The Corporation of the Village of Burk’s Falls Request for Quotes: RFQ A-2015-01 Burk’s Falls Armour Ryerson Arena Lighting Retrofit Official bid closing date/Time: MONDAY MAY 4, 2015 4:00 PM (Local Time) Mandatory site visit: Monday, April 20, 2015 at 9am (Local time) Please submit a quote in a sealed envelope bearing the label “RFQ A 2015-01” to: Candy Shuker Admin/Finance Clerk Village of Burk’s Falls 172 Ontario Street Burk’s Falls ON P0A 1C0 Village of Burk’s Falls Request for Quote: RFQ A-2015-01 1 of 13 1. BACKGROUND The Village of Burk’s Falls is a single tier Municipality, The Village is located 165 miles north of Toronto on Hwy. 11 corridor between Huntsville and North Bay at the junction of Hwy 11 and 520. The Municipality of the Village of Burk’s Falls operates the Burk’s Falls, Armour and Ryerson memorial Arena, located at 220 Centre Street. The facility has fully functional single ice pad surface, with a full upstairs community centre to host a number of groups and activities. The facility is well equipped to accommodate a variety of sports, recreation, culture and leisure activities. 2. TIMELINES The schedule for the project is as follows: RFQ Released April 13, 2015 Mandatory Site Visit April 20, 2015 – 9:00 am Proposal Submission Deadline May 4, 2015 Project Award week of closing Earliest date to commence work May 11, 2015 Completion Date (not flexible) June 10, 2015 Note: These dates have been set by priority and ice out/in dates. There is the possibility to conduct work at several arenas simultaneously upon request contingent on activity in the arena in question. In order to ensure completion dates for the proposal the ice surface lights shall be done prior to the other lighting requirements. Village of Burk’s Falls Request for Quote: RFQ A-2015-01 2 of 13 3. SCOPE OF WORK The work under this Contract is for Supply and Delivery of Energy Efficient LED lighting fixtures for the Armour, Ryerson and Burk’s Falls Memorial Arena located in the Village of Burk’s Falls. 4. SCOPE OF PROJECT The works include all labour, material, equipment and supplies to remove, recycle and replace the existing 18 - Metal Halide light fixtures, 6 – Exterior Wall Pack / Entry fixtures, and 14 exit signs with new LED light fixtures. Proponents must supply a conceptual schematic of your lighting design for consideration with your bid submission. Failure to do so will result in rejection of the proposal. Prior to commencement of work, written approval must be given by the Village to the successful proponent of the final layout and drawings. Works include but are not necessarily limited to the following: 4.1 ARENA LIGHTING 4.1 Disconnect, remove and dispose of existing fixtures in accordance with acceptable practices and regulations regarding same. Provide copies to the Village, of any manifests required during the disposal of any environmentally controlled substances. 4.2 Removal and re-installation of protective netting. 4.3 Removal and re-installation of low-E ceiling material on roof to facilitate access to the lighting. 4.4 Supply and install appropriate New LED luminaires with related devices to replace the existing Metal Halide luminaires. 4.5 Install the new LED light fixtures and suitable mounting brackets as per the manufacturer’s requirements. Connect and secure light fixtures complete to the existing electrical rough-in and make safe to latest ESA codes and standards. A turnkey solution is expected and any proposals that are not turnkey, and have additional works that may be required outside of your proposal; will be rejected. 4.6 Provide complete and proper support for all light fixtures, and associated components. Support light fixtures to be level, plumb and true with the structure and other equipment in a horizontal or vertical position as intended. Village of Burk’s Falls Request for Quote: RFQ A-2015-01 3 of 13 4.7 All hangers, supports, fastening or accessory fittings shall be protected against corrosion. Care shall be taken during the installation to assure that the insulation and corrosion protection is not damaged. 4.8 The contractor shall examine the condition of the existing power connections, wiring, and junction boxes and report any problems to the project manager. 4.9 Disconnect the existing light system located above arena ice pad. Ensure all remaining existing electrical distribution equipment is in proper working condition and meets all applicable codes and standards. 4.10 Supply and install new dimming control system for the LED lighting with capabilities to be a minimum of (100%, 75%, 50%, 25%, off). Install and mount the wired control module. Switch location to be determined. The new proposed dimming system shall be fully compatible with the supplied LED luminaires and be installed to suit the manufacturers requirements. 