to provide insert type of services services on retainer · 2018-02-08 · in the prime specialty...

29
REQUEST FOR QUOTATION Terms of Reference (Version 2.0, November 2016) TO PROVIDE insert type of services SERVICES ON RETAINER Insert the Location of Project Assignment Number: insert Insert Region insert date Ministry of Transportation Ontario

Upload: others

Post on 18-Apr-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

REQUEST FOR QUOTATION Terms of Reference (Version 2.0, November 2016)

TO PROVIDE insert type of services SERVICES ON RETAINER

Insert the Location of Project

Assignment Number: insert

Insert Region

insert date

Ministry of Transportation Ontario

Page 2: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

2

Page 3: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

3

TABLE OF CONTENTS INTENT OF THE RFQ ............................................................................................................... 4

RFQ DOCUMENTS ................................................................................................................... 4

SECTION 1: QUOTATION SUBMISSION PROCESS AND FORMAT ..................................... 5 1.1 RFQ SCHEDULE ...................................................................................................................... 5 1.2 ENQUIRIES............................................................................................................................... 5 1.3 QUOTATION SUBMISSION AND AWARD OF WORK PROCESS ........................................................ 5 1.4 QUOTATION SUBMISSION FORMAT PHASE I ................................................................................ 6 1.5 QUOTATION DOCUMENTS TO BE SUBMITTED .............................................................................. 7

1.5.1 Financial Plan: Fee Schedule(s) and Competitive Cost (Envelope No. 1) ........................... 7 1.5.2 Technical and Management Plan (Envelope No. 2) ............................................................ 8

1.6 PROPOSAL EVALUATION AND AWARD ...................................................................................... 11

SECTION 2: PROPOSAL TERMS AND CONDITIONS .......................................................... 13 2.1 INFORMATION OBTAINED BY SERVICE PROVIDER ...................................................................... 13 2.2 CHANGES TO THE RFQ BY THE MINISTRY ................................................................................ 13 2.3 IRREVOCABLE PROPOSAL AFTER CLOSING............................................................................... 13 2.4 CONFIDENTIALITY OF PROPOSAL ............................................................................................. 13 2.5 CLARIFICATIONS .................................................................................................................... 14 2.6 RIGHT TO ACCEPT OR REJECT ................................................................................................ 14 2.7 MISLEADING INFORMATION ..................................................................................................... 14 2.8 AWARD TO BE IN WRITING ....................................................................................................... 14 2.9 EXECUTION OF CONTRACT ..................................................................................................... 15 2.10 FAILURE TO EXECUTE CONTRACT ........................................................................................... 15 2.11 NO LIABILITY FOR EXPENSES .................................................................................................. 15 2.12 NON-COLLUSION .................................................................................................................... 15 2.13 OCCUPATIONAL HEALTH AND SAFETY ...................................................................................... 15 2.14 ONTARIANS WITH DISABILITIES ACT .......................................................................................... 15 2.15 INSURANCE REQUIREMENTS ................................................................................................... 16 2.16 QUALITY CONTROL REQUIREMENTS ........................................................................................ 16 2.17 AUDITS OF SERVICE PROVIDERS WORK................................................................................... 16

SECTION 3: PROCESS FOR WORK ITEMS ......................................................................... 17 3.1 AWARD OF WORK ITEM: .......................................................................................................... 17 3.2 QUALITY CONTROL REQUIREMENTS FOR RETAINER SERVICES .................................................. 18 3.3 OCCUPATIONAL HEALTH AND SAFETY PLAN ............................................................................. 19 3.4 PAYMENT FOR RETAINER SERVICES ........................................................................................ 20 3.5 EVALUATION OF SERVICE PROVIDER PERFORMANCE ................................................................ 21

SECTION 4: TECHNICAL SERVICES TO BE DELIVERED .................................................. 22 4.1 TECHNICAL SERVICES: DESCRIPTION AND REQUIREMENTS ....................................................... 22 4.2 TECHNICAL STANDARDS AND SPECIFICATIONS ......................................................................... 22

