Sei sulla pagina 1di 20

CITY OF REQUEST FOR PROPOSAL: R-2018-07

DRYDEN WATER TREATMENT PLANT CHEMICALS


Contents

1.0 INTRODUCTION ........................................................................................................... 1


1.1 Purpose ................................................................................................................... 1
1.2 Background .............................................................................................................. 1
1.3 RFP Contacts ............................................................................................................ 1
1.4 Water Treatment Plant .............................................................................................. 1
1.5 Liability for Errors...................................................................................................... 2
1.6 Definitions ................................................................................................................ 2
2.0 SCOPE ........................................................................................................................ 2
2.1 Chemical Supply ....................................................................................................... 2
2.2 Additional Requirements............................................................................................ 3
2.2 Requirements ............................................................................................................... 3
3.0 SUBMISSION OF PROPOSAL ......................................................................................... 3
3.1 Submission Requirements .......................................................................................... 3
3.2 Proposal Terms......................................................................................................... 4
3.3 Withdrawal, Amendment and Disqualification ............................................................... 4
3.4 Interpretation ........................................................................................................... 4
3.5 Force Majeure .......................................................................................................... 5
3.7 Mandatory Requirements for Compliance ..................................................................... 5
3.8 Schedule of Events .................................................................................................... 6
4.0 CLARIFICATION OF MATTERS RELATING TO THE RFP..................................................... 6
4.1 RFP Contact ............................................................................................................. 6
4.3 Addenda .................................................................................................................. 6
5.0 GENERAL TERMS ......................................................................................................... 7
5.1 Irrevocability ............................................................................................................ 7
5.2 Subcontracting.......................................................................................................... 7
5.3 Risk of Loss .............................................................................................................. 8
5.4 Claims or Possible Claims ........................................................................................... 8
5.5 Termination .............................................................................................................. 8
5.6 Freedom of Information ............................................................................................. 8
5.7 Personal Information ................................................................................................. 9
5.8 Conflict of Interest ...................................................................................................... 9
5.9 Indemnification ........................................................................................................ 9
5.10 Regulation Compliance and Legislation ................................................................... 10
5.13 Cost of Proposal ...................................................................................................... 10
5.15 Collusion and Corruption.......................................................................................... 10
6.0 BID OPENING AND EVALUATION .............................................................................. 10
6.1 Bid Opening............................................................................................................ 10
6.2 Evaluation .............................................................................................................. 11
6.2.1 Evaluation Criteria ................................................................................................... 11
6.3 Award .................................................................................................................... 12
6.4 Default by the Successful Respondent ....................................................................... 12
6.5 Clarification/Waiver ................................................................................................. 12
6.6 Right to Negotiate................................................................................................... 13
6.7 Settlement of Disputes............................................................................................. 13
6.8 News Release/Publicity ............................................................................................ 13
7.0 PROPOSAL PRICING ................................................................................................... 14
7.1 Pricing ................................................................................................................... 14
7.2 Terms of Payment .................................................................................................... 14
7.4 Warranty ............................................................................................................... 14
APPENDIX A – RESPONDENT INFORMATION FORM................................................................. 15
APPENDIX B – PROPOSAL PRICING ....................................................................................... 16
APPENDIX C - Notice to Essential Suppliers and Service Providers ............................................ 17
1.0 INTRODUCTION

1.1 Purpose
The City of Dryden, through this request for proposal (RFP), intends to select chemical suppliers to
provide chemicals to the Dryden Water Treatment Plant to be used in the process of producing safe
potable water. All chemicals must be approved for use in the water treatment process and proof of
NSF Certification must be provided. The proposals will be evaluated against a predetermined set of
criteria of which price may not be the primary consideration.
*Note: Supplier of liquid Chlorine will also be providing chlorine cylinders to the City
of Dryden Recreation Centre, approximately 8 cylinders per year.

1.2 Background
The City of Dryden Drinking Water System provides potable water to the residents and businesses
in the City of Dryden. The system consists of a Class II Water Treatment Plant located at 250
Wilde Street and a Class I Water Distribution system. The City of Dryden is owner and operator of
its Drinking Water System. The raw water is drawn from Wabigoon Lake via the Dixon Rd. Low
Lift Pumping Station located at the southwest corner of the golf course.

