall be deemed to be references to current time in the City;

(e) a word importing only the masculine, feminine or neuter gender includes members of the other

genders; and a word defined in or importing the singular number has the same meaning when used in the

plural number, and vice versa;

(f) any words and abbreviations which have well-known professional, technical or trade meanings, are

used in accordance with such recognized meanings;

(g) all accounting terms have the meaning recognized by or ascribed to those terms by the Canadian

Institute of Chartered Accountants; and

(h) all index and reference numbers in the RFSQ or any related City document are given for the

convenience of Respondents and such must be taken only as a general guide to the items referred to. It

must not be assumed that such numbering is the only reference to each item. The documents as a whole

must be fully read in detail for each item.

[End of Part 5]

29 of 63

Page 28: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

APPENDIX A – SUBMISSION FORM

REQUEST FOR SUPPLIER QUALIFICATION NO. 1201-19-5007

Prequalification for the selection of Electrical Contractors for the supply of all labour, equipment,

material and supervision necessary for the completion of various construction work assignments at

Long Term Care Homes and Services Facilities throughout the City of Toronto.

CLOSING: 12:00 NOON (LOCAL TORONTO TIME) February 21, 2018

1. RESPONDENT INFORMATION

Please complete following form, and name one (1) authorized person to be the contact for the

procurement process and for any clarifications or amendments that might be necessary.

Full Legal Name of

Respondent:

Any Other Trade Name under

Which the Respondent Carries

on Business:

Street Address:

City, Province/State:

Postal Code:

Phone Number:

Fax Number:

Company Website (If Any):

Contact Person and Title:

30 of 63

Page 29: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

Contact Phone:

Contact Facsimile:

Contact E-mail:

2.0 ACKNOWLEDGEMENT OF NON-BINDING PROCUREMENT PROCESS REQUEST FOR

SUPPLIER QUALIFICATIONS TERMS, CONDITIONS AND SPECIFICATIONS

By signing this form the Respondent agrees that if selected to provide the goods and/or services

described in this Request for Supplier Qualification document, they will provide those

Deliverables in accordance with the terms, conditions, and specifications contained in the Request

for Supplier Qualification and any subsequent Request for Tender and in accordance with the

Respondent's Response submission.

2.0 POLICIES

The Respondent has read, understood and agrees to comply with the policies, practices and

statements found on the City’s website at the following link:

http://toronto.ca/purchasing/index.htm

Without limiting the Respondent's acknowledgement of the City's general procurement policies,

by signing this form, the Respondent acknowledges and certifies that the Respondent, and any of

its proposed subcontractors, will provide the goods and/or services in compliance with the

following specific policies:

2.1 DECLARATION OF COMPLIANCE WITH THE CITY'S SUPPLIER CODE OF CONDUCT

By signing this form, the Respondent acknowledges that it has read and understands its

obligations under the Toronto Supplier Code of Conduct and further certifies that the Respondent,

and any of its proposed subcontractors, shall agree to provide the services in compliance with the

Toronto's Supplier Code of Conduct.

For a copy of the City of Toronto's Supplier Code of Conduct, see Article 13 of Chapter 195 of

the City of Toronto's Municipal Code: Chapter 195 - Purchasing

31 of 63

Page 30: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

2.1.1 PROHIBITION AGAINST COLLUSION AND UNETHICAL BIDDING

If the box below is left blank, the Respondent will be deemed to declare that it had no affiliation

or other relationships with other Respondents that might be seen to compromise the principle of

fair competition, including any proposed subcontracting relationships.

If the Respondent declares an affiliation or other relationship with other Respondents that might

be seen to compromise the principle of fair competition, the Respondent must set out the details

below:

2.1.2 PROHIBITION AGAINST ILLEGALITY

If the box below is left blank, the Respondent will be deemed to declare that is has no previous

convictions of itself or affiliated persons for collusion, bid-rigging, price-fixing, bribery, fraud, or

other similar behaviors or practices prohibited under the Criminal Code, the Competition Act, or

other applicable law, for which the Respondent has not received a pardon.

If the Respondent declares that it has previous convictions of itself or affiliated persons, the

Respondent must set out the details below:

32 of 63

Page 31: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

2.1.3 CONFLICTS OF INTEREST OR UNFAIR ADVANTAGE

For the purposes of this section, the term “Conflict of Interest” means

(a) in relation to the procurement process, the Respondent has, or is seen to have, an unfair

advantage or engages in conduct, directly or indirectly, that may give it an unfair

advantage, including but not limited to (i) having, or having access to, confidential

information of the City in the preparation of its Response that is not available to other

Respondents, (ii) communicating with any person with a view to influencing preferred

treatment in the procurement process (including but not limited to the lobbying of

decision makers involved in the procurement process), or (iii) engaging in conduct that

compromises, or could be seen to compromise, the integrity of the procurement process;

or

(b) in relation to the performance of its contractual obligations contemplated in the contract

that is the subject of this procurement, the Respondent’s other commitments,

relationships or financial interests (i) could, or could be seen to, exercise an improper

influence over the objective, unbiased and impartial exercise of its independent judgment,

or (ii) could, or could be seen to, compromise, impair or be incompatible with the

effective performance of its contractual obligations.

Potential Conflicts of Interest or unfair advantage include, but are not limited to:

(1) Engaging current or former City employees or public office holders to take any part in the

preparation of the Response or the performance of the contract if awarded, any time within two

(2) years of such persons having left the employ or public office of the City;

(2) Engaging any family members, friends or private business associates of any public office

holder which may have, or appear to have, any influence on the procurement process or

performance of the contract, if awarded;

(3) Prior involvement by the supplier or affiliated persons in developing the technical

specifications or other evaluation criteria for the solicitation;

(4) Prior access to confidential City information by the supplier, or affiliated persons, that is

materially related to the solicitation and that was not readily accessible to other prospective

Respondents; or

(5) The Respondent or its affiliated persons are indebted to or engaged in ongoing or proposed

litigation with the City in relation to a previous contract.

If the box below is left blank, the Respondent will be deemed to declare that (a) there was no

Conflict of Interest in connection with preparing its Response; and (b) there is no foreseeable

Conflict of Interest in performing the contractual obligations contemplated in this RFSQ process.

