REQUEST FOR PROPOSALS

advertisement
REQUEST FOR PROPOSALS
TITLE:
LIBRARY FURNITURE ELEMENTS - CITY CENTRE LIBRARY
LIBRARY DEPARTMENT
Reference No.:
1220-30-35-10
FOR THE SUPPLY OF GOODS AND SERVICES
RDO V: FINAL 11/02/10
RFP (Goods and Services) No. 1220-30-35-10
REQUEST FOR PROPOSALS
TABLE OF CONTENTS
1.
INTRODUCTION .......................................................................................................01
1.1
Purpose .............................................................................................................01
1.2
Definitions ..........................................................................................................01
2.
INSTRUCTIONS TO PROPONENTS ........................................................................01
2.1
Closing Time and Address for Proposal Delivery ...............................................01
2.2
Information Meeting ...........................................................................................02
2.3
Number of Copies ..............................................................................................02
2.4
Late Proposals ...................................................................................................02
2.5
Amendments to Proposals .................................................................................02
2.6
Inquiries .............................................................................................................03
2.7
Addenda ............................................................................................................03
2.8
Examination of Contract Documents and Site ....................................................03
2.9
Opening of Proposals.........................................................................................03
2.10 Status Inquiries ..................................................................................................04
3.
PROPOSAL SUBMISSION FORM AND CONTENTS ...............................................04
3.1
Package .............................................................................................................04
3.2
Form of Proposal ...............................................................................................04
3.3
Signature ...........................................................................................................04
4.
EVALUATION AND SELECTION .............................................................................05
4.1
Evaluation Team ................................................................................................05
4.2
Evaluation Criteria ..............................................................................................05
4.3
Discrepancies in Proponent’s Financial Proposal ...............................................05
4.4
Litigation ............................................................................................................06
4.5
Additional Information ........................................................................................06
4.6
Interviews ...........................................................................................................06
4.7
Multiple Preferred Proponents and Changes to the Proponent Team .................06
4.8
Negotiation of Agreement and Award .................................................................07
5.
GENERAL CONDITIONS ..........................................................................................08
5.1
No City Obligation ..............................................................................................08
5.2
Proponent’s Expenses .......................................................................................08
5.3
No Contract ........................................................................................................08
5.4
Conflict of Interest ..............................................................................................08
5.5
Solicitation of Council Members, City Staff and City Contractors ........................08
5.6
Confidentiality ....................................................................................................08
SCHEDULE A – SPECIFICATIONS OF GOODS AND SCOPE OF SERVICES .................09
A-1
GENERAL PRODUCT SPECIFICATIONS/REQUIREMENTS ...........................21
A-2
SURREY LIBRARY FURNITURE GUIDELINES ................................................35
SCHEDULE B – SAMPLE AGREEMENT ...........................................................................37
SCHEDULE C – FORM OF PROPOSAL ............................................................................54
C-1
Statement of Departures ....................................................................................57
C-2
Proponent’s Experience, Reputation and Resources .........................................59
C-3
Proponent’s Technical Proposal (Project Services) ............................................60
C-4
Proponent’s Technical Proposal (Project Timeline) ............................................63
C-5
Proponent’s Financial Proposal ..........................................................................64
RFP (Goods and Services) No. 1220-30-35-10
ii
REQUEST FOR PROPOSALS
1.
INTRODUCTION
1.1
Purpose
The purpose of this request for proposals is to select a service provider (or service
providers) to perform the services (“Services”) described in Schedules A through A-2
(Incl.).
1.2
Definitions
In this RFP the following definitions shall apply:
“City” means the City of Surrey;
“City Representative” has the meaning set out in section 2.6;
“City Website” means www.surrey.ca;
“Closing Time” has the meaning set out in section 2.1;
“Contract” means a formal written contract between the City and a Preferred Proponent
to undertake the Services, the preferred form of which is attached as Schedule B;
“Evaluation Team” means the team appointed by the City;
“Information Meeting” has the meaning set out in section 2.2;
“Preferred Proponent(s)” means the Proponent(s) selected by the Evaluation Team to
enter into negotiations for a Contract;
“Proponent” means an entity that submits a Proposal;
“Proposal” means a proposal submitted in response to this RFP;
“RFP” means this Request for Proposals;
“Services” has the meaning set out in Schedules A through A-2;
“Site” means the place or places where the Services are to be performed; and
“Statement of Departures” means Schedule C-1 to the form of Proposal attached as
Schedule C.
2.
INSTRUCTIONS TO PROPONENTS
2.1
Closing Time and Address for Proposal Delivery
Proposals must be received by the office of the:
Acting Purchasing & AP Manager
Address:
6645 – 148 Street
Surrey, BC V3S 3C7
Fax:
E-mail for PDF Files:
RFP (Goods and Services) No. 1220-30-35-10
604-599-0956
purchasing@surrey.ca
01
on or before the following date and time (the “Closing Time”):
Time: 3:00 p.m. [local time]
Date: Monday, November 29, 2010
2.2
Information Meeting
An information meeting may be hosted by the City Representative to discuss the City’s
requirements under this RFP (the “Information Meeting”). While attendance is at the
discretion of Proponents, Proponents who do not attend will be deemed to have
attended the Information Meeting and to have received all of the information given at the
Information Meeting. At the time of issuance of this RFP a meeting has been
scheduled as follows:
2.3
Date:
November 16, 2010
Time:
1:00 p.m. to 3:00 p.m. [Local Time]
Location:
Whalley Library (Meeting Room)
10347 – City Parkway (135th St) Surrey, BC V3T 4C3
Phone:
604-598-7420
Fax:
604-598-7421
Number of Copies
Faxed or emailed PDF Proposals are permitted, but a Proponent bears all risk that the
City's fax equipment functions properly so that the City receives the Proposal on time. If
the Proponent prefers to submit a hard copy, the Proponent should submit the original
unbound and three copies (four in total).
2.4
Late Proposals
Proposals received after the Closing Time will not be accepted or considered. Delays
caused by any delivery, courier or mail service(s) will not be grounds for an extension of
the Closing Time.
2.5
Amendments to Proposals
Proposals may be revised by written amendment, delivered to the location set out
above, at any time before the Closing Time but not after. An amendment must be signed
by an authorized signatory of the Proponent in the same manner as provided by section
3.3. Fax amendments are permitted, but such fax may show only the change to the
proposal price(s) and in no event disclose the actual proposal price(s). A Proponent bears
all risk that the City’s fax equipment functions properly so as to facilitate timely delivery of
any fax amendment.
RFP (Goods and Services) No. 1220-30-35-10
02
2.6
Inquiries
All inquiries related to this RFP should be directed in writing to the person named below
(the “City Representative”). Information obtained from any person or source other than
the City Representative may not be relied upon.
Acting Purchasing & AP Manager
Address:
City of Surrey – Purchasing
6645 – 148 Street
Surrey, BC V3S 3C7
Fax:
Telephone:
Email:
604-599-0956
604-590-7274
purchasing@surrey.ca
Inquiries should be made no later than 7 days before Closing Time. The City reserves
the right not to respond to inquiries made within 7 days of the Closing Time. Inquiries
and responses will be recorded and may be distributed to all Proponents at the
discretion of the City.
Proponents finding discrepancies or omissions in the Contract or RFP, or having doubts
as to the meaning or intent of any provision, should immediately notify the City
Representative. If the City determines that an amendment is required to this RFP, the
City Representative will issue an addendum in accordance with section 2.7. No oral
conversation will affect or modify the terms of this RFP or may be relied upon by any
Proponent.
2.7
Addenda
If the City determines that an amendment is required to this RFP, the City will post a
written addendum on the City Website that will form part of this RFP. No amendment of
any kind to the RFP is effective unless it is posted in a formal written addendum on the
City Website. Upon submitting a Proposal, Proponents will be deemed to have received
notice of all addenda that are posted on the City Website.
2.8
Examination of Contract Documents and Site
Proponents will be deemed to have carefully examined the RFP, including all attached
Schedules, the Contract and the Site (as applicable) prior to preparing and submitting a
Proposal with respect to any and all facts which may influence a Proposal.
2.9
Opening of Proposals
The City intends to open Proposals in private but reserves the right to open Proposals in
public at its sole discretion.
RFP (Goods and Services) No. 1220-30-35-10
03
2.10
Status Inquiries
All inquiries related to the status of this RFP, including whether or not a Contract has
been awarded, should be directed to the City Website and not to the City
Representative.
3.
PROPOSAL SUBMISSION FORM AND CONTENTS
3.1
Package
Proposals should be in a sealed package, marked on the outside with the Proponent's
name, title of the Project and reference number.
3.2
Form of Proposal
Proponents should complete the form of Proposal attached as Schedule C, including
Schedules C-1 to C-5. Proponents are encouraged to respond to the items listed in
Schedules C-1 to C-5 in the order listed. Proponents are encouraged to use the forms
provided and attach additional pages as necessary.
3.3
Signature
The legal name of the person or firm submitting the Proposal should be inserted in
Schedule C. The Proposal should be signed by a person authorized to sign on behalf of
the Proponent and include the following:
(a)
If the Proponent is a corporation then the full name of the corporation should be
included, together with the names of authorized signatories. The Proposal
should be executed by all of the authorized signatories or by one or more of them
provided that a copy of the corporate resolution authorizing those persons to
execute the Proposal on behalf of the corporation is submitted.
(b)
If the Proponent is a partnership or joint venture then the name of the partnership
or joint venture and the name of each partner or joint venturer should be
included, and each partner or joint venturer should sign personally (or, if one or
more person(s) have signing authority for the partnership or joint venture, the
partnership or joint venture should provide evidence to the satisfaction of the City
that the person(s) signing have signing authority for the partnership or joint
venture). If a partner or joint venturer is a corporation then such corporation
should sign as indicated in subsection (a) above.
(c)
If the Proponent is an individual, including a sole proprietorship, the name of the
individual should be included.
RFP (Goods and Services) No. 1220-30-35-10
04
4.
EVALUATION AND SELECTION
4.1
Evaluation Team
The evaluation of Proposals will be undertaken on behalf of the City by the Evaluation
Team. The Evaluation Team may consult with others including City staff members, third
party consultants and references, as the Evaluation Team may in its discretion decide is
required. The Evaluation Team will give a written recommendation for the selection of a
Preferred Proponent or Preferred Proponents to the City.
4.2
Evaluation Criteria
The Evaluation Team will compare and evaluate all Proposals to determine the
Proponent's strength and ability to provide the Services in order to determine the
Proposal which is most advantageous to the City, using the following criteria:
(a)
Experience, Reputation and Resources
The Evaluation Team will consider the Proponent's responses to items (i) to (iv)
in Schedule C-2, including any supplementary information.
(b)
Technical
The Evaluation Team will consider the Proponent's responses to Schedule C-4
and items (i) to (viii) in Schedule C-3, including any supplementary information.
(c)
Financial
The Evaluation Team will consider the Proponent's response to Schedule C-5
(d)
Statement of Departures
The Evaluation Team will consider the Proponent's response to Schedule C-1.
The Evaluation Team will not be limited to the criteria referred to above, and the
Evaluation Team may consider other criteria that the team identifies as relevant during
the evaluation process. The Evaluation Team may apply the evaluation criteria on a
comparative basis, evaluating the Proposals by comparing one Proponent's Proposal to
another Proponent's Proposal. All criteria considered will be applied evenly and fairly to
all Proposals.
4.3
Discrepancies in Proponent's Financial Proposal
If there are any obvious discrepancies, errors or omissions in C-5 of a Proposal
(Proponent's Financial Proposal), then the City shall be entitled to make obvious
corrections, but only if, and to the extent, the corrections are apparent from the Proposal
as submitted, and in particular:
RFP (Goods and Services) No. 1220-30-35-10
05
4.4
(a)
if there is a discrepancy between a unit price and the extended total, then the unit
prices shall be deemed to be correct, and corresponding corrections will be made
to the extended totals;
(b)
if a unit price has been given but the corresponding extended total has been
omitted, then the extended total will be calculated from the unit price and the
estimated quantity;
(c)
if an extended total has been given but the corresponding unit price has been
omitted, then the unit price will be calculated from the extended total and the
estimated quantity.
Litigation
In addition to any other provision of this RFP, the City may, in its absolute discretion,
reject a Proposal if the Proponent, or any officer or director of the Proponent submitting
the Proposal, is or has been engaged directly or indirectly in a legal action against the
City, its elected or appointed officers, representatives or employees in relation to any
matter.
In determining whether or not to reject a Proposal under this section, the City will
consider whether the litigation is likely to affect the Proponent’s ability to work with the
City, its contractors and representatives and whether the City’s experience with the
Proponent indicates that there is a risk the City will incur increased staff and legal costs
in the administration of the Contract if it is awarded to the Proponent.
4.5
Additional Information
The Evaluation Team may, at its discretion, request clarifications or additional
information from a Proponent with respect to any Proposal, and the Evaluation Team
may make such requests only to selected Proponents. The Evaluation Team may
consider such clarifications or additional information in evaluating a Proposal.
4.6
Interviews
The Evaluation Team may, at its discretion, invite some or all of the Proponents to
appear before the Evaluation Team to provide clarifications of their Proposals. In such
event, the Evaluation Team will be entitled to consider the answers received in
evaluating Proposals.
4.7
Multiple Preferred Proponents
The City reserves the right and discretion to divide up the Services, either by scope,
geographic area, or other basis as the City may decide, and to select one or more
Preferred Proponents to enter into discussions with the City for one or more Contracts to
perform a portion or portions of the Services. If the City exercises its discretion to divide
up the Services, the City will do so reasonably having regard for the RFP and the basis
of Proposals.
RFP (Goods and Services) No. 1220-30-35-10
06
In addition to any other provision of this RFP, Proposals may be evaluated on the basis
of advantages and disadvantages to the City that might result or be achieved from the
City dividing up the Services and entering into one or more Contracts with one or more
Proponents.
4.8
Negotiation of Contract and Award
If the City selects a Preferred Proponent or Preferred Proponents, then it may:
(a)
enter into a Contract with the Preferred Proponent(s); or
(b)
enter into discussions with the Preferred Proponent(s) to attempt to finalize the
terms of the Contract(s), including financial terms, and such discussions may
include:
(c)
(1)
clarification of any outstanding issues arising from the Preferred
Proponent's Proposal;
(2)
negotiation of amendments to the departures to the draft Contract, if any,
proposed by the Preferred Proponent as set in Schedule C-1 to the
Preferred Proponent's Proposal; and
(3)
negotiation of amendments to the Preferred Proponent's price(s) as set
out in Schedule C-5 to the Preferred Proponent's Proposal and/or scope
of Services if:
(A)
the Preferred Proponent's financial Proposal exceeds the City's
approved budget, or
(B)
the City reasonably concludes the Preferred Proponent's financial
proposal includes a price(s) that is unbalanced, or
(C)
a knowledgeable third party would judge that the Preferred
Proponent's price(s) materially exceed a fair market price(s) for
services similar to the Services offered by the Preferred
Proponent as described in the Preferred Proponent's Proposal; or
if at any time the City reasonably forms the opinion that a mutually acceptable
agreement is not likely to be reached within a reasonable time, give the Preferred
