1.0 general information and instructions  · web viewequipment commonly used on a field...

91
REQUEST FOR QUOTATION DOCUMENT For Construction Administration (SINGLE or MULTIPLE CONSTRUCTION CONTRACTS) PART A - TERMS OF REFERENCE (Version 3.0, December 2016) Basis of Payment: LUMP SUM PRICE Assignment Number: Contract(s) Number: Insert a description Insert Region Insert Date (Month Year) that the RFQ was posted Ministry of Transportation Ontario

Upload: others

Post on 31-Mar-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

REQUEST FOR QUOTATION DOCUMENT

For Construction Administration

(SINGLE or MULTIPLE CONSTRUCTION CONTRACTS)

PART A - TERMS OF REFERENCE (Version 3.0, December 2016)

Basis of Payment: LUMP SUM PRICE

Assignment Number:

Contract(s) Number:

Insert a description

Insert Region

Insert Date (Month Year) that the RFQ was posted

Ministry of TransportationOntario

Page 2: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for
Page 3: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

TABLE OF CONTENTS

1.0 GENERAL INFORMATION AND INSTRUCTIONS......................................................11.1 RFQ PACKAGE...........................................................................................................41.2 PROPONENTS’ UNDERSTANDING OF THIS ASSIGNMENT...................................51.3 QUOTATION SUBMISSION INSTRUCTIONS............................................................7

2.0 RFQ SCHEDULE.........................................................................................................103.0 THE SERVICES AND DELIVERABLES.....................................................................11

3.1 TECHNICAL STANDARDS AND SPECIFICATIONS................................................123.2 PROFESSIONAL SERVICES....................................................................................123.3 CONSTRUCTION ADMINISTRATION (CA) SERVICES...........................................133.4 QUOTATION SUBMISSION MINIMUM REQUIREMENTS.......................................163.5 SCHEDULE...............................................................................................................353.6 QUALITY CONTROL PLAN FOR THE CA SERVICES.............................................353.7 DELIVERABLES........................................................................................................383.8 BASIS OF PAYMENT................................................................................................45

TABLE 1: CA PRICE REFERENCE - PRICE OFFER BREAKDOWN.............................46TABLE 2: STAFF PRICING..............................................................................................47TABLE 3: ENGINEERING MATERIALS FIELD TESTING REFERENCE........................484.0 GENERAL INFORMATION.........................................................................................50

4.1 PERFORMANCE EVALUATION...............................................................................504.2 RIGHT TO ACCEPT OR REJECT.............................................................................514.3 EXECUTION OF CONTRACT...................................................................................514.4 FAILURE TO EXECUTE CONTRACT.......................................................................524.5 NO LIABILITY FOR EXPENSES OR DAMAGES......................................................524.6 RFQ EVALUATION AND AWARD.............................................................................524.7 IRREVOCABLE RESPONSE....................................................................................534.8 CONTACT PERSON.................................................................................................534.9 CHANGES TO THE QUOTATION SUBMISSION.....................................................534.10 CONFIDENTIAL RESPONSES...............................................................................544.11 CONFLICT OF INTEREST......................................................................................544.12 TAX COMPLIANCE.................................................................................................554.13 OCCUPATIONAL HEALTH AND SAFETY..............................................................554.14 INSURANCE............................................................................................................60

APPENDIX 1......................................................................................................................61

Page 4: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

1.0 GENERAL INFORMATION AND INSTRUCTIONS

Definitions

“MTO” or “ministry” refers to the Ontario Ministry of Transportation. “RAQS” refers to the Registry, Appraisal and Qualification System. “Preferred Proponent” is the entity that is selected by the ministry to enter into the final Agreement. “Proponent” includes firms qualified in the Prime Specialty for this Assignment that submits or intends to respond to this Request for Quotation (RFQ) prior to the Quotation Submission Deadline. “Service Provider” refers to the successful Total Project Management Service Provider for this Assignment, also identified as the Prime firm under the RAQS Prime Specialty. “Sub-Service Provider” refers to a firm or individual that has been hired by the Prime firm to perform specific tasks of this Assignment. “Agreement Administrator” refers to the ministry’s Agreement Administrator, including the Area Contracts Engineer or Contract Services Administrator. “Quotation Submission” refers to documents Proponents submit in response to this RFQ.

“Request for Quotation” is the process and documents used to invite Proponents into the bidding process for this Assignment.

“Agreement” means the executed RFQ for this Assignment by the ministry and the Service Provider. “Principal” is an individual in a firm who possesses the legal responsibility for its management (owner, partner, officer, administrator, etc.). The Principal must be identified by the firm as one of the Key Contact/Alternate Contact in RAQS under General Information.

Page 4

Page 5: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Accessibility Requirements

Accessibility legislations require adherence to:

1. Ontarians with Disabilities Act (ODA) Section 5, Government Goods and Services. Please refer to the disability section of the OPS Inclusion Lens for more information.

2. Accessibility Standards for Customer Service (ASCS) regulated under the Accessibility for Ontarians with Disabilities Act (AODA), Section 6 (1.1 and 2).

To comply with the AODA accessible customer service training requirements, the Service Provider provides shall require that every employee, agent or volunteer, or other persons associated, with the Service Provider who deals with members of the public or other third parties on behalf of MTO, be trained about provision of goods or services to persons with disabilities.

The Service Provider shall keep records of such training, including the dates on which the training is provided and the number of individuals to whom it is provided, and shall provide documentation of the training to MTO upon request.

These training requirements can be fulfilled by completing the e-Learning course: Serve-Ability: Transforming Ontario's Customer Service.

Page 5

Page 6: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Intent of the RFQ

HER MAJESTY THE QUEEN in right of the Province of Ontario, represented by the Minister of Transportation for the Province of Ontario (the "ministry") is issuing this RFQ solicitation document, which sets out the Assignment’s Quotation Submission process and terms that will govern the Service Provider’s Performance Evaluation (as specified in Part A Section 4) for the Agreement.

The intent of this Request for Quotation (RFQ) is to identify qualified Proponents having demonstrated experience, expertise and resources to provide Construction Administration (CA) Services.

This RFQ is open to all qualified Proponents in the Low/Medium/High Construction Administration RAQS category.

A Quotation Submission by Proponents for this Assignment is an acknowledgement that the Proponents have the resources available for the duration of this Assignment.

The ministry reserves the right to revise the advertised RFQ up to the Quotation Submission Deadline.

The ministry reserves the right to modify the schedule, or cancel this RFQ for any reason, without incurring any liability for costs, losses or damages incurred by Proponents.

Any changes or revisions to the RFQ will be issued as a formal addendum and posted for all Proponents to access.

Page 6

Page 7: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

1.1 RFQ PACKAGE

This RFQ package consists of the following documents:

(a) Part A – Terms of Reference: Describe the acquisition and contract management process for this Assignment.

(b) Part B – Legal Terms and Conditions.

(c) Part C – Forms and Notices that Proponents will be required to complete: Form 1 (a) OR 1(b): Offer and Acceptance Form 2: Additional Information Form 3: Certification – Conflict of Interest (Part 3(a) OR 3(b), AND Part 3(c)) Form 4: Occupational Health & Safety Statutory Declaration Form 5: RAQS Declaration Form 6: Intention to Submit – (Applicable/Not Applicable)

(d) Clarifications/Addenda received by the Anticipated Clarification Posting Date.

Where Form 6 is indicated for this Assignment, a Proponent interested in submitting a response to this RFQ should complete Form 6 and submit via hard copy, Fax, PDF or email. The ministry will determine the time of receipt of Form 6. The Proponent alone bears the responsibility for the delivery of Form 6 to the address and person by the stipulated date and time.

Each Proponent must satisfy itself as to the sufficiency of the information presented and obtain any updating or additional information, and perform any studies, analysis or investigations Proponents deems necessary in order to deliver the requirements of this Contract.

In the event of conflicts or inconsistencies, the documents with the most recent date shall prevail.

The generic RFQ Parts B and C can be downloaded from the RAQS public website.

Page 7

Page 8: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

1.2 PROPONENTS’ UNDERSTANDING OF THIS ASSIGNMENT

It is the Proponents’ responsibility to obtain all the necessary information concerning the intent and requirements of this Assignment and its construction contract(s). All Quotation Submissions shall be prepared by and at the expense of the Proponents.

Each Proponent shall be solely responsible for examining the RFQ Package up to the Quotation Submission Deadline, and shall be deemed to have satisfied itself of the sufficiency of its Lump Sum Price for the Services and Deliverables for this Assignment.

It is the sole responsibility of each Proponent to review the RFQ Posting Notice up to the Quotation Submission Deadline for any Clarifications, Addenda and/or revisions to this Assignment’s schedule. All Quotation Submissions shall be prepared by and at the expense of the Proponents

It is the sole responsibility of the Proponent to include sufficient numbers of staff with the qualifications necessary for this Assignment.

A Proponent who has questions regarding any part of this Assignment including any error(s), inconsistency(ies) or omission(s) must make a written enquiry to the ministry prior to insert time on the insert date, month and year, requesting Clarification at the following address:

Insert Assignment No.GWP/WP Numbers

Attention: Contract Services Administrator Name or Area Contracts Engineer or RAQS Coordinator

E-mail address

Or by facsimile at: (XXX) XXX XXXXOr by electronic mail to: [email protected]

Proponents shall not make verbal enquiries to ministry staff with respect to this Assignment. No information given orally by ministry staff will be binding, nor will it be construed so as to change the requirements of this RFQ, and will not be a factor in the evaluation of Submissions by the ministry in any way.

The ministry reserves the right to distribute questions and answers (Clarifications) to all other Proponents. The ministry reserves the right to revise this RFQ up to the Quotation Submission Deadline.

The ministry, at its discretion, will post Clarifications on the Project Notice by the Anticipated Clarification Posting Date.

Depending on the nature of the Clarifications, the Anticipated Clarification Submission Deadline and the Clarification Posting Date may be revised.

Page 8

Page 9: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Non-Collusion

Proponents shall not discuss or communicate with any other Proponents about the preparation of their Quotation Submission. Each Proponent shall participate in the in the procurement process for this Assignment, fairly and without collusion or fraud.

Page 9

Page 10: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

1.3 QUOTATION SUBMISSION INSTRUCTIONS

The Service Provider and sub-Service Provider and Construction Administration staff performing the Services under this Agreement shall be independent Service Providers which are not owned by, in whole or in part, or affiliated with, the construction contractor, a sub-contractor or a supplier of construction material under the construction contract for this Assignment.

The Construction Administration staff credentials and qualifications required as described throughout this document must remain in force until submission of final the Services and Deliverables for this Assignment.

Only the Proponents registered for the Registry, Appraisal and Qualification System (RAQS) Prime Specialty, as identified in the RFQ Posting Notice, will be considered. In addition, Proponents must have their Core Plan and their Generic Category Plan registered for the “Construction Administration” Category.

The Quotation Submission for this Assignment shall consist of:

1. The two (2) following Envelopes:

Envelope #1 (Financial) is to include: Three (3) completed and signed copies of Form 1 (of the RFQ Part C). Pricing Tables from Section 3.8 Part A of this RFQ.

Envelope #2 (Additional Information) is to include: Three (3) completed and signed copies of Forms 2, 3, 4 and the completed and

signed RAQS Declaration Form (Form 5) all made available in Part C of the RFQ. At least one (1) signed original copy of the Transmittal Letter indicating:- The Proponent’s intention to submit a Quotation for this Assignment with the name,

title, address and telephone number of the Principal who will serve as the contact for this Assignment.

- Be signed by an individual listed in RAQS as the Proponent’s Key or Alternate Contact with the authority to legally sign a binding Agreement on behalf of the firm.

- In case of a Joint-Venture, a jointly signed Transmittal letter must also affirm all requirements of this Assignment.

Any additional information (as specified in Section 3.0 Part A of this RFQ).

All pages of the Submission (excluding staff resumes) shall have a header clearly indicating the Proponent’s Name and the Assignment Number.

The Quotation Submission and Envelopes #1 and #2 must clearly indicate the:

Envelope number Project Location and GWP Number

Page 10

Page 11: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Construction contract Number Date “CONFIDENTIAL Assignment number Proponent's name and return address/deliver to:

Attention: XXXXXXXXXXXX, Area Contracts Engineer or Contract Services Technician or Contract Services Administrator

Assignment No.: XXXX-C-XXXXProject Description: Construction Administration Services for construction

Contract XXX-XXXXFor multiple assignments insert instructions and separate lines for each additional

construction Contracts.

The Quotation Submission must be received at the above specified location no later than the insert day and date of insert month , insert year , at 1:30:00 p.m.

A Quotation Submission not received by the stipulated closing date and time (Quotation Submission Deadline) will be disqualified. Late Quotation submissions will not be considered, and will be returned unopened to the Proponent.

The Proponent bears alone the responsibility for the delivery of the Quotation Submission to the above address by the stipulated closing date and time (Quotation Submission Deadline). The ministry will not be responsible for the Quotation Submissions delivered to the mailroom, security or to any other ministry locations when they do not arrive at the specified address before the closing date and time.

Unsigned Quotations Submissions or Addenda thereto will be disqualified and not considered for further evaluations by the ministry.