4.2.1 Examples of Supplementary Specialty Plan and Milestone Quality Report ................... 23 4.2.2 List of Technical Standards and Specifications Reference Documents: ........................ 25

Page 4: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

4

INTENT OF THE RFQ The Ministry intends to establish Retainer Services Agreements with up to insert # firms(#) firms to call upon from time to time, depending on the Ministry’s needs, to provide the Engineering Services described herein. In general terms, the project is to provide Insert required specialties/categoriesservices, to the MTO, which likely will include several separate Work Items during a period of up to insert # months (#), max 36 months. A submission by a Service Provider is an acknowledgement that the Service Provider has the resources available for deployment as required within the allowed time frames. All Proponents approved in the Ministry’s Registry, Appraisal and Qualification System (RAQS) in the Prime Specialty insert prime specialty are invited to submit Proposals. Only Service Providers registered for the Prime Specialty will be considered. In addition, a Proponent must have prior registration in RAQS of their Core Plan and the corresponding Generic Category Plan. The Ministry does not, in any way whatsoever, guarantee that there will be any specific number of individual Work Items or any Work Items at all, during the term of the Retainer Services Agreement with the Ministry. The anticipated maximum cumulative value of the Work Items will not exceed insert Retainer ceiling value ($)

RFQ DOCUMENTS This RFQ package consists of the following documents: (a) “Request for Quotation” defining the proposal process and selection, the scope of the

Retainer Services and criteria for performance of the services.

(b) “Appendices”. A Proponent must submit and/or reference the following forms as prescribed in the RFQ document:

Appendix 1 Fee Schedule(s) Appendix 2A Work Item Order Form Appendix 2B Work Item Quote Form Appendix 3A Certification – No Conflict of Interest or Appendix 3B Certification – Conflict of Interest Appendix 3C List of Service Provider Staff who participated in preparation of the RFQ

Submission Appendix 4A Occupational Health & Safety Statutory Declaration Appendix 4B Work Item: OHS List of Designated Substances Appendix 5 RAQS Declaration Form Appendix 6 Sample Assignments Appendix 7 Competitive Cost Form Appendix 8 Check List of Mandatory Documents for RFQ Appendix 9 <other>

(c) The Retainer Services Legal Terms and Conditions.

Page 5: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

5

(d) <other>

SECTION 1: QUOTATION SUBMISSION PROCESS AND FORMAT

1.1 RFQ Schedule The following RFQ schedule is tentative and is subject to change without penalty to the Ministry:

Activity Date / Deadline

RFQ Issue Date Insert Date

Deadline for Proponents to Request Clarifications Insert Date / Time

Quotation Submission Deadline Insert Date / Time

Anticipated Award Date Insert Date

1.2 Enquiries Any Proponent who has questions as to the meaning of any part of this RFQ or the Retainer Services described herein must make a written enquiry requesting clarification, interpretation or explanation to the following Ministry contact person prior to the “Request for Clarification” deadlines provided in Section 1.1:

insert Ministry Assignment Administrator insert address insert fax number insert email address

A Service Provider is NOT to make verbal enquiries to Ministry staff. No information given orally by Ministry staff will be binding on the Ministry, nor will it be construed as a factor in the evaluation of the Quotation It is the Proponent’s responsibility to obtain all the necessary information concerning the intent and requirements of this RFQ and the scope of the Retainer Services described herein. Each Proponent shall be solely responsible for examining all the RFQ documents, including any addenda issued by the Ministry and shall be deemed to have satisfied itself of the sufficiency of its proposed fee rates for the Retainer Services. The Ministry reserves the right to distribute any or all questions and answers to all other Proponents.

1.3 Quotation Submission and Award of Work Process Award of work is to be done in two phases:

Page 6: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

6

1. Phase I: Retainer Assignment RFQ

All Proponents approved in the Ministry’s Registry, Appraisal and Qualification System (RAQS) in the Prime Specialty insert prime specialty are invited to submit Quotations to provide services on retainer during Phase I.