Proponent(s) written notice to terminate discussions, in which event the City may
then either open discussions with another Proponent or terminate this RFP and
retain or obtain the Services in some other manner.
RFP (Goods and Services) No. 1220-30-35-10
07
5.
GENERAL CONDITIONS
5.1
No City Obligation
This RFP is not a tender and does not commit the City in any way to select a Preferred
Proponent, or to proceed to negotiations for a Contract, or to award any Contract, and
the City reserves the complete right to at any time reject all Proposals, and to terminate
this RFP process.
5.2
Proponent’s Expenses
Proponents are solely responsible for their own expenses in preparing, and submitting
Proposals, and for any meetings, negotiations or discussions with the City or its
representatives and contractors, relating to or arising from this RFP. The City and its
representatives, agents, contractors and advisors will not be liable to any Proponent for
any claims, whether for costs, expenses, losses or damages, or loss of anticipated
profits, or for any other matter whatsoever, incurred by the Proponent in preparing and
submitting a Proposal, or participating in negotiations for a Contract, or other activity
related to or arising out of this RFP.
5.3
No Contract
By submitting a Proposal and participating in the process as outlined in this RFP,
Proponents expressly agree that no contract of any kind is formed under, or arises from,
this RFP, prior to the signing of a formal written Contract.
5.4
Conflict of Interest
A Proponent shall disclose in its Proposal any actual or potential conflicts of interest and
existing business relationships it may have with the City, its elected or appointed officials
or employees. The City may rely on such disclosure.
5.5
Solicitation of Council Members, City Staff and City Contractors
Proponents and their agents will not contact any member of the City Council, City staff or
City contractors with respect to this RFP, other than the City Representative named in
section 2.6, at any time prior to the award of a contract or the cancellation of this RFP.
5.6
Confidentiality
All submissions become the property of the City and will not be returned to the
Proponent. All submissions will be held in confidence by the City unless otherwise
required by law. Proponents should be aware the City is a “public body” defined by and
subject to the Freedom of Information and Protection of Privacy Act of British Columbia.
RFP (Goods and Services) No. 1220-30-35-10
08
SCHEDULE A
SPECIFICATIONS OF GOODS
AND
SCOPE OF SERVICES
LIBRARY FURNITURE ELEMENTS
CITY CENTRE LIBRARY - LIBRARY DEPARTMENT
RFP (Goods and Services) No. 1220-30-35-10
09
SCHEDULE A
SPECIFICATIONS OF GOODS AND SCOPE OF SERVICES
TABLE OF CONTENTS
SECTION
1.
2.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
1.
OBJECTIVES ................................................................................................................................... 10
REQUIREMENTS ............................................................................................................................ 11
SAMPLES AND QUALITY ............................................................................................................... 12
DESIGN AND APPROVAL OF LIBRARY FURNITURE ELEMENTS AND DRAWINGS ................ 12
COMPLIANCE .................................................................................................................................. 13
POST PRODUCTION CHANGES TO LIBRARY FURNITURE ELEMENTS .................................. 13
RISK OF LOSS OR DAMAGE (PURCHASED FURNISHINGS) TITLE .......................................... 14
DELIVERY AND INSTALLATION .................................................................................................... 14
9.1
Delivery and Installation Timeframe ..................................................................................... 14
9.2
Shipment(s) Notification ....................................................................................................... 14
9.3
Site Conditions ..................................................................................................................... 14
9.4
Delivery, Handling and Storage of Materials ........................................................................ 15
9.5
Delivery Rescheduling and Storage ..................................................................................... 16
9.6
Storage Costs ....................................................................................................................... 16
9.7
Adjustment(s) to Schedule ................................................................................................... 16
9.8
Installation Requirements and Criteria ................................................................................. 16
9.9
Site Preparation, Utilities and Electrical Work ...................................................................... 17
9.10 Maintenance and Operation ................................................................................................. 18
9.11 Final Clean Up ...................................................................................................................... 18
9.12 Inspection and Acceptance of Work ..................................................................................... 18
9.13 Guarantees/Extended Guarantees/Warranties .................................................................... 19
DELAYS ........................................................................................................................................... 19
ACCIDENTS; EQUIPMENT SAFETY .............................................................................................. 19
STANDING OFFER DISCOUNTS ................................................................................................... 20
BUILDING PROTECTION ................................................................................................................ 20
ENVIRONMENTAL REQUIREMENTS ............................................................................................ 20
ORDER QUANTITY ......................................................................................................................... 20
OBJECTIVES
The City of Surrey, Library Department, is seeking
Proposals from qualified firms who can provide, and
install new library furniture elements for use and
convenience of the public, executive and support
staff at the new City of Surrey – City Centre Library.
Familiar examples included but not limited to:
Seating, Workstations, Lounge, Study, etc. The City
Centre is approximately 77,000 sq. ft. library to be
located in Surrey City Centre. Scheduled to open
summer 2011, the new library designed by Bing
Thom Architects will be a critical anchor that will set the stage for the future development and
transformation of downtown Surrey. It is to be part of a new civic precinct that will include a city
hall, public plaza and other civic facilities such as a performing arts centre. Designed to LEED
standards the library will be a world class facility that will establish Surrey City Centre as Metro
Vancouver’s second great downtown.
The emphasis of this RFP is on procuring a family of products that encompass cohesive,
flexible, functional (appealing, well designed) and durable high quality designs that reflects the
City’s identity. The coordinated library furniture program, as a key element of these design
efforts, represents an exceptional opportunity for Proponents to improve the look, feel,
functionality and image of our libraries. The City is willing to pay a higher price for higher
technical quality.
RFP (Goods and Services) No. 1220-30-35-10
10
However, we will not select a Proponent merely because it offers higher quality than its
competitors. The features of the Proponent’s Proposal must contribute to the achievement of
our objectives and also must be worth the proposed price. We will not select a Proponent, no
matter what the technical quality reflected in its proposal, if we do not believe the margin of
quality is worth the margin of price in comparison with one or more competing proposals. We
will select the Proponent(s) whose Proposal reflects what we think is the best combination of
technical quality and price.
Any award resulting from this RFP will be subject to the availability of funds.
2.
REQUIREMENTS
In furtherance of the broadly stated objectives in this Schedule A, and without limiting the
application of provisions contained in the agreement the Preferred Proponent will:
(a)
provide a complete list of the library general and office furniture line(s) they
represent, include all available surface types and fabrics with colour charts;
(Note: always refer to the City’s sample board for reference);
(b)
price all of the furniture items offered. The price for each item must include the
complete cost of installation (all labour, materials, shipping and receiving);
(c)
develop and submit with their Proposal preliminary drawings, that includes all of
the furniture elements for each of the space plan layouts (always refer to
Schedule A-1 – Attachment #1 – Furniture Elements and Specifications and
Schedule A-1 – Attachment #2 – Space Plan Layouts);
(d)
itemize the furniture in each drawing, using the MS Excel spreadsheet in
Schedule C-5, provide a “total cost” for each room (price each item on the list,
include shipping, handling, installation, labour (all costs); this will provide the City
with a “total installed price” for each room/area. This will provide the evaluation
price (Financial Proposal). (NOTE: Pricing submitted at this stage is not
binding and subject to negotiation if you are chosen as a Preferred
Proponent. If the City determines that negotiations are not necessary and a
contract award is based upon your initial response to your prices, as
submitted, will be binding.);
(e)
assist the City’s library planning team in order preparation and coordination;
(f)
be responsible for keeping the City’s Chief Librarian properly and adequately
advised of the progress of manufacture, delivery and installation of the library
furniture elements, and for providing the City Chief Librarian periodically, as she
may require, with schedules and progress reports, and for ensuring the overall
condition of the manufacture, delivery and installation of the library furniture
elements;
(g)
coordinate with the City, and the general contractor contacts all dates involving
arrival of materials at site and a staging area designation, and will verify
installation date with the rollout schedule;
(h)
deliver all furniture to final building destination including movement to and from
staging areas;
(i)
the location of product delivery shall be coordinated with the City and may be
limited to established parking, driving, and delivery areas. At no time shall the
Contractor park a vehicle on a surface not intended for that use;
RFP (Goods and Services) No. 1220-30-35-10
11
3.
(j)
maintain a first standard of care, skill and diligence in performing the work and
warrant that the work will be performed and maintained to the high standards as
provided herein;
(k)
install all units plumb and aligned properly with adjacent units and in accordance
with layout provided;
(l)
leave the premises in clean condition; all packing materials and debris will be
removed from the site at no additional cost to the City, and all items will be free of
dust and lint;
(m)
be financially responsible for immediate minor repairs caused to building surfaces
and finishes, paint touch up, or replacement of any damaged items;
(n)
be financially responsible for any damage they cause to the building or site; and,
(o)
instruct the City’s library staff in the operation, or adjustment and maintenance of
any items installed.
DESIRED CHARACTERISTICS
The City acknowledges that our specifications for some furniture elements may be manufacturer
specific, but that does not preclude the use of products that are viewed in the industry as being
“equal to or better than” the products contained in the included specifications. The use of a
specific Manufacturer's product's name is to convey the requirements, type, character and
quality of the product desired and is not meant to restrict Proponents.
The primary goal is to provide functional, durable and aesthetically pleasing library furniture
elements that will last for decades. The outcome of this RFP will be the selection of a Preferred
Proponent(s) that aligns themselves with some of the most creative, quality-oriented library
furniture manufacturers.
Due to the nature of the facility; the use of lower quality products will not be permitted,
regardless of price, products or entire proposals can be rejected at the discretion of the City
All workstations, lounge furniture, computer desks, etc. are to be furnished with the same family
of products. Substitution for a lower grade product within the specifications of a single proposal
will not be permitted. Example: specifying a lower grade pedestal that is not from the systems
product line.
4.
SAMPLES AND QUALITY (At the Option of the City)
For the purposes of this RFP, submit catalogue illustrations and samples in electronic format
only. The City reserves the right to require a Proponent to furnish hardcopy catalogues,
swatches, colour charts, and/or fabric and finish samples of any item for which a Proposal is
submitted, within five (5) working days after the request is made, unless otherwise specified.
Samples will be evaluated to determine compliance with all major characteristics of the brand
names indicated.
Finishes and colours for all products shall be selected from manufacturer’s full standard range.
All costs associated with the provision and return of product samples are to be borne by the
Preferred Proponent with no financial liability to be incurred by the City for their loss or damage.
Local showroom visit may be required.
A mock-up of a typical workstation layout with specified fabrics and finishes, may be required.
RFP (Goods and Services) No. 1220-30-35-10
12
5.
DESIGN AND APPROVAL OF LIBRARY FURNITURE ELEMENTS AND DRAWINGS
The purpose of this section is two-fold. The first phase is relevant to each Proponent. Each
Proponent shall include as part of their Proposal submission:
(a)
preliminary (concept) design drawings, for all floor levels, indicating a
coordinated family of library furniture elements for each level (public, executive
and support staff areas) in accordance with Schedule A-1 – Attachments #1
through #3 (Incl.). Concept design drawings shall be of sufficient detail to
facilitate evaluation of the quality and design of the proposed library furniture
elements;
(b)
supporting photographs of typical material and finishes proposed in all public
spaces and office areas; and,
(c)
an “Outline Finishes Schedule” in sufficient detail to describe level of finish for all
library furniture elements (public, guest, executive, and support staff).
(Note: Always refer to Schedule A-1 – Attachments #2 and #3.)
“…clearly, library furniture element arrangement in terms of size of elements, location,
orientation and dimension that works well. This leads to the important consideration of scale
and context – the ultimate goal is a range of furniture elements that are appropriate to their
location in the library and serves the public and staff. A “one size fits all” solution may not be
feasible”.
Second Phase: Immediately upon execution of a Letter of Intent with the City, the Preferred
Proponent(s) will commence final library furniture element designs, for all floor levels, in
consultation with the City’s library project team.
The drawings and specifications for each furniture element is to be submitted to the City’s library
project team for approval. The City will use reasonable commercial efforts to approve all library
furniture element designs by no later than fifteen (15) business days following receipt of such
drawings; and,
If the project team provides comments to the Preferred Proponent, the Preferred Proponent will
make such changes and amendments to the said plans and specifications as are stated by the
Chief Librarian providing such changes and amendments are reasonable and do not
substantially alter the library furnishings design drawings and the Preferred Proponent will
thereafter re-submit said plans and specifications within ten (10) business days to the Chief
Librarian for review. This process will continue until the Chief Librarian gives her final approval
to such drawings and specifications. The City will be responsible for the costs incurred by the
Chief Librarian in reviewing the drawings and specifications for the City Centre Library furniture.
Note: This timetable is subject to change, based on the schedule provided by the Preferred
Proponent. It is assumed that the Preferred Proponent will commence design immediately upon
execution of a Letter of Intent with City.
6.
COMPLIANCE
All furniture fabrics should meet or exceed ANSI/BIFMA Standards.
The design of the library furniture will comply with Applicable Laws, including for certainty all
relevant City by-laws and the British Columbia Building Code, particularly in respect to
accessibility and safety issues pertaining to people with disabilities and special needs.
RFP (Goods and Services) No. 1220-30-35-10
13
7.
POST PRODUCTION CHANGES TO LIBRARY FURNITURE ELEMENTS
Following the production and/or installation of any library furniture elements, the Preferred
Proponent(s) will and the City may, from time to time, review the functionality of such library
furniture element. In the event that the Preferred Proponent(s) or the City, as the case may be,
identify changes that would improve the functionality of any library furniture element, then
provided the City and the Preferred Proponent(s) agree on such changes, the Preferred
Proponent(s) will forthwith make such changes at its sole cost.
8.
RISK OF LOSS OR DAMAGE (PURCHASED FURNISHINGS) TITLE
All goods remain at the risk of the Preferred Proponent(s) until installed and accepted by the
City at the designated destination.
The City is not responsible for any risk of loss or damaged or scratched furniture supplied
9.
DELIVERY AND INSTALLATION
9.1
Delivery and Installation Timeframe
Time is of the essence for the Goods and Services. The installation is to be completed no later
than end of March, 2011. You must commit to a firm deliver or completion date.
All deliveries and installation work shall be performed during regular working hours, 8:00 a.m. to
4:30 p.m., Monday through Friday. Changes may be granted with written approval of the City.
Any work required to be performed after regular working hours or on Saturdays, Sundays, or
legal holidays, as may be reasonably required consistent with contractual obligations, shall be
performed without additional cost to the City. The Preferred Proponent(s) shall obtain approval
from the City and the general contractor for performance of the work after regular hours or nonregular workdays at least twenty-four (24) hours prior to the performance of the work.
9.2
Shipment(s) Notification