The Quotation Submission must be in hard copy form. Quotation submissions received via facsimile transmissions will not be accepted. The time of receipt of the Quotation submission will be determined by the ministry's date/time stamp.

Quotation Submission Clarifications by the Ministry

The person identified as the Principal in the Transmittal Letter of the Proponent’s Quotation Submission will be one of the contact persons in RAQS and will be the ministry’s primary contact for any issues/Clarification, which arise during the procurement process.

The ministry reserves the right to seek Clarification(s) and supplementary information relating to the Clarification from Proponents after the Quotation Submission Deadline. The ministry reserves the right to interview any or all Proponents to seek Clarification(s).

The Proponent is responsible to provide their written Clarification(s) within three (3) Business Days.

Page 11

Page 12: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

The ministry reserves the right to accept or reject any written Clarification(s) submitted by a Proponent. The purpose of the Clarification(s) is not to alter the content of the original Quotation Submission and/or Lump Sum Price. The response received by the ministry from a Proponent shall, if accepted by the ministry, form an integral part of that Proponent's Quotation Submission.

If the ministry receives information at any phase of the procurement process which results in earlier information provided by the Proponent, deemed by the ministry as inaccurate, incomplete or misleading, the ministry reserves the right to revisit the Proponent’s compliance with the requirements of this RFQ.

Page 12

Page 13: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

2.0 RFQ SCHEDULE

The following schedule is tentative and may change at the discretion of the ministry without financial consequences to the ministry.

Activity Date / DeadlinePosting Date Insert Day / Date *****

Deadline for Proponents to notify the ministry of Intention to Submit (i.e. submission of Form 6 of Part C)

Insert Day / Date / Time or Not Applicable *****

Anticipated Viewing Session / Distribution of additional material (i.e. when using Form 6)

Insert Day / Date / Time or Not Applicable *****

Clarification Submission Deadline Insert Day / Date / Time i.e. 1:30:00 p.m. *****

Anticipated Clarification Posting Date Insert Day / Date *****

Quotation Submission Deadline Insert Day / Date / Time i.e.1:30:00 p.m. *****

Insurance Certificate Date/time set out in the Conditional Award Letter

Confirmation of your proposed project staff availability Date/time set out in the

Conditional Award Letter

Anticipated Award Date Insert Day / Date *****

Anticipated Assignment Start Date Insert Day / Date *****

Page 13

Page 14: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

3.0 THE SERVICES AND DELIVERABLES

Web-Based Contract Management ServicesWeb-Based Contract Management Services (WBCMS or WBCMS-MTO) means a solution that will provide an electronic means to capture field and laboratory data, transmit and store data. The WBCMS offers a complete set of software to support the recording of daily activities associated will all Construction Administration functions. The ministry, its service providers and its contractors will access the new system and its services via an internet browser from their desktop, laptop, tablets and or mobile devices.

Availability and Use of WBCMS-MTOWBCMS-MTO is browser based and sustained via a subscription model. It will be the responsibility of the Service Provider to obtain the necessary internet/wireless service access to the WBCMS-MTO including for on-site Construction Administration and inspection work. An annual subscription is required for each team member, which will be $1350 per user, per year, per role; and are valid for one year from the date of purchase. The Service Provider shall purchase this annual subscription for each user in a role for each (construction) Contract.

Any reference in the Contract Documents to “forms” shall be deemed to mean the electronic equivalent of that form and rendered as a record within WBCMS-MTO.

Any reference in the Contract Documents, CAITM, or in this RFQ to “Owner Standard Form” or “PH-CC” shall be deemed to mean the electronic equivalent of that form and rendered as a record within WBCMS-MTO.

For more information on WBCMS-MTO, please visit the WBCMS website.

NOTE: Option b) WBCMS-MTO will apply for this assignment when the NSSP CMO0001 is used in the Contract Document.

(a) WBCMS-MTO won’t be utilized for managing and administering this assignment and any reference to WBCMS in this RFQ does not apply.

(b) WBCMS-MTO will be utilized for managing and administering this Assignment. WBCMS-MTO shall be used to manage the Services and all Deliverables (including deliverables specified in Section 3.7) for this Assignment. All costs and allowances of using WBCMS-MTO shall be incorporated in the Lump Sum Price for this Assignment. This includes all costs attributed for each Construction Administration team member (including but not limited to all inspectors, Construction Administrator, assistant Construction Administrator, office person). There shall be no additional costs to the ministry for accessing or using WBCMS-MTO, or ensuring that internet/wireless services are available to record daily activities, including on-site activities.

Page 14

Page 15: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

3.1 TECHNICAL STANDARDS AND SPECIFICATIONS

This Assignment shall be carried completed in accordance with the:

Requirements outlined in this Assignment’s RFQ. MTO Directives, standards, codes, specifications, policies, procedures, and

memoranda. Most recent edition of the Construction Administration and Inspection Task Manual

(CAITM) and related CAITM Amendments, as available prior to the Quotation Submission Deadline.

The Contract Documents (as defined in the MTO General Conditions).

In the event of any conflict or inconsistency between documents, documents with the most recent date shall prevail.

3.2 PROFESSIONAL SERVICES

3.2.1 Professional Engineering Services (-N/A)

Proponents shall pursuant to the provisions of the Professional Engineers Act, hold or otherwise retain the services of a licensed Professional Engineer holding a valid Certificate of Authorization from the Professional Engineers of Ontario, whose role will include, but not necessarily be limited to, the assumption of professional responsibility for the Services and Deliverables to be provided by the Service Provider.

3.2.2 Professional Geosciences Services (-N/A)

Proponents shall pursuant to the provisions of the Professional Geoscientists Act, hold or otherwise retain the services of a licensed Professional Geoscientist holding a valid Certificate of Authorization from the Association of Professional Geoscientists of Ontario, whose role will include, but not necessarily be limited to, the assumption of professional responsibility for the Services and Deliverables to be provided by the Service Provider.

A Professional Engineer with the expertise in the geosciences and holding a valid Certificate of Authorization from the Professional Engineers of Ontario may perform Professional Geosciences Services.

Page 15

Page 16: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

3.3 CONSTRUCTION ADMINISTRATION (CA) SERVICES

The Service Provider will be required to provide CA Services for (fill-in number of contracts and details as applicable) contract(s).

Contract 20XX-XXXX is located on Highway XX, from X.X kilometres XXXXXX, for XX kilometres. The highway reconstruction / bridge rehab contract includes XXXXX (e.g. Grading, Drainage, Granular Base, Hot Mix Paving, Structure Rehabilitation and Electrical).

For the purpose of this Assignment, Proponents shall review the construction contract for complete details, if the package is available for viewing through the ministry’s RAQS/MERX system, at the time of advertising this RFQ.

For the purpose of preparing a Submission for this RFQ, if the package is not available for viewing through the ministry’s RAQS/MERX system at the time of advertising this RFQ, then the ministry will provide fill-in contract details as directed by the Regional Contracts Engineer (RCE) and/or Area Contracts Engineer (ACE).

The Service Provider will provide CA Services in a manner acceptable to the ministry as detailed elsewhere in this RFQ.

Restrictions on Bidding Eligibility for this Assignment (- N/A)

For the purpose of this Quotation submission, the prime design consultant that is under contract with the Design-Builder for this Assignment is restricted from submitting a Quotation submission.

The following firm is restricted from submitting a Quotation submission for this Assignment:

Enter the name of Firm if applicable

It is the responsibility of other Service Providers, not identified in this Section, to disclose any Conflict of Interest as detailed in this RFQ’s Part A Section 4.11 and Part B Section 4.10.

The ministry retains the exclusive right to change the scope of work for this Assignment by following the Change Order process specified in Section 3.8.3 of this RFQ Part A.

CLAIMS REVIEW / DISPUTE RESOLUTION

It is the Proponent’s responsibility to provide Construction Administration staff (Project Manager and Construction Administrator) during the term of the Agreement to support MTO for all claim levels, and if necessary, the referee process. This shall be included in the total Lump Sum price for this Assignment as required. The travel costs, including accommodation shall be invoiced separately and in accordance

Page 16

Page 17: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

with the Ontario Public Service Procurement Directive, when meetings with the Referee are required.

Construction Administration staff (Project Manager and Construction Administrator) are required to have successfully taken the MTO T131 – Advanced Claims – Dispute Resolution training prior to undertaking this Assignment.

The Project Manager and CA staff which have taken the claims course but were not successful must all pass the course retest on the first rewrite. The Quotation Submission must contain a contingency plan to replace any proposed staff if they are again unsuccessful on the retest. This plan must include the names of substitutions that are equivalent or better and the proposed staff and meet or exceed all contract obligations for this Assignment.

In addition, the Service Provider is required to follow all CAITM requirements and related Amendments, MTO Directives and policies as specified in Section 3.1.

3.3.1 Contract Documents

Purchase of Contract Documents:

Contract documents, including any Addenda, can be purchased, using the ministry’s RAQS/MERX system (visit website to register). An annual subscription is required to purchase the Contract Documents in an electronic format or by an additional fee to obtain the Contract Documents in hard copy format.

Proponents will be responsible to obtain and print the Contracts Documents through the Ministry’s RAQS/MERX system.

Availability of Contract Documents:

If the Contract Documents are not available in the Ministry’s RAQS/MERX system before the Quotation Submission Deadline, the Contract Documents will be available for viewing purposes, by appointment only, during office hours (9:00 AM to 4:00 PM) at the following location:

Ministry of TransportationNortheastern Regional Office

West Wing Building447 McKeown Avenue

North Bay, ON P1B 9S9

For viewing information, contact NAME, Head Contract Services Section at 705-497-5474. If unable to view in person, requests for draft electronic versions may be entertained if available.

Page 17

Page 18: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

The Contract Documents will no longer be available for viewing at the above-location once posted in the ministry’s RAQS/MERX system. Refer above for “purchase of construction documents”.

Page 18

Page 19: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

3.4 QUOTATION SUBMISSION MINIMUM REQUIREMENTS

3.4.1 Project Staffing for Assignment

It is the Proponent’s responsibility to provide the staff (numbers and duration), unless indicated otherwise by the ministry in this RFQ, to fulfil its obligations for this Assignment.

The ministry requires Proponents to submit names, qualification documentation, and resumes as specified for this RFQ.

RCCA: Road Construction Contract AdministratorRCSI: Road Construction Senior InspectorRCJI: Road Construction Junior Inspector

The following are required for this Assignment:

Management Staff:

1 Project Manager

1 Construction Administrator (RCCA)

Technical support staff:

X Assistant Construction Administrator (RCSI)

X Senior Inspector(s) (Grade) (RCSI)

X Senior Inspector(s) (Structures) (RCSI)

X Senior Inspector(s) (Asphalt) (RCSI)

X Junior Inspector(s) (RCJI or RCSI)

X Office Person (RCJI or RCSI)

X Office Person / Junior Inspector (RCJI or RCSI)

X Electrical Inspector

X Checkers (OACETT designation not applicable)

X Environmental Specialist

X Structural Steel Inspector

Page 19

Page 20: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

In addition to the above-noted staff, the costs of Project Management services, the Proponent’s head office support services and other services normally required to provide the Construction Administration Services, but not specifically listed above, are deemed to be included in the Lump Sum Price.

The Proponent shall base within the Lump Sum Price upon the content of the Contract Documents and actual progress of work, professionally manage the above staff within the Assignment to account for workload fluctuations.

In addition to the above-noted Proponent’s staff, project management services, head office support services and other services normally required but not specifically listed are to be accounted for in Lump Sum Price.

Project staff changes shall require written approval from the ministry, prior to any such change.

The qualifications and experience of the proposed staff must be equivalent the staff proposed by proponents in the Quotation Submission. Failure to comply may result in the termination of the Agreement for this Assignment.

As a requirement of conditional award, the ministry will require the Preferred Proponent to confirm its project staff availability by the date/time specified in the Conditional Award Letter.

3.4.2 Staff Qualifications and Licences

The Service Provider and Sub-Service Provider performing services under this Assignment shall be independent Service Providers which are not owned by, in whole or in part, or affiliated with, the Contractor, a construction sub-contractor or a supplier of construction material under the Contract. This shall include Materials Field Testing Staff and Equipment Service Provider(s)/Sub-Service Provider(s) (Section 3.4.10. of this RFQ Part A).

Staff certification and licences required must remain valid throughout the term, or until the completion and submission of the final Services and Deliverables, whichever occurs later.

In addition to Section 4.8 of the RFQ Part B, the Service Provider is responsible for ensuring availability of proposed staff in the Quotation Submission for the Term of the Agreement for this Assignment.

All references and contact information for the staff’s past experience should be current and accurate. The duration for each referenced project shall be included for all staffing positions.

Staff changes by the Service Provider during the term of the Agreement shall require written approval from the ministry, prior to any such change. The qualifications and experience of the proposed staff must meet the requirements for this Assignment. Failure

Page 20

Page 21: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

to comply may result in the termination of the agreement in accordance to Article 14 of the RFQ Part B.

3.4.3 Professional Engineer/Engineer-in-Training/Engineering Student (-N/A)

Professional Engineers, licensed by the Professional Engineers of Ontario (PEO), with the appropriate related work experience in road Construction Administration, are not required to be certified by OACETT to perform the duties of Road construction Contract Administrator (RCCA), Road Construction Senior Inspector (RCSI) and/or Road Construction Junior Inspector (RCJI). Professional Engineers have the option of obtaining the appropriate certification and/or designation; otherwise they will be required to submit their resume detailing the related work experience.