2. Phase II: Work Item Quote/Award

The Ministry will complete its Phase I evaluation of Quotations, as outlined in Section 1.6, and will enter into an agreement with up to insert # firms (#) firms as the successful Service Provider(s) to call upon from time to time for individual Work Items depending on the Ministry’s needs. When a need for services is identified, the Ministry will notify a successful Service Provider of the scope of an individual Work Item. The Service Provider shall provide a detailed proposal with a work-plan and implementation schedule. Where the Ministry approves the Service Provider's proposal, the Ministry will authorize the commencement of the Work Item. A detailed description of the Work Item process and award is provided in Section 3 of this document.

1.4 Quotation Submission Format Phase I A Phase I submission shall consist of:

• .insert # copies (#) of the Financial Plan Submission (marked Envelope No. 1) and must be submitted in accordance with Section 1.5.1 and the project specific details outlined in Section 4.

• insert # copies (#) copies of the Technical and Management Plan Submission (marked Envelope No. 2) and must be submitted in accordance with Section in 1.5.2 and the project specific details outlined in Section 4

Submissions must be marked on the outside "Retainer Assignment”, Assignment No. insert numbers with the Proponent’s name and address. The submission shall be marked CONFIDENTIAL on the outside. All Quotation documents must be submitted in hard copy. No facsimile transmissions will be accepted. All Quotation documents, where signature required, must be signed by the Key Contact, or an Alternate Contact listed in RAQS and authorized to sign a Legal Agreement with the Ministry. The Ministry, without evaluation, will reject any Proposal with unsigned documents. The Ministry will receive Submissions no later than the dates and times specified in Section 1.1 at the following address:

Page 7: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

7

(insert address) Attention: Attention: (insert name)

The time of receipt of Proposals will be determined by the Ministry's date/time stamp. The Ministry may, if deemed necessary, verify any information provided in any Submission. Each Proponent may only submit one (1) Proposal in response to this RFQ. A Proponent may re-submit their Quotation prior to the Proposal Submission Deadline. Should a Proponent re-submit a Quotation, the submission bearing the latest date/time stamp will be included in the evaluation. Late Submissions will not be accepted and will be returned unopened. The Service Provider alone bears the responsibility for delivery of the submissions to the above address by the stipulated closing date and time. The Service Provider may withdraw its Quotation by written notice or fax transmission to insert address/number at any time before the Quotation Submission Deadline.

1.5 Quotation Documents to be Submitted Proposal documents shall be submitted in two (2) Envelopes as prescribed below: Refer to Section 4 Technical Services to be Delivered and the Sample Assignments in Appendix 6 for a description of the Engineering Services anticipated under this Retainer Assignment.

1.5.1 Financial Plan: Fee Schedule(s) and Competitive Cost (Envelope No. 1) A successful Service Provider’s Fee Schedule(s) and Competitive Cost Form shall become Schedule 1 to the Legal Agreement. A Proponent`s Weighted Total Rate will become the Competitive Cost component for proposal evaluation and award as detailed in Section 1.6 Envelope No. 1 must include: (a) The proposal fee which is to be submitted in the FEE SCHEDULE form(s) provided in

Appendix 1, and signed by an authorized Service Provider Staff (Key Contact/Alternate Contact listed in RAQS).

(b)

Option #1: Competitive Cost Form - Weighted Per Diem Unit/Rate The Weighted Total Rate (Per Diem) which is to be submitted in the ``Competitive Cost Form: Weighted Per Diem Activity/Rate provided in Appendix 7. The rates used must equal the rates submitted in the Fee Schedule Form(s)

Page 8: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

8

Option #2: Competitive Cost Form: Sample Assignment Lump Sum Fee Sample Assignment(s) representative of actual work items to be delivered are included in Appendix 6. Proponents must submit a ``Competitive Cost Form: Sample Assignment Lump Sum Fee`` for each sample assignment, as their Weighted Total Rate (Lump Sum). A blank template is included in Appendix 7 The rates used must equal the rates submitted in the Fee Schedule Form(s)

1.5.2 Technical and Management Plan (Envelope No. 2) A successful Service Provider’s Technical and Management Plan shall become Schedule 2 to the Legal Agreement. Envelope No. 2 must include: (a) Transmittal Letter. The Transmittal Letter shall indicate the Proponent’s intention to

submit a proposal to provide Retainer Services for the project with the name, title, address and telephone number of the Principal who will serve as the contact for the project. The letter must be signed by an individual who is listed in RAQS as the Service Provider’s Key Contact/Alternate Contact in RAQS with the authority to sign a binding legal agreement on behalf of the Service Provider. At least one copy of the Transmittal Letter must be signed in original.