The Preferred Proponent(s) is to notify the City at least forty-eight (48) hours in advance of
shipment so that the necessary arrangements can be made.
9.3
Site Conditions
.1
.2
Loading Bay: There is no loading bay in the facility.
Elevator(s): The dimensions and information for elevators are:
Passenger Elevator:
Capacity: 1588kg
Door opening: 3`6`` x 7`0``
Interior Size: 6`8`` x 5`5``
Freight Elevator:
Capacity: 1814kg
Door Opening: 4`0`` x 7`0``
Interior Size: 5`1`` x 7`10``
The City would prefer that you use the freight elevator to avoid damage to
passenger elevators. (refer to Schedule A-1 – Attachment #5 Elevator Shop
Drawings for both passenger elevator and Service / Freight elevators).
.3
Site conditions and Restrictions: All deliveries shall be made to the site
according to site regulations.
The Preferred Proponent shall familiarize
themselves with the building for parking/ loading access. Such responsibilities
shall be performed in such a manner that no delay to the general contractors
progress of the work and no additional cost to the City.
RFP (Goods and Services) No. 1220-30-35-10
14
4.
9.4
Preferred Proponent(s) (if any) shall visit the site of the proposed work, upon
completion of the building’s construction, to become fully acquainted with the
building’s conditions so as to fully understand the facilities, difficulties and
restrictions attending the execution of the work under the contract, and to plan
delivery accordingly.
Delivery, Handling and Storage of Materials
On-site storage areas will not be provided to the Proponent. The Preferred Proponent will
be responsible to install the library furniture elements as outlined on Schedule A-1 – Attachment
#1; no storage or demurrage costs will be incurred by the City.
The Preferred Proponent(s) will be responsible for transporting the products from storage and
warehousing into the City Centre Library building according to a roll-out schedule that is to be
coordinated with the City’s project team, especially where special set-up/installation
equipment/processes are required. If product is to be received directly from a manufacturer,
this will also need to be coordinated with the project team to make certain that the building is
available for receipt of the products.
The Preferred Proponent(s) shall be responsible for the delivery of product and equipment in
first-class condition at the point of delivery, and in accordance with good commercial practice.
The Preferred Proponent(s) shall confine its apparatus, the storage of equipment, tools and
materials, and its operations and workers to areas authorized by the City and the general
contractor, and shall not unreasonably encumber the site or the premises with its materials,
tools, materials and rubbish.
Bring all furnishings to site and place on destination floor with original wrappings and labels.
Wrappings of furnishings shall be removed at time of installation only and shall be cleared from
each area along with debris, as the installation progresses.
This will not relieve the Proponent of his obligation to check against damage in-transit.
The City and general contractor will be responsible for providing that all delivery to final
placement shall be free of unanticipated obstacles which might unreasonably impede the
Preferred Proponent(s) during the delivery and installation work, but the City shall not be
responsible for correcting obstacles which were reasonably anticipated at the time of execution
of the contract.
The handling of the furnishings, materials and equipment and the moving of same about the site
shall be subject to direction and control of the City and no such movement shall impede or
damage the work of other trades on site.
Proponent shall confirm with manufacturer that all components have been shipped and an
inventory shall be taken as the furniture is off-loaded.
Note: This is an ongoing construction zone. Therefore, Preferred Proponent’s and their
installers are required to wear appropriate personal protective equipment (hard hat,
safety vest, safety glasses and protective foot wear). Preferred Proponent’s installers
must have all items of protective gear in order to be allowed access to site. Installers
without any protective gear or insufficient protective gear will not be allowed entry to
work site. Preferred Proponent’s and their installers must observe work site rules and
guidelines. Preferred Proponent’s and their installers who do not observe these work
site rules and guidelines will be immediately escorted from the work site.
RFP (Goods and Services) No. 1220-30-35-10
15
9.5
Delivery Rescheduling and Storage (Notice)
Upon receipt of this notice of delay, the Preferred Proponent(s) shall be responsible for
rescheduling delivery and installation or, if unable to do so, for storage and all associated
storage costs for a period of up to and including ninety (90) days after the original City-approved
delivery and installation schedule.
9.6
Storage Costs
The City shall be responsible for such storage costs that exceed the ninety (90) day time period.
When this is the case, the Preferred Proponent(s) shall provide a proposal covering a justifiable
monthly charge that can be verified to cover these costs.
9.7
Adjustment(s) to Schedule (Schedule A-1 – Attachment #1)
Within that period of time as agreed to in the rollout schedule the City may request an increase
or decrease in the quantities and types of library furniture elements, as set out in the rollout
schedule. The Proponent will in each case review such requests and provide the City with an
amended rollout proposal for consideration by the City’s Chief Librarian. In preparing the
amending rollout proposal, the Proponent will consider the projected costs of the library furniture
element(s) being increased and/or decreased. For example, if the City wants to increase the
quantities of one library furniture element, then the quantity of another library furniture element
may be decreased according to its relative cost. If the City agrees and accepts the amended
rollout proposal, then the Proponent will formally amend the library furniture rollout schedule and
such amended schedule will form part of the Agreement.
9.8
Installation Requirements and Criteria
The locations for deployment of the public and office furnishings (a variety of workstations,
tables, storage cabinets, seating, file cabinets, etc), all in the quantities and types as set forth
and in accordance with the library furniture rollout schedule, will be determined by the City’s
Project Team through discussions with the Preferred Proponent(s) and in consideration of
operational considerations.
The Preferred Proponent(s) shall provide a qualified and efficient supervisor(s) to be on-site
during any installation time and employ only skilled tradesmen knowledgeable of all aspects and
procedures of furnishings installation. The number of these tradesmen shall be sufficient to
satisfy the City that the installation will proceed in accordance with a schedule drawn by the
Preferred Proponent(s).
The Preferred Proponent(s) will provide and install all library furniture elements at its sole cost
and expense as required under the library furniture rollout schedule, all to the satisfaction of the
City’s Chief Librarian and in accordance with the following requirements and criteria:
(a)
maintain the work is an neat, clean and orderly fashion;
(b)
provide professional service to all trades, designers & the City for the duration of
the project;
(c)
preferred proponent’s installer(s) must protect all surfaces and installation
company shall be held responsible for any damages incurred during the time that
they are on site;
(d)
clean-up and removal of all debris attributed to the work as determined and as or
when directed by the City or the general contractor into waste containers,
RFP (Goods and Services) No. 1220-30-35-10
16
9.9
(e)
on a day to day basis, the cleaning and maintenance of the site, free from
accumulation of waste materials and/or rubbish caused by the Preferred
Proponent’s employees;
(f)
sub-contractors to the satisfaction of the City. Preferred Proponent to supply own
garbage containers and are responsible for its removal;
(g)
the Preferred Proponent’s installers shall be fully responsible for cleaning up of all
areas of installation as workers move to a new area;
(h)
install all furnishings so as to give a consistent appearance throughout the space.
The installation supervisor is responsible for ensuring quality control and
consistency of design details throughout;
(i)
all components shall be installed level, plumb, square and in proper alignment
with adjoining furniture and in accordance with manufacturer’s installation
procedures;
(j)
ensure that all drawers, hanging folder frames and all shelves and dividers are
securely in place and ready to be used;
(k)
grease all operating mechanisms without excess so that no spillage occurs;
(l)
the library furniture element(s) is/are to be installed only at locations in the
general public area and offices, etc as approved in writing by the City’s Chief
Librarian; and,
(m)
the Preferred Proponent(s) will liaise in a timely manner with all third party service
providers identified by the City’s Chief Librarian (e.g. City’s data cable providers)
to ensure a coordinated installation program and to minimize the periods of time,
if any, where services are expected or required but not available.
Site Preparation, Utilities and Electrical Work
(a)
The Proponent will:
(i)
coordinate delivery and installation schedules of product. It is not known if
the access to the building will be one floor at a time, or multiples. Thus, it is
recommended that the Proponent coordinate the tagging of the products to
know what floor and area they are to be installed. Based on the need to
install cabling, it is expected that panels (if provided) will need to be installed
with electrical, then allowing the cabling team to install cables, once that is
complete, the balance of the product can be installed;
(ii) coordinate with the general contractor and the City’s data cabling provider(s)
any requirements or specialized products that the selected systems furniture
has or requires for the installation of network and phone cabling;
(iii) communicate with the City’s data cable and phone providers the size and
details of the selected system cabling locations. This may include but not
limited to: details of how the cabling is to be routed through the panels, any
unique attributes of the panels that would benefit, or hinder the routing of
cables, and the sizes of any punch outs for data access in the raceways; and
RFP (Goods and Services) No. 1220-30-35-10
17
(b)
9.10
The Preferred Proponent(s) will ensure that any electrical material and equipment
used for the installation and maintenance of the library furniture, will have
evidence of the Canadian Standard Association’s approval or be specifically
certified by the Canadian Standard Association.
Maintenance and Operation
The Preferred Proponent(s) shall provide the City with one (1) copy of the Manufacturer's
printed maintenance and operation recommendations. These shall be on the manufacturer's
letterhead and accompanied by the Preferred Proponent's written acknowledgement of the
procedures.
9.11
9.12
Final Clean Up
(a)
The Preferred Proponent’s installer shall be responsible at no additional cost to
the City for the final clean-up to the satisfaction of the City of all work carried out
under this RFP, prior to the final deficiency walk-through;
(b)
The Preferred Proponent’s installer shall carefully inspect any installed
furnishings for defect prior to cleaning and take-over procedures;
(c)
All areas shall be thoroughly vacuumed and cleaned free from all waste materials
supplied or used by the Preferred Proponent’s installer;
(d)
The Proponent shall leave all furnishings dust free, grease free, and generally
clean so that the City may inspect them for preliminary acceptance;
(e)
Rubbish, garbage, debris and trade waste will be completely removed from the
site. Use of on-site dumpsters or other containers, unless provided by the
general contractor, are not authorized; and,
(f)
The Preferred Proponent’s installer shall clean inside of all drawers, glass panels
(if provided), etc.
Inspection and Acceptance of Work
Deficiency walk-throughs are to be completed with City’s Chief Librarian, and Preferred
Proponent(s) at a mutually agreeable time(s). Such inspections are for the sole purpose of
identifying the product and the quantities ordered to provide a basis for payment to the
Preferred Proponent(s). Such inspections shall not be construed as final or as constituting
acceptance of or taking charge or control over the product.
If at any time during the Term, any deficiency, failure, breakdown or deterioration in
workmanship or material should be discovered in the goods or services furnished by the
Preferred Proponent(s), or if the goods or services do not conform to the terms and conditions
of the Agreement, the City may at its option:
(a)
require the Preferred Proponent(s) to commence correcting the defective or nonconforming goods and services at no expense to the City within seven (7) days of
receipt of written notification from the City, or such other time as mutually agreed
to by the Parties; and,
(b)
replace or correct the defective goods and services and charge the Preferred
Proponent(s) with all expenses incurred by the City.
RFP (Goods and Services) No. 1220-30-35-10
18
The Preferred Proponent(s) will, at its cost, undertake and complete, or cause to be undertaken
and completed as necessary the touch-up of any scratches that occurred during installation
and/or defects to the complete satisfaction of the City.
9.13
Guarantees/Extended Guarantees/Warranties
The Preferred Proponent(s) shall provide manufacturer's standard warranty but shall
nevertheless guarantee all items against manufacturing defects for a period of at least five (5)
years from date of acceptance even if the manufacturer’s warranty covers a shorter period.
Should a defect occur, the Preferred Proponent(s) shall repair or replace item(s) at no charge to
the City. Such repair or replacement shall be guaranteed by the Preferred Proponent(s) for a
subsequent equivalent warranty period. Warranty information is to be listed in Schedule C-5.
In the case of furniture installed under this contract, the Preferred Proponent(s) guarantees for a
period of at least five (5) years from the date of final acceptance that the completed work is free
from all defects due to faulty materials, installation equipment or installation workmanship and
that it shall promptly make whatever adjustments or corrections which may be necessary to
correct any defects, including repairs of any damage to other parts of the system resulting from
such installation defects. The City shall promptly give notice to the contractor of observed
defects. In the event that the Preferred Proponent(s) fails to make adjustments, repairs,
corrections or other work made necessary by such defects, the City may do so and charge the
Preferred Proponent the cost thereby incurred.
10.
DELAYS
In the event the delivery and installation schedule approved by the City is delayed by events
beyond the control of the City, the City shall provide prompt and timely notice, in writing, to the
Preferred Proponent(s). Prompt and timely notice is defined as written notice being provided
the Preferred Proponent(s) as soon as the delay becomes fully known to the City. The
Preferred Proponent(s) shall be entitled to an extension of the Time Schedule.
If the Preferred Proponent(s) is delayed in the performance of the Services by its own acts or
omissions, or those of its employees, agents or subcontractors, then the Preferred Proponent(s)
will not be entitled to any time extension or reimbursement as a result of such delay.
In the event the Preferred Proponent(s) fails to meet its delivery commitments, the City reserves
the right to obtain furniture necessary to function properly from any available source. In such
event, the order will be canceled and any difference in price shall be paid by the Preferred
Proponent(s).
11.
ACCIDENTS; EQUIPMENT SAFETY
Any and all accidents, regardless of how minor, involving another person, private property, or
vehicle, shall be reported immediately to the Surrey R.C.M.Police and a report requested. The
City shall also be contacted immediately and be provided a copy of any reports.
The Preferred Proponent(s) shall assume all responsibility for damages to property or injuries to
persons, including accidental death, attorneys fee and costs of defence which may be caused
by Preferred Proponent(s) performance of this Agreement, whether such performance be by
itself, its subcontractor, or anyone directly or indirectly employed by Preferred Proponent(s) or
its subcontractors and whether such damage shall accrue or be discovered before or after
termination of the Agreement.
RFP (Goods and Services) No. 1220-30-35-10
19
The Preferred Proponent(s) equipment operators shall maintain good safety and driving
records, and use extreme caution during the performance of the work.
12.
STANDING OFFER DISCOUNTS
As a leading provider in public library services, the City expects Preferred Proponent(s) to
support our ability to provide world class facilities and programs through the provision of top-tier
institutional, academic and governmental discounts. Proponents are requested to detail the
total dollar value of discounts in Schedule C-5. If requested by the City, the Proponents should
be able to provide appropriate documentation supporting their stated discount levels.
13.
BUILDING PROTECTION
The Preferred Proponent(s) shall provide at its cost all protective materials required at both
origin and destination sites for all lobby areas, elevators, secondary and main traffic corridors.
All protective materials shall be taped and secured during the entire installation.
Padding, corner, and wall protection is required around doors, doorframes, along main
corridors, elevators, etc. The Preferred Proponent and the Preferred Proponent’s
installers shall use special painter’s tape to prevent removal of paint from walls or
frames.
The Preferred Proponent’s shall remove all marks, etc. undesirable stains, fingerprints,
other soil, dust or dirt from painted, decorated or stained woodwork, plaster or
plasterboard, resilient and non-resilient floor materials, equipment surfaces, and
workstations.
ENVIRONMENTAL SUSTAINABILITY (Refer to Schedule C-3 – Supplemental
Information)
14.
Surrey’s Sustainability Charter is a comprehensive framework for implementing a progressive,
long-term (50 year) vision for a Sustainable City. Taking sustainability well beyond statements
of principles, the Charter is a unique combination of sustainability policies, a robust strategy for
the implementation of these policies and, most importantly, a “Scope of Sustainability”
component that describes 57 detailed scope items. As an indication of the significance of the
Charter, Council has unanimously directed that it be used as the City’s overarching policy
document to guide all other policies, plans, projects, and practices.