3.4.3.1 Engineer-in-Training (-N/A)

Engineers-in-Training (registered as such by PEO) with the appropriate related work experience, subject to ministry review and approval, are not required to be certified by OACETT to perform the duties of either RCSI or RCJI. Engineers-in-Training have the option of obtaining the appropriate certification and/or designation; otherwise they will be required to submit their resume detailing the related work experience for RCSI duties. Engineers-in-Training do not require related work experience to qualify as RCJI.

3.4.3.2 Engineering Student (-N/A)

Engineering Student is defined as an undergraduate engineering student and/or a college civil engineering technician or technology student.

The ministry supports succession management and talent development. For this Assignment, the ministry will allow Engineering Students to perform the duties of the Junior Inspector, Assistance Junior Inspector or Checker for a period of up to 3 consecutive months per construction season during the Spring/Summer break only. A copy of the individual’s proof of documentation that demonstrates that the individual is currently registered as an engineering university or college student is a mandatory requirement of the submission.

3.4.4 Project Manager

The Project Manager’s duties shall include:

Taking full responsibility for the deliverables of this assignment. Managing timely resolution of issues. Timely and thorough analyses and recommendations to the ministry for all matters

including, but not limited to: Extensions of Time requests, Monthly Status Reports, Change Orders, Claims, Negotiations, Change Proposals, design and construction matters encountered on the construction contract and to resolve any resulting concerns (by the construction contractor, outside agency and/or public).

Page 21

Page 22: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Project coordination and management, quality management, cost control and management, schedule control management, etc.

The key individual responsible for the project management shall have:

Proven ability to coordinate a multi-disciplinary team on projects of similar size and nature.

Proven ability to work cooperatively and effectively with a wide variety of interests/authorities including property owners, different levels of government, utility companies and special interest groups as demonstrated on projects of similar size and nature.

Authority to act on behalf of the Service Provider’s firm. Proven negotiation, analysis, and decision-making skills to develop

recommendations on complex matters and to resolve difficult issues.

NOTE: Option #1: Standard PM requirements. Delete this “Note to User” and delete Option #2 in its entirety if choosing this option. Option #1:

Demonstrated experience as a Project Manager in Construction Administration for projects (NOTE: User to determine the minimum number of similar projects (XX) or more similar MTO or municipal construction contracts with at least (XX)) having had a value of at least $5,000,000.00 and user to determine additional criteria (for example: delivered on time and within budget/performed effectively in the role). For each construction Contract, clearly state the construction contract number, duration (in months) in the position held by the proposed staff (minimum of X months (i.e. period between April and December) per construction Contract to qualify) and the name and telephone number of MTO or municipal contact as applicable.

NOTE: Option #2: Reduced PM requirements for low (or selected medium) complexity Assignments. Delete this “Note to User” and delete Option #1 in its entirety if choosing this option. Option #2:

Demonstrated experience managing Construction Administration or highway design aspects of XX or more similar MTO or municipal construction contracts with at least XX having had a value of at least $5,000,000.00 and user to determine additional criteria (for example: delivered on time and within budget/performed effectively in the role). For each construction contract, clearly state the construction contract number, duration in months in the position held by the proposed staff (minimum of XX months ((i.e. period between April and December) per construction Contract to qualify) and the name and telephone number of a MTO or municipal contact as applicable. or

Demonstrated experience as a Construction Administrator on XX or more similar MTO or municipal construction contracts with at least XX having had a value of at least $5,000,000.00. For each construction contract, clearly state the construction contract number, duration in months in the position of Construction Administrator (minimum of XX months (i.e. period between April and December) per construction

Page 22

Page 23: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

contract to qualify) and the name and telephone number of a MTO or municipal construction contract as applicable.

3.4.5 Construction Administrator

The Construction Administrator is responsible for administering, on behalf of the ministry, the terms of the construction contract. The individual cannot be the same as the Project Manager.

The Construction Administrator shall be certified by OACETT for the Road Construction Contract Administrator (RCCA) designation.

Omission of this requirement will result in disqualification of the Proponent’s Quotation submission. Proof of the designation shall be included in Envelope #2. The ministry will only consider any one of the following as the acceptable proofs:

A photocopy of each individual’s 20XX annual membership card., or A photocopy of each individual’s RCCA approved application, dated no earlier

than January 1, 20XX. or A photocopy of a written confirmation that the individual is in good standing with

the RCCA designation requirements.

Omission of this requirement will result in disqualification of the Proponent’s Quotation Submission.

NOTE: Option #1: Standard CA requirements. Delete this “Note to User” and delete Options #2 and #3 in its entirety if choosing this option. Option #1:

Demonstrated Construction Administration experience as a Construction Administrator or equivalent (i.e. experience managing Construction Administration assignments while employed by the ministry), on (NOTE: User to determine the minimum number of similar projects XXX or more similar MTO or municipal projects with at least XXX) having had a value of of at least $5,000,000.00 and user to determine additional criteria (for example: delivered on time and within budget/performed effectively in the role). For each construction contract, clearly state the construction contract number, duration (in months) in the position held by the proposed staff (minimum of X months (i.e. period between April and December) per construction contract to qualify) and the name and telephone number of MTO or municipal contact as applicable.

NOTE: Option #2: Reduced CA requirements. This option allows experience as ACA to qualify for CA role. Delete this line and also Delete Options #1 and #3 in its entirety if choosing this option. Option #2:

Demonstrated Construction Administration experience as a Construction Administrator or equivalent (i.e. experience in managing Construction Administration assignments while employed by the ministry) on (NOTE: User to

Page 23

Page 24: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

determine the minimum number of similar projects XXX or more similar MTO or municipal projects having had a value of at least $5,000,000.00; or demonstrated experience as an Assistant Construction Administrator on X or more medium or high complexity MTO construction Contracts with at least X having had a Value of at least $10,000,000.00 and user to determine additional criteria (for example: delivered on time and within budget/performed effectively in the role). For each construction contract, clearly state the construction Contract number, duration in months in the position of Construction Administrator or Assistant Construction Administrator (minimum of XX months (i.e. period between April and December) per Contract to qualify) and the name and telephone number of a MTO or municipal Contract as applicable.

NOTE: Option #3: Reduced CA requirements. This option CA requirements reduced to allow a Sr. Inspector with RCSI to be meet the CA reduced requirements for low (selected medium) complexity construction contracts. Only to be used in conjunction with strong PM (i.e. as defined under Option #1 for Project Manager). Delete this line and also Delete Option #1 and #2 in its entirety if choosing this option. Option #3:

Sr. Inspector with RCSI. Sound knowledge of design standards, OPS specifications, standard drawings,

EEM Vol. 4 CDED Manual, materials and methods associated with highway/freeway/ATMS construction.

Demonstrated knowledge of relevant Laws and Regulations (Environmental, Health and Safety, etc.) and their application in construction contracts.

Proven analytical, communication, and negotiation skills. A resume demonstrating that the individual meets the minimum verifiable

qualifications and experience requirements (provide a signed consent form for resume verification in Envelope #2).

Assistant Construction Administrator (-N/A)

The Assistant Construction Administrator position is to provide training and developmental opportunities for staff that lack experience in the role of a Construction Administrator. The intent is to develop staff in the industry that will be able to assume the Construction Administrator role on future construction Contracts.

The Assistant Construction Administrator shall function as an additional Construction Administrator for this Assignment, working under the direction of a Construction Administrator. The Assistant Construction Administrator shall work on all aspects of administering a construction contract, including but not limited to:

Assist with monitoring and calculation of production rates. Assist with monitoring compliance with and administering terms of operational

constraints of the contract. Provide a leading role in monitoring compliance to commitments of and

administering construction contract provisions regarding the contractor’s Quality Control Performance Measures.

Page 24

Page 25: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

The Assistant Construction Administrator shall be on site full time while the contractor is working on the construction contract. If the construction contractor’s work schedule includes day and night shifts then the Service Provider shall schedule the Construction Administrator and Assistant Construction Administrator’s working hours such that at least one of the two (2) positions are on site during each of the shifts.

The Assistant Construction Administrator shall be certified by OACETT for the Road Construction Senior Inspector (RCSI) designation. The proof of certification / designation includes a copy of the Annual Membership Card (if the card is not available at the time of the Quotation Submission, include other OACETT documentation that confirms the staff’s designation and certification) and shall be included in Envelope #2.

The ministry will only consider any one of the following as acceptable forms of documentation:

A photocopy of each individual’s 20XX annual membership card., or A photocopy of each individual’s OACETT application approval, dated no earlier

than January 1, 20XX., or A photocopy of written confirmation from OACETT that the individual is in good

standing with OACETT.

Additional experience requirements: Demonstrated Construction Administration experience as an Assistant

Construction Administrator and/or Senior Inspector on NOTE: User to determine the minimum number of similar projects XXX (x) or more similar MTO or municipal projects with at least xxx (x) having had value of at least $5,000,000.00. For each construction contract, clearly state the construction contract number, duration in months (minimum of XX months (i.e. period between April and December) per construction Contract to qualify) in the position of Assistant Construction Administrator or Senior Inspector and the telephone number of a MTO or municipal contact as applicable.

Sound knowledge of design standards, OPS specifications, standard drawings, EEM Vol. 4 Contract Design, Estimating and Documentation (CDED) Manual, materials and methods associated with highway/freeway/ATMS construction.

Demonstrated knowledge of relevant Laws and Regulations (Environmental, Health and Safety, etc.) and their application in construction contracts.

Proven analytical, communication, and negotiation skills. A resume demonstrating that the individual meets the minimum verifiable

qualifications and experience requirements (provide a signed consent form for resume verification in Envelope #2).

3.4.6 Technical Support Staff (-N/A)

The qualification requirements of the Technical Support Staff are identified for each position. Any Technical Support Staff that holds a valid OACETT certification can perform the work of a position that indicates a lower level of OACETT certification with the

Page 25

Page 26: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

following restrictions: that the person also meets any other qualification requirements of the lesser position and certification, that the rate of compensation for the work at the lower level of OACETT certification will be as indicated elsewhere in this RFQ (for example in Table 1).

Inspectors performing construction inspection for workmanship must have sound knowledge of design standards, specifications, and materials associated with construction, Laws and Regulations including Environmental, Occupational Health & Safety requirements and their application in construction contracts.

Senior Inspectors (-N/A)

Senior Inspectors shall be certified by OACETT for the RCSI designation. The proof of certification / designation includes a copy of the Annual Membership Card (if the card is not available at the time of the Quotation Submission, include other OACETT documentation that confirms the staff’s designation and certification) and shall be included in Envelope #2. The ministry will only consider any one of the following as acceptable forms of documentation:

A photocopy of each individual’s 20XX annual membership card. or A photocopy of each individual’s OACETT application approval, dated no earlier

than January 1, 20XX. or A photocopy of written confirmation from OACETT that the individual is in good

standing with OACETT.

Additional experience requirements:

Include and clearly state the construction contract number(s), duration of position and contact name for the ministry or municipal projects.

For low complexity or medium complexity assignments, consider deleting all experience requirements below. as Senior Inspectors for low complexity assignments only require the OACETT RCSI designation (i.e. no additional experience is required).

There may be additional wording or types of inspections beyond what is shown below (i.e. survey or rock survey added to grading). Delete all non-applicable requirements.

Asphalt Inspector - minimum xxx (x) or more MTO/Municipal paving jobs. Grade Inspector - minimum xxx (x) MTO/Municipal or equivalent job of equivalent

complexity and/or xxx (x) years general highway construction experience. Structural Inspector - minimum xxxx (x) or more MTO/Municipal. Technical support staff must have demonstrated experience in

highway/freeway/ATMS construction projects of similar type and complexity and particularly in their selected assigned duties.

Senior Inspectors with the responsibility of Structural, Asphalt & Grade inspection must have worked as a Structural, Asphalt & Grade inspector on a similar MTO/Municipal during the past xxxx (x) years.

Page 26

Page 27: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

A resume demonstrating that the individual meets the minimum experience requirements (provide a signed consent form for resume verification) is to be included in Envelope #2.

Civil works directly associated with electrical installations may be inspected by technical support staff at the senior/junior level that are certified by OACETT, and designated RCSI/RCJI.

(Add new items as required).

Junior Inspectors (-N/A)

Junior Inspectors shall be certified by OACETT for the RCJI designation. The proof of certification / designation includes a copy of the Annual Membership Card (if the card is not available at the time of the Quotation Submission, include other OACETT documentation that confirms the staff’s designation and certification) and shall be included in Envelope #2. The ministry will only consider any one of the following as acceptable forms of documentation:

A photocopy of each individual’s 20XX annual membership card. or A photocopy of each individual’s OACETT application approval, dated no earlier

than January 1, 20XX. or A photocopy of written confirmation from OACETT that the individual is in good

standing with OACETT.

Note: The ministry will consider the individuals that do not currently have the necessary OACETT certification for the Junior Inspector position under the following conditions:

The trainee is a new OACETT Applicant. Proponents are to submit a detailed plan indicating the training proposed for each

proposed individual to allow he/she to become certified as OACETT Junior Inspector by June 1, 20XX. NOTE: insert the year that falls two (2) years after the assignment is awarded. The training plan is to include both field work and classroom courses.