4.11 Light fixtures used shall be: Design Light Consortium Listed (DLC) and/or Energy Star Rated to meet the energy grant incentives. (save on energy) High Recycled Content RoHS compliant Low Profile, easy mount design, for easy install LED drivers have power factor >90% and THD <20% of full load Integral 10kV surge suppression protection, Surge protection tested in accordance with IEEE/ANSI C62.41.2 UL listed in the U.S. and Canada for wet locations and enclosure classified per IEC 60529 and IP65 Luminaire & Finish to be covered by 10 year warranty L70 Rating at minimum 50,000 – 70,000 hours. Preference given to No GLASS as part of the luminaire, however; if there is a glass component it MUST be Tempered (Safety) Glass and have a protective device covering the glass component. CRI of 70+ MIN Labour warranty minimum 1 Year with extra consideration to greater than 1 Year. Fixtures tested to LM79-08 Systems LM-80 tested Village of Burk’s Falls Request for Quote: RFQ A-2015-01 4 of 13 4.12 The illumination photometric requirements for each arena are the following: L70 Rating at 50,000 – 70,000 hours of operation Minimum 50 fc avg. in accordance with IESNA Standard Light levels for hockey arenas Uniform lighting with a Max/Min ratio of 2:1 or better Utilize light loss factor of 0.920 in photometric calculations Provide an Average of 60% Reflectance at Ice Level o Utilize reflectance of 50-50-80 in the photometric calculations Colour temperature of 4300 – 4600 deg. K +- 300K. Dimming feature is preferred. Please describe in detail what dimming functions your system is capable of Preference will be given to systems where there is a minimum loss of light as a result of LED Chip failure. 4.13 Photometric calculations and cut sheets of the proposed LED light fixture shall be submitted with your proposal for review and approval. 4.14 Describe in detail all warranty’s on the new system(s). 4.15 Installation shall be completed during facility normal business hours. The successful proponent will coordinate with the manager assigned to the project. 4.16 Obtain all permits required for the installation of electrical trades work, arrange for submission of building electrical plans, inspections and tests in connection therewith and pay for all costs for permits, inspections and fees levied by the authorities, including ESA. 4.17 All work shall conform to governing municipal or provincial codes, rules and regulations and/or authorities having jurisdiction. Without restricting the above, the following codes are applicable: Ontario Building Code and Ontario Electrical Safety Code and CSA requirements. 4.18 All material and equipment subject to ULC or CSA inspection and approval shall bear their respective approval label. 4.19 Inspecting and Testing: A. Undertake inspection and tests to provide verification certifying compliance to codes as requested by Authorities and the local Building Department. B. On completion of work, present to the owner the final unconditional certificate of approval as provided by the Authorities and/or building Department. C. On completion of the work, provide light meter readings throughout the arena verifying that the lighting retrofit installation provides the lighting levels shown on the approved photometric calculations and on the final drawings that were provided to the Village. Village of Burk’s Falls Request for Quote: RFQ A-2015-01 5 of 13 4.20 All electrical equipment required to complete the work, whether shown, mentioned or not shall be included as part of this contract. 4.21 The owner shall have temporary use of the installation prior to final acceptance. 4.22 All materials shall be new, and free from defects. 4.23 All wiring shall be run in surface mount galvanized steel conduit. 4.24 All wiring shall be copper conductors, 600 V grade with insulation type TWH or RW90. 4.25 All non-current carrying metal parts shall be grounded in accordance with CSA and the Electrical Safety Authority. 4.27 All required cutting and patching shall be done by the electrical contractor unless otherwise noted. 4.28 Contractor shall provide three (3) electronic copies of all final documents including owner’s manuals, shop drawings, warranties, inspection reports/certificates, and final light meter readings throughout arena, a listing of contact information regarding warranties and service requirements and As-Built drawings on CD, DVD, or flash memory. 