Products should be Greenguard Indoor Air Quality Certified® or SCS Indoor Advantage
certified. These certifications should be submitted with your Quotation; and

Recyclability of components is desirable.
This RFP process is an opportunity for each Proponent to highlight how their company is
meeting and exceeding ethical, environmental and social responsibility.
As described in the City’s Sustainability Charter, the City is committed to protecting the
environment and working with businesses in the community that have similar commitments to
improve environmental conditions, have fair and equitable work environments for their
employees and demonstrate leadership in sustainability.
15.
ORDER QUANTITY
The City reserves the right to order any quantity necessary to meet the City’s requirements.
However, no guarantee is made by the City to purchase any amount of product from any
Proponent.
RFP (Goods and Services) No. 1220-30-35-10
20
SCHEDULE A-1
GENERAL PRODUCT
SPECIFICATIONS/REQUIREMENTS
LIBRARY FURNITURE ELEMENTS
CITY CENTRE LIBRARY – LIBRARY DEPARTMENT
RFP (Goods and Services) No. 1220-30-35-10
21
SCHEDULE A-1
GENERAL PRODUCT SPECIFICATIONS/REQUIREMENTS
1.
GENERAL PRODUCT SPECIFICATIONS
All components meet or exceed the ANSI/BIFMA functional and proof loading
requirements, as applicable.
Specifications are to be read in conjunction with Schedule A-1 – Attachment #1
(Furniture Specifications and Product Descriptions). Sizes are suggested unless
otherwise stated. Where sizes are not specified, we welcome suggestions based on the
space layout as provided in the attached floor plans.
In small offices where separate components have been specified e.g. bookshelf, cabinet,
desk, etc, suggestions for integrated space saving solutions are welcome.
Office Seating:
 Task seating to be fully ergonomic and coordinated by finish and scale to the
workstation. Seating specifications to include: adjustable or removable arms, back,
height, and seat pan; 5-star base, appropriate castors for floor surfaces; high rub
count, stain resistant fabrics; lumbar support and availability in a minimum of two (2)
sizes.
Pedestals:

Locking mechanism with key;

File drawers to fully extend on steel ball bearing slides;

Interiors have hardware for filing legal or letter file folders, and/or pendaflex;

Each box/file or box/box/file pedestal to receive a pencil tray (metal/plastic); and

Each workstation to receive a metal or plastic pencil drawer.
File and Storage Cabinets:

All files and storage cabinets to be similar in appearance and should be available in
the same finishes and systems furniture;

All file and storage cabinets to have locking mechanism with key;

Rails are to be provided for each drawer to file front to back or side to side for letter
and legal files;

All files to receive the manufacturer’s requirements for counter weights;

Each file to have a minimum per drawer weight capacity of 150 pounds;

The City requires the right to add or delete file cabinets and other accessories due to
budgetary restraints; and

Lateral files may be required to be ganged together at the time of installation.
RFP (Goods and Services) No. 1220-30-35-10
22
Worksurfaces

Work surface material shall be high-pressure laminate with a paper backer on the
underside;

The work surface shall have a self-edge;

The work surface shall have a minimum core material of 45 lb. density furniture
grade particleboard;

All work surfaces in the workstations shall have grommets, or reveal between the
panels in order for cords to pass through to the electrical outlets below; and,

Within the offices, there may be a combination of high-pressure laminate and wood
surfaces.
Keyboard Trays:

All office desks and workstations shall be provided with one keyboard tray. The
platform specified should be designed to work on the adjacent work surface. Curved
products with curved products, etc.; (Note: Keyboard Trays are not required for
public computer desks);

Mechanism to be adjusted by a simple one-handed motion without the use of locks
or levers;

Should have a dark neutral finish, such as graphite/black; and,

Should be wide enough to fit both full size keyboard and mouse on same work
surface area.
Key Alike Policy:

All furnishings provided to have the ability to be keyed alike;

All furnishings within each office or workstation shall be keyed alike. No workstation
or office in a contiguous work area will be keyed with the same key # as any other in
that area; and

Proponent is to provide the City with a master key to all lockable components, files,
freestanding and cubicle furniture. An additional ten (10) set of random cores will be
provided with five (5) core change keys.
Public Area Seating:

Stacking chairs – lightweight, durable, sturdy, polypropylene seat and back, must
have arms or armless models, e.g. “SONIC”;

Guest chairs and chairs for public computer areas – sled based, polypropylene seat
and back, armless; and,

Bar Stools (level 2 westside) – must have backs, footrests, and be safe and sturdy,
e.g. solid round base preferred. Should not be easy to move around.
RFP (Goods and Services) No. 1220-30-35-10
23
Lounge Seating:

(P)leather or durable easy-to-clean fabric, e.g. “Crypton”;

Firm seats and fixed cushions;

High Count Rub;

Variety of styles from the same family, e.g. must have lounge chairs with tablet
arms;

Seating preferred for single users, e.g. no sofas or loveseats unless otherwise
specified; and,

Pieces should not be easy to move around.
Work Tables:

Variety of tables required – e.g. coffee, end, reading, computer, nesting & folding
(lounge seating and public areas);

Tables or carrels for computer areas should include wire management;