The ministry will set off a sum of monies equal to $2000 per individual until the earlier of the two following dates: The date that the individual becomes OACETT certified at a minimum Road Construction Junior Inspector (RCJI) designation, or on June 1, 20XX NOTE: insert the year that falls two years after the assignment is awarded . If the individual has not been OACETT certified to the minimum designation by June 1, 20XX NOTE: insert the year that falls two years after the assignment is awarded then the ministry will consider the monies to be compensation from the Service Provider for not meeting the certification commitments of the training plan.

Office Person/Inspector (-N/A)

The individual for the Office Person /Junior/Senior Inspector shall perform the duties of both positions, as necessary. The Office Person duties shall be those typically performed by an Administrative Assistant in an office environment. The efficient functioning of the

Page 27

Page 28: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

field office is a key component of the Construction Administration activity. The field office functions as a communications and records centre in support of the Construction Administrator, the Project Manager, and other field staff. The individual in the office position must (in addition to the normally expected paperwork, communication and organizations requirements and the ability to meet deadlines independently and under pressure) be generally familiar with field construction activities. This person must meet the requirements of a junior/senior level technical staff, as detailed above.

The ministry will not compensate the Service Provider for any costs associated with any InRoads training or completing the InRoads work off-site. Duties will include, but are not limited to, generating quantities, grading reports, revising templates, etc. Any additional support required to complete InRoads work will be at no cost to the ministry.

3.4.7 Electrical Inspection Staff (-N/A)

Electrical Inspection support staff with the responsibility of conducting Electrical inspections and Electrical Tasks as described in the Construction Administration and Inspection Task Manual and as amended in this RFQ shall be senior level technical support staff. In addition the electrical inspector shall have a valid Electrician Construction and Maintenance 309D license, or an Electrician, Construction and Maintenance 309A license at the time of the Quotation submission and throughout the duration of the Assignment. A resume, including a copy of the applicable license, is to be included in Envelope #2 to demonstrate that the electrician meets the licensing requirements.

Additional experience requirements may be specified for contracts requiring ATMS and\or high mast and\or traffic signal inspection requirements on medium and high complexity assignments, such as: …

ATMS Inspection Staff (-N/A)

General – ATMS Inspection Staff for Advanced Traffic Management (ATMS) Work:

All ATMS inspection staff shall be employed to conduct ATMS inspections and ATMS tasks identified in the latest publication of the “MTO Construction Administration and Inspection Task Manual”. All ATMS inspection staff employed shall be from the MTO Vendor’s List in RAQS.

Five (5) years qualifying experience and thorough knowledge of broadband fibre optics, co-axial and wireless communications design, implementation, maintenance and construction.

Specific – ATMS Inspection staff for Ramp Metering Subsystems (RMS) Work:

Five (5) years qualifying experience.

Page 28

Page 29: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Successful completion of the Ministry of Transportation’s 170 Basic Training Course and 170 Advanced Training Course for work involving 170 Traffic Controller.

or

Successful completion of Level 1 and Level 2 of the International Municipal Signal Association (IMSA) Traffic Signal Technician Certification Program.

High Mast Lighting /Equipment Inspection Staff (-N/A)

Electrical Inspection staff for High Mast lighting equipment involving pole erection and modification work shall have a certificate of training from the manufacturer(s) for the high mast lighting equipment. The training and certification shall be obtained prior to the start of the inspection of the high mast lighting equipment.

Electrical Inspection staff witnessing / inspecting the installation of High mast poles, equipment, luminaries, and footings shall be certified by the manufacturer of High mast Raising and Lowering Systems currently on the ministry’s Designated Sources List.

Traffic Signal Inspection Staff (-N/A)

Successful completion of the Ministry of Transportation’s 170 Basic Training Course and 170 Advanced Training Course for work involving 170 Traffic Controller.

or

Successful completion of the IMSA/MTO 170/332 Training Course, or Successful completion of Level 1 and Level 2 of the International Municipal Signal

Association (IMSA) Traffic Signal Technician Certification Program, and five (5) years qualifying experience.

3.4.8 Specialist Staff and Work Requirements (-N/A)

All specialist staff shall as a minimum meet the applicable OACETT requirements or P. Eng. qualifications specified elsewhere in this document.

Following should be considered for specialist staff and specialist plans:

Structural steel fabrication and inspection Structural steel erection Concrete girder fabrication and erection inspection Concrete pre-cast deck/abutment fabrication and installation Environmental specialist Foundation specialist Rock hazard specialist

Page 29

Page 30: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Structural steel coating specialist Other specialty plans as required

The Service Provider shall employ or retain the services of a qualified XXXXXXXXXXXX.

The XXXXXXXX shall … (insert Specialty Work Plan requirements).

Fill in: requirements.

3.4.8.1 Fabrication and Erection of Structural Steel and Aluminium Structures Specialty Inspection Services (-N/A)

INSPECTION FIRMS

The company undertaking inspection of fabrication and erection of structural steel shall:

Be Canadian Welding Bureau (CWB) certified in accordance with CSA W178.1 - Certification of Welding Inspection Organisations for Bridges and Industrial Structures. Certification shall at least encompass the following: visual, ultrasonic, radiographic and magnetic particle.

Demonstrate successful experience, achieved within the preceding five (5) years, on assignments of similar magnitude and scope. The work experience shall include similar inspection activities to those required in the current project.

Be capable of deploying qualified and experienced inspectors.

INSPECTION PERSONNEL

All phases of inspection and testing shall be undertaken by certified personnel, employed by a CWB certified company, in conformance with this clause (cl. 2.2.) of the guidelines. Inspection personnel shall be as follows:

Visual Inspector:

The Visual Inspector shall be certified by CWB for inspection of welds in accordance with CSA W178.2. Certification shall be to either CWB level II or CWB level III.

Non Destructive Testing Personnel:

Technicians undertaking testing of structural steel and welds shall be certified under CAN/CGSB Standard 48.7912 to either CWB level II or CWB level III for the method used.

When hired to undertake condition surveys, the inspector shall be experienced in conducting steel condition surveys (minimum of three (3) bridge projects in the last ten (10) years) and shall work under the direct supervision of a professional engineer familiar with the type of work being done.

Page 30

Page 31: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

3.4.8.2 Coating of Structural Steel Specialty Inspection Services (-N/A)

INSPECTION FIRMS

Firms employed for the inspection of coating of structural steel shall: Demonstrate successful experience, achieved within the preceding five years, on

assignments of similar magnitude and scope. The work experience shall have included inspection of the coating of bridges.

Be capable of deploying qualified and experienced inspectors.

INSPECTION PERSONNEL

Inspection of Coating of New Structural Steel1

Paint Coatings:The Coating Inspector must have successfully completed NACE International CIP Level 1, or be a graduate of the MTO’s Coating Course and be working under the direct technical supervision of a currently Certified NACE Coating Inspector (Level 3 – Peer Review).

Or

Inspector must have successfully completed NACE International CIP Level 1 and 2 with a minimum of 3 years of proven inspection experience.

Specialty Coatings2:Inspector must have successfully completed NACE International CIP Level 1 and 2 with a minimum of 3 years of proven inspection experience.

Inspection of Coating of Existing Structural Steel1

Paint Coatings:The Coating Inspector must have successfully completed NACE International CIP Level 1, or be a graduate of the MTO’s Coating Course and be working under the direct technical supervision of a currently Certified NACE Coating Inspector (NACE International CIP Level 3 – Peer Review).

Specialty Coatings2:Inspector must have successfully completed NACE International CIP Level 1 and 2 and be working under the direct technical supervision of a currently Certified NACE Coating Inspector (NACE International CIP Level 3 – Peer Review).

Performance Warranty Evaluation of Structural Steel Coatings3:

The Coating Inspector must be a currently Certified NACE Coating Inspector (NACE International CIP Level 3-Peer Review) with extensive experience in Coating Failure Analysis.

Page 31

Page 32: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Notes:

1 There are some differences in the qualification requirements for inspection of coating of new structural steel and for inspection of coating of existing structural steel.

2 Specialty coatings entail such processes as hot dip galvanizing, metallizing and powder coatings.

3 Performance Warranty inspections are carried out in the 22nd or 23rd month of the (24-month) warranty period for coating of existing structural steel and railing system.

3.4.8.3 Fabrication and Erection of Precast &/or Pre-stressed Concrete Specialty Inspection Services (-N/A)

INSPECTION FIRMS

The company undertaking inspection of fabrication and erection of precast pre-stressed concrete shall be on the ministry’s approved list (RAQS), in the Engineering (Bridge Engineering) category for Design & Evaluation - Complex Structures (multi-span), at the time of bidding. A list of qualified firms can be found on RAQS.

INSPECTION PERSONNEL

All phases of inspection and testing shall be undertaken by qualified personnel employed by a RAQS registered consultant, in conformance with this section and shall be as follows:

ACI certified Concrete Field Testing Technician, Grade 1OR

CSA certified technician who has passed the CSA examination in concrete field-testing

OR Professional engineer

AND Experience with design or fabrication of precast girders on five (5) or more distinct

projects

3.4.9 Material Laboratory Testing Staff (-N/A)

3.4.10 Materials Field Testing Staff and Equipment (-N/A)

Required field testing shall be scheduled by the Service Provider so that it: Is carried out during the construction contractor-scheduled lane closures. Coincides with the construction contractor’s operations, permitting proper testing and

continuation of the work to the next level of the construction contractor’s operations

Page 32

Page 33: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

without delay.

3.4.11 Field Compaction Testing (-N/A)

Where field compaction testing of earth and/or granular is to be carried out using a nuclear moisture-density gauge, the operator of the gauge shall have been trained in the safe operation, transportation, and handling of the gauge. The registered owner of the gauge shall hold and maintain a valid radioisotope license for the gauge. The gauge shall have been calibrated within the last twelve (12) months, either by the manufacturer or other qualified agent, against certified density and moisture reference blocks. The certificate of calibration for the gauge shall be available for inspection. Technicians carrying out the field compaction test shall demonstrate their ability to measure density and calculate Quality Index (QI) of compacted lots.

3.4.12 Hot Mix Pavement Smoothness (-N/A)

NOTE: Option 1: This language is for Central and Northeastern Region. Delete Option 2 language.

The Service Provider shall complete inertial profiler measurements in accordance with Standard Special Provision 103F31 (SSP) and MTO Laboratory Standard LS-296.Approved Service Providers for measuring pavement smoothness receive a letter from the ministry’s Bituminous section confirming their qualification to carry out the pavement smoothness measurements and placement on the ministry’s List of Inertial Profiler Approved for each Construction Season. High Speed Inertial Profilers shall be from the ministry’s list of approved High Speed Inertial Profilers for the current construction season. Profiler equipment operators shall be from the RAQS website.

The Profiler Operator shall measure the sublots that are designated by the Construction Administrator. All measurements and associated calculations shall be carried out in accordance with the procedures stated in LS-296. Traffic protection, if necessary, shall be provided by the Contractor and arranged by the Construction Administrator. All calibration, correlation, surface smoothness measurements, calculations and reporting procedures shall conform to the requirements and procedures stated in the latest LS-296 and the SSP for any PMD acceptable to the Owner for surface smoothness measurements.

All supplies and materials required to carry out the smoothness testing shall be supplied by the Profiler Operator.

XXX (x) mobilization(s) of the PMD to the construction site may be required. 

The ministry shall not be responsible for any costs incurred due to delays caused by inclement weather.

NOTE: Option 2: This language is for West and Eastern Region. Delete Option 1 language.

Page 33

Page 34: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Surface smoothenss measurements using an Inertial Profiler shall be provided by the ministry through the designated Quality Assurance Laboratory.

The Service Provider is responsible for coordinating the inertial profiler measurements, in accordance with Standard Special Provisions.

3.4.13 Concrete Pavement Smoothness Testing (-N/A)

NOTE: Option 1: This language is for Central and Northeastern Region. Delete Option 2 language.

NOTE: 1) Dependant on the version of OPSS 350 (or relevant SP modifying OPSS 350), the CA may be required to carry out:

a) 10% audit testing using a California Profilograph or, b) 100% smoothness testing by Inertial Profiler

Review the Contract Document and insert either Option 1 or Option 2

Option 1) Contractor required by Specification to complete smoothness measurement.

The Service Provider shall test approximately 10% of the pavement measured by the Contractor for smoothness measurement audit and shall compare test results as per the specification.

The Service Provider shall complete California Profilograph measurements in accordance with OPSS 350 Construction Specification for Concrete Pavement and Concrete Base. Qualified Service Providers for measuring pavement smoothness appear on the ministry’s List of Approved Profilers, updated each Construction Season, and receive a letter from the ministry’s Concrete section confirming their qualification to carry out pavement smoothness measurements. Profilers and Profiler equipment operators shall be from the RAQS website.

Option 2) Owner required by Specification to complete smoothness measurement

The Service Provider shall test 100% of the pavement for smoothness measurement as per the specification.