33 of 63

Page 32: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

If the Respondent declares an actual or potential Conflict of Interest, the Respondent must set out

the details below:

The following individuals, as employees, advisers, or in any other capacity (a) participated in the

preparation of our Response; AND (b) were employees of the City and have ceased that

employment within 24 months prior to the Submission Deadline:

Name of Individual:

Job Classification:

Department:

Last Date of Employment with the City:

Name of Last Supervisor:

Brief Description of Individual’s Job Functions:

Brief Description of Nature of Individual’s Participation in the Preparation of the Response:

(Repeat above for each identified individual. Respondents may include this information on

a separate sheet if more space is required)

The Respondent agrees that, upon request, the Respondent shall provide the City with additional

information from each individual identified above in a form prescribed by the City.

34 of 63

Page 33: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

2.2 ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT

For a copy of the City of Toronto Environmentally Responsible Procurement Policy, visit the

website: *

State if environmentally preferred products/service is being offered: YES______ NO______

State briefly the environmental benefit of the product/service offered:

2.3 DECLARATION OF COMPLIANCE WITH ANTI-HARASSMENT/DISCRIMINATION

LEGISLATION & CITY POLICY

Organizations/individuals in Ontario, including the City of Toronto, have obligations under the

Ontario Human Rights Code, the Occupational Health and Safety Act, the Employment Standards

Act, the Accessibility for Ontarians with Disabilities Act, the Criminal Code of Canada and the

Charter of Rights and Freedoms. In addition, the City of Toronto also has policies that prohibit

discrimination on the additional grounds of political affiliation or level of literacy, subject to the

requirements of the Charter. Organizations are required to have and post policies, programs,

information, instruction, plans and/or other supports, and an appropriate internal process available

to their employees and service recipients to prevent, address and remedy discrimination, racism,

harassment, hate and inaccessibility complaints under the applicable legislation and including the

additional grounds of discrimination prohibited under City policy. Individuals are obliged to

refrain from harassment/hate activity.

The City of Toronto requires all organizations and individuals that contract with the City to sign

the following Declaration of Compliance with Anti-Harassment/Discrimination Legislation &

City Policy. This Declaration must be signed by your organization and submitted with the

contract or Letter of Understanding. The name of your organization and the fact that you have

signed this declaration may be included in a public report to City Council.

Declaration:

I/we uphold our obligations under the above provincial and federal legislation. In addition,

I/we uphold our obligations under City policies which prohibit harassment/discrimination

on a number of grounds including political affiliation and level of literacy.

WHERE LEGALLY MANDATED I/we have in place the necessary policies, programs,

information, instruction, plans and/or other supports that are consistent with our

obligations, and I/we have an internal process available to my/our employees and service

recipients to prevent, address and remedy discrimination, racism, harassment, hate and

inaccessibility complaints. I/we agree that I/we shall, upon the request of the City, provide

evidence of the policies, programs, information, instruction, plans and other supports and

an appropriate internal complaint resolution process required under this Declaration which

35 of 63

Page 34: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

is sufficient to allow the City to determine compliance. I/We acknowledge that failure to

demonstrate compliance with this declaration to the satisfaction of the operating Division,

in consultation with the City Solicitor, may result in the termination of the contract.

2.4 DECLARATION OF COMPLIANCE WITH THE CITY OF TORONTO FAIR WAGE AND

LABOUR TRADES POLICY

By signing this form, the Respondent acknowledges and certifies that the Respondent, and any of

its proposed subcontractors, will provide the services in compliance with the City's Fair Wage

and Labour Trades Policy.

The policy and schedules are available on the Fair Wage Office website –

www.toronto.ca/fairwage

2.5 ACCESSIBILITY FOR ONTARIANS WITH DISABILITIES STANDARDS

The Respondent acknowledges that it shall deliver, as appropriate for each Deliverable, accessible

and inclusive Services consistent with the Ontario Human Rights Code (OHRC), the Ontarians

with Disabilities Act, 2001 (ODA) and Accessibility for Ontarians with Disabilities Act, 2005

(AODA) and its regulations in order to achieve accessibility for Ontarians with disabilities.

Respondents are also required to comply with the City’s accessibility standards, policies,

practices, and procedures, which may be in effect during the Term of the Agreement and which

apply to the Deliverables. The accessible customer service training requirements which are

applicable to the Deliverables may be reviewed at:

https://www.ontario.ca/laws/regulation/110191

3.0 DISCLOSURE OF INFORMATION

The Respondent hereby agrees that any information provided in this Response, even if it is

identified as being supplied in confidence, may be disclosed where required by law or if required

by order of a court or tribunal. The Respondent hereby consents to the disclosure, on a

confidential basis, of this Response by the City to the City’s advisers retained for the purpose of

evaluating or participating in the evaluation of this Response.

The Respondent shall provide the City with ongoing disclosure, should the Respondent be

awarded a contract and any of the information provided above change.

36 of 63

Page 35: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

4.0 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA BY NUMBER AND ISSUE DATE

I/WE ACKNOWLEDGE THE RECEIPT OF:

ADDENDUM No(s). TO DATED TO

SIGNATURE OF AUTHORIZED SIGNING OFFICER

_________________________________________________________________________________

PRINTED NAME OF SIGNING OFFICER

I have authority to bind the Respondent

and attest to the accuracy of the

information provided in this Response.

THIS FORM (Appendix A) IN ITS ENTIRETY IS A MANDATORY SUBMISSION

REQUIREMENT

37 of 63

Page 36: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

APPENDIX B – REFERENCE FORM

REQUEST FOR SUPPLIER QUALIFICATION NO. 1201-19-5007

SIMILAR PROJECT EXPERIENCE

The Respondent shall demonstrate that their company has attained substantial performance for 3

similar projects of various types and at least three (3) projects in Long Term Care Facility or

Acute Care Facility of a minimum of 100 beds, in the past five (5) years.

Similar Projects Experience It is important that the project or Services be undertaken by a team who can demonstrate

specific knowledge of, and experience in performing similar work for projects or Services

of comparable nature, size and scope. In particular, the Respondent should provide the

following in its response, Appendix B - Reference Form:

Long Term Care and or Acute Care with 100 bed Project Experience

The Respondent should provide the following in its response, Appendix B1 - Reference

Form:

The City reserves the right to contact and confirm reference information provided on all

identified projects for evaluation of the the Respondent’s experience and track record of

success.