Product line should include wood core, 1-1/8” thick min., with plastic laminate
finish in the sizes as listed, with a fixed base;

Tabletop to be a minimum of 1-1/8” thick wood core with any high-pressure
laminate on top and underside (backing sheet) surfaces;

Edge material to be self-edge banding; and

Product line should be contemporary, and modern aesthetic appearance e.g.
“Fluid Line”.
SPECIFICATIONS FOR MISCELLANEOUS ITEMS
Specifications should be read in conjunction with Schedule A-1 – Attachment #1.
Any and all mounting hardware should be included with all applicable products.
RFP (Goods and Services) No. 1220-30-35-10
24
SCHEDULE A-1 – ATTACHMENT #1
LIBRARY FURNITURE ELEMENTS AND
SPECIFICATIONS
LIBRARY FURNITURE ELEMENTS
CITY CENTRE LIBRARY – LIBRARY DEPARTMENT
RFP (Goods and Services) No. 1220-30-35-10
25
SCHEDULE A-1 – ATTACHMENT #1
LIBRARY FURNITURE ELEMENTS AND SPECIFICATIONS
Note: This is a MS Excel Spreadsheet.
RFP (Goods and Services) No. 1220-30-35-10
26
SCHEDULE A-1 – ATTACHMENT #2
SPACE PLAN LAYOUTS
LIBRARY FURNITURE ELEMENTS
CITY CENTRE LIBRARY – LIBRARY DEPARTMENT
RFP (Goods and Services) No. 1220-30-35-10
27
SCHEDULE A-1 – ATTACHMENT #2
SPACE PLAN LAYOUTS
To view and/or print floor space plan layouts please go to the FTP link below, enter the logon and password
when prompted, locate folder 1220-30-35-10 and proceed.
To view this FTP site in Windows Explorer, click Page, and then open FTP Site in Windows Explorer.
ftp://ftp.surrey.ca/
Log on:
Password:
pur
welcome
BING THOM ARCHITECTS – ARCHITECTURAL DRAWINGS
DRAWING
TITLE
DATE
A-201 C
FURNITURE & MILLWORK GROUND FLOOR
09/20/10
A-202 C
FURNITURE & MILLWORK SECOND FLOOR
09/20/10
A-203 C
FURNITURE & MILLWORK THIRD FLOOR
09/20/10
A-204 C
FURNITURE & MILLWORK FOURTH FLOOR
09/20/10
Please note the greyed out area on 4th floor is to be leased out and not initially part of the library. The
type of furniture indicated in the drawings does not always match our list, e.g. 4 th floor shows lounge
seating outside the ‘Future Literacy Centre” but we have specified tables and chairs. Whenever
there’s a discrepancy between the drawings and the furniture list – the list is the most accurate.
PROVIDED FOR INFORMATION PURPOSES ONLY.
RFP (Goods and Services) No. 1220-30-35-10
28
SCHEDULE A-1 – ATTACHMENT #3
SURREY CITY CENTRE LIBRARY: INTERIOR
MATERIALS & FINISHES
LIBRARY FURNITURE ELEMENTS
CITY CENTRE LIBRARY – LIBRARY DEPARTMENT
RFP (Goods and Services) No. 1220-30-35-10
29
SCHEDULE A-1 – ATTACHMENT #3
SURREY CITY CENTRE LIBRARY: INTERIOR MATERIALS & FINISHES
The following PDF file is a list of “interior materials and finishes” that is on the sample board
as shown in Schedule A-1 – Attachment #4.
30-35 Interior
Materials & Finishes.pdf
.
Note: Refer also to Schedule A-1 – Attachment #4
RFP (Goods and Services) No. 1220-30-35-10
30
SCHEDULE A-1 – ATTACHMENT #4
SURREY CITY CENTRE LIBRARY: INTERIOR
MATERIALS & FINISHES
[SAMPLE BOARD PHOTOGRAPH]
LIBRARY FURNITURE ELEMENTS
CITY CENTRE LIBRARY - LIBRARY DEPARTMENT
RFP (Goods and Services) No. 1220-30-35-10
31
SCHEDULE A-1 – ATTACHMENT #4
SURREY CITY CENTRE LIBRARY: INTERIOR MATERIALS & FINISHES
[SAMPLE BOARD PHOTOGRAPH]
RFP (Goods and Services) No. 1220-30-35-10
32
SCHEDULE A-1 – ATTACHMENT #5
SURREY CITY CENTRE LIBRARY
ELEVATOR SHOP DRAWINGS
[FREIGHT/PASSENGER]
LIBRARY FURNITURE ELEMENTS
CITY CENTRE LIBRARY - LIBRARY DEPARTMENT
RFP (Goods and Services) No. 1220-30-35-10
33
SCHEDULE A-1 – ATTACHMENT #5
ELEVATOR SHOP DRAWINGS
[FREIGHT/PASSENGER]
30-35 Freight
Elevator Drawings.pdf
RFP (Goods and Services) No. 1220-30-35-10
30-35 Passenger
Elevator Drawings.pdf
34
SCHEDULE A-2
SURREY LIBRARY FURNITURE GUIDELINES
LIBRARY FURNITURE ELEMENTS
CITY CENTRE LIBRARY - LIBRARY DEPARTMENT
RFP (Goods and Services) No. 1220-30-35-10
35
SCHEDULE A-2
SURREY LIBRARY FURNITURE GUIDELINES
The interior design objectives for the building are to create an environment that is professional,
timeless and innovative. The character and physical space attributes of the City Centre Library will
provide the staff and customers with an environment that promotes the City’s mission to provide
outstanding service for its citizens.
Providing a modern, quality, sustainable and high performance workplace will aid in productivity while
increasing employee retention, attraction, morale and overall worker satisfaction. Open office
workstations will be designed to create synergies between working groups. Private office furniture
within these spaces will be specified with traditional and non-traditional desk and storage systems.
Public seating will meet the varying needs of customers providing the user with an optimum library
experience. Materials will consist of wood, laminate, metal, glass, fabric, or a combination. Seating
will consist of task, stools, management, training, benches, visitor/guest, lounge and others. The
building colour palette includes light maple wood and white walls/ceiling/book stack units, with a dark
brown carpet.
The furniture design contained in this RFP is stated to be preliminary and somewhat of a generic
design. It will be the responsibility of the Contractor to work with the City to refine the specifics of the
design in accordance with the product specified, design changes requested by City staff, or the City
project team. The final design will determine the aesthetics of the facility and it is important that the
design/specifications/installation efforts work to create an aesthetically appealing environment for the
employees and the citizens of the City.
Collaborate with architects, designers, engineers and general contractor as necessary and as it
pertains to the purchase, coordination and installation of new furniture. Consideration for electrical
locations, telephone and computer equipment, and A/V equipment may impact the furniture design
and stated requirements.
All components, panels, electrical, hardware, etc. are to be from one system.
RFP (Goods and Services) No. 1220-30-35-10
36
SCHEDULE B
SAMPLE AGREEMENT
LIBRARY FURNITURE ELEMENTS
AT
CITY CENTRE LIBRARY
BETWEEN
CITY OF SURREY
AND
[CONTRACTOR]
RFP (Goods and Services) No. 1220-30-35-10
37
SCHEDULE B – SAMPLE AGREEMENT
TABLE OF CONTENTS
1.
INTERPRETATION ....................................................................................................40
1.1 Definitions ..............................................................................................................40
1.2 Appendices ............................................................................................................41
2.
SERVICES .................................................................................................................41
2.1 Services .................................................................................................................41
2.2 Amendment of Services .........................................................................................41
2.3 Additional Services ................................................................................................41
2.4 Standard of Care ...................................................................................................42
2.5 Term ......................................................................................................................42
2.6 Time ......................................................................................................................42
3.
PERSONNEL .............................................................................................................42
3.1 Qualified Personnel................................................................................................42
3.2 Listed Personnel and Sub-Contractors...................................................................42
3.3 Replacement of Personnel or Sub-Contractors ......................................................42
3.4 Sub-Contractors and Assignment ..........................................................................42
3.5 Agreements with Sub-Contractors .........................................................................42
4.
LIMITED AUTHORITY ...............................................................................................43
4.1 Agent of City ..........................................................................................................43
4.2 Independent Contractor .........................................................................................43
5.
FEES AND PAYMENT ...............................................................................................43
5.1 Fees ......................................................................................................................43
5.2 Payment ................................................................................................................43
5.3 Records .................................................................................................................44
5.4 Non-Residents .......................................................................................................44
6.
CITY RESPONSIBILITIES .........................................................................................44
6.1 City Information......................................................................................................44
6.2 City Decisions ........................................................................................................45
6.3 Notice of Defect .....................................................................................................45
7.
INSURANCE AND DAMAGES .................................................................................45
7.1 Indemnity ...............................................................................................................45
7.2 Survival of Indemnity..............................................................................................45
7.3 Contractor’s Insurance Polices...............................................................................45
7.4 Insurance Requirements ........................................................................................46
7.5 Contractor’s Responsibilities ..................................................................................46
7.6 Additional Insurance ..............................................................................................46
7.7 Waiver of Subrogation ...........................................................................................46
8.
TERMINATION ..........................................................................................................46
8.1 By the City .............................................................................................................46
8.2 Termination for Cause ...........................................................................................47
8.3 Curing Defaults ......................................................................................................47
RFP (Goods and Services) No. 1220-30-35-10
38
9.
APPLICABLE LAWS, BUILDING CODES AND BY-LAWS ......................................48
9.1 Applicable Laws .....................................................................................................48
9.2 Codes and By-Laws ...............................................................................................48
9.3 Interpretation of Codes ..........................................................................................48
10.
CONFIDENTIALITY AND DISCLOSURE OF INFORMATION...................................48
10.1 No Disclosure ......................................................................................................48
10.2 Freedom of Information and Protection of Privacy Act..........................................48
10.3 Return of Property................................................................................................48
11.
USE OF WORK PRODUCT .......................................................................................48
12.
WORKERS’ COMPENSATION BOARDS AND OCCUPATIONAL HEALTH AND SAFETY
........................................................................................................................49
13.
BUSINESS LICENSE ................................................................................................50
14.
DISPUTE RESOLUTION ...........................................................................................50
14.1 Dispute Resolution Procedures ..........................................................................50
15.
JURISDICTION ..........................................................................................................50
16.
GENERAL .................................................................................................................51
16.1 Entire Agreement ...............................................................................................51
16.2 Amendment .......................................................................................................51
16.3 Contractor Terms Rejected ................................................................................51
16.4 Survival of Obligations .......................................................................................51
16.5 Cumulative Remedies ........................................................................................51
16.6 Notices ...............................................................................................................51
16.7 Unenforceability .................................................................................................52
16.8 Headings............................................................................................................52
16.9 Singular, Plural and Gender ...............................................................................52
16.10 Waiver................................................................................................................52
16.11 Signature ...........................................................................................................52
16.12 Enurement .........................................................................................................52
APPENDICES
APPENDIX 1 – SPECIFICATIONS OF GOODS AND SCOPE OF SERVICES ...................53
APPENDIX 1-A – GENERAL PRODUCT SPECIFICATIONS/REQUIREMENTS.................53
APPENDIX 1-B - FURNITURE SPECIFICATIONS AND PRODUCT DESCRIPTIONS .......53
APPENDIX 1-C – SPACE PLAN LAYOUTS ........................................................................53
APPENDIX 1-D – SURREY LIBRARY FURNITURE GUIDELINES .....................................53
APPENDIX 2 – FEES AND PAYMENT ...............................................................................53
APPENDIX 3 – TIME SCHEDULE ......................................................................................53
APPENDIX 4 – PERSONNEL AND SUB-CONTRACTORS ................................................53
APPENDIX 5 – ADDITIONAL SERVICES ...........................................................................53
APPENDIX 6 – CONTRACTOR’S TECHNICAL PROPOSAL ..............................................53
RFP (Goods and Services) No. 1220-30-35-10
39
SCHEDULE B – SAMPLE AGREEMENT
LIBRARY FURNITURE AGREEMENT
REFERENCE No.: 1220-30-35-10
THIS AGREEMENT dated for reference this _____ day of ______________, 201_.
BETWEEN:
CITY OF SURREY
14245 – 56th Avenue
Surrey, BC V3X 3A2
(the "City")
OF THE FIRST PART
AND:
__________________________
(the "Contractor")
OF THE SECOND PART
RECITALS
WHEREAS
A.
Pursuant to the RFP, the City invited qualified proponents to submit proposals to
respond to the City’s request for a contract to, inter alia, provide library furniture
elements in the City Centre Library;
B.
The Contractor submitted a proposal in response to the RFP; and,
C.
The City selected the Contractor’s proposal and conditionally awarded the Contractor the
manufacture, delivery and installation of library furniture elements, subject to the
execution and delivery of this Agreement.
NOW THEREFORE THIS AGREEMENT WITNESSES THAT in consideration of the payment of
one ($1.00) dollar and other good and valuable consideration paid by each of the parties to the
other (the receipt and sufficiency of which is hereby acknowledged) the City and the Contractor
agree as follows:
AGREEMENT
1.
INTERPRETATION
1.1
DEFINITIONS
In this agreement the following definitions apply:
“Disbursements” has the meaning set out in section 5.3;
“Dispute” has the meaning set out in section 14.1;
RFP (Goods and Services) No. 1220-30-35-10
40
“Fees” has the meaning set out in section 5.1;
“Indemnitees” has the meaning set out in section 7.1;
"Invoice" has the meaning set out in section 5.2(a);
“Services” has the meaning set out in section 2.1;
"Term" has the meaning set out in 2.5; and
“Time Schedule” has the meaning set out in section 2.6.
1.2
APPENDICES
The following are the Appendices attached to and forming part of this Agreement:
Appendix 1 – Specifications of Goods and Scope of Services;
Appendix 1-A – General Product Specifications/Requirements;
Appendix 1-B – Library Furniture Elements and Specifications;
Appendix 1-C – Space Plan Layouts;
Appendix 1-D – Surrey Library Furniture Guidelines;
Appendix 2 – Fees and Payment;
Appendix 3 – Time Schedule;
Appendix 4 – Personnel and Sub-Contractors;
Appendix 5 – Additional Services; and
Appendix 6 – Contractor’s Technical Proposal.
2.
SERVICES
2.1
Services
The City hereby retains the Contractor to provide the consulting and professional services as
described generally in Appendix 1, including anything and everything required to be done for the
fulfillment and completion of this agreement (the “Services”).
2.2
Amendment of Services
The City may from time to time, by written notice to the Contractor, make changes in the scope
of the Services. The Fees will be increased or decreased by written agreement of the City and
the Contractor according to the rates set out in Appendix 2.
2.3
Additional Services
The Contractor will, if requested in writing by the City, perform additional services as may be
listed in Appendix 5. The terms of this agreement will apply to any additional services, and the
fees for additional services, and the time for the Contractor’s performance, will generally
correspond to the fees and time of performance as described in Appendices 2 and 3. The
Contractor will not provide any additional services in excess of the scope of services requested
in writing by the City.
RFP (Goods and Services) No. 1220-30-35-10
41
2.4
Standard of Care
The Contractor will perform the Services with that degree of care, skill and diligence normally
provided by a qualified and experienced practitioner performing services similar to the Services,
and on the understanding that the City is relying on the Contractor’s experience and expertise.
The Contractor represents that it has the expertise, qualifications, resources and relevant
experience to provide the Services.
2.5
Term
The Contractor will provide the Services for the period commencing on (START DATE) and