4.29 Contractor will prepare and see through to the end, any and all applications for incentives from any Manufacturer or Government or Government Agency on the behalf of the Village of Burk’s Falls. NOTE: Although every attempt has been made to assure that information provided herein is accurate, the submission of a proposal shall be deemed proof that the bidder has satisfied himself as to all the provisions of the RFP, all conditions which may be encountered, what goods and services he will be required to supply, or any other matter which may enter into the carrying out of supply of goods and services referred to in the RFP, and no claims will be entertained by the Village based on the assertion by the bidder that he was uninformed as to any of the requirements of this quotation. A formal mandatory site meeting is scheduled. The arena is also open on a daily basis during hours of operation. Please advise of any intention to visit the site(s) outside of the scheduled site meeting. Staff must be advised. All questions must be submitted in writing to admin@burksfalls.ca. No verbal interpretation will be effective to modify any component of the RFP or any subsequent contract. Village of Burk’s Falls Request for Quote: RFQ A-2015-01 6 of 13 5. TERMS AND CONDITIONS 5.1 SUBMISSION Submissions clearly marked as to contents, will be received for: RFQ A-2015-01 Burk’s Falls, Armour and Ryerson Arena Lightning Retrofit Closing Date and Time: Monday May 4, 2015 4:00 PM, local time Submit one (1) copy of the Proposal Response Forms and additional required documentation to the undersigned in a sealed envelope by the above noted closing date and time. Proposals received after the closing date and time shall not be considered and will be returned to the bidder unopened. Facsimile, email or telephone submissions will not be accepted. Candy Shuker, Admin/Finance Clerk The Village of Burk’s Falls 172 Ontario Street Box 160, Burk’s Falls, ON P0A 1C0 5.1.1 Grounds for Disqualification of Submission The Municipality will disqualify or deem submissions non-compliant for the following reasons: A. Failure to submit documents in accordance with the closing date and time; or B. Failure to complete, sign and include all required RFP forms provided; or C. Failure to comply with any of the mandatory requirements. 5.2 PERMITS/LICENSES All permits, fees and inspections required by authorities having jurisdiction shall be the responsibility of the Contractor. 5.3 MAINTENANCE & SUPPORT What technical support is available in the event of system failure? Detail where technicians are located, what anticipated turnaround time is for service in the event of failure etc. It is important that the Village ascertain that help is readily available if and when needed. Please provide information regarding the availability of replacement components. For instance where are they warehoused, is ample supply always available etc. Village of Burk’s Falls Request for Quote: RFQ A-2015-01 7 of 13 5.4 REFERENCES The Village reserves the right to check references and use the information gathered in the award decision making process. A firm’s references which prove unsatisfactory or for whom there is a consistent trend of contract issues through other public agencies or consultants may be rejected. The Village reserves the right to check further than the references submitted by the proponent at its discretion. 5.5 INSURANCE REQUIREMENTS Upon acceptance of this Tender by the Village, the successful bidder shall supply the Village with a Certificates of Insurance: 5.5.1 Commercial General Liability Insurance satisfactory to the Corporation, including the following: • a limit of liability of not less than two million dollars ($2,000,000); • the Corporation shall be named as an additional insured; • the policy shall contain a cross liability clause in respect of the named insured; • the policy shall contain non-owned automobile coverage with a limit of at least two million dollars ($2,000,000) including S.E.F. No. 94 - Legal Liability For Damage To Hired Automobiles Endorsement and S.E.F. No. 96 Contractual Liability Endorsement ; • the policy shall contain completed operations coverage; • the policy shall contain owner’s protective coverage; • the successful Proponent shall give sixty (60) days prior notice of any alteration, cancellation or lapse in policy shall be given in writing to the Village. 5.5.2 Automobile Insurance under a standard automobile policy with limits of not less than two million dollars ($2,000,000) in respect of each vehicle. 5.5.3 The successful bidder shall be responsible for all deductibles under their policy and must maintain coverage stated above throughout the contract period. 5.6 WORKPLACE SAFETY AND INSURANCE BOARD (WSIB) 5.6.1 The Village requires evidence of the bidder being in good standing with the Workplace Safety and Insurance Board. 