Each project reference must include:

Project Name / Location;

Building Area;

Total Construction Cost;

Year Started;

Project Delivery Method;

Project Description, Scope of Work;

Name of Project Manager;

Name of Site Superintendent;

Name of Safety Supervisor;

Owner Representative Contact Information;

o Name of Project Owner;

o Contact Name;

o Telephone Number;

o Email Address;

Prime Consultant (Architect) Contact Information;

o Name of Prime Consultant;

o Contact Name;

o Telephone Number;

o Email Address;

38 of 63

Page 37: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

Project No. 1

Project Name / Location:

Building Area in GSF:

Total Construction Cost:

Year Started:

Year Completed

(Substantial Performance) :

Project Delivery Method:

Project Description, Scope

of Work:

Name of Project Manager:

Name of Site

Superintendent:

Name of Safety Supervisor:

Owner Representative

Contact Information:

Name of Project Owner: ________________________________________

Contact Name:_______________________ Tel No.: _________________

Email Address: _______________________________________________

Prime Consultant

(Architect)

Contact Information:

Name of Prime Consultant: _____________________________________

Contact Name:______________________ Tel No.: _________________

Email Address: ______________________________________________

39 of 63

Page 38: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

Project No. 2

Project Name / Location:

Building Area in GSF:

Total Construction Cost:

Year Started:

Year Completed

(Substantial Performance) :

Project Delivery Method:

Project Description, Scope

of Work:

Name of Project Manager:

Name of Site

Superintendent:

Name of Safety Supervisor:

Owner Representative

Contact Information:

Name of Project Owner: ________________________________________

Contact Name:_______________________ Tel No.: _________________

Email Address: _______________________________________________

Prime Consultant

(Architect)

Contact Information:

Name of Prime Consultant: _____________________________________

Contact Name:______________________ Tel No.: _________________

Email Address: ______________________________________________

40 of 63

Page 39: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

Project No. 3

Project Name / Location:

Building Area in GSF:

Total Construction Cost:

Year Started:

Year Completed

(Substantial Performance) :

Project Delivery Method:

Project Description, Scope

of Work:

Name of Project Manager:

Name of Site

Superintendent:

Name of Safety Supervisor:

Owner Representative

Contact Information:

Name of Project Owner: ________________________________________

Contact Name:_______________________ Tel No.: _________________

Email Address: _______________________________________________

Prime Consultant

(Architect)

Contact Information:

Name of Prime Consultant: _____________________________________

Contact Name:______________________ Tel No.: _________________

Email Address: ______________________________________________

41 of 63

Page 40: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

APPENDIX B1 – LTC REFERENCE FORM – PROJECT NO. 1

1) Company / Organization Name: ___________________________________________________

Contact Name and Title: _________________________________________________________

Telephone Number: ______________________ Email Address: ________________________

a) Does this reference provide Long Term Care or Acute Care

Services as defined by Ministry of Health and Long Term Care? Yes / No _____

b) Does this Health Care Facility have more than 100 beds? Yes / No _____

c) Has the company had at least two (2) years contract with the Yes / No _____

reference?

d) Has your company provided services of a similar nature to those Yes / No _____

required by this RFQ?

42 of 63

Page 41: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

APPENDIX B1 – LTC REFERENCE FORM – PROJECT NO. 2

2) Company / Organization Name: ___________________________________________________

Contact Name and Title: _________________________________________________________

Telephone Number: ______________________ Email Address: ________________________

I. Does this reference provide Long Term Care or Acute Care

Services as defined by Ministry of Health and Long Term Care? Yes / No _____

II. Does this Health Care Facility have more than 100 beds? Yes / No _____

III. Has the company had at least two (2) years contract with the Yes / No _____

reference?

IV. Has your company provided services of a similar nature to those Yes / No _____

required by this RFQ?

APPENDIX B1 – LTC REFERENCE FORM – PROJECT NO. 3

43 of 63

Page 42: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

3) Company / Organization Name: ___________________________________________________

Contact Name and Title: _________________________________________________________

Telephone Number: ______________________ Email Address: ________________________

(1) Does this reference provide Long Term Care or Acute Care

Services as defined by Ministry of Health and Long Term Care? Yes / No _____

(2) Does this Health Care Facility have more than 100 beds? Yes / No _____

(3) Has the company had at least two (2) years contract with the Yes / No _____

reference?

(4) Has your company provided services of a similar nature to those Yes / No _____

required by this RFQ?

1.1.1 The City of Toronto may contact the references provided. Should the reference information

requested not be included with the Quotation submission, Bidders must provide it within three (3)

Business Days of a written request from the City or the Quotation will be declared non-compliant.

44 of 63

Page 43: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

APPENDIX C – FORM OF AGREEMENT

Not Applicable.

45 of 63

Page 44: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

APPENDIX D – RFSQ PARTICULARS

REQUEST FOR SUPPLIER QUALIFICATION NO. 1201-19-5007

A. MANDATORY REQUIREMENTS The information requested in this section for items 1. to 8. are MANDATORY.

Failure to provide any of the requested Mandatory Requirements with your submission by the

closing deadline will result in disqualification. Please ensure that all details for each Mandatory

Requirement are provided.

Any material change to the information provided in the Response to the mandatory requirements of this

RFSQ must be declared to the City immediately, throughout the duration of the RFSQ process, and up to

the future RFT award.

, after which, the information provided by the Successful Bidder may be relied upon in conjunction with

the RFSQ Response.

1. Appendix A - Submission Form

2. Appendix B - Reference Form

Form content further detailed in Section B. RATED CRITERIA.

3. Letter from Insurance Provider

Provide a signed letter from your insurer or insurance broker, dated within the last 120 days from

date of issue of this Request for Supplier Qualification document, confirming your ability to

obtain the insurance requirements listed below.

The Contractor shall, at all times prior to commencing construction until total completion (as

contemplated in the Construction Lien Act) of any Buildings, maintain and keep in force, at its

sole cost and expense the following coverages:

.1 Single Project Wrap-Up Liability Insurance acceptable to the Owner and subject to

limits of not less than Five Million Dollars ($5,000,000.00) per occurrence for bodily

injury, death and damage to property including loss of use thereof. Such insurance shall

name the City of Toronto, electrical contractor, trade contractors, subcontractors,

employees, agents, architects, landscape architects, engineers, consultants, planners and

project managers as insureds. The Wrap-Up Liability insurance shall include, but is not

limited to, bodily injury and property damage including loss of use; personal injury;

contractual liability; premises and operations; property damage; occurrence property

damage; products and completed operations liability coverage extension of thirty-six (36)

months (to commence upon substantial performance of any such Buildings); contingent

employers liability; cross liability and severability of interest clause; and if applicable to

the Lands and any Buildings, shoring, blasting, excavation, underpinning, demolition,

pile driving, caisson work and work below ground surface including tunneling and

grading. This Wrap-Up Liability insurance policy shall be the primary insurance

coverage in all cases for all risks of liability associated with the construction operations

of this project.