1.3 RFP Contacts


All questions and comments regarding the RFP shall be sent to the RFP Coordinator(s) listed
below:

Dean Walker William Aho


Waterworks Manager Plant ORO
dwalker@dryden.ca waho@dryden.ca
(807) 223-2367 (807) 223-1450

1.4 Water Treatment Plant


Potential contaminants are removed from the raw surface water source by the following
processes:
1. Coagulation / Flocculation
2. Sedimentation Treatment
3. Filtration
4. Chlorination (secondary disinfection as needed)

1
1.5 Liability for Errors
The City of Dryden has used considerable effort to ensure that information presented herein
reflects, with reasonable accuracy, the nature of the goods and/or services requested and its
factual components. The information is supplied as a guideline for Respondents and may not
be completely accurate, comprehensive or exhaustive. The City of Dryden does not make any
representation, warranty or guarantee as to the accuracy of the information contained
herein. It is the Respondent’s responsibility to avail itself of all necessary information to prepare a
response to this RFP. If Respondents have any questions or issues they feel need to be
addressed, contact the Project Contact.

1.6 Definitions
For the purposes of this document, the following definitions shall apply except where noted
otherwise:

• The City of Dryden - The City of Dryden is an incorporated municipality.


• RFP Coordinator - The Specific City of Dryden employee or another person that has been
appointed by the City of Dryden as the RFP Coordinator and Project Contact.
• Respondent - Any individual, partnership, corporation or legal enterprise submitting proposal(s).
• Proposal(s) - The offer submitted by a Respondent.
• Award - The acceptance by the City of Dryden of a proposal(s), by a Respondent, to furnish
specific commodities and/or services as identified and specified herein.
• Successful Respondent - Any Respondent to whom a Contract is awarded.
• Water Treatment Plant (WTP) – Includes the Water Treatment Plant, Reservoir, Low Lift
Pumping Station (Flat Rock) and Diesel Generator with building.

2.0 SCOPE

2.1 Chemical Supply


This RFP is to secure chemical suppliers for:

• Liquid Chlorine 68 Kg Cylinders/w Lead gaskets


• Hydrated Lime - Bagged
• Liquid Aluminum Sulphate 48%

The Water Treatment Plant annually consumes approximately:

• Liquid Chlorine – 3100 Kg


• Hydrated Lime - 21,000 Kg
• Liquid Aluminum Sulphate – 26,000 Imp.Gal.

City of Dryden Recreation Centre annual Liquid Chlorine consumption approximately – 544 Kg

2
2.2 Additional Requirements
The RFP must include shipping cost to the Dryden Water Treatment Plant as well as chlorine
cylinder returns & deposit. The proposal will be for a 1-year period beginning approximately Aug.
1, 2018.

2.2 Requirements
Successful suppliers must fill out and return a “Notice to Essential Suppliers and Service Providers”
in accordance with the City of Dryden Drinking Water Quality Management System Operational
Plan. The notice is provided as “Appendix C”.

3.0 SUBMISSION OF PROPOSAL

3.1 Submission Requirements


Proposals are to be submitted in a plain envelope marked “RFP for WTP Chemical Supply R-
2018-07” and addressed to:

Debra Kincaid, Clerk


City of Dryden
30 Van Horne Avenue
Dryden, ON P8N 2A7

At a date and time no later than 3:00 pm, local time Wednesday, July 11th , 2018.
• Late submissions will be returned unopened.
• The Consultant shall submit two (2) sets of their Proposal in writing and an electronic
copy (USB Stick) in either PDF or MS Word format.
• All proposals must be signed by an individual authorized to bind the respondent to the
provisions of the RFP.
• Facsimiles will not be accepted.
• Proposals emailed directly to the City will not be accepted.
• The Consultants may be required to be interviewed and/or make a presentation on details
of its Proposal.
• The Consultant is asked to provide as much information as possible when replying to each
point throughout the RFP and the Consultant must identify any specific provisions with
which it is unwilling or unable to comply. Unwillingness or inability to comply with any
specific provisions in the RFP may result in the Proposal being rejected.
• A response submitted must be in sufficient detail to allow the City of Dryden to determine
the Consultant’s position from the documents received. Every effort should be made to
include complete details of services to be provided.
• Proposals should be prepared simply and economically providing a straight-forward,
concise description of the vendor’s ability to meet the requirements of the RFP.
• Bids must be legible and completed in ink or typewritten. Erasures, overwriting, strike-outs
will not be reason for rejection, provided all such changes remain legible and have been
initialed by the authorized signatory of the respondent.
3
3.2 Proposal Terms
The City of Dryden reserves the right to reject any and all proposals received as a result of
this RFP. The City reserves the right to reject any or all bids, to waive or not waive informalities or
irregularities in bids or bidding procedures, and to accept or further negotiate cost, terms, or
conditions of any bid determined by the City to be in the best interests of the City even
though not the lowest bid. In the event it becomes necessary to revise any part of the RFP, addenda
will be provided. A deadline for submission of the RFP’s maybe adjusted to allow for revisions.