5.6.2 The Contractor shall pay, or cause to be paid, any assessment or compensation required to be paid pursuant to the Workplace Safety and Insurance Board Act. A certificate of clearance from the 5.6.3 Workplace Safety and Insurance Board is to be supplied to The Corporation of the Village of Burk’s Falls upon notification of award and is required to be renewed upon expiry if deemed applicable by the Village. Village of Burk’s Falls Request for Quote: RFQ A-2015-01 8 of 13 5.7 ACCESSIBILITY FOR ONTARIANS WITH DISABILITIES ACT, 2005 (AODA) New requirements of the AODA passed by the Ontario Legislature with the goal of creating standards to improve accessibility across the Province are now in effect. All private sector organizations in Ontario were required to comply with the customer Service Standards by January 1, 2012. Businesses and individuals that the Village has contracted to provide goods or services to customers must ensure that their employees, agents and subcontractors are trained on providing accessible customer service. All vendors will be required to complete the Village’s Accessibility Compliance Form as a one-time registration in order to do work on behalf of the Village. The successful bidder will be required to provide a completed AODA Form with the executed contract. 5.8 CORPORATE HEALTH & SAFETY POLICY The successful Bidder will be required to provide a copy of their Health and Safety Policy including their program of implementation of this policy. Under the Duties of Employer and Other Persons, (Section 25(2) (j) of the Occupational Health and Safety Act) the Act states: (2)Idem - Without limiting the strict duty imposed by subsection 1, an employer shall; (j) prepare and review at least annually a written occupational health and safety policy and develop and maintain a program to implement the policy. This section of the Occupational Health and Safety Act is clear. An employer is required to have the above in place no matter how small or large a business. The Village requires that this information be part of the required documentation for contract award. The contractor shall indemnify and hold harmless the owner, their agents and employees for any contravention's of the Occupational Health and Safety Act, (most current legislation) and for all legal costs incurred in the event that charges are brought against the owner pursuant to the act. 5.9 INDEMNIFICATION AND DAMAGES The successful Bidder agrees to indemnify and save harmless the Village from and against all claims, demands, losses, costs, damages, actions, suits, or other proceeding by any third party against the Village resulting from any act, omission or failure of the Bidder during and after the procurement process, including during the performance of the Work. Any loss or damage to the Work caused by the action of the elements, including severe rainstorms, windstorms, floods or any other unforeseen circumstances shall be sustained and borne by the Constructor at his own expense. All material and additional Work required to make good any loss or damage to Work previously completed shall be borne at the cost of the Constructor and no claims for extra payment will be considered. Village of Burk’s Falls Request for Quote: RFQ A-2015-01 9 of 13 5.10 ACCEPTANCE AND REJECTION OF TENDERS The Village reserves the right to reject any or all Tenders and the lowest-priced Tender will not necessarily be accepted. Notwithstanding any requirement, the Village reserves the right to cancel or defer the work at its sole discretion where the costs exceed the Village’s budget to a degree that the project is not viable. The Village reserves the right to not accept a Tender from any person or corporation which includes all related corporations who, or which, has a claim or instituted a legal proceeding against the Village or against whom the Village has a claim or instituted a legal proceeding with respect to any previous contracts, bid submissions or business transactions who is justified as either the proposed Contractor or Subcontractor within the submitted Tender. The Bidder acknowledges that it shall have no claim against the Village, or entitlement to damages from the Village because of the Village’s rejection of its Tender, or as a result of any delay in the acceptance or rejection of a Tender. 5.11 AWARD OF CONTRACT Upon notifying the successful Bidder that their Tender has been accepted, the awarded bidder will be required to supply the following prior to commencing any work: • • • Current WSIB Clearance Certificate; Letter accepting this tender as the contract Required Certificates of Insurance. Once the work has been awarded, the Bidder shall be referred to as the Contractor. 