The Service Provider shall complete inertial profiler measurements in accordance with OPSS 350 Construction Specification for Concrete Pavement and Concrete Base.Qualified Service Providers for measuring pavement smoothness appear on the ministry’s List of Inertial Profilers, updated each Construction Season, and receive a letter from the ministry’s Concrete section confirming their qualification to carry out pavement smoothness measurements. High Speed Inertial Profilers and operators shall be from the ministry’s list of qualified Service Providers for the current construction season. Both lists are posted on the ministry’s RAQS website.

General Requirements for either Option 1 or Option 2

Page 34

Page 35: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

All measurements and associated calculations shall be carried out in accordance with OPSS 350 Construction Specification for Concrete Pavement and Concrete Base. Traffic protection, if necessary, shall be provided by the Contractor and arranged by the Construction Administrator. All calibration, correlation, surface smoothness measurements, calculations and reporting procedures shall conform to the requirements and procedures stated in OPSS 350 Construction Specification for Concrete Pavement and Concrete Base for any PMD acceptable to the Owner for surface smoothness measurements.

All supplies and materials required to carry out the smoothness testing shall be supplied by the Profiler Operator.

XXX (x) mobilization(s) of the PMD to the construction site may be required. 

NOTE: Put in the number of mobilizations that will be expected. Most paving jobs will only have one mobilization. Staged construction may have more than one.

The ministry shall not be responsible for any costs incurred due to delays caused by inclement weather.

NOTE: Option 2: This language is for West and Eastern Region. Delete Option 1 language.

The Service Provider shall review the Contractor’s surface roughness measurements to ensure conformance with the Contract Documents and applicable Lab Standards.

In the event that the Contractor’s measurements are to be verified, the Service Provider shall be responsible for coordinating the verification testing. This testing shall be provided by the ministry through the designated Quality Assurance Laboratory and shall be in accordance with LS-293.

3.4.13.1. Concrete Pavement Dowel Bar Position and Alignment Measurement

The Service Provider shall complete measurements of dowel bar position and alignment using equipment based on magnetic pulse induction (e.g. MIT Scan) in accordance with OPSS 350 Construction Specification for Concrete Pavement and Concrete Base.The Service Provider shall measure the sublots that are designated by the Construction Administrator. All measurements and associated calculations shall be carried out in accordance with OPSS 350 Construction Specification for Concrete Pavement and Concrete Base. Traffic protection, if necessary, shall be provided by the Contractor and arranged by the Construction Administrator.

NOTE: Insert only if OPSS 350 (or relevant SP) requires MIT Scan to be carried out by the Owner. Not required if MIT scan testing is carried out by the Contractor by specification.

Page 35

Page 36: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

3.4.14 Well Testing/ Well Investigations (-N/A)

In addition to CAITM requirements, the Service provider shall:

Conduct well testing/investigations as per MTO Directive OPR-C-002 (see Appendix 2) and Water Resources Act Ont. Regulation 903/90.

All wells within a 500 (or 1,000) metres radius shall be tested.

The Service Provider shall be responsible for contacting the property owners, locating all wells, and making arrangements for required well testing and water testing, including bacteria, chemical and recovery pump tests, and informing respective property owners of testing results. The Service Provider shall receive and forward any correspondence from property owners regarding well claim issues to MTO Contract Management and Operations Claims Office. All such functions are considered normal regular duties performed by the CA and site inspection staff for this type of construction contract.

The Service Provider shall be responsible for obtaining the services of Licensed Drinking Water Testing Laboratories; and Licensed Well Contractor with Well Technician Licensed to conduct well recovery/yield testing. Bacteria, chemical and recovery tests will be required for bacteria, chemical analysis and well recovery tests. The following test parameters include but are not limited to: for bacteria analysis – Escherichia coli; faecal coliform bacteria; total coliform bacteria; for chemical analysis – ph; total hardness; total alkalinity; calcium, magnesium, sodium; potassium; iron, manganese; chloride; sulphate; nitrate (NO3-N); nitrite (NO2-N), ammonia/ammonium NH3-N; conductivity; dissolved solids; suspended solids; tannin and lignins; and for recovery/yield testing: static water level, rate of pumping, draw down vs. time data, residual drawdown, recovery vs. time water level data, recovered water level, well yield, specific capacity, visual appearance of discharge water and detection of odours. The services of the Licensed Drinking Water Testing Laboratory and Licensed Well Contractor with Licensed Well Technician, including sampling, shipping and all testing as noted above, are required and form the basis of the $/Test for Bacterial/Chemical/Recovery/Yield Testing in Table 3. All containers, labels for handling and shipping of samples shall be as per contemporary standards /analytical requirements.

Responsibility for damages to property owner’s wells or equipment are to be that of the tester.

The Service Provider shall be responsible for monitoring of wells during pre-construction, and, if requested, during post-construction. Post-construction testing will be compensated as extra work.

The Service Provider shall be responsible for locating all wells, obtaining all required containers, labels for handling and timely shipping of samples, for all administration functions and costs to meet these requirements.

Page 36

Page 37: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Approximately (X) wells are required to be tested. Sampling and testing shall be done in accordance with the Guidelines for Drinking Well Water Sampling and Testing in MTO Activities and yield testing will be done as outline in Section 10 of Ontario Water Supply Wells – Requirements and Best Management Practices.

Note: Guidelines for Drinking Well Water Sampling and Testing in Ministry of Transportation Activities are available in the MTO online library and Water Supply Wells – Requirements and Best Management Practices are available online.

A licensed “Well Technician” shall conduct all sampling for well testing and shall conduct recovery/yield testing.

Proponents shall include in its Quotation Submission the name of the: Licensed well contractor. MOE Well Technician licensed to conduct recovery/yield tests (Class 4 Licence

or Class 3 that specifically states they can perform yield testing). MOE Assistant Well Technician(s) licensed to conduct recovery/yield tests

under the supervision of the above technician(s) in accordance with the regulatory requirements when proposed.

Copies of valid current Well Technician Licence(s) and valid current Well Contractor Licence shall be included in Envelope # 2.

3.4.15 Public Information Plan (-N/A)

This work is over and above the requirements specified in the CAITM (may or may not be required for particular Assignments).

The Service Provider shall notify the public, of the project by all of the following methods: Newspaper advertisement in the local newspaper, as identified by the ministry, for two

(2) consecutive weeks prior to the commencement of the Project and two (2) consecutive weeks immediately prior to the Project recommencing each Spring.

Flyers indicating general project details to adjacent property owners. Meetings with individual property owners affected by the work. A public information session.

3.4.16 Post-Installation Pipe Inspection (-N/A)

The Service Provider shall submit a printed and an electronic copy of all inspection reports (as per Technical Services Requirements provided at start-up meeting) to the Regional Quality Assurance Section. The Contract Services Administrator and the Regional Quality Assurance Section shall receive a copy of all assessments, a copy of the Final Pipe Condition Assessment Rating, and a copy of the payment adjustment calculations.

The Regional Quality Assurance Section shall be given 72-hour notice of all scheduled post-installation pipe inspections.

Page 37

Page 38: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

3.5 SCHEDULE

The term of the Agreement will be from the date of the execution of Part B by the ministry to the completion and submission of all the Services and Deliverables in a form acceptable to the ministry.

Anticipated due date for all the Services and Deliverables: Day, Month, Date, Year.

Anticipated advertising dates for the construction contracts are the following:

Contract 20XX-XXXX on Highway XXX is Day, Month, Year,Contract 20XX-XXXX on Highway XXX is Day, Month, Year, andContract 20XX-XXXX on Highway XXX is Day, Month, Year.

3.6 QUALITY CONTROL PLAN FOR THE CA SERVICES

General

Proponents must have a prior registration of their Core Plan and the Generic Category Plan for the Category as identified in the posting notice for this Assignment. The firms who do not meet the QC Plan requirement shall not be considered.

The Service Provider’s Quality Control (QC) Plan shall become part of the Agreement. The Service Provider is fully responsible for the Quality Control (QC) of all Services.

The monitoring of Quality Control of all work shall be conducted by the staff within a Service Provider who has not been directly involved with that component of the work. A senior level staff (Auditor) within the Service Provider firm will be responsible to oversee the process of checking, resolve all problems, and that all provisions of the QC Plans have been adhered to and provide an audit report to the ministry’s Agreement Administrator (CSA and/or ACE). During the Assignment at the dates agreed, and at completion, the Auditor shall certify that the approved Quality Control Plan has been duly executed.

Core PlanThe Core Plan and the Generic Category Plan components are submitted to the ministry, after a Service Provider has been registered to do the work under the Construction Administration (CA) RAQS Category. Upon approval by ministry staff, the Core and Generic Category Plans are registered in RAQS.

The Core Plan is to provide a Proponent’s corporate policy, best practices and procedures on Quality Control. Only one (1) Core Plan is required from a Proponent registered in RAQS.

Page 38

Page 39: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

The approved Generic Category Plan in RAQS outlines the process and steps which the successful firm should follow for the purposes of Quality Control of work for this Assignment.

Quality Control Plan Procedures

Quality Control Plans are submitted through the Registry, Appraisal & Qualification System (RAQS), and has following three components, as described below:

Core Plan Generic Category Plan Supplementary Specialty Plan (project specific)

Supplementary Specialty Plan

A Supplementary Specialty Plan is project specific and is submitted in RAQS by the Service Provider. A Supplementary Plan outlines how the firm will administer Quality Control for the specific tasks in the Assignment and meeting deadline dates.

The Service Provider is responsible for the timely submission of Supplementary Specialty Plan and Milestone Quality Report(s) and any clarifications or additional information requested by the ministry’s Agreement Administrator (CSA and/or ACE).

The Service Provider is to submit within ten (10) business days on RAQS, a completed Supplementary Specialty Plan together with the completed Template for the Specialty identified in the RFQ Notice. The CSA may accept the Service Provider’s Supplementary Plan submitted or request clarification(s) or additional information, as warranted.

Failure to provide an acceptable Supplementary Specialty Plan in RAQS within twenty (20) business days, of notification, may at the discretion of the ministry result in the default of the agreement by the Service Provider. Only upon the acceptance of the Supplementary Specialty Plan by the ministry’s Agreement Administrator shall the Service Provider proceed with the Assignment.

A senior level staff (Auditor) within the firm will be responsible to oversee the process of checking and resolving all problems. The firm is to adhere to all provisions of the QC Plan accepted by the ministry.

During the term of the Assignment’s Agreement, the Service Provider’s Auditor shall submit reports on quality control (Milestone Quality Report(s)) to the ministry’s Agreement Administrator, at the agreed upon dates and at completion. The Auditor is responsible to certify that the approved Quality Control Plan has been duly executed the Milestone Quality Report(s) are subject to acceptance by the CSA. The CSA may request clarification or additional information as deemed necessary.

The performance of the Service Provider will be tracked for its adherence to the accepted Quality Control Plan, any corrective measures instituted, timely delivery of Milestone

Page 39

Page 40: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Report(s) and follow up on clarifications or additional information requested by the Ministry’s Agreement Administrator. The areas of conformance / non-conformance will be documented. It is the responsibility of the Service Provider to correct the areas of non-conformance within a specified date.

The ministry may inform the Service Provider in writing to correct major violations of the Quality Control Plan. If after written notice, the major violations are not corrected the ministry may at its own discretion issue an Infraction Report / financial consequence(s) or stoppage of work, until conformance is demonstrated or appropriate revisions to the plans are approved such that any additional work to obtain conformance shall not constitute a scope change.

Upon request, the ministry shall be given access at any time to all records produced in the performance of the Services including inspection records, test results and testing facilities, and to conduct sampling, direct observation of testing as necessary to enable the ministry to monitor adherence to the Quality Control Plans for Services.

The Service Provider shall be solely and fully accountable for the quality of the Services and Deliverables. The ministry reserves the right to reasonably undertake to recover costs which result from errors, omissions or other actions or inaction of the Service Provider pursuant to the construction administration of the Assignment.

The Service Provider Quality Control (QC) Plan Process, Procedures Guide detailing the process is available is available on RAQS.

After Award

The Service Provider is to submit within ten (10) business days through RAQS, a completed Supplementary Specialty Plan together with the completed template for the Specialty identified in the EOI Posting Notice. The ministry’s Agreement Administrator (ACE/CSA) may request clarification(s) or additional information, as warranted.

The Service Provider’s submission of the Supplementary Specialty Plan is reviewed for acceptance by the ministry’s Agreement Administrator. The ministry’s Agreement Administrator will provide comments on the Supplementary Plan submitted and request any clarification(s) or additional information as warranted.

Failure to provide an acceptable Supplementary Specialty Plan in RAQS within twenty (20) business days may at the discretion of the ministry result in the cancellation of award and the ministry may not proceed with the Service Provider for this Assignment.

Page 40

Page 41: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

During the Assignment

The Service Provider is responsible for the timely submission of Supplementary Specialty Plan and Milestone Quality Report(s) and any clarifications or additional information requested by the ministry’s Agreement Administrator. The Service Provider shall submit through RAQS, the Milestone Quality Report(s) at the dates identified in the accepted Supplementary Plan. The ministry’s Agreement Administrator may accept the Milestone Quality Report(s) or may request clarification or additional information as appropriate.

The performance of the Service Provider will be tracked for the timely delivery of QC deliverables, the accuracy of check / audit reporting and for any follow-up clarification(s) or additional information requested by the ministry’s Agreement Administrator.