.2 Builder's Risk Insurance (i.e. All Risk physical damage insurance as opposed to a

Named Peril) covering all property and equipment that is to form part of the Work

project. This policy should have limits not less than the equivalent (new) replacement

46 of 63

Page 45: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

cost (including By-Laws) and include Business Interruption coverage including

Delay/Start-Up and additional soft costs. The policy shall have a deductible of not more

than twenty-five thousand dollars ($25,000.00). The policy will contain a Waiver of

Subrogation in favour of the City of Toronto,

.3 Contractor's Equipment Insurance – All risk property insurance on the Contractor’s

tools, machinery, equipment and temporary facilities used during the performance of the

Work (including owned, non-owned and rented). Such insurance will contain a Waiver of

Subrogation in favour of the City of Toronto;

.4 Project Specific Errors & Omissions Insurance (from the date of first design) covering

all professionals engaged by the Builder to fulfil the design elements of the Contract

Work. Such insurance shall provide coverage for claims alleging an error, omission or

negligent act in the performance of a professional service. Such insurance will have a

limit of not less than One and half million dollars ($1.5,000,000.00) per claim limit, and

shall continue in force for a period of not less than thirty-six (36) months from the date of

Substantial Performance;

.5 Boiler & Machinery Insurance (including testing coverage) during the course of

construction. This policy should have limits not less than the full contract price or the

equivalent (new) replacement (including By- Laws) cost and include Business

Interruption coverage including Delay/Start-Up and additional soft costs. The policy will

contain a Waiver of Subrogation in favour of the City of Toronto;

.6 Contractor's Pollution Liability Insurance with a limit of not less than five million

dollars ($5,000,000.00) per claim. The policy covers third-party injury and property

damage claims, including clean-up costs, as a result of pollution conditions arising from

the Builder’s operations and/or completed operations (i.e. Work performed). If single

project, the policy should include an extended reporting period of thirty-six (36) months.

If annual policy, it should be kept in force for twenty-four (36) months from the date of

substantial completion. The City of Toronto should be named as an additional insured on

this policy;

.7 Automobile Liability Insurance for all licensed vehicles owned, rented and/or leased by

or on behalf of the Builder or its contractor(s) while on any business connected with the

Work to a limit of not less than Two Million Dollars ($2,000,000.00) per occurrence in

respect of bodily injury, death and damage to property including loss of use thereof. The

Builder's contractor(s) shall obtain proof of insurance from its subcontractors for the

vehicles they own, rent and/or lease;

.8 Such other forms of insurance as the City of Toronto, acting reasonably, may require

from time to time, in form, amounts and for risks against which a prudent Builder would

insure.

47 of 63

Page 46: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

4. Letter from Surety

Provide a signed letter from your Surety, dated within the last 120 days from date of issue of this

Request for Supplier Qualification document clearly stating:

a) The name and address of the contractor for which the confirmation letter is being

provided;

b) That the contractor is in good standing with the surety; and

c) The contractor's single bond amount limit and the contractor's total aggregate

bonding facility amount.

An Agreement to Bond will form part of future Request for Tender.

5. CAD-7 and WSIB Information:

Provide a copy of each of the following two (2) items for your company:

a) CAD-7 Experience rating or WISR (Workplace Injury Summary Report) and

b) WSIB Clearance Certificate

6. Financial Viability

The Respondent must provide this table answering the following questions:

Question Response

Are you able to provide a copy of your audited accounts for the last two years, if

requested?

If no can you provide one of the following answers with Y/N in the relevant box

Yes

No

(a) A statement of the turnover, Profit and Loss Account / Income Statement, Balance

Sheet / Statement of Financial Position and Statement of Cash Flow for the most recent

year of trading for this organization.

Yes

No

(b) A statement of the cash flow forecast for the current year and a bank letter outlining

the current cash and credit position.

Yes

No

( c) Alternative means of demonstrating financial status if any of the above are not

available (e.g. forecast of turnover for the current year and a statement of funding

provided by the owners and / or the bank, charity accruals accounts or an alternative

means of demonstrating financial status)

Yes

No

48 of 63

Page 47: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

Where a respondent may be proposing the use of a financial guarantee from a parent corporation, or other

corporation in order to fulfil the financial conditions of the Project (a "Guarantor"), the Guarantor shall

provide;

i. confirmation of its willingness to act in this capacity; and

ii. the same financial information required of this respondent.

In the event that a Team Member is proposing to use a Guarantor, the Team Member shall

provide confirmation of the Guarantor's willingness to provide the proposed financial guarantee.

The City reserves the right to request the information indicated in the above noted table. Failure

to be able to provide any of the financial information will be grounds to reject your submission

The City reserves the right to reject a response, or subsequently remove a respondent from the

pre-qualification list, based on a review of the financial information noted above, or one or more

third party credit ratings or analytical evaluation reports where those reports contain information

suggesting an unacceptable risk associated with the financial viability of the Respondent(s) or

their Financial Guarantor(s), or its ability to continue as a going concern.

This right will continue in the RFT

7. Letter from Financial Institution:

Provide a signed letter from your Financial Institution, dated within the last 120 days from date of

issue of this Request to Pre-Qualify document addressing the following:

a) Your general financial position including:

The number of years with that institution.

Financial capability to conduct and perform construction projects of a dollar

value of Ten Million ($10,000,000.00) to One Hundred Million

($100,000,000.00).

History of (NSF) non-sufficient funds.

Disclosure in relation to any filing for creditor protection that may have

occurred within twelve (12) months prior to the date of issue of this Request to

Pre-Qualify document, along with the underlying details.

General standing.

b) Provide a named reference and phone number from your financial institution, and

authorization to verify the accuracy of information provided in your Response, as it

pertains to this RFSQ.