terminating on (END DATE) (the “Term”).
2.6
Time
The Contractor acknowledges that time is of the essence with respect to the provision of the
Services and accordingly the Contractor will provide the Services within the performance or
completion dates or time periods (the "Time Schedule") as set out in Appendix 3, or as
otherwise agreed to in writing by the City and the Contractor. If at any time the Contractor
discovers that the Time Schedule cannot be met it will immediately advise the City in writing and
provide a revised Time Schedule.
3.
PERSONNEL
3.1
Qualified Personnel
The Contractor will provide only professional personnel who have the qualifications, experience
and capabilities to perform the Services.
3.2
Listed Personnel and Sub-Contractors
The Contractor will perform the Services using the personnel and sub-contractors as may be
listed in Appendix 4 and the Contractor will not remove any such listed personnel or subcontractors from the Services without the prior written approval of the City.
3.3
Replacement of Personnel or Sub-Contractors
If the City reasonably objects to the performance, qualifications, experience or suitability of any
of the Contractor's personnel or sub-contractors then the Contractor will, on written request from
the City, replace such personnel or sub-contractors.
3.4
Sub-Contractors and Assignment
Except as provided for in section 3.2, the Contractor will not engage any personnel or
sub-contractors, or sub-contract or assign its obligations under this agreement, in whole or in
part, without the prior written approval of the City.
3.5
Agreements With Sub-Contractors
The Contractor will preserve and protect the rights of the City with respect to any Services
performed under sub-contract and incorporate the terms and conditions of this agreement into
all sub-contracts as necessary to preserve the rights of the City under this agreement.
RFP (Goods and Services) No. 1220-30-35-10
42
The Contractor will be as fully responsible to the City for acts and omissions of sub-contractors
and of persons directly or indirectly employed by them as for acts and omissions of persons
directly employed by the Contractor.
4.
LIMITED AUTHORITY
4.1
Agent of City
The Contractor is not and this agreement does not render the Contractor an agent or employee
of the City, and without limiting the above, the Contractor does not have authority to enter into
any contract or reach any agreement on behalf of the City, except for the limited purposes as
may be expressly set out in this agreement, or as necessary in order to perform the Services.
The Contractor will make such lack of authority clear to all persons with whom the Contractor
deals in the course of providing the Services. Every vehicle used by the Contractor in the
course of performing the services shall identify the Contractor by name and telephone number.
4.2
Independent Contractor
The Contractor is an independent contractor. This agreement does not create the relationship
of employer and employee, a partnership, or a joint venture. The City will not control or direct
the details, means or process by which the Contractor performs the Services. The Contractor
will determine the number of days and hours of work required to properly and completely
perform the Services. The Contractor is primarily responsible for performance of the Services
and may not delegate or assign any Services to any other person except as provided for in
section 3.4. The Contractor will be solely liable for the wages, fringe benefits, work schedules
and work conditions of any partners, employees or sub-contractors.
5.
FEES AND PAYMENT
5.1
Fees
The City will pay to the Contractor the fees as set out in Appendix 2 (the “Fees”). Payment by
the City of the Fees will be full payment for the Services and the Contractor will not be entitled to
receive any additional payment from the City.
Fees, and HST will not exceed the amount of $____________ without the prior written approval
of the City.
5.2
Payment
Subject to any contrary provisions set out in Appendix 2:
(a)
the Contractor will submit an invoice (the “Invoice”) to the City requesting payment
of the portion of the Fees relating to the Goods and Services delivered, installed
and accepted and including the following information:
(1)
an invoice number;
(2)
the Contractor’s name, address and telephone number;
(3)
the City's purchase order number,
(4)
the percentage of Services completed and Goods delivered;
(5)
the total budget for the Goods and Services and the amount of the budget
expended to the date of the invoice;
RFP (Goods and Services) No. 1220-30-35-10
43
(6)
taxes (if any); and
(7)
grand total of the invoice.
Note: No prepayments will be allowed.
(b)
the Contractor will on request from the City provide receipts and invoices for all
Disbursements claimed;
(c)
if the City reasonably determines that any portion of an Invoice is not payable
then the City will so advise the Contractor;
(d)
the City will pay the portion of an Invoice which the City determines is payable
within 30 days of the receipt of the Invoice, except the City may hold back from
payments 10% of the amount the City determines is payable to the Contractor
until such time as the Contractor provides its final report to the City; and
(e)
if the Contractor offers the City a cash discount for early payment, then the City
may, at the City’s sole discretion, pay the portion of an Invoice which the City
determines is payable at any time after receipt of the Invoice.
Invoices will be submitted by the Contractor by mail to:
Name:
Address:
5.3
Records
The Contractor will prepare and maintain proper records related to the Services,
records, receipts and invoices relating to Disbursements. On request from the
Contractor will make the records available open to audit examination by the City at
during regular business hours during the time the Contractor is providing the Services
period of six years after the Services are complete.
5.4
including
City, the
any time
and for a
Non-Residents
If the Contractor is a non-resident of Canada and does not provide the City a waiver of regulation
letter, the City will withhold and remit to the appropriate governmental authority the greater of:
(a)
15% of each payment due to the Contractor; or
(b)
the amount required under applicable tax legislation
6
CITY RESPONSIBILITIES
6.1
City Information
The City will, in co-operation with the Contractor, make efforts to make available to the
Contractor information, surveys, and reports which the City has in its files and records that
relate to the Services. The Contractor will review any such material upon which the Contractor
intends to rely and take reasonable steps to determine if that information is complete or
accurate. The Contractor will assume all risks that the information is complete and accurate
and the Contractor will advise the City in writing if in the Contractor’s judgment the information is
deficient or unreliable and undertake such new surveys and investigations as are necessary.
RFP (Goods and Services) No. 1220-30-35-10
44
6.2
City Decisions
The City will in a timely manner make all decisions required under this agreement, examine
documents submitted by the Contractor and respond to all requests for approval made by the
Contractor pursuant to this agreement.
6.3
Notice of Defect
If the City observes or otherwise becomes aware of any fault or defect in the Services, it may
notify the Contractor, but nothing in this agreement will be interpreted as giving the City the
obligation to inspect or review the Contractor’s performance of the Services.
7.
INSURANCE AND DAMAGES
7.1
Indemnity
The Contractor will indemnify and save harmless the City and all of its elected and appointed
officials, officers, employees, servants, representatives and agents (collectively the
“Indemnitees”), from and against all claims, demands, causes of action, suits, losses, damages
and costs, liabilities, expenses and judgments (including all actual legal costs) for damage to or
destruction or loss of property, including loss of use, and injury to or death of any person or
persons which any of the Indemnitees incur, suffer or are put to arising out of or in connection
with any failure, breach or non-performance by the Contractor of any obligation of this
agreement, or any wrongful or negligent act or omission of the Contractor or any employee or
agent of the Contractor.
7.2
Survival of Indemnity
The indemnity described in section 7.1 will survive the termination or completion of this
agreement and, notwithstanding such termination or completion, will continue in full force and
effect for the benefit of the Indemnitees.
7.3
Contractor's Insurance Policies
The Contractor will, without limiting its obligations or liabilities and at its own expense, provide
and maintain throughout this agreement the following insurance in forms and amounts
acceptable to the City from insurers licensed to conduct business in Canada:
(a)
commercial general liability insurance on an occurrence basis, in an amount not
less than five million ($5,000,000) dollars inclusive per occurrence against death,
bodily injury and property damage arising directly or indirectly out of the work or
operations of the Contractor, its employees and agents. The insurance will
include cross liability and severability of interests such that the coverage shall
apply in the same manner and to the same extent as though a separate policy
had been issued to each insured. The insurance will include, but not be limited
to: premises and operators liability, broad form products and completed
operations, owners and contractors protective liability, blanket contractual,
employees as additional insureds, broad form property damage, non-owned
automobile, contingent employers liability, broad form loss of use, personal
injury, and incidental medical malpractice;
RFP (Goods and Services) No. 1220-30-35-10
45
7.4
(b)
professional errors and omissions insurance in an amount not less that one
million ($1,000,000) dollars insuring all professionals providing the Services from
liability resulting from errors and omissions in the performance of the Services
with a 12 month maintenance period, and
(c)
automobile liability insurance on all vehicles owned, operated or licensed in the
name of the Contractor in an amount not less than three million ($3,000,000)
dollars per occurrence for bodily injury, death and damage to property.
Insurance Requirements
The Contractor will provide the City with evidence of the required insurance prior to the
commencement of this Agreement. Such evidence will be in the form of a completed certificate
of insurance acceptable to the City. The Contractor will, on request from the City, provide
certified copies of all of the Contractor’s insurance policies providing coverage relating to the
Services, including without limitation any professional liability insurance policies. All required
insurance will be endorsed to provide the City with thirty (30) days advance written notice of
cancellation or material change restricting coverage. To the extent the City has an insurable
interest, the builder’s risk policy will have the City as first loss payee. The Contractor will be
responsible for deductible amounts under the insurance policies. All of the Contractor's
insurance policies will be primary and not require the sharing of any loss by the City or any
insurer of the City.
7.5
Insurance Requirements
The Contractor acknowledges that any requirements by the City as to the amount of coverage
under any policy of insurance will not constitute a representation by the City that the amount
required is adequate and the Contractor acknowledges and agrees that the Contractor is solely
responsible for obtaining and maintaining policies of insurance in adequate amounts. The
insurance policy coverage limits shall not be construed ad relieving the Contractor form
responsibility for any amounts which may exceed these limits, for which the Contractor may be
legally liable.
7.6
Additional Insurance
The Contractor shall place and maintain, or cause any of its subcontractors to place and
maintain, such other insurance or amendments to the foregoing policies as the City may
reasonably direct.
7.7
Waiver of Subrogation
The Contractor hereby waives all rights of recourse against the City for loss or damage to the
Contractor's property.
8.
TERMINATION
8.1
By the City
The City may at any time and for any reason by written notice to the Contractor terminate this
agreement before the completion of all the Services, such notice to be determined by the City at
its sole discretion. Upon receipt of such notice, the Contractor will perform no further Services
RFP (Goods and Services) No. 1220-30-35-10
46
other than the work which is reasonably required to terminate the Services and return the City’s
property to the City. Despite any other provision of this agreement, if the City terminates this
agreement before the completion of all the Services, the City will pay to the Contractor all
amounts owing under this agreement for Services provided by the Contractor up to and
including the date of termination, plus reasonable termination costs in the amount as
determined by the City in its sole discretion. Upon payment of such amounts no other or
additional payment will be owed by the City to the Contractor, and, for certainty, no amount will
be owing on account of lost profits relating to the portion of the Services not performed or other
profit opportunities.
8.2
Termination for Cause
The City may terminate this agreement for cause as follows:
(a)
If the Contractor is adjudged bankrupt, or makes a general assignment for the
benefit of creditors because of its insolvency, or if a receiver is appointed
because of its insolvency, the City may, without prejudice to any other right or
remedy the City may have, terminate this agreement by giving the Contractor or
receiver or trustee in bankruptcy written notice; or
(b)
If the Contractor is in breach of any term or condition of this agreement, and such
breach is not remedied to the reasonable satisfaction of the City within 5 days
after delivery of written notice from the City to the Contractor, then the City may,
without prejudice to any other right or remedy the City may have, terminate this
agreement by giving the Contractor further written notice.
If the City terminates this agreement as provided by this Section, then the City may:
8.3
(c)
enter into contracts, as it in its sole discretion sees fit, with other persons to
complete the Services;
(d)
withhold payment of any amount owing to the Contractor under this agreement
for the performance of the Services;
(e)
set-off the total cost of completing the Services incurred by the City against any
amounts owing to the Contractor under this agreement, and at the completion of
the Services pay to the Contractor any balance remaining; and
(f)
if the total cost to complete the Services exceeds the amount owing to the
Contractor, charge the Contractor the balance, which amount the Contractor will
forthwith pay.
Curing Defaults
If the Contractor is in default of any of its obligations under this agreement, then the City may
without terminating this agreement, upon 5 days written notice to the Contractor, remedy the
default and set-off all costs and expenses of such remedy against any amounts owing to the
Contractor. Nothing in this agreement will be interpreted or construed to mean that the City has
any duty or obligation to remedy any default of the Contractor.
RFP (Goods and Services) No. 1220-30-35-10
47
9.
APPLICABLE LAWS, BUILDING CODES AND BY-LAWS
9.1
Applicable Laws
This agreement will be governed by and construed in accordance with the laws of the Province
of British Columbia. The City and the Contractor accept the jurisdiction of the courts of British
Columbia and agree that any action under this agreement be brought in such courts.
9.2
Codes and By-Laws
The Contractor will provide the Services in full compliance with all applicable laws, building
codes and regulations.
9.3
Interpretation of Codes
The Contractor will, as a qualified and experienced professional, interpret applicable codes,
laws and regulations applicable to the performance of the Services. If an authority having
jurisdiction imposes an interpretation which the Contractor could not reasonably have verified or
foreseen prior to entering into this agreement, then the City will pay the additional costs, if any,
of making alterations so as to conform to the required interpretation.
10.
CONFIDENTIALITY AND DISCLOSURE OF INFORMATION
10.1
No Disclosure
Except as provided for by law or otherwise by this agreement, the Contractor will keep strictly
confidential any information supplied to, obtained by, or which comes to the knowledge of the
Contractor as a result of the performance of the Services and this agreement, and will not,
without the prior express written consent of the City, publish, release, disclose or permit to be
disclosed any such information to any person or corporation, either before, during or after
termination of this agreement, except as reasonably required to complete the Services.
10.2
Freedom of Information and Protection of Privacy Act
The Contractor acknowledges that the City is subject to the Freedom of Information and
Protection of Privacy Act of British Columbia and agrees to any disclosure of information by the
City required by law.
10.3
Return of Property
The Contractor agrees to return to the City all of the City’s property at the completion of this
agreement, including any and all copies or originals of reports provided by the City.
11.
USE OF WORK PRODUCT
The Contractor hereby sells, assigns and transfers to the City the right, title and interest
required for the City to use and receive the benefit of all the reports, drawings, plans, designs,
models, specifications, computer software, concepts, products, designs or processes or other
such work product produced by or resulting from the Services rendered by the Contractor.
RFP (Goods and Services) No. 1220-30-35-10
48
12.
WORKERS' COMPENSATION BOARD AND OCCUPATIONAL HEALTH AND SAFETY
12.1
The Contractor will, at its own expense, procure and carry full Workers' Compensation
Board coverage for itself and all workers, employees, servants and others engaged in
the supply of the Goods and Services. The City has the unfettered right to set off the
amount of the unpaid premiums and assessments for the Workers' Compensation Board
coverage against any monies owning by the City to the Contractor. The City will have
the right to withhold payment under this Agreement until the Workers' Compensation
Board premiums, assessments or penalties in respect of the Goods and Services have
been paid in full.
12.2
The Contractor will provide the City with the Contractor's Workers' Compensation Board
registration number and a letter from the Worker's Compensation Board confirming that
the Contractor is registered in good standing with the Workers' Compensation Board.
12.3
The Contractor agrees that it is the prime contractor for the Services for the purposes of
the Workers Compensation Act. The Contractor will have a safety program in place that