3.7 DELIVERABLES

The Service Provider is responsible for providing the Services and Deliverables separately for each construction contract, as detailed in the most recent edition of the Construction Administration and Inspection Task Manual (CAITM) and related Amendments, and in the Technical Standards and Specifications, as detailed below:

3.7.1 Engineering Materials Field Testing (-N/A)

The Service Provider is responsible for arranging and providing the field testing services noted in the Engineering Materials Field Testing Reference Table of the most recent edition of the Construction Administration and Inspection Task Manual (CAITM) and related Amendments, as available prior to the Quotation Submission Deadline.

Field tests, other than those identified in Table 3, are considered part of the duties of site staff.

The Service Provider is to make an allowance and incorporate these costs in their Lump Sum Price.

Included as a task under Engineering Materials Field Testing, is the requirement that all samples of materials which the ministry will test are delivered to the designated laboratory (as specified in the Contract Documents) in a timely fashion, in a suitable testing condition with proper identification and WHMIS labels and in accordance with applicable Dangerous Goods Legislation. The ministry will provide the test results to the Service Provider upon their availability. The test results will be communicated to the Contractor within the timeframes specified in the Contract.

Page 41

Page 42: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

3.7.2 Sample Storage and Delivery Services for Quality Assurance, Referee, and Other Testing

The requirements for the storing, handling, identification, and delivery of samples to the Regional Quality Assurance Laboratory, MTO Materials Engineering Research Office (MERO) laboratory in Downsview , referee and other testing by the ministry or the ministry’s agent shall be as detailed in the CAITM and CAITM Amendments posted during advertising, Contract Documents, and Special Provision No.199S57 (General Requirements of Samples for Quality Assurance, Referee, and Other Testing by the Owner or the Owner’s Agent).

The Regional Quality Assurance Laboratory will be designated by the ministry.

All samples shall be obtained by the Contractor, in the presence of the CA.

The Contractor shall be responsible to deliver concrete cylinders and grout cubes for strength determination, and bridge bearing pads, to the laboratory designated by the ministry. The Service Provider shall be responsible to deliver all other material samples to the laboratory designated by the ministry in such a manner as to protect the integrity of the samples.

Samples delivered by the Service Provider shall be within the time limits and locations specified elsewhere in the Contract Documents. The Service Provider shall normally deliver samples during normal business hours. Normal business hours are deemed to be from 8:00 a.m. to 5:00 p.m., Monday through Friday. Where a sample has to be delivered outside these hours, the Service Provider shall give the laboratory one full Business Day notice. If the time limits and/or locations for delivering samples are not specified elsewhere in the Contract Documents, then the sample shall be delivered by the Service Provider no later than * Business Day(s) from the date of sampling to either the Regional Quality Assurance Laboratory located within a ** km radium of the Contract limits or ** Name of the Quality Assurance Laboratory; or to the MTO MERO laboratory in Downsview as specified in the Contract Documents.

Note: The following fill-in shall match the fill-in details in the SP199F57 for this Assignment’s Contract(s). User can contact Regional Quality Assurance if they need clarification.

* in the maximum distance to the Regional Quality Assurance Fill in the Business Day(s).

** Fill laboratory.

The Service Provider shall be responsible to deliver all samples in a suitable testing condition. Samples shall be thoroughly inspected immediately upon arrival by the laboratory. Samples lost, damaged (e.g. ripped bag, broken seals, cracked cores), contaminated, and/or delivered outside the timelines specified in the Contract Documents may be determined to be unsuitable by MTO.

Page 42

Page 43: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

The Service Provider is expected to meet the MTO CA Services and Deliverables timeline and quality requirements irrespective of the WBCMS setup.

The Service Provider shall report all samples unsuitable for testing by the laboratory or the owner (unsuitable samples), immediately as well as in their weekly/monthly status reports to MTO. If MTO determines that the CA is not taking adequate care of samples resulting in repeated instances of unsuitable samples then MTO reserves the right to hold the Service Provider responsible for all costs as a result of the unsuitable samples including costs associated with the Contractor obtaining new samples to replace the unsuitable samples, the Service Provider witnessing the sampling and delivery of the samples to the appropriate laboratory. These costs shall not exceed $500 per sample plus the Service Providers costs for witnessing the sampling and delivery of the samples.

All costs and allowances associated to Sample Delivery Services for Quality Assurance, Referee, and Other Testing for this Assignment shall be incorporated in the Lump Sum Price as Specified in Table 1. Costs for sample delivery will be based on the actual number of trips taken.

In instances where the actual number of trips exceeds MTO’s estimated number of trips, the Service Provider shall be compensated using the “Cost per Day per trip” as specified in Table 3 for each additional trip.

In instances where the actual number of trips is less than MTO’s estimated number of trips, the Service Provider shall only invoice for the actual number of trips taken. Invoices to MTO shall show costs for sample delivery as a separate line entry for the weekly/monthly payments.

3.7.3 Engineer In Training / Transportation Technician Training (-N/A)

The ministry currently maintains an Engineer-In-Training (EIT) and a Transportation Technician (TT) training program. As part of these training programs, EITs and/or TTs may be assigned to this Contract to be involved with various construction activities. This may include multiple EITs or TTs but only one EIT or TT will be working on this contract at a time for up to a six (6) month span. During this period, the EITs or TTs may spend some of their time away from the contract on other MTO activities.

The Construction Administrator is responsible to provide on the job training to the EIT or TT in accordance with the "On the Job Training Program". The ministry will provide the “On the Job Training Program” package. The ministry will pay for the salary and expenses of the EIT or TT. The EIT or TT, are not to be the part of the CA staffing plan.

3.7.4 Equipment and Supply

The Service Provider shall, at its cost, provide equipment and supplies for the duration of the Assignment as described in the most recent Construction Administration and

Inspection Task Manual and related addendum and as amended within this Agreement:

Page 43

Page 44: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

The Assignment will require (X) field offices to be located within a XX kilometre radius of the contract limits for the duration of construction.

Field offices will/will not be permitted in MTO Patrol Yards. The Field Office(s) is/are to include a furnished work area and a meeting area suitable

to accommodate a minimum of twelve (12) attendees, all utilities and washroom facilities, in accordance to current Occupational Health and Safety Act requirements. The Service Provider must provide a sign at the field office location, clearly visible to the public that identifies the firm and phone number for the contact. In addition, a disposal bin for garbage removal shall be provided. All of the Service Provider’s staff vehicles must have Service Provider identification clearly visible to the public identifying the Construction Administrator firm. Magnetic stickers are acceptable.

Equipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for the field office, photocopier, a computer with operating system and related software programs MS Word, MS Excel, MS Access, MS Project and MS Outlook compatible with current ministry applications. Also required are other similar products normally required of a contemporary construction field office such as scales, tapes, calculators, survey equipment, thermometers, safety equipment, office supplies of every nature and kind required for the efficient performance of the services including diary and other record books, non-specialized forms, stationery, janitorial supplies, packaging materials, sampling equipment, and computer disks and other incidental equipment considered to be normal “tools of trade”.

Primavera Scheduling software. Bentley InRoads and AutoCAD if required. At least one (1) telephone with speaker phone function, voice messaging, one (1) fax

machine in the field office, one (1) scanner and one (1) cellular phone with voice messaging service for the use of the Administrator; internet addresses, including all related hardware and software, and server connection for both main and field offices to enable e-mail communications for the duration of the Assignment.

A digital camera (with date imprint feature), and a digital video camera for use by Construction Administration staff.

Equipment commonly used by laboratory technicians including, but not limited to, safety equipment and clothing, calculators and incidental equipment.

Nuclear testing equipment for compaction testing (if required). Equipment for half-cell surveys of bridges and covermeter (if required). Equipment for dowel pull testing (if required). Copies of applicable A.S.T.M. and C.S.A. standards. Copies of applicable publications and documents including CAITM, CAITM

Amendments and any others as referenced in Section 3.1 or elsewhere in this document.

The Service Provider may provide additional equipment at his own discretion and expense, if deemed necessary for the satisfactory completion of the assignment all within the Lump Sum Price.

Other project specific equipment if required.

Page 44

Page 45: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

GPS Coordinate As Constructed Data Collection Task

Note: This task is in addition to the normal as constructed data required and identified elsewhere in this Agreement.

The work shall be performed by the person(s) identified by the Proponent in this Agreement. Payment shall be made by drawing upon the bank of allotted hours and at the rate identified by the Proponent in Table 1 of this RFQ.

Project Scope

Global Positioning System (GPS) coordinate location (i.e. Latitude, Longitude) shall be recorded for and newly installed guiderails and culverts (including centreline, sideroad and private entrance), within the limits of this/these construction contract(s). Feature attributes shall also be collected and digital photographs taken at each component site (photo numbers to be entered into the attribute table). This information is required to update and maintain the ministry's asset management system.

The GPS receiver used for this task must be capable of achieving a real-time positional accuracy of 3 metres or less.

Data collection must be completed using ESRI ArcPad Software (Version 10) installed on the GPS unit.

All co-ordinate and attribute data shall be submitted in ESRI shapefile format. MTO Geomatics Section will provide a shapefile templates and a guide to assist in

data entry. GPS location information shall be referenced to NAD83 Geographic Coordinate

System. To ensure proper condition evaluation and worthwhile photos, GPS data collection

and digital photos shall be completed with no ice / snow cover.

The following components shall form the list of features requiring co-ordinate collection, with the location and/or the limits required.

All culverts (all types) GPS co-ordinates shall be recorded at each invert,

All Guiderail (all types)

GPS co-ordinates shall be recorded at the beginning and end of each run, additional points shall be collected at intervals of 25m or less, or where bends in the run are evident, any permanent guiderail end treatments shall be included.

As the construction contract progresses, other components not identified in the list may require co-ordinate collection. The location and/or the limits will be identified by the ministry. Payment for the collection time for newly identified components will be made at the rate identified by the Proponent in their Quotation Submission.

As a minimum the evaluator must maintain attribute records as defined in the table below.

Page 45

Page 46: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Attribute Data: As a minimum the evaluator must maintain attribute records as defined in the tables below (in addition to photo numbers). (Attributes may be subject to change).

Culvert Collection

CVID Additional Remarks Channel Rating Chainage

Highway Number Comments Roadway Settling Rating Installation Year

Culvert Type Water Course Present

Scour/Footings Rating

Barrel Material Rating

Culvert Diameter/Span Direction of Flow Head/Endwall

Rating Joint Rating

Culvert Rise Fish Present Location Shape RatingLength Inspection Date Purpose Capacity Rating

Cover Depth Evaluator Standard Remarks Embankment Rating

Guiderail Collection

GUID Highway Number Guiderail Type LengthEnd Treatment 1 End Treatment 2 Condition Standard Remarks

Additional Remarks Evaluator Evaluation Date Installation Year

The GPS Culvert Collection Guide & GPS Guiderail Collection Guide (Guides) will be provided to the Preferred Proponent. The Guides shall serve as reference material for details on data collection and condition ratings.

Each mapping submission must include a covering report identifying the type of GPS equipment used (i.e. make and model), the GPS accuracy specifications (for the equipment used), the geographically referenced co-ordinate system (NAD83), and a description of all abbreviations or codes used.

Ministry Contact for this task:Michael SeeRegional GIS Coordinator / Geomatics Tel: (613) 547-1760Cell: (613) 331-6063Fax: (613) 545-4873Email: [email protected]

Ministry of Transportation,Eastern Region1355 John Counter BlvdKingston, ONK7L 5A3

3.7.5 Copies

Refer to Article 7 in this RFQ Part B and the Construction Administration and Inspection Task Manual for the documentation distribution requirements.

Page 46

Page 47: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

3.7.6 Status Reports

The Service Provider shall submit to the ministry, on a monthly basis, a monthly status report within three (3) business days of the applicable time period, directly to the CSA in addition to the monthly justification breakdown.

The Service Provider shall submit to the ministry, on a monthly basis, a monthly status report within three (3) business days of the applicable time period.

3.7.7 Project Specific Deliverables

Weekly digital photographic records. Weekly digital video records. Weekly diary sheets in PDF format.

3.7.8 Time Sheets and Invoices

Page 47

Page 48: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

3.8 BASIS OF PAYMENT

Canada and Ontario have entered into a Comprehensive Integrated Tax Coordination Agreement whereby Ontario has agreed to pay harmonized sales tax (HST) on its purchases. For Deliverables provided on or after July 1, 2010, the supplier shall invoice and collect HST from the ministry for the Deliverables in accordance with the provisions of the Excise Tax Act, R.S.C. 1985, c.E-15, as amended or replaced from time to time.

Totals should not include HST.

3.8.1 Payment Schedule

NOTE: For the Basis of Payment: Lump Sum Price, use the following:

The Lump Sum Price shown in Table 1 – Price Offer Breakdown (Lump Sum Price) and Form 1(a) – Offer and Acceptance, submitted by the Proponent in accordance with the requirements of Section 2.2 shall include full compensation for all services, deliverables, equipment, materials, and testing; including all related living and travel expenses (in accordance with the Government of Ontario Travel and Meal Directive) required to provide the Services.