Where a Respondent may be proposing the use of a financial guarantee from a parent

corporation, or other corporation in order to fulfil the financial conditions of the Project

(a “Guarantor”), the Guarantor shall provide;

i. confirmation of its willingness to act in this capacity; and

ii. the same financial information required of the Respondent.

In the event that a Team Member is proposing to use a Guarantor, the Team Member

shall provide confirmation of the Guarantor's willingness to provide the proposed

financial guarantee.

49 of 63

Page 48: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

c) Provide information if your company has current or past lien, claims or disputes

and outstanding legal proceedings, or law suits and indicate if you are suing or

being sued on any projects in the last 5 years. Indicate your position with respect

to the resolution of disputes and the use of courts for this purpose and management

procedures to avoid litigation and/or arbitration.

d) Note : No submission will be accepted from any Electrical contractor who has a

claim, dispute or has instituted a legal proceeding against the City of Toronto or

against whom the City of Toronto has instituted a legal proceeding. This applies

whether the legal proceeding is related or unrelated to the subject matter of this

prequalification

Respondents should have the staff and organization to ensure their ability to deliver and support the

proposed project or Services.

B. RATED CRITERIA

Your submission must include the Rated Criteria submission requirements as set out in Section B.

RATED CRITERIA, including a CCDC 11 2016 Contractor's Qualification Statement completed

in full, for evaluation by the Evaluation Team.

The information requested in this Section shall be provided for evaluation by the Evaluation

Team. Refer to Appendix E, EVALUATION CRITERIA. The contents within each sub-section

shall be complete with all information to be considered for evaluation.

8. Corporate Experience

To permit the Respondent to be evaluated fully as a viable and sound enterprise, include

the following information with respect to the Respondent, and if applicable, for each

consortium member. The Respondent is to demonstrate their experience as it relates to the

scope of work and services described in this RFSQ.

a) CCDC 11-2016 contractor's Qualification Statement form for Electrical

Contractors completed in full. The Respondent is to demonstrate their experience

as it relates to the scope of work and services described in this RFSQ. Where

possible, provide relevant project experience with the City of Toronto within

CCDC 11-2016, e.g. Appendix A, B, or C. Project experience with the City of

Toronto is not a mandatory requirement.

b) Each Respondent must provide proof of a minimum of ten (10) years operation

as a Electrical Contractor under the Legal Name as identified by the Respondent

in Submission Form (Appendix A).

c) Provide a corporate organizational chart of in house resources and departments

assigned to complete this project. The organizational chart should include but not

be limited to: Executive Management, Management, Implementation, Finance,

Administrative supports, etc.

d) Financial Viability, refer to Section A. MANDATORY REQUIREMENTS, 6.

Financial Viability.

e) Letter from Financial Institution, refer to Section A. MANDATORY

REQUIREMENTS, 7. Letter from Financial Institution.

50 of 63

Page 49: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

f) Are they a certified diverse supplier; proof of commitment to employer and

supply chain diversity.

9.0 Health and Safety (Mandatory)

9.0.1 A detailed description of your company, (including subcontractors and or consortium)

health and safety policy with specific reference to programs and methods of ensuring

safety at the Long Term Care facilities and written confirmation that the policies will be

enforced by your company. (Do not include generic safety policy).

9.0.2 Has the contractor (including subcontractors and or consortium) had violations resulting

in fines and or penalties? If yes, provide details of the occurrence, remedies imposed by

MOL and corrective action plan. (attach and label additional sheets if necessary)

9.0.3 Submit the following for the last 5 years: (of your company, including subcontractors

and or consortium)

I. Total Numbers of Workers Compensation Claims

II. Number of Lost Time Workers Comp Claims

III. Number of Accident liability Claims

IV. Number of Fatalities

9.0.4 Submit CAD-7 Experience Rating including WSIB clearance certificate and account

number. (Not part of 20 page limit)

9.0.5 Provide proof of training in the Occupational Health and Safety Act and its legislations as

well as proof of familiarity with Hazards by construction Superintendents

9.1 CONTRACTOR’S RESPONSIBILITIES WITH RESPECT TO OCCUPATIONAL HEALTH

AND SAFETY:

9.1 Where the work or services of the Successful Bidder is performed on City of Toronto property,

the Successful Bidder and all sub-contractors shall at all times comply with the Occupational

Health and Safety Act and its Regulations and take every precaution reasonable in the

circumstances for the protection of the workers. The Successful Bidder or sub-contractor(s) shall

be qualified to perform the work or services and comply with the Occupational Health and Safety

Act and its Regulations. Unless otherwise stated, if the work or services is a project as defined

under the Occupational Health and Safety Act, the Successful Bidder is assumed to be the

Constructor under the Act and its Regulations and the Successful Bidder must govern.

9.2 The Successful Bidder shall give the required notices and comply with the laws, ordinances,

rules, regulations, codes, and orders to the authorities having jurisdiction, which are or become in

force during the performance of the Work and which relate to the work, to the preservation of the

public health, and/or to construction safety.

9.3 The Successful Bidder shall execute the terms of the Contract in strict compliance with the

requirements of the Occupational Health and Safety Act, R.S.O. 1990, c. o.1; the Regulations for

Construction Projects, O. Regulation 213/91 and other applicable associated regulations and all

amendments thereto.

51 of 63

Page 50: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

9.4 The Successful Bidder shall, in all cases, be the “employer”, as defined by the Occupational

Health & Safety Act, of the Successful Bidder’s employees and/or sub-contractors. Where the

work is classified as construction, as defined in the Occupational Health & Safety Act, and the

nature and scope of the work allow, the Successful Bidder shall also be designated as

“constructor” of the project. The Successful Bidder will appropriately assume the responsibilities

of the “employer” and “constructor” as set out in the Act and the applicable Regulations and all

amendments thereto.

9.5 During executions of this Work, the Successful Bidder shall ensure that:

9.5.1 Worker safety is given first priority in planning, pricing and performing the work;

9.5.2 Its officers and supervisory employees have a working knowledge of the duties of a

“constructor” and “employer” as defined by the Act and the provisions of the Regulations

applicable to the work, and personal commitment to comply with them;

9.5.3 Workers employed to carry out the work possess the knowledge, skills and protective

devices required by law or recommended for use by a recognized industry association to

allow them to work in safety.

9.5.4 Its supervisory employees are “Competent Persons” as defined in the Occupational

Health and Safety Act, and carry out their duties in a diligent and responsible manner

with due consideration for the health and safety of the workers; and all Subcontractors

and their employees are properly protected from injury while they are at the work place.