3.3 Withdrawal, Amendment and Disqualification


A Respondent that submits a proposal to City of Dryden may withdraw its proposal only by giving
written notice to the RFP Coordinator 3 hours before the closing time that the Respondent is
withdrawing its proposal.

A Respondent can amend a proposal by submitting an amended proposal in a sealed envelope to


the above-mentioned address before the closing time.

The last proposal received by The City of Dryden before the closing time shall supersede and
invalidate any proposal previously submitted by the Respondent. City of Dryden shall return,
unopened any submitted proposal that has been withdrawn or amended.

City of Dryden, without liability, cost or penalty, in its sole discretion, may disqualify any proposal
before the proposal is fully evaluated, if:

• It contains false information.


• The proposal reveals a conflict of interest as described in “Conflict of Interest.”

Proposal(s) may be withdrawn prior to closing by notification of same in writing, or in person, to the
RFP Coordinator or specified designate.

3.4 Interpretation
Wherever the amount proposed for an item does not agree with the extension of the quantity and
the unit price, the unit price shall govern and the total price shall be corrected accordingly.

Where the words "must", "shall", "will" or "mandatory" appear in this RFP, the clause is to be
considered as a mandatory requirement.

4
3.5 Force Majeure
Force majeure is causes beyond a party’s control, which are not avoidable by the exercise of
reasonable foresight.

Neither party shall be responsible for any delay or failure to perform its obligations under this
agreement by reason of force majeure. If either party is unable to perform any of its obligations
in this Contract by reason of force majeure, including fire or other casualty, strike, order of a
public authority, Act of God, or other cause beyond the reasonable control of such party, then
such party shall be excused from such performance of the Contract for the duration of such cause.

In the event such inability to perform shall continue longer than 30 days, either party may
terminate this agreement without further liability by giving written notice to the other party.

3.7 Mandatory Requirements for Compliance


Appendix A - RESPONDENT INFORMATION FORM
Appendix B – PROPOSAL PRICING
Appendix C – NOTICE TO ESSENTIAL SUPPLIERS AND SERVICE PROVIDERS

5
3.8 Schedule of Events
Release of RFP June 20, 2018
Last day for questions, errors or omissions from Respondents July 9, 2018
RFP Closing July 11, 2018
Award of the Contract (after approval by THE CITY OF DRYDEN) July 20, 2018

4.0 CLARIFICATION OF MATTERS RELATING TO THE RFP

4.1 RFP Contact


Respondents that wish to obtain further information about the RFP and its process must submit
their questions, by e-mail to the RFP Coordinator listed on the front page of this RFP.
The Respondent is put on notice that:

1. Only the RFP Coordinator is authorized by City of Dryden to amend or waive the
requirements of the RFP,
2. Under no circumstances shall the Respondent rely upon any information or instructions
from any other employee of City of Dryden or its agents unless the RFP Contact provides
the information or instructions in writing and,
3. Neither City of Dryden, nor their respective employees, or agents shall be responsible for
any information or instructions provided to the Respondent, except for information or
instructions provided in writing by the RFP Coordinator.

4.3 Addenda
The City of Dryden, without liability, cost or penalty may, at any time prior to the closing time
alter any details in this RFP. If this RFP is amended via addendum, the remainder of the RFP that
has not been modified shall remain unchanged.

Addenda may be necessary for:

• correction of the RFP and related forms,


• extension of the submission deadline,
• clarification of parts of the RFP,
• retraction or cancellation of the RFP,
• responses to bidder’s questions, or,
• other additions to, deletions from or alterations to the requirements contained in the RFP.