3.8.2 Payment for the Services and Deliverables

NOTE: For the Basis of Payment: Lump Sum Price, use the following:

The Service Provider will be paid on a monthly basis throughout the Term of this Assignment. For the Services included in the Lump Sum Price, the “regular” monthly payments will be equal, and invoicing will commence on XXXX XX, XXXX, and continue monthly. A total of XXX (x) equal payments will be made based on submitted invoices, with the final invoice payable upon submission of all Construction Administration Services and Deliverables acceptable to the ministry. The billing method can be changed upon mutual agreement.

3.8.3 Change Order Process

The ministry retains the exclusive right to change the scope of work for this Assignment by following the Change Order specified in of this Section.

Any change to the contractual requirements for this Assignment (i.e. increasing or reducing the scope of work and value) is subject to Ministry’s approvals in accordance with the Change Order process specified in the Article 8 of this RFQ Part B. Where the Services and Deliverables required by the Service Provider to the satisfaction of the ministry have exceeded or are less than as identified for this Assignment, changes to the Agreement will be initiated for payment in accordance with the Change Order process specified in this section and Article 8 of this RFQ Part B.

Page 48

Page 49: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

TABLE 1: CA Price Reference - Price Offer Breakdown

CATEGORYCURRENT

FISCAL YEAR ($)

NEXT FISCAL YEAR

($)

ALL REMAINING YEARS

($)

LUMP SUM PRICE

($)1. STAFF PRICING(From Table 2: Staff Pricing Table). Pricing is not to include Categories 1.1 and 1.2

$ $ $ $

2. Engineering Materials Field Testing Costs(from Table 3: Engineering Materials Field Testing Price Reference Table)

$ $ $ $

3. Lump Sum(Total of Categories: 1. + 2)

--- --- ---

$ (To be transferred to Form 1 (a) – Part “C”: Offer and Acceptance

The above Lump Sum Prices should not include HST.

Canada and Ontario have entered into a Comprehensive Integrated Tax Coordination Agreement whereby Ontario has agreed to pay harmonized sales tax (HST) on its purchases. For Deliverables provided on or after July 1, 2010, the supplier shall invoice and collect HST from the ministry for the Deliverables in accordance with the provisions of the Excise Tax Act, R.S.C. 1985, c.E-15, as amended or replaced from time to time.

Page 49

Page 50: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

TABLE 2: Staff Pricing

Name of Staff Position Title

Hourly Rate*Note: In WR this column may be

removed. Consult with your ACE.

Lump Sum ($) for the Position*

Project Manager

Construction Administrator

Senior Inspector(s)

Electrical Inspector

Junior Inspector(s)

Office Person / Junior Inspector

Lump Sum $ (to be transferred to Table 1) $

Note: * Includes salary, benefits, equipment costs, overhead (office, computer, cell phones, etc.), payroll burden, and profit. Also includes Daily Expense Rate.

The above Lump Sum should not include HST.

Canada and Ontario have entered into a Comprehensive Integrated Tax Coordination Agreement whereby Ontario has agreed to pay harmonized sales tax (HST) on its purchases. For Deliverables provided on or after July 1, 2010, the supplier shall invoice and collect HST from the ministry for the Deliverables in accordance with the provisions of the Excise Tax Act, R.S.C. 1985, c.E-15, as amended or replaced from time to time

Page 50

Page 51: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

TABLE 3: Engineering Materials Field Testing Reference

Material Field Tests Lump Sum Price ($)TESTING

Earth Compaction*

Granulars Compaction*

Hot Mix Pavement Smoothness testing by Inertial ProfilerHot-in-Place Recycling*

Cold-in-Place Recycling*

Concrete Bridge Deck Waterproofing Thickness*Pavement Smoothness testing by Inertial ProfilerDowel Pull Testing

Half Cell Survey

Covermeter Survey*

Water Well Testing / Well Investigation

Bacterial/Chemical/Recovery/Yield Testing

Miscellaneous Traffic Paint Thickness*

Glass Bead Distribution

Post Installation Pipe InspectionDOCUMENTATION REVIEW

Hot Mix Review of Mix Design Documentation*

Concrete Review of Mix Design Documentation*

SAMPLE DELIVERY

Activity Number of Trips(A)

Cost per Day per trip $(B)

Total $(A * B)

Sample Delivery (Maximum 1 trip per day)Sample Delivery to Regional QA Laboratory (Maximum 1 trip per day)Sample Delivery to

Page 51

Page 52: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

MTO MERO laboratory (Maximum 1 trip per day)

Note: Use 2 different delivery rates are required for your Assignment (MERO, Lab)TOTAL LUMP SUM FOR FIELD TESTING $

Note: 1) The Lump Sum for Field Testing must be carried forward to the LUMP SUM PRICE OFFER BREAKDOWN – Table 1.

2) * Regular duties included in amounts tendered in Table1.

The above Lump Sum should not include HST.

Canada and Ontario have entered into a Comprehensive Integrated Tax Coordination Agreement whereby Ontario has agreed to pay harmonized sales tax (HST) on its purchases. For Deliverables provided on or after July 1, 2010, the supplier shall invoice and collect HST from the ministry for the Deliverables in accordance with the provisions of the Excise Tax Act, R.S.C. 1985, c.E-15, as amended or replaced from time to time.

Page 52

Page 53: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

4.0 GENERAL INFORMATION

4.1 PERFORMANCE EVALUATION

Over the course of this Assignment, the Ministry’s Agreement Administrator (CSA/ACE), with the assistance of the ministry’s project team, will monitor the timeliness and quality of the Services and Deliverables and will provide feedback on the Service Provider’s performance through CA Performance Reports, correspondence, progress review meetings. This feedback will form the basis of the Service Provider’s Performance Evaluation.

The ministry applies a performance based approach for the selection and award of Engineering and Construction Administration assignments. Past performance is applied in the selection process. Depending on the duration an assignment, the Service Provider will receive Interim/Annual performance appraisal(s) during the assignment and a final appraisal upon completion. The appraisal(s) are to provide timely feedback to the Service Provider.

Interim/Annual Appraisals will be conducted throughout the Assignment. For an Assignment with overall duration of less than two (2) years, only a final appraisal will be issued. For an Assignment with overall duration of two (2) years and greater, annual and final appraisals will be issued.

The following table indicates the “weighting” that will be assigned to each component in the preparation of the Service Provider’s Performance Appraisal for this Assignment. The “rating” shall be a reflection of the Service Provider’s actual performance and shall range from 1 to 5.

Category / Observations Weighting (%)1. Project Management 10-252. Payment, Negotiations and Engineering Claims 103. Contractor Quality Control Administration, Services and Deliverables 54. Contractor, MTO and Public Liaison and Communication 105. Contract Administration Deliverables 206. Quality Assurance Deliverables 15-207. Environmental – Specialty Plan if required 0-108. Traffic Management and Staging 59. Specialty Plans as required 0-10Total of above 100

10. Occupational Health and Safety Plan (Pass/Fail)

Page 53

Page 54: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Upon receipt of an appraisal from the ministry, the Service Provider will be allowed twenty-one (21) calendar days to sign and concur with the appraisal received or request a Formal Review. If the Service Provider does not respond within the twenty-one (21) calendar days, the appraisal as issued will be considered as approved. Only the approved interim, annual and final appraisals will apply in the Service Provider’s Corporate Performance Rating (CPR).

For additional information regarding Service Provider’s CPR and Performance Appraisal process, refer to following documents:

Consultant Performance and Selection System (CPSS) Guide Performance Appraisals Procedure Guide

These documents are available at on RAQS.

Ministry AuditsAny audits performed pursuant to Article 3 of the Legal Terms and Conditions (RFQ Part B) will be used in the assessment of the Service Provider’s performance. The ministry, or its delegate, reserves the right to visit the office of the Service Provider or Sub-Service Provider(s), including laboratory-testing facilities, to conduct an independent audit of the work currently completed.

Pursuant to Article 3 of this RFQ Par B, the ministry, or its delegate, reserves the right to visit the office of the Service Provider to conduct an independent audit of the work. The Service Provider shall maintain the Assignment and make these available for review at the time of such audits. The audit(s) performed may be used in the assessment of the Service Provider’s Performance.

4.2 RIGHT TO ACCEPT OR REJECT

The ministry reserves the right to reject any and all Quotation Submissions, whether or not completed properly and whether or not it contains all required information. Without prejudice, the ministry may request clarification where any Service Provider's intent is unclear and may waive or request amendment where, in the opinion of the ministry, there is a minor irregularity or omission in the information that has been submitted in a required document.

4.3 EXECUTION OF CONTRACT The acceptance of a Quotation Submission and the award of this Assignment or any part thereof will be made in writing by the ministry signing the acceptance portion of Form 1 (a) The Service Provider will be required to comply with the fully executed Agreement including the Legal Terms and Conditions (RFQ Part B), the Preferred Proponent’s Quotation Submission which shall form the contractual Agreement with the ministry after acceptance by the ministry. Any subsequent changes to the Agreement will be made only in writing and shall follow the Changer Order process as specified in Section 3.8.3. of this RFQ Part A.

Page 54

Page 55: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

4.4 FAILURE TO EXECUTE CONTRACT

In the event that the Service Provider fails or refuses to commence the Assignment within the time prescribed by the ministry, the ministry reserves the right, in its sole discretion, to cancel the award and award the contract to another Proponent, not to accept the Preferred Proponent’s Quotation Submission, or to issue a new RFQ for this Assignment.

The defaulting Service Provider shall be liable for all losses, damage, costs and expenses (including consequential losses and damage, and legal fees) suffered or incurred by the ministry as a direct or indirect result thereof, including but not limited to any increase in the price of performance over the price submitted by the defaulting Service Provider in its Quotation Submission.

The ministry will follow the process as specified in Articles 14 and 15 of Part B of this RFQ.

4.5 NO LIABILITY FOR EXPENSES OR DAMAGES

The ministry will not be liable for any loss or damage suffered by any Proponent including, without limitation, any expenses incurred in the preparation of the Quotation Submissions.

4.6 RFQ EVALUATION AND AWARD

The Proponent’s Quotation Submission is to consist of two (2) Envelopes as described in Section 1.3. Upon receipt of each Quotation Submission, the ministry will separate the two (2) Envelopes. Each Quotation Submission will first be examined by the ministry to determine if it meets the mandatory requirements.

A determination of non-compliance of one or more mandatory requirements (incomplete, unsigned, omitted or unacceptable information provided) may result in disqualification of a Quotation Submission and the Proponent shall be advised accordingly.

The Proponent understands and agrees that the ministry may, if deemed necessary, verify any information provided in the Quotation Submission. It must be clearly understood that if there is any evidence of misleading and/or false information provided in the Quotation Submission, the ministry may, in its sole discretion, disqualify and reject the Quotation Submission.

The Quotation Submissions that meet the RFQ mandatory requirements will be evaluated based on a weighting of 50% for the Proponent’s Corporate Performance Rating (CPR) and 50% for the Proponent’s Lump Sum Price which will be the basis of the Service Provider selection. Once an award is completed, any clarifications required of the Quotation Submission will be resolved with the Preferred Proponent prior to the ministry signing the Offer and Acceptance form.

Page 55

Page 56: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

It is the Proponent’s responsibility to understand the Services and Deliverables to be provided to meet the commitments to the requirements for this Assignment.

Following receipt of the Conditional Award Letter, the Preferred Proponent will be required to fulfil the requirements of this letter by the dates and times specified in the letter.

Failure to submit the requirements of the Conditional Award Letter may result in disqualification of the Preferred Proponent prior to the award of this Assignment, and will authorize the ministry to pursue conditional award with a different Proponent with no obligations to the Preferred Proponent by the ministry.

4.7 IRREVOCABLE RESPONSE

Proponents may withdraw their Quotation Submission, without consequences, by written notice to the ministry contact specified for this Assignment when the notice is received before the Quotation Submission Deadline.

The Quotation Submission is irrevocable by the Proponent following the Quotation Submission Deadline and will remain in effect and open for acceptance by the ministry for a period of ninety (90) calendar days thereafter.

4.8 CONTACT PERSON

Each Proponent shall designate in its Quotation Submission the name of the RAQS contact or alternate contact to whom any additional information relevant to this Assignment can be communicated. The Proponent contact must be identified in RAQS under General Information.

The Proponent should provide to the ministry the address of the billing office from which invoices will be issued and payment will be sent.

4.9 CHANGES TO THE QUOTATION SUBMISSION

Proponents shall not submit more than one (1) Quotation submission. No alteration or modification to the Quotation Submission will be accepted after the specified Quotation Submission Deadline.

However, the Proponent may withdraw its Quotation Submission upon written request at any time before the Quotation Submission Deadline. Proponents may re-submit their withdrawn Quotation submission prior to the Quotation Submission Deadline.

Each Proponent shall review all RFQ Parts (A, B and C) and shall promptly report and request Clarification(s).

The ministry will require the Preferred Proponent to confirm in accordance with the Conditional Award Letter, the firm’s project staff availability by the date/time specified in

Page 56

Page 57: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

the Conditional Award Letter. This Assignment will not be awarded to the Preferred Proponent, at the discretion of the ministry, if the project staff does not meet the requirements of the RFQ.