9.6 Where required by the Regulations, the Successful Bidder shall register a “Notice of Project”

with the Ministry of Labour prior to starting the work on site. A copy of the registration must be

posted at a visible location on the site. The Successful Bidder shall pay all registration fees.

9.7 Only “Competent Workers”, as defined by the Occupational Health and Safety Act, may perform

work with Hazardous or Controlled Products. No hazardous products which are “designated

substances”, and/or “known human cancer-causing agents” may be used in the performance of the

work, unless pre-authorized by the City’s representative. The Successful Bidder shall not bring

into the work site, in a manner ensuring easy availability for all workers and authorized City

representative, a copy of the relevant material safety date sheet.

9.8 Before starting the work, the Successful Bidder shall provide the City of Toronto with written

advice that:

9.8.1 A “Notice of Project” has been filed with the Ministry of Labour, where required. A

copy of the notice shall be provided.

9.8.2 The Successful Bidder has provided his employees and sub-contractors with instructions

and training in handling use of Hazardous and Controlled Products (WHMIS training)

and other training required by the Occupational Health and Safety Act.

52 of 63

Page 51: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

9.8.3 A competent on-site supervisor is appointed. Provide name of the supervisor together

with the certificate of training, as evidence of the individual’s competence to the work

location.

9.8.4 The Successful Bidder has an Occupational Health and Safety Policy and Procedures,

including an emergency plan for addressing a critical injury, accident or incident as

defined by the Occupational Health and Safety Act. A copy of the policy, procedures

and emergency plan shall be provided to the work location.

9.8.5 The Successful Bidder is registered with the Workplace Safety and Insurance Board

(WSIB). An up-to-date WSIB Clearance Certificate shall be submitted.

9.9 All Successful Bidders’ Safety Reports, where applicable, shall be completed and submitted to

the City.

9.10 Successful Bidder shall complete an injury report for any work-related injury incurred by a

Contractor’s sub-Contractor’s employee during the performance of the work, shall comply with

the Workplace Safety Insurance Board’s reporting requirements, and shall submit a copy of the

report to the City.

9.11 In accordance with Designated Substance Regulations under the Occupational Health and Safety

Act, the Owner advises that:

9.11.1 The designated substance arsenic may be present throughout the Working Area,

occurring naturally or in contaminated soil.

9.11.2 The designated substance, asbestos may be present throughout the working area in duct

and pipe insulations, sprayed-on acoustical insulation, cement products, asphalt and

conduits for utilities. Exposure may occur as a result of activities by the contractor such

as cutting, grinding, drilling, breaking, crushing or removing of these materials.

9.11.3 The designated substance lead may be present throughout the working area in

contaminated soil or lead-containing paints, coatings or conduits. Exposure may occur

during soil excavation, during removal or high-temperature cutting/welding of

paints/coatings, or during cutting, grinding, drilling or removing of conduits.

9.11.4 The designated substance silica is typically present throughout the working area in

cement materials. Exposure may occur as result of activities such as sweeping, drilling,

cutting, grinding, breaking or removing rock, concrete, masonry, stone or refractory

materials.

53 of 63

Page 52: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

9.12 When building records or test results indicate the presence of a designated substance, specific

information on its condition and location will be provided to the Successful Bidder by the

Owner.

9.13 The Successful Bidder shall advise the Owner immediately if any Designated Substance not

previously identified is discovered in the work area.

9.14 The Successful Bidder shall advise the Owner of work procedures to be followed to minimize

worker exposure to (a) designated substance(s), when potential for disturbance of (a) designated

substance(s) exist in work to be performed.

9.15 For Asbestos-related work:

9.15.1 The Successful Bidder shall be the holder of a “Certificate of Approval” by the

Ministry of the Environment to transport and dispose of asbestos material, or shall

retain an Asbestos Abatement Contractor who is approved by the Ministry of the

Environment to perform this work.

9.15.2 All work shall be carried out under conditions that meet or exceed those required by the

“Regulations Respecting Asbestos on Construction Projects and in Buildings and

Repair Operations – made under the Occupational Health and Safety Act (O. Reg. 838,

amended O. Reg. 510/92) or such variances as the Ministry of Labour allows. A

Notice of Project shall be submitted by the Successful Bidder to the Ministry of

Labour. A copy of that notice shall be posted at the work site.

9.15.3 If the Successful Bidder fails to enforce the requirements of the Occupational Health

and Safety Act, the City of Toronto authorized representative or Project Manager shall

be at liberty to stop the work immediately at no cost to the City Toronto, until the

infraction has been corrected. If further infractions occur, the City of Toronto retains

the right to remove the Successful Bidder from the work.

54 of 63

Page 53: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

ATTACHMENT “1”

9.16 List of Designated Substances and Known (Confirmed) and Probable (Suspected) Human Cancer-

Causing Agents.

Designated Substances Known/Confirmed Human Cancer-

Causing Agents

Probable Human Cancer-Causing

Agents.

Acrylonitrile

Arsenic

Asbestos

Benzene

Coke oven emissions

Ethylene oxide

Isocyanates

Lead

Mercury

Silica

Vinyl chloride

Aflatoxins

4 – Aminodiphenly

Arsenic (elemental and organic compounds)

Asbestos, all forms

Azathioprine

Benzene

Benzidine

Beryllim and compounds

N, N-bis (2-chloroethyl) -2-aphthylamine

Bis (chloromethyl) ether?

1,4 Buthanediol dimethanesulfonate

Cadmium and cadmium compounds2

Chromium (VI) compounds

Coal tar pitch volatiles

Ethylene oxide2

Lead chromate

Mineral oils untreated and mildly treated

2-Naphthylamine

Nickel subsulfide

Silica (crystalline)

Talc containing asbestiform fibres

Uranium (soluble and insoluble compounds)

Vinyl chloride

Wood dust (beech and oak)

Zinc chromates

Acrylonitrile

Antimony trioxide production

Benz (a) anthracene

Benzo (b) fluranthene

Benzo (a) pyrene

Benzotrichloride

1.3 – Butadiene

Calcium chromate

Carbon tetrachloride

(Tetrachloromethane)

Chloromethly methyl ether

Diazomethane

1, 4 – Dichloro – 2 carbanoyl chloride

Formaldehyde

4, 4’-Methlyene bis (s-chloroaniline)

4 – Nitrodiphenly

Strontium acid (contained in strong

inorganic acid mists)

Vinyl fluroide

9.17 List comprised of agents or compounds which are found or used in occupational settings. List

derived from the Ministry of Labour’s Designated Substances Regulations, the International

Agency of Research on Cancer’s and American Conference of Governmental Industrial

Hygienists’ carcinogens lists.