5.12 HARMONIZED SALES TAX Prices shall be bid exclusive of Harmonized Sales Tax (HST). All prices submitted shall be FIRM and in Canadian Dollars for 60 days from date of closing of the Tender request. The prices submitted for the project shall include, without limitation, all required labour, materials, freight and other services as described herein and elsewhere in this document. Village of Burk’s Falls Request for Quote: RFQ A-2015-01 10 of 13 6. EVALUATION The following predetermined criteria, which are not in any particular order, will be used to determine the ranking of proposals and subsequent award. Criteria: A. A Demonstration of a thorough knowledge and understanding of the requirements of the RFQ package. B. Quality and completeness of the RFQ Response C. Must meet illumination guidelines D. Must meet testing requirements E. Company profile, qualifications and experience of project team F. Company profile, qualifications and experience of project supervisor G. Methodology H. Compliance with Certifications required I. May include site visit to arena’s previously completed; references should provide evidence of longevity claims J. Maintenance support K. Availability of replacement components L. Cost, fee structure, comparative value Village of Burk’s Falls Request for Quote: RFQ A-2015-01 11 of 13 BID FORM To The Corporation of the Village of Burk’s Falls, Hereafter called the "Owner": I/WE____________________________________________________ the undersigned declare: 1. THAT no Person(s), Firm or Corporation other than the one whose signature(s) of whose proper officers and the seal is or are attached below has any interest in this Bid or in the Contract proposed to be taken. 2. THAT this Bid is made without any connections, knowledge, comparison of figures or arrangements with any other company, firm or person making a Bid for the same Work and is in all respects fair and without collusion or fraud. 3. I/WE represent that no member of the Council, and no officer or employee of the Owner, is, or has become interested, directly or indirectly, as a contracting party, partner, stockholder, surety or otherwise howsoever in or on the performance of the said Contract, or in the supplies, Work or business in connection with the said Contract, or in any portion of the profits thereof, or of any supplies to be used therein, or in any monies to be derived there from. 4. THAT I/WE hereby submit the following Tender and agree to supply a Draft and Final Foundation investigation and Design Report for Yonge Street Bridge Replacement with all Tender requirements met, and to accept in full payment therefore, in accordance with the prices and terms set forth in the Bid herein. 5. THAT this Bid is irrevocable and open to acceptance until the Agreement is executed by the awarded Bidder for the said Work or Sixty (60) Working Days, and prices for as long as stated elsewhere in the document, whichever event first occurs and that the Owner may at any time within that period without notice, accept this Bid whether any other Bid has been previously accepted or not. 6. THAT the awarding of the Tender, by the Owner is based on this submission, which shall be an acceptance of this Tender. 7. THAT if the Bid is accepted, I/WE agree to complete the scope of work within the scheduled timeframe. If I/WE fail to do so, the Owner may accept the next lowest or any Bid or to advertise for new bids and I/WE also agree to pay to the Owner the difference between this Bid and any greater sum which the Owner may expend or incur by reason of such default or failure or by reason of such action as aforesaid on their part, including the cost of any advertisement for new bids, and shall indemnify and save harmless the Owner and their officers from all loss, damage, cost, charges and expense which they may suffer or be put to by reason of any such default or failure on my/our part. Village of Burk’s Falls Request for Quote: RFQ A-2015-01 12 of 13 8. Bid: Proposed Start Date: ______________________ Completion Date: _________________________ Project Bid $ ________________ Additional Disbursements (Itemized): __________________ @ $_________ $ ________________ Total Bid Amount 9. $_________________ The undersigned affirms that he/she is duly authorized to execute this bid. NAME: ______________________________ BIDDER'S SIGNATURE AND SEAL: _______________________________________ POSITION: __________________________________________________ WITNESS: ___________________________________________________ POSITION: __________________________________________________ (If Corporate Seal is not available, documentation should be witnessed) DATED AT THE ______________________________________________ (City/Village) THIS__________DAY OF__________________________________ 2015 Note: Failure to provide the complete Form of Tender, submitted as an original document, complete with original authorized signature(s), at time of Tender closing, will result in the Tender submission being disqualified and not considered for award. Village of Burk’s Falls Request for Quote: RFQ A-2015-01 13 of 13