Addenda will be distributed to all who have registered as a document taker through the City’s RFP
contact. It is the ultimate responsibility of the Respondent to ensure they have received all
addenda that have been issued by the RFP Contact. Prior to submitting their Proposal,
Respondents should check the City’s website or contact the RFP Contact to verify that they have
received all Addenda. Respondents must acknowledge receipt of addenda by signing in the
designated field(s) on APPENDIX A – RESPONDENT INFORMATION FORM or the Proposal may be
disqualified.

6
5.0 GENERAL TERMS

Proposals, which are incomplete, conditional, obscure, or contain alterations, or irregularities of


any kind, may be rejected. Each proponent must make its own estimates of facilities and
difficulties to be encountered in completion of the work. Failure to comply with the requirements
expressed herein may result in disqualification of the Proposal. By submitting a Proposal, the
Respondent represents that it has the legal capacity to enter into a Contract and is in compliance
with all federal, provincial and municipal laws and regulations applicable to the submission of the
Proposal and entry into the Contract for the project.

5.1 Irrevocability
Subject to the Respondent’s right to withdraw a proposal prior to the closing time, all proposals will
be irrevocable for a period of ninety (90) days after closing of the RFP.

5.2 Subcontracting
The successful Respondent shall not assign or subcontract any part of this agreement without
prior written consent of the RFP Contact.

No permitted assignment or subcontract shall relieve the Respondent from its obligations arising
from the RFP or impose any liability upon the City of Dryden to any assignee or subcontractor.
The Respondent shall at all times be held fully responsible for the acts and omissions of the
assignee’s or subcontractor’s directors, officers, employees, independent contractors,
subcontractors, shareholders, agencies, partners and volunteers.

The City of Dryden shall not permit the Respondent to subcontract to any entity or individual
whose current or past corporate or other interests may, in the City of Dryden’s opinion, give rise to
a conflict of interest regarding the project to be undertaken or the services to be provided
pursuant to this RFP. This includes, but is not limited to, any entity or individual involved in the
preparation of the Respondent’s proposal.

Further, in addition to or in lieu of any other remedies that the City of Dryden has in law or in
equity, the City of Dryden shall have the right to terminate the agreement if the City of Dryden in
its sole discretion determines that the selected Respondent has contravened the prohibition set
forth in the preceding paragraph.

7
5.3 Risk of Loss
All risk of loss or damage to property or supplies provided by the Respondent or provided by any
third parties regarding this RFP shall remain with and be upon the Respondent.

5.4 Claims or Possible Claims


The City of Dryden will preclude a Respondent from bidding if such Respondent has made a
formal demand or otherwise put the City of Dryden on notice for a pending action or is involved in
any actual litigation proceedings, (excepting only construction lien demands, notices or
proceedings) by or against or otherwise involving the City of Dryden, until a final decision is
rendered and for three years.

5.5 Termination
In addition to all the City of Dryden other remedies, if a selected Respondent fails to execute an
agreement within 30 days of notice of selection, the City of Dryden may, in its sole and absolute
discretion and without incurring any liability, rescind the selection of the Respondent. In the event
of failure to execute as aforesaid, or that the successful Respondent does not, in the opinion of
the City of Dryden, comply with the specifications and terms of this Contract at any time
throughout the duration of the Contract, or if the City of Dryden, in its sole and unfettered
discretion determines that either their service or the product/equipment provided by the successful
Respondent is unsatisfactory at any time during the term of the Contract, the City of Dryden
reserves the right to immediately terminate the Contract in its entirety and to remove the successful
Respondent from eligibility to submit future proposals for an indeterminate period thereafter.

5.6 Freedom of Information


All proposals submitted to the City of Dryden, and all its agencies are subject to the provisions of
the Municipal Freedom of Information and Protection of Privacy Act (“MFIPPA”), R.S.O. 1990,
c.M.56, as amended. The MFIPPA provides all persons with a legal right of access to information
in the custody and/or control of the City of Dryden subject to a limited set of exemptions. One
such exemption is information that reveals a trade secret of scientific, technical, commercial,
financial or labor relations information, supplied in confidence by a third party, where
disclosure could reasonably be expected to result in certain harms.