meets the requirements of the Workers' Compensation Board Occupational Health and
Safety Regulation and the Workers Compensation Act. As prime contractor, the
Contractor will be responsible for appointing a qualified coordinator for insuring the
health and safety activities for the location of the Services. The qualified coordinator is:
Name: ____________________________
Contact No.: _______________________
The Contractor will advise the City immediately in writing if the name or contact number
of the qualified coordinator changes.
12.4
Without limiting the generality of any other indemnities granted by the Contractor in this
Agreement, the Contractor will indemnify and save harmless the Indemnitees from and
against all claims, demands, causes of action, suits, losses, damages, costs, liabilities,
expenses, judgments, penalties and proceedings (including all actual legal costs) which
any of the Indemnitees incur, suffer or are put to arising out of or in any way related to
unpaid Workers' Compensation Board assessments owing from any person or
corporation engaged in the performance of this Agreement or arising out of or in any way
related to the failure to observe safety rules, regulations and practices of the Workers'
Compensation Board, including penalties levied by the Workers' Compensation Board.
12.5
The Contractor will ensure compliance with and conform to all health and safety laws,
by-laws or regulations of the Province of British Columbia, including without limitation the
Workers Compensation Act and Regulations pursuant thereto.
12.6
The City may, on twenty-four (24) hours written notice to the Contractor, install devices
or rectify any conditions creating an immediate hazard existing that would be likely to
result in injury to any person. However, in no case will the City be responsible for
ascertaining or discovering, through inspections or review of the operations of the
Contractor or otherwise, any deficiency or immediate hazard.
RFP (Goods and Services) No. 1220-30-35-10
49
12.7
The Contractor understands and undertakes to comply with all the Workers'
Compensation Board Occupational Health and Safety Regulations for hazardous
materials and substances, and in particular with the "Workplace Hazardous Materials
Information System (WHMIS)" Regulations. All "Material Safety Data Sheets (MSDS)"
will be shipped along with the Goods and any future MSDS updates will be forwarded.
13.
BUSINESS LICENSE
The Contractor will obtain and maintain throughout the term of this Agreement a valid City of
Surrey business license.
14.
DISPUTE RESOLUTION
14.1
Dispute Resolution Procedures
The parties will make reasonable efforts to resolve any dispute, claim, or controversy arising out
of this agreement or related to this agreement (“Dispute”) using the dispute resolution
procedures set out in this section 14.
(a)
Negotiation
The parties will make reasonable efforts to resolve any Dispute by amicable
negotiations and will provide frank, candid and timely disclosure of all relevant
facts, information and documents to facilitate negotiations.
(b)
Mediation
If all or any portion of a Dispute cannot be resolved by good faith negotiations
within 30 days, either party may by notice to the other party refer the matter to
mediation. Within 7 days of delivery of the notice, the parties will mutually appoint a
mediator. If the parties fail to agree on the appointment of the mediator, then either
party may apply to the British Columbia International Commercial Arbitration
Centre for appointment of a mediator. The parties will continue to negotiate in
good faith to resolve the Dispute with the assistance of the mediator. The place of
mediation will be Surrey, British Columbia. Each party will equally bear the costs
of the mediator and other out-of-pocket costs, and each party will bear its own costs
of participating in the mediation.
(c)
Litigation
If within 90 days of the request for mediation the Dispute is not settled, or if the
mediator advises that there is no reasonable possibility of the parties reaching a
negotiated resolution, then either party may without further notice commence
litigation.
15.
JURISDICTION AND COUNCIL NON-APPROPRIATION
15.1
Nothing in this agreement limits or abrogates, or will be deemed to limit or abrogate, the
jurisdiction of the Council of the City in the exercise of its powers, rights or obligations
under any public or private statute, regulation or by-law or other enactment.
RFP (Goods and Services) No. 1220-30-35-10
50
15.2
The Contractor recognizes and agrees that the City cannot make financial commitments
beyond the City’s current fiscal year. The City will annually make bonafide requests for
appropriation of sufficient funds to cover all payments covered by this Agreement. If City
Council does not appropriate funds, or appropriates insufficient funds, the City will notify
the Contractor of its intention to terminate or reduce the services so affected within 30
days after the non-appropriation becomes final. Such termination shall take effect 30
days from the date of notification, shall not constitute an event of default and shall relieve
the City, its officers and employees, from any responsibility or liability for the payment of
any further amounts under this Agreement.
16.
GENERAL
16.1
Entire Agreement
This agreement, including the Appendices and any other documents expressly referred to in this
agreement as being a part of this agreement, contains the entire agreement of the parties
regarding the provision of the Services and no understandings or agreements, oral or otherwise,
exist between the parties except as expressly set out in this agreement. This agreement
supersedes and cancels all previous agreements between the parties relating to the provision of
the Services.
16.2
Amendment
This agreement may be amended only by agreement in writing, signed by both parties.
16.3
Contractor Terms Rejected
In the event that the Contractor issues an invoice, packing slip, sales receipt, or any like
document to the City, the City accepts the document on the express condition that any terms
and conditions in it which constitute terms and conditions which are in addition to or which
establish conflicting terms and conditions to those set out in this Agreement are expressly
rejected by the City.
16.4
Survival of Obligations
All of the Contractor's obligations to perform the Services in a professional and proper manner
will survive the termination or completion of this agreement.
16.5
Cumulative Remedies
The City’s remedies under this agreement are cumulative and in addition to any right or remedy
which may be available to the City at law or in equity.
16.6
Notices
Any notice, report or other document that either party may be required or may wish to give to
the other must be in writing, unless otherwise provided for, and will be deemed to be validly
given to and received by the addressee, if delivered personally, on the date of such personal
delivery, if delivered by facsimile, on transmission, or if by mail, five calendar days after posting.
The addresses for delivery will be as follows:
RFP (Goods and Services) No. 1220-30-35-10
51
The City:
Attention:
The Contractor:
Attention:
16.7
Unenforceability
If any provision of this agreement is invalid or unenforceable, it will be severed from the
agreement and will not affect the enforceability or validity of the remaining provisions of the
agreement.
16.8
Headings
The headings in this agreement are inserted for convenience of reference only and will not form
part of nor affect the interpretation of this agreement.
16.9
Singular, Plural and Gender
Wherever the singular, plural, masculine, feminine or neuter is used throughout this agreement
the same will be construed as meaning the singular, plural, masculine, feminine, neuter or body
corporate where the context so requires.
16.10 Waiver
No waiver by either party of any breach by the other party of any of its covenants, obligations
and agreements will be a waiver of any subsequent breach or of any other covenant, obligation
or agreement, nor will any forbearance to seek a remedy for any breach be a waiver of any
rights and remedies with respect to such or any subsequent breach.
16.11 Signature
This Agreement may be executed in or one or more counterparts all of which when taken
together will constitute one and the same Agreement, and one or more of the counterparts may
be delivered by fax transmission.
16.12 Enurement
This Agreement shall enure to the benefit of and be binding upon the respective successors and
permitted assigns of the City and the Contractor.
IN WITNESS WHEREOF the parties have duly executed this agreement as of the day and year
first above written.
CITY OF SURREY
[CONTRACTOR]
by its authorized signatory:
by its authorized signatory(ies):
__________________________
______________________________
RFP (Goods and Services) No. 1220-30-35-10
52
Appendices 1 through 6 will be inserted here if an Agreement is assembled for execution and
including the RFP and the successful Proposal.
APPENDIX 1 – SPECIFICATIONS OF GOODS AND SCOPE OF SERVICES;
APPENDIX 1-A – GENERAL PRODUCT SPECIFICATIONS/REQUIREMENTS;
APPENDIX 1-B – LIBRARY FURNITURE ELEMENTS AND SPECIFICATIONS;
APPENDIX 1-C – SPACE PLAN LAYOUTS;
APPENDIX 1-D – SURREY LIBRARY FURNITURE GUIDELINES;
APPENDIX 2 – FEES AND PAYMENT;
APPENDIX 3 – TIME SCHEDULE;
APPENDIX 4 – PERSONNEL AND SUB-CONTRACTORS;
APPENDIX 5 – ADDITIONAL SERVICES; AND
APPENDIX 6 – CONTRACTOR’S TECHNICAL PROPOSAL.
RFP (Goods and Services) No. 1220-30-35-10
53
SCHEDULE C
FORM OF PROPOSAL
LIBRARY FURNITURE ELEMENTS
CITY CENTRE LIBRARY - LIBRARY DEPARTMENT
RFP (Goods and Services) No. 1220-30-35-10
54
SCHEDULE C – FORM OF PROPOSAL
RFP Project Title:
Library Furniture Elements - City Centre Library
RFP Reference No.:
1220-30-35-10
Legal Name of Proponent:
Contact Person and Title:
Business Address:
Telephone:
Fax:
E-Mail Address:
TO:
ACTING PURCHASING & AP MANAGER
Finance & Technology Dept.
Purchasing Section
City of Surrey
6645 – 148 Street
Surrey, BC Canada V3S 3C7
Dear Sir:
1.0
I/We, the undersigned duly authorized representative of the Proponent, having
received and carefully reviewed all of the Proposal documents, including the RFP and any
issued addenda, and having full knowledge of the Site, and having fully informed ourselves as
to the intent, difficulties, facilities and local conditions attendant to performing the Services,
submit this Proposal in response to the RFP.
2.0
I/We confirm that the following appendices are attached to and form a part of this
Proposal:
Schedule C-1 – Statement of Departures;
Schedule C-2 – Proponent’s Experience, Reputation and Resources;
Schedule C-3 – Proponent’s Technical Proposal (Project Services);
Schedule C-4 – Proponent’s Technical Proposal (Project Timeline); and
Schedule C-5 – Proponent’s Financial Proposal (Schedule of Prices).
RFP (Goods and Services) No. 1220-30-35-10
55
3.0
I/We confirm that this proposal is accurate and true to best of my/our knowledge.
4.0
I/We confirm that, if I/we am/are awarded the Agreement, I/we will at all times be the
“prime contractor” as provided by the Worker's Compensation Act (British Columbia) with
respect to the Services. I/we further confirm that if I/we become aware that another contractor
at the place(s) of the Services has been designated as the “prime contractor”, I/we will notify the
City immediately, and I/we will indemnify and hold the City harmless against any claims,
demands, losses, damages, costs, liabilities or expenses suffered by the City in connection with
any failure to so notify the City.
This Proposal is submitted this _____________________ day of _________________, 201_.
I/We have the authority to bind the Proponent.
____________________________
(Name of Proponent)
_______________________________
(Name of Proponent)
____________________________
(Signature of Authorized Signatory)
_______________________________
(Signature of Authorized Signatory)
_______________________________
(Print Name and Position of Authorized
Signatory)
_______________________________
(Print Name and Position of Authorized
Signatory)
RFP (Goods and Services) No. 1220-30-35-10
56
SCHEDULE C-1 - STATEMENT OF DEPARTURES
1.
I/We have reviewed the proposed Contract attached to the RFP as Schedule “B”. If
requested by the City, I/we would be prepared to enter into that Contract, amended by
the following departures (list, if any):
Section
2.
Requested Departure(s) / Alternative(s)
The City of Surrey requires that the successful Proponent have the following in place
before commencing the Services:
(a)
Workers’ Compensation Board coverage in good standing and further, if an
“Owner Operator” is involved, personal operator protection (P.O.P.) will be
provided,
Workers' Compensation Registration Number ___________________________;
(b)
Prime Contractor qualified coordinator is Name:
Contact Number: ________________________.
___________________ and
(c)
Insurance coverage for the amounts required in the proposed Contract as a
minimum, naming the City as additional insured and generally in compliance with
the City’s sample insurance certificate form (available on the City's web site at
www.surrey.ca (search "Insurance Certificates") titled City of Surrey Certificate of
Insurance Standard Form);
d)
City of Surrey business license;
e)
If the Proponent’s Goods and Services are subject to HST, the Proponent’s HST
number is _________________________________; and,
f)
If the Proponent is a company, the company name indicated above is registered
with the Registrar of Companies in the Province of British Columbia, Canada,
Incorporation Number ___________________.
As of the date of this Proposal, we advise that we have the ability to meet all of the
above requirements except as follows (list, if any):
Section
RFP (Goods and Services) No. 1220-30-35-10
Requested Departure(s) / Alternative(s)
57
3.
I/We offer the following alternates to improve the Services described in the RFP (list, if
any):
Section
4.
Requested Departure(s) / Alternative(s)
The Proponent acknowledges that the departures it has requested in Sections 1,2, and 3
of this Schedule C-1 will not form part of the Contract unless and until the City agrees to
them in writing by initialing or otherwise specifically consenting in writing to be bound by
any of them.
RFP (Goods and Services) No. 1220-30-35-10
58
SCHEDULE C-2 - PROPONENT’S EXPERIENCE, REPUTATION AND RESOURCES
Proponents should provide information on the following (use the spaces provided and/or attach
additional pages, if necessary):
(i)
Company Profile: Provide a description of the Proponent’s company, purpose and history
of successes including number of years in business, major projects, and what is most
responsible for the Proponent’s success to date. Include (if available) a company brochure;
(ii)
Key Personnel: Provide brief resumes of your proposed project team and the specific role
that they will be assigned to on the project. Include at least three (3) relevant and
successfully completed projects, with references and telephone numbers for each. Specify
total staff count and their roles and responsibilities;
(iii)
References: Provide information on at least three (3) projects with similar scope, size, and
complexity, including location and contact names. These projects should reflect relevant
installed applications of library furniture elements. The Proponent may, at its own discretion,
expand on the number of references and information that it deems necessary to support its
Proposal; and
(iv)
Sub-Contractors:
The Proponent should provide the following information on the
background and experience of all sub-proponents proposed to undertake a portion of the
Goods and Services:
(a)
description of Goods and Services;
(b)
sub-contractor name;
(c)
years of working with contractor;
(d)
telephone number and email address
RFP (Goods and Services) No. 1220-30-35-10
59
SCHEDULE C-3 - PROPONENT’S TECHNICAL PROPOSAL (PROJECT SERVICES)
Proponents should provide information on the following (use the spaces provided and/or attach additional
pages, if necessary):
(i)
a narrative that illustrates an understanding of the City’s requirements and Services;
(ii)
provide a project plan that will ensure the delivery of the requested Goods and Services. The project
plan should be of sufficient detail to demonstrate to the City that the Proponent fully understands and
is committed to delivering to the requirements of the scope, specifications and drawings. The
description shall include, but is not limited to, the following:
• Communication process with the City and the Proponent;
• Design and approval process;
• Change Management process; and
• Implementation/Installation plan.
(iii)
describe the level of customer service that will be provided, including procedures that will ensure
consistency and problem escalation and resolution. The description should include, but is not limited
to:
• Customer service organizational structure;
• Contact process (phone, email, fax, etc.);
• Follow up process;
• Internal procedures to track customer service contact and resolution;
• Escalation process to resolve outstanding customer service issues;
• polices for cancellations and changes, reimbursement/credit and return of damaged or
unsatisfactory product;
• manufacturer’s customer-service policy, including how the Manufacturer deals with manufacturing
defects and freight damage; and,
• any standard value-added services Proponent will provide at no additional cost to the City.
(iv)
provide a complete list, catalogue(s), or other reference materials indicating the complete technical
specifications of the library general and office furniture your firm can provide the City related to the
furniture requirements offered in Schedule A-1 – Attachment #1. Include all available surface types
and fabrics with colour charts; (Note: Always refer to the City’s sample board for reference –
Schedule A-1 – Attachment #4);
(v)
proponent should include as part of their Proposal submission:
(a)
preliminary (concept) design drawings, for all floor levels, indicating a coordinated family of
library furniture elements for each level (public and staff areas, including rooms) in
accordance with Schedule A-1 – Attachment #2 requirements. Concept design drawings
shall be of sufficient detail to facilitate evaluation of the quality and design of the proposed
library furniture elements;
(b)
supporting photographs of typical material and finishes proposed in all public spaces and
office areas; and,
(c)
an “Outline Finishes Schedule” in sufficient detail to describe level of finish for all library
furniture elements (public, guest, and employee).
RFP (Goods and Services) No. 1220-30-35-10
60
(vi)
develop preliminary drawings showing the proposed location for all library furniture elements, and
profiles and cross sectional images of the library furniture elements in relation to the existing floor plan
layouts;
(vii)
durability speaks to the capacity of a product to survive hard use in a public library environment.
Proponents should submit documented evidence of the durability of their products. Examples may
include, but are not limited to:
(viii)