9.18 Designated as a confirmed human carcinogen by the International Agency for Research on

Cancer, but has a suspected human carcinogen by the American Conference of Governmental

Hygienists.

55 of 63

Page 54: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

10. Various Project Experience

a. Phased Construction Experience

Your firm or team must have completed a minimum of 3 tendered projects involving multi-

phased work executed by your firm or team on existing buildings in the last 5 years.

(References should demonstrate experience in at least 1 project in Long Term care

facility (minimum 200K to 1million) identified in item 1.4.1.1, Scope of the Project). Clearly

indicate if either your firm or team has this experience. Provide a description of the buildings,

including location, owner, project value completion date of each phase, and activities executed.

Provide a description of the buildings including location, owner, project value, completion

date, and activities executed.

b. Interior Renovation Experience

Your firm or team must have completed a minimum of 3 tendered projects involving large

scale High Voltage and Low Voltage Projects in Long term care facility in the last 5 years.

(References should demonstrate experience in at least 2 projects in Long Term care facility,

(minimum 200K to 1million) identified in item 2.2, Scope of the Project).Clearly indicate if

either your firm or team has this experience. Provide a description of the buildings, including

location, owner, project value, completion date and activities executed.

c. Occupied Building Experience

Demonstrate previous experience refurbishing fully-occupied facilities with procedures

adopted for safety, dust/fume control, infection control requirements, noise and vibration

concerns in the last 5 years (References should demonstrate experience in at least 2 projects

in Long Term care facility, (minimum 200K to 1million) identified in item 1.4.1.1, Scope of

the Project) Identify and demonstrate strategies / training provided to staff/ workers

relating to work in Long Term care facility. Provide a description of the buildings including

location, owner, project value, completion date and methods used to ensure the continued

occupancy and operations of the building including security, noise, vibration and dust/fume

concerns at the site.

11. Experience of Key Personnel Qualifications of the named individual management team members in relationship to their role on

this project, and as demonstrated on projects of similar size, type and complexity. Maximum

points will be awarded on the basis that the individual(s) named have worked on the similar

project(s) identified in above Section 2.

a. Provide a project specific organizational chart identifying the team who will be

directly involved with the construction of this project including executive,

management, and supervisory roles. Include names of staff and their roles and

responsibilities.

b. Must be qualified as a competent person under the Ontario Health and Safety Act for

the type of work described in this Request for Pre-qualification. c. Resumes of a minimum of two (2) Project Managers and two (2) Site

Superintendents must be provided to demonstrate previous experience by the

nominated Project Manager/Project Co-ordinator and Site Superintendent in

co-ordinating construction activities at Long Term Care Facilities within the

last five (5) years.

56 of 63

Page 55: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

d. A minimum of 5 year experience as a Site Superintendent or Project Manager

directly responsible for the co-ordination of sub-trades and with significant

experience in project management and quality control related to long term care

projects.

e. provide an acceptable replacement having equivalent or better experience. The City

reserves the right to reject any “tendered bid/RFQ”, including the lowest, if the

named site superintendent becomes unavailable.

f. Have been responsible for the complete site supervision of at least 3 long term care

projects in excess of two hundred thousand dollars each.

g. Provide resumes of key personnel including administrators, estimators,

schedulers and safety representatives.

h. Resumes and current certificate and licences for Master Electricians,

Journeymen & Licensed Electricians and for Certification for Fire Alarms

Systems (CFAA Certified) employees must be submitted.

i. Resumes must clearly identify and describe the training, qualifications and

experience relevant to the activities required for this project and include

names and phone numbers of reference personnel (building owners, managers,

consultants).

j. Proof of licence must include names, class of license and license number must

be submitted.

k. Include in this sub-section individual resumes for all persons assigned to the team as

identified and described in this document.

l. Resumes must be dated and signed by the named individual within the last 120

days from dated of this Request to –Pre-Qualify document.

m. Note: The Respondent should submit signed consent forms authorizing the

disclosure of personal information to the City, or its designated agent(s), for any

resumes that are submitted; however, the Respondent will accept all liability if signed

consent forms and resumes are not disclosed to the City.

n. It is important that key Services / project individuals (i.e. major areas of

responsibility) be named, with accompanying indication of guaranteed availability.

Continuity of key personnel will be required. Respondents who have been

prequalified as a result of this RFSQ shall not substitute individuals noted in their

Response without prior written approval of the City. At the time of Tender

Evaluation and Award, Respondents will be required to confirm the individuals

provided for in their Response are the same.

57 of 63

Page 56: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

12. MATERIAL DISCLOSURES

12.1. Status of Approvals to be obtained to perform work

12.2. Other material background information or reports that will impact performance of Deliverables

12.3. City of Toronto Fair Wage Policy

The successful Respondent must be capable of complying with the City's Fair Wage Policy and applicable

current Fair Wage Schedules. These documents can be accessed and reviewed at the following link:

https://www.toronto.ca/business-economy/doing-business-with-the-city/understand-the-procurement-

process/fair-wage-office-policy/

12.4. Obligations under the Accessibility for Ontarians with Disabilities Act, 2005

The Purchaser is committed to the highest possible standards for accessibility. Successful Respondents

must be capable to recommend and deliver, as appropriate for each Deliverable, accessible and inclusive

services consistent with the Accessibility for Ontarians with Disabilities Act, 2005 (AODA) and its

regulations, in order to achieve accessibility for Ontarians with disabilities. In accordance with Ontario

Regulation 429-07 made under the Accessibility for Ontarians with Disabilities Act, 2005 (Accessibility

Standards for Customer Service), the Purchaser has established policies, practices, and procedures

governing the provision of its services to persons with disabilities. The successful Respondent must be

able to comply with the Purchaser's accessibility standards, policies, practices, and procedures in effect

during the Term of the Agreement and which apply to the deliverables provided by the successful

Respondent.