8
In accordance with the MFIPPA, Respondents are reminded to clearly identify in their RFP material,
any specific scientific, technical, commercial, proprietary, or similar confidential information. The
disclosure of which could cause them injury or damage, Respondents are encouraged to place all
such details and information within a separate section of their submission.

Despite the above, submission by the bidders of a proposal shall be deemed to be consent by the
bidder:

• To the disclosure of the proposal or any part thereof, to individuals in the City of
Dryden as may be necessary for reviewing and evaluating the proposal.
• To the City of Dryden making copies of the proposal for reviewing and evaluating the
proposal.
• To the retention of the proposal by the City of Dryden.
• To the public disclosure of the name of the bidder and total bid prices (unless the total bid
price is a unit price).

Unit pricing of the successful Respondent will not and cannot be provided to other
bidders.

5.7 Personal Information


Any personal information as defined above of the Municipal Freedom of Information and
Protection of Privacy Act that is collected as part of this process, shall be used only to assess the
qualifications of the individuals with respect to providing the required project/services, or a
consistent purpose.

5.8 Conflict of Interest


The Respondent must confirm that the Respondent does not and will not have any conflict of
interest (actual or potential) in submitting its proposal or, if selected, with the contractual
obligations of the Respondent as contractor under the agreement. Where applicable, a
Respondent must declare in its proposal any situation that may be a conflict of interest in
submitting its proposal or, if selected, with the contractual obligations of the Respondent under the
agreement.

5.9 Indemnification
The Respondent shall indemnify and save harmless the City of Dryden and the City of Dryden’s
employees, trustees and officers, independent contractors, subcontractors, agents, volunteers,
successors, and assigns, of all losses, costs, damages including but not limited to, incidental,
indirect, special and consequential damages, or any loss of use, revenue or profit by any person,
organization or entity. Liabilities include but are not limited to, all liability for damages to
property and injury to persons (including death), judgements, claims, demands, causes of action,
contracts, suits, actions or other proceedings of any kind. Any expenses including but not limited
to, legal fees for solicitor which indemnified persons, entitles or organizations or any of them, may
suffer or incur howsoever caused arising out of or regarding, in any way related to, or as a result
of:

9
• Anything done or omitted to be done by the Respondent or the Respondent’s personnel
with respect to their obligations under the Contract or otherwise in connection with this
RFP, including any breach by the Respondent of its obligations under this Contract or any
breach by the Respondent representations, warranties and covenants set forth in the
Respondent proposal; and
• Any alleged infringement or infringement of any patent, copyright, trade mark, trade
secret, or other intellectual or industrial property right or contractual right or obligation of
any third party because of the purchase, use or possession of any of the services or
deliverables under this Contract.

5.10 Regulation Compliance and Legislation


For the City of Dryden Drinking Water System, we have a Drinking Water Quality Management
Standard (DWQMS) in place and are committed to maintaining the highest quality of service and
water supply through this quality management system.

The successful Respondent shall ensure all products and services provided in respect to this
Contract are in accordance with and under the authorization of all applicable authorities,
municipal, provincial, and federal legislation, including, but not limited to; Reg 170/03
, Workplace Safety & Insurance Act and Environmental Protection Act.

By submitting a proposal, the proponent represents that it has the legal capacity to enter into
a Contract and follows all federal, provincial and municipal laws and regulations applicable.

This competitive process, including any process Contract, shall be governed by and construed in
accordance with the laws of the Province of Ontario and the federal laws of Canada applicable
therein.

5.13 Cost of Proposal


The Respondent shall assume all costs related to the preparation and drafting of their proposals
and the City of Dryden shall, in no circumstances, be liable to compensate Respondents for such
costs.

5.15 Collusion and Corruption


A reasonable suspicion or collusion between two or more Respondents shall be sufficient cause for
the rejection of all proposals so affected.

6.0 BID OPENING AND EVALUATION

6.1 Bid Opening


Bids will not be opened in public after the proposal submission deadline.

10
6.2 Evaluation
The City without liability, cost or penalty, and in its sole discretion, may disqualify any proposal
before evaluation is fully completed if:

• It contains false information;


• The proposal, on its face, reveals a conflict of interest;
• The respondent misrepresents any information provided in its proposal, or
• Had unsatisfactory past performance with the City projects.