Product data for each type of product, including materials, construction, and finishing
materials and processes;

Complete product warranty information including policy on replacement of parts, including;
(i)
information as to which products are covered by a parts only warranty and thus
which include a parts and labour warranty.
(ii)
description of all City performed maintenance that is either required as part of any
warranty or recommended by the Manufacturer; and,
(iii)
provide information on your company’s ability to provide extended warranties, if
required.
proponents other than a manufacturer should provide a letter of certification from the manufacturer
naming them as authorized reseller/distributors of their products. This information should also
include any specific products and/or services the manufacturer does not allow the Proponent to
provide.
If a manufacturer is submitting a Proposal, the manufacturer should provide dealer/distributor
information as follows:
Dealer/Distributor Name:
Dealer/Distributor Address:
City/Postal Code:
Contact Person(s):
Telephone/Fax Numbers:
Email Address:
RFP (Goods and Services) No. 1220-30-35-10
61
Supplemental Information:
(C)
SUSTAINABLE PURCHASING REQUIREMENTS/QUESTIONNAIRE
Proponents should indicate how their business practices and operations are consistent with the
principles related to the City’s Sustainability Charter.
What polices are in place to monitor and manage your firm’s supply chain regarding
environmental/sustainability issues:
Does your firm have an environmental/sustainability policy statement? If so, please provide it:
What programs does your firm have in place, or planned, for promoting resource efficiency? (i.e.
an environmental/sustainable or waste audit)?
Does your firm have web-based materials available documenting the environmental/sustainability
initiatives? If so, please provide it:
RFP (Goods and Services) No. 1220-30-35-10
62
SCHEDULE C-4 – PROPONENT’S TECHNICAL PROPOSAL (PROJECT TIMELINE)
Proponents should provide a detailed time schedule, with major item descriptions including
equipment/materials delivery times, anticipated dates and durations (use the spaces provided and/or
attach additional pages, if necessary).
No.
WORK DESCRIPTION
SCHEDULE (IN WEEKS)
Weeks: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21
Substantial Completion
Final Completion
The final agreed to schedule shall become the contract schedule for the Preferred Proponent.
RFP (Goods and Services) No. 1220-30-35-10
63
SCHEDULE C-5 - PROPONENT’S FINANCIAL PROPOSAL
Indicate the Proponent’s proposed fee (excluding HST), and the basis of calculation (use the MS Excel
spreadsheet provided and/or attach additional pages, if necessary) as follows (as applicable):
Schedule of Prices:
F.O.B.
Destination Freight
Insurance Prepaid
Item #
1.
Payment Terms:
Ship Via:
and A cash discount of ____% will be allowed if invoices are
paid within ___ days, or the ___ day of the month
following, or net 30 days, on a best effort basis.
Item Name
Total Amount
Provide all labour, supervision, materials, plant, equipment, layout, etc. to
supply and install library furniture elements (seating, workstations, lounge,
study, etc.) in accordance with the specifications/requirements and
contract drawings as set out in Schedules A through A-2 (Incl.) of this RFQ
and all Addenda as may be issued.
30-35 Schedule C-5
(Final).xls
Note: This is a MS Excel Spreadsheet.
Note: Overheads, General Conditions and Profit are to be included in
the above amounts.
Subtotal:
HST:
CURRENCY: Canadian
TOTAL PROPOSAL PRICE:
30-35 rfp (final)
RDO 7/17/16 10:20 PM
RFP (Goods and Services) No. 1220-30-35-10
64
Download