4.10 CONFIDENTIAL RESPONSES

The ministry will consider all Submissions as confidential, subject to the provisions and disclosure requirements of the Freedom of Information and Protection of Privacy Act R.S.O., 1990, c.F.31, as amended. The ministry will, however, have the right to make copies of all Quotation Submissions received for its internal review process.

Proponents understand and agree that the ministry may, if deemed necessary, verify any information provided in any Quotation Submission. If there is any evidence of misleading or false information having been submitted, the ministry may, in its sole discretion, reject the Quotation Submission.

4.11 CONFLICT OF INTEREST

Each Proponent must include in its Quotation Submission, Form 3: Parts 3(a) OR 3(b) AND 3(c) as provided in Part C of this RFQ, to confirm that:

The Proponent has no access to any “Confidential Information”. Where, “Confidential Information” is defined as the Confidential Information of the Crown (other than Confidential Information which is disclosed to the Proponents during this RFQ procurement process). The Confidential Information is relevant to the Services required by this RFQ, and the disclosure of which could result in prejudice to the Crown or an unfair advantage to the Proponent.

The Proponent has no (actual or potential) Conflict of Interest with their Submission or, if selected, with the contractual obligations under this Agreement. Where applicable, a Proponent must declare in its Submission any situation that may be a conflict of by using Form 3: Parts 3(a) OR 3(b).

In addition, each Quotation Submission shall include Form 3: Part C, as provided in Part C of this RFQ, to confirm:

1. A list of name(s), address(es) and telephone number(s) of the person(s) who participated in the development of the Quotation Submission for this Assignment.2. A list of the name(s) of any former employees of the Ontario Public Service, their job classifications and the particular ministries where these individuals were working immediately prior to their leaving the Crown that the Service Provider has either appointed to its Board of Directors or employed since April 23, 1997.

The Quotation Submission of any Proponent may be disqualified where the Proponent fails to confirm the foregoing or makes misrepresentations regarding any of the above.

Page 57

Page 58: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

For the purposes of this Quotation submission, the ministry considers it to be a Conflict of Interest if the prime design consultant that is under contract with the Design Builder for the Design-Build contracts: Contract xxxx on Highway xx also provides Construction Administration Services to the ministry for the same contracts. No mitigation measures or potential remedies to address this “Conflict of Interest” will be accepted by the ministry.

Further, the ministry shall have the right to rescind any Agreement with the Service Provider in the event that the ministry in its sole discretion determines that the Service Provider has made a misrepresentation regarding any of the above, in addition to or in lieu of any other remedies that the ministry has in law or in equity.

The conflict of interest/no conflict of interest declaration will not be within the page Quotation submission page limit as specified for this Assignment.

4.12 TAX COMPLIANCE

The Ontario Government expects all suppliers to pay their Ontario tax obligations on a timely basis. In this regard, Proponents are advised that their Ontario tax obligations, if any, must be in good standing or order to be considered for a contact award. All Proponents’ tax obligations must be in full compliance with all applicable Ontario tax statutes, whether administered by the Ontario Ministry of Finance or by the Canada Revenue Agency, and that, in particular, all returns required to be filed have been filed and all taxes due and payable under those statutes have been paid or satisfactory arrangements for their payment have been made and maintained or that the Proponent will take all necessary steps prior to being considered for contract award in order to be in full compliance with all applicable Ontario tax statutes.

A Proponent who is not compliant of Corporate Taxes of government of Ontario, cannot be awarded an assignment of value $25,000 or greater.

4.13 OCCUPATIONAL HEALTH AND SAFETY

The Service Provider will be responsible for meeting all of the obligations under the Occupational Health & Safety Act (OHSA) and all applicable regulations. This includes, but is not limited to, the duties to: provide a safe workplace; provide information and educate the workers on workplace hazards; appoint a competent supervisor; prepare and provide a health and safety policy; implement a comprehensive health and safety program to support the policy; and take every reasonable precaution to protect the health and safety of workers.

Although the ministry generally views engineering work as non-construction work for the purposes of the Occupational Health and Safety Act, R.S.O. 1990, c. O.1, as amended ("OHSA"), the ministry has been advised that some engineering work may be considered "construction" depending on the nature and extent of the work activities. The Ministry of Labour ("MOL") has indicated that in some cases, certain engineering work may constitute "construction" work for the purpose of the OHSA. The successful Service Provider is advised that it shall be required to review its work activities for compliance

Page 58

Page 59: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

with the OHSA and applicable regulations. The contractor shall execute the terms of the Contract in strict compliance with the OHSA and the applicable regulations thereunder.

Proponents are advised to reference the latest version of the Ontario Traffic Manual Book 7 – Temporary Conditions, Office Edition for direction on traffic control.

Traffic control provisions are also provided in the Ontario Traffic Manual Book 7 - Temporary Conditions (and the Temporary Conditions Field Edition). The Service Provider is advised to reference this manual for direction on traffic control.The Service Provider shall:

i) Provide advance notice of the proposed starting date and time, estimated duration, and location of the work to:

(a) The Contract Services Administrator, Name / Telephone Number.

(b) The Area Contracts Engineer, Name / Telephone Number.

ii) Make reasonable efforts so that work does not start, or must stop, if another Service Provider is working in the area. An alternate schedule is to be worked out with the ministry such that their work does not create hazards that impact another Service Provider.

iii) Make reasonable efforts so that work is not carried out near or within the confines of a construction project without Ministry approval and direction as to not implicate the Ministry as a constructor for the purposes of the OHSA.

In accordance with Section 30 of the OHSA, the ministry has provided, appended hereto, a list of Designated Substances present in ministry workplaces.

Pipeline Crossing Requirements (-N/A)

All work within the Prescribed Area of the pipeline(s) of a company under the jurisdiction of the National Energy Board (N.E.B) will be reviewed for conflict.  Work in the vicinity of this type of pipeline(s) must conform to the utility owner (in accordance with the National Energy Board Act (Section 112) and Pipeline Crossing Regulations (Parts 1 and 2)).

All Proponents are encouraged to take the free pipeline awareness training.

Rail Property/Right-of-Way (ROW) Requirements (-N/A)

The Service Provider is reminder that the construction Contractor shall be responsible for contacting railway authorities to schedule work near railway crossings. No Work shall take place within 5m of a railway crossing without the approval of the railway authority.

The Service Provider shall be familiar with the Grade Crossing Regulations (GCR), including but not limited to section 102, subsection 102 (2), and section 103.

Page 59

Page 60: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

The Service Provider shall include a standing agenda item: Notification of Railway Authorities in all project progress and start-up meetings.

Some railway company contacts are included below:

Federal RailwaysFreight

Canadian National  (CN) 514-399-3642Canadian Pacific (CPR) 403-319-7709Toronto Terminals Railway (TTR) N/AEssex Terminal Railway (ETR) 519-973-8222 ext 227Goderich Exeter Railway (GEXR) 519-271-1337Southern Ontario Railway (SOR) 905-777-0185Ottawa Valley Railway (OVR) 705-472-2527CSX 904-614-9246Nippissing Central 705-472-4500 ext 319Norfolk Southern (NS) 757-629-2869

PassengerVia Rail 514-871-6116Capital Rail (OC Transpo) N/AAMTRAK N/AEssex Terminal Railway (ETR) 519-973-8222 ext 227Goderich Exeter Railway (GEXR) 519-271-1337Southern Ontario Railway (SOR) 905-777-0185Ottawa Valley Railway (OVR) 705-472-2527CSX 904-614-9246Nippissing Central 705-472-4500 ext 319Norfolk Southern (NS) 757-629-2869

Provincial RailwaysFreight

Huron Central Railway (HCR) 705-254-4511Trillium Railway 905-835-2772Ontario Southland Railway (OSR) 519-471-9606Arnprior and Nepean 613-623-0556CANDO – Barrie Collingwood (BCRY) 519-637-8756

Passenger (Tourist Excursion)South Simcoe Railway 905-936-2877York Durham Railway (YDHR) 905-852-3696Port Stanley Terminal Rail (PSTR) 519-782-3730Southern Ontario Locomotive Restoration Society (SOLRS) 519-572-8140

Freight and Passenger (Tourist Excursion)CANDO - Orangeville Brampton (OBRAG) 519-637-8756

It is the Proponent’s responsibility to confirm with MTO, the legal requirements with the rail authorities for this Assignment.

Page 60

Page 61: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Service Providers and their Sub-Service Providers working within any railway properties / right-of-ways must adhere to all terms of the legal agreement as signed by the MTO and the respective rail authority.  These requirements may include but are not limited to specialized training requirements and on-site reporting protocols. 

All costs and allowances of abiding by the rail property/ROW requirements for this Assignment shall be incorporated in the Lump Sum Price for this Assignment.

List of Designated Substances in Ministry Workplaces

Ontario Regulation 490/09 lists the following eleven Designated Substances: Acrylonitrile, Arsenic, Asbestos, Benzene, Coke Oven emissions, Ethylene Oxide, Isocyanates, Lead, Mercury, Silica, Vinyl Chloride. Exposure to these substances may occur as a result of activities by the Contractor such as sweeping, grinding, crushing, drilling, blasting, cutting, and abrasive blasting.

Of the above, MTO is aware that Silica, Lead, Asbestos and Arsenic were widely used in highway and bridge construction in the past and may be present within the project limits. In addition, there is a possibility that Benzene may be present in certain coating materials (such as coal tar epoxy) or as a result from a spill or from contamination from an adjacent property.

The remaining Designated Substances are not likely to be encountered in typical construction or maintenance activities of MTO infrastructure. Acrylonitrile and Vinyl Chloride are in Acrylonitrile Butadiene Styrene (ABS) and Polyvinyl Chloride (PVC) materials but are not considered Designated Substances once they have been polymerized and therefore do not need to be identified.

In accordance to the Occupational Health and Safety Act, R.S.O. 1990, c. 0.1, Proponents are advised of the presence of the Designated Substances presented in the table below, to which the Service Provider may be exposed when working at the specified locations or while the specified work activities are being undertaken.

Designated Substance Location or Work Activity

Page 61

Page 62: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Proponents shall include as part of the Quotation submission:

a. A signed Occupational Health and Safety Statutory Declaration Form (Form 5 Part C of the RFQ) certifying that the signatory fully understands and intends to fulfill its obligations as “employer” as prescribed in the Occupational Health and Safety Act (OHSA) and its regulations.

The Service Provider shall provide the following upon award and prior to commencing work:

b. A valid corporate Health and Safety Policy as prescribed in the OHSA. (Please note: The OHSA requirement to have an OHS Policy does not apply to employers with five (5) or less employees.

c. A description of the hazards inherent to the work of this Agreement and a description of how these hazards will be managed in compliance with the OHSA and all applicable Regulations.

d. A description of what provisions it has put (or will put) in place for providing an adequate number of supervisors and that they all satisfy the definition of "competent" as prescribed in the OHSA.

e. An indication of whether a Preventative Maintenance Program for equipment is available (if required).

f. A description of traffic control provisions, specific to the Agreement, which demonstrate that the Service Provider is aware of relevant traffic standards and their obligations and responsibilities under the OHSA for public and employee safety for this assignment.

g. A description of what information and instructions shall be provided to employees such that all employees are informed of the hazards inherent in the Work and understand the procedures for minimizing the risk of injury or illness.

h. Procedures for (i) responding to OHS issues identified by the ministry; (ii) managing orders from Ministry of Labour (MOL); (iii) fulfilling MOL notification for critical injuries and fatalities; and (iv) notifying the ministry of critical injuries/fatalities and MOL orders.

i. A list of MOL orders that have been issued to the Service Provider within the past five (5) years and any conviction for OHSA violations if applicable.

Items a) through i) together shall constitute the Service Providers OHS Plan.

Page 62

Page 63: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

4.14 INSURANCE

The insurance requirements are described in Article 11 of this RFQ Part B Legal Terms and Conditions.

The Preferred Proponent, including each firm of a Joint Venture before execution of the Agreement, is to provide to the ministry proof of insurance along with a signed Certificate of Insurance Form.

End of Part A

Page 63

Page 64: 1.0 GENERAL INFORMATION AND INSTRUCTIONS  · Web viewEquipment commonly used on a field construction project including, but not limited to, drafting equipment, office equipment for

CA RFQ, Part AVersion 3.0 –Lump Sum Price Assignment Number: insert

Appendix 1

In order to process the invoices effectively, this format must be followed:

INVOICING FORMAT

FROM: FIRM NAME & ADDRESS DATE:

TO: Ministry of Transportation INVOICE NUMBER:Regional Address

BILLING NUMBER:

ATTENTION:XX

RE: Assignment Number:G.W.P. Number:Original Assignment Amount:

Description of Project:

Period Covered:

Phase description based on schedule deliverables Monthly Fee Change

Order(s)% Completed

(this period)% Completed(to date)

Construction ContractAdministration (see attached supporting documentation)…TOTAL THIS PERIODTOTAL TO DATE

STATUS TO DATE:

TOTAL AMOUNT INVOICED TO DATE: $TOTAL AMOUNT PREVIOUSLY INVOICED: $HST ON THIS INVOICE: $TOTAL AMOUNT INVOICED THIS PERIOD: $

Project Manager (Signature) Date

DO NOT INCLUDE HST IN MONTHLY FEE/ADDENDUM FIELDS

Page 64