Submissions will be evaluated based on respondents who have conformed with all aspects to the
RFP and who can perform the contract requirements with integrity and reliability, which will
assure good faith performance.

Respondents must include in their submissions any relevant information that would allow the City to
accurately assess their organization with regards to evaluation criteria. No assumptions will be
made. The City shall consider each submission and after such consideration, shall have the right to
do one or more of the following:

• Require any/all of the respondents to attend individual interview(s)/presentation(s) to clarify


their submission,
• Develop a short list and conduct negotiations with all short-listed respondents,
• Examine/test products contained in the proposals.

The City reserves the right to waive formalities and accept a bid which, in the City’s discretion, is
substantially compliant.

If the City receives non-compliant proposals, the City, in its discretion, may re-issue the RFP.

The City may contact any one or more respondents to request information without any obligation to
contact or request the same information from any other respondent.

6.2.1 Evaluation Criteria


The City of Dryden recognizes that “Best Value” is the essential part of purchasing a product
and/or service and therefore the City will consider both technical and cost factors in the selection
criteria of a consultant. The Evaluation Team may consider other criteria that the team identifies
as relevant during the evaluation process. However, any criteria considered will be applied evenly
and fairly to all proposals.

11
6.3 Award
Unsuccessful respondents may request a debriefing from the RFP Contact.

It is not the intent of the City to award this project to any respondent that does not furnish
satisfactory evidence of possessing the ability and experience in this class of requirement, and
sufficient capital and resources to ensure acceptable performance and completion of the service.
The City reserves the right to reject any submitted proposal from any respondent who, in its
reasonable opinion, is deemed incapable of providing the necessary materials in a satisfactory
manner.

By submitting a proposal, the respondent acknowledges that it has read this RFP, understands it,
and agrees to be bound by its requirements. The respondent also agrees that the RFP together
with the successful respondent’s proposal will be the complete and exclusive statement of the
agreement between the City and the successful respondent, and will supersede all other
documents including contracts, purchase orders and invoices. Any minor negotiations will be
included as Addenda.

This RFP is not a tender and does not commit the City of Dryden in any way to select a preferred
respondent. The City reserves the right to: reject any or all proposals, accept any proposal or
parts thereof, or delete sections of the work, should it be deemed in the interest of the City to do
so.

6.4 Default by the Successful Respondent


If the successful Respondent(s) is found in non-compliance with the terms/requirements hereof or
in supplying and delivering the goods and/or services in accordance with the terms/requirements,
the Contract may be cancelled at the full discretion of the City of Dryden.

6.5 Clarification/Waiver
Without prejudice to this right, the City of Dryden may seek clarification and request additional
information in relation to the proposal after the submission deadline where any Respondent's intent
is unclear and may waive or request or amend where, in the opinion of the City of Dryden there is
a minor irregularity or omission in the information that is to be submitted in a required
document.

12
6.6 Right to Negotiate
After the Contract has been awarded to the successful Respondent, the City of Dryden reserves the
right to negotiate minor changes, amendments or modifications to the Respondent’s submission,
without offering the other Respondents the opportunity to amend their submissions.

6.7 Settlement of Disputes


In the event of any dispute or claim arising between the City of Dryden and the Respondent as to
their respective rights and obligations under the Contract, either party may give the other written
notice of such dispute or claim. The notification of dispute or claim shall be made within fourteen
days of the dispute or cause of action arising. If the dispute or claim cannot be resolved through
negotiation to the satisfaction of both parties, the parties may between themselves agree to submit
the matter to arbitration in accordance with the laws of Ontario. If no agreement is made for
arbitration, then either party may refer such dispute to the appropriate judicial tribunal as the
circumstances may require.

6.8 News Release/Publicity


The successful Respondent shall not make any news release concerning the RFP, submitted
proposal or awarding of the same or resulting Contract without the express written consent of the
City of Dryden.

An award of Contract to a successful Respondent does not constitute a general endorsement of the
Respondent’s products or services, and the award of Contract cannot be used by the successful
Respondent to promote the sale of products or services, without the express written approval of the
City of Dryden.