12.5. Workplace Hazardous Materials Information System

The Respondent should provide Workplace Materials Information System (WHMIS) material safety data

sheets (MSDS) for all services. Additionally, the Respondent should provide the Purchaser's personal

WHMIS training, as it relates to the Services, in accordance with Ontario's Occupational Health and

Safety Act, RSO 1990.

12.6. Workplace Safety and Insurance Board (WSIB) Certification/ Health and Safety Records

Upon award of the Agreement, it is your responsibility to ensure the City has a valid Certificate of

Clearance from the WSIB.

WSIB Clearance Certificate: a WSIB Clearance Certificate indicating the Respondent’s WSIB firm

number, account number and that its account is in good standing must be included in the Bid Submission.

Upon award of the Agreement, the successful Respondent agrees to maintain its WSIB account in good

standing throughout the term of the Agreement. The City will require the successful Respondent to

produce a valid Clearance Certificate from WSIB upon expiration during the term of the Agreement and

prior to any payment under the Agreement. If the successful Respondent does not produce confirmation

pursuant to this section, as applicable, the City, in its discretion, may terminate the Agreement.

12.7. Occupational Health and Safety Performance Record/COR Requirements

58 of 63

Page 57: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

13. CERTIFICATE OF RECOGNITION (COR™) REQUIREMENT FOR TENDERS

Bidders must possess and maintain a valid Certificate of Recognition (COR™) or an Equivalent OHS

Certification, such as ISO 45001 for the duration of the Contract, The Successful Bidder shall provide a

copy of a valid Certificate of Recognition (COR™) or Equivalent OHS Certification in the legal name of

the entity submitting the tender within five (5) working days upon being contacted by the City prior to

award.

Subcontractors will not be expected to hold COR certification, but they will be expected to adhere to the

certified General Contractor’s Health and Safety Program.

"Certificate of Recognition (COR™)" means the nationally recognized occupational health and safety

certification granted to qualifying firms by the Infrastructure Health and Safety Association (IHSA) of

Ontario or its successor.

"Equivalent OHS Certification" means an occupational health and safety certification issued to

qualifying firms by an independent third-party organization and accepted by the City (in the City's sole

discretion) as equivalent to the Certificate of Recognition (COR ™), such as ISO 45001

59 of 63

Page 58: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

APPENDIX E – EVALUATION CRITERIA

REQUEST FOR SUPPLIER QUALIFICATION NO. 1201-19-5007

Company Name:

Date:

Refer to: Appendix D – A. MANDATORY REQUIREMENTS

TAB #

Requirements and Criteria

Notes

Pass

Fail

1

Appendix A - Submission Form

2

Appendix B – REFERENCE FORM

(Similar Projects Experience)

Each of the three (3) required similar

projects will be scored based on the

criteria identified in Appendix D -

Section B.2.

Respondents are to provide a contact

reference for each of the similar

projects.

Appendix B1 – Long Term Care

Experience Form

Respondents are to provide a contact

reference for each of the Long Term

Care or Acute Care with 100 beds

projects

Points

12

18

3

Letter from Insurance Provider

(Reference Appendix D - A.3.)

4

Letter from Surety

(Reference Appendix D - A.4.)

5

CAD-7 Experience rating and

WSIB Clearance Certificate

(Reference Appendix D - A.5.)

A pass is subjective to the results

indicative of the rating

60 of 63

Page 59: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

The following criteria are to be graded using the information provided in the Respondent’s submission.

The points system has been designed to weight the criteria in accordance with the needs of the City.

Refer to: Appendix D – B. RATED CRITERIA

Note: Respondents must obtain a minimum total score of 75 points (out of a maximum of 100

points) to be pre-qualified.

Requirements and Criteria

Mandatory Requirements

All required documents must be submitted to pass through to the next

Stage 2 of evaluation (Reference Appendix D – A. MANDATORY

REQUIREMENTS)

Yes / No

TAB #

Points

8

Corporate Experience – CCDC 11 - 2016

(Reference Appendix D - Section B.1.)

10

9

Health & Safety

15

10

Various Project Experience

10

6

Completed Financial Viability Table

7

Letter from Financial Institution

(Reference Appendix D - A.7.)

See

Appendix D

Submission of Rated Criteria set out in

Section B. RATED CRITERIA

61 of 63

Page 60: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

11

Experience of Key Personnel (Reference Appendix D - Section B.3.)

a) Site Superintendent, 15 points

b) Project Manager, 10 points

c) Site Safety Manager, 2.5 points

d) Organizational Chart, 2.5 points

30

Overall Quality of the Submission

(Reference Part 2, 2.2 Response Quality, Clarity, and Format)

Information should be submitted in a presentable, organized fashion

including tabs. Submissions should be fully complete, easily understood by

the evaluation team and exclude extraneous information.

5

Total 100

62 of 63

Page 61: RFSQ Proposed Table of Contents · 2020. 6. 17. · 49. Kitchen appliance and or other equipment hookup 50. Installation of new wiring and branch circuits 51. Dedicated circuits and

DECLINE TO SUBMIT FORM

REQUEST FOR SUPPLIER QUALIFICATIONS FOR:

Pre-qualification of Electrical Contractors for Construction in various sites of the Long Term Care Homes and Services Division.

RFSQ No.: 1201-19-5007

IMPORTANT - PLEASE READ THIS

It is important to the City to receive a reply from all Respondents that have purchased the RFSQ Documents. There is no obligation to submit a Prequalification Submission; however, should you choose not to submit, completion of this form will assist the City in determining the type of services you are interested in submitting a Prequalification Submission for in the future.

INSTRUCTIONS:

If you are unable, or do not wish to submit a Response for this Request for Supplier Qualifications process, please complete the following portions of this form. State your reason for not submitting a Response by checking applicable box(es) or by explaining briefly in the space provided. It is not necessary to return any other RFSQ Documents.

Please complete this form and return it to Buyer, Sunney D'Souza at [email protected].

1. We do not offer this service. Other reasons or additional comments.

2. We do not offer services to these requirements.

3. Unable to offer services competitively.

4. Cannot handle due to present commitments.

5. Quantity/project too large.

6. Cannot meet delivery/completion requirements.

7. Licensing restrictions.

Do you wish to participate in RFSQs for services in the future? YES ____ NO ____

For City’s use only - Do not write in this space. Company Name:

Address:

Signature of Company Representative:

Position:

Date: Tel. No.:

Fax No.:

63 of 63


Recommended