13
7.0 PROPOSAL PRICING

7.1 Pricing
Prices entered on the bid sheet in Appendix C are to be quoted in Canadian funds exclusive of the
Harmonized Sales Tax (HST). All costs must be included in the unit cost of the item (i.e. fuel charge,
minimum order charge, shipping, administrative costs, disbursements, etc.). Freight on board (FOB)
destination shall include duty, custom clearance, exchange and all other charges. Bids received with any
extra charges over and above the item price that are not included on the bid sheet will be rejected.

Unit pricing must be provided as specified and will govern where mathematical errors may occur in the
extension of prices. Where it appears, the Respondent may have made an error in the calculation, the
City of Dryden shall consider the intent of the Respondent and may accept the proposal for consideration
and subsequent correction.

7.2 Terms of Payment


The successful Respondent will be required to mail, e-mail or hand deliver priced invoices for product
deliveries. Invoices must make clear reference to the respective delivery slip and purchase order number
issued by the City. Any undue delays and/or costs incurred by the City due to inefficiencies in
performance on behalf of the successful Respondent shall be deemed to be the responsibility of that
successful Respondent and as such, will be deducted from the payment for work.

7.4 Warranty
In addition to any warranty, expressed or implied by law or otherwise and not withstanding prior
acceptance by the City of Dryden, the successful Respondent shall replace the goods without cost to the
City of Dryden. If, within a period of three (3) months following acceptance, the goods are determined to
be defective in design, material, performance, workmanship or are otherwise not in accordance with the
requirements of the Purchase Order, the successful respondent will be required to rectify the defects at no
cost to the City.

14
APPENDIX A – RESPONDENT INFORMATION FORM
By filling out and signing this page the Respondent acknowledges having and understood the
requirements of this RFP. Each bid will be received with the understanding that the acceptance, in writing,
by the Respondent of the offer to furnish all or any part of the goods or services described therein shall
constitute a Contract between the Respondent and THE CITY OF DRYDEN. This shall bind the Respondent
on its part to furnish and deliver the goods or services at the prices given and in accordance with
conditions of said accepted proposal. THE CITY OF DRYDEN shall on its part take delivery of and pay
for the goods or services at the contracted prices.

1. Respondent’s Contact Individual

2. Office Phone #

3. Toll Free #

4. Cellular #

5. Pager #

6. Fax #

7. E-mail address

8. Website

9. GST Account #

10. ISO Certified? YES NO

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA


This will acknowledge receipt of the following addendum and, that the pricing quoted includes the provision
set out in such addendum:

ADDENDUM # DATE RECEIVED

RESPONDENT SIGNATURE PRINT DATE

15
APPENDIX B – PROPOSAL PRICING

FORM OF PROPOSAL

I/We hereby submit the following bid in Canadian funds t o provide chemical supplies for the
City of Dryden Water Treatment Plant, as described in this RFP. (1-year term)

Liquid Chlorine 68 Kg Cylinders/w Lead gaskets: ________________________________ per Kg.

Container Deposit: ______________________________________________________________

Bagged Hydrated Lime: ____________________________________________________ per Kg.

Liquid Aluminum Sulphate 48%: __________________________________ per Imperial Gallon.

OFFERED ON BEHALF OF:

COMPANY:

ADDRESS:

NAME (PRINT):

TITLE:

PHONE:

SIGNATURE: DATE:

16
APPENDIX C - Notice to Essential Suppliers and Service Providers

This is to inform you that as of February 1st, 2010, the City of Dryden has developed and
implemented a Drinking Water Quality Management System (DWQMS).

Our Quality Management Policy states: The City of Dryden is committed to


managing the supply of safe and high-quality drinking water to all our customers. Our
water will consistently meet all current regulatory requirements and customers’ needs. The
DWQMS will be implemented by the City to effectively minimize and manage any
potential risks to drinking water quality and safety.

O.REG.179/03 requires all chemicals used be ANSI or NSF certified for water treatment.
This will be provided to operating personnel upon delivery. Material Safety Data Sheets (MSDS)
will also be provided and updated as required.

O.REG. 170/03 requires all regulated water testing be performed by an accredited lab.
A certificate of accreditation will be provided as required.

All equipment powered by electricity will be CSA approved or equivalent.


All suppliers and delivery personnel will report to the operator prior to the delivery or unloading
of the product.

Please sign this document, keep a copy for your files and return original to the City.

_________________________ __________________________
Signed Date

__________________________
Company

17

Potrebbero piacerti anche