In addition to above, the letter shall include the following: • Legal Name of Business: Owner(s); Partner(s); Corporate Officer(s)/Title Business Address, Telephone Number, Facsimile Number and email address

(b) The RAQS Declaration Form provided in Appendix 5 must be completed and appended to

the Transmittal Letter. (c) Staffing and Organization Plan (maximum # pages not including resumes).

The Staffing and Organization Plan shall contain the following information:

(i) A description of the Principal and Project Manager who will be responsible for mobilizing adequate personnel and other resources to any Ministry request for services and managing the quality and timeliness. The Principal will also be responsible for contractual matters between the Service Provider and the Ministry. The Principal will be ultimately responsible for the quality and timeliness of the Service Provider’s performance.

(ii) A discussion of the Proponents Organizational Structure which:

• Clearly lists the individuals responsible for the Services and Deliverables

Page 9: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

9

described herein and reporting relationships.

• Demonstrates understanding of the Retainer process and tasks.

• Describes any special issues or problems that might be encountered in providing services under the Retainer Services Agreement and describes, in general, a strategy or contingency plan for its resolution.

• Describes any special equipment, software, or other resources which would

enhance the proponent’s ability to provide the services described herein. Details the Proponent’s applicable proprietary materials

(iii) A discussion of the Proponent’s Technical Team with respect to tasks that would

typically be involved in a request for Services/Deliverables which:

• Clearly indicates the team proposed and the roles and responsibilities of each of the Staff Members assigned to the Retainer.

Note: Throughout the duration of the assignment, the Service Provider shall utilize the staff identified in their Proposal. No substitutions of staff shall be made without the express knowledge and written approval of the Ministry. The qualifications and experience of the staff proposed for replacement must be equivalent or better than the staff identified in the Service Provider’s technical and management submission. The Service Provider shall, upon the request of the Ministry, remove any representative of the Service Provider who, in the opinion of the Ministry, is performing improperly, or is not performing in an acceptable manner and shall replace the representative in accordance with the provisions of Sections 4.5 and 4.6 of the LegalTerms and Conditions.

• Describes the current workload and potential availability of staff nominated on the

Technical Team. The Proponent should clearly indicate any part of the services described herein that might be subcontracted to other firms. The Project Manager may not be subcontracted.

• Indicates the qualifications and experience of the team members as they

specifically relate to Table 1, and the Services/Deliverables described in Section 4. The Proponent shall also indicate the staff professional licences /designations.

Note: Attach Resumes of each member of the proposed project team outlining qualifications, previous relevant experience, accompanied by consent by the individual to the disclosure of the resume.

TABLE 1: MANDATORY QUALIFICATION REQUIREMENTS FOR MEMBERS OF THE TECHNICAL TEAM:

Category, Specialty or Work Type

Qualification Requirements

Page 10: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

10

(d) Occupational Health and Safety Plan (General)

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

Proponents shall include in the Technical and Management Plan submission:

i) Signed Occupational Health and Safety Statutory Declaration form (provided in

Appendix 4A) certifying that the signatory fully understands and intends to fulfil its obligations as “employer” as prescribed in the OHSA and its regulations.

Note: Upon award of a Work Item, a successful Service Provider shall provide an Occupational Health and Safety Plan in accordance with Section 3.3 and Article 4.11 of the Legal Agreement.

(e) Conflict of Interest Declaration

Proponents shall include as part of their Technical and Management Plan submission a list of names, addresses and telephone numbers of the persons who participated in the preparation of the RFQ submission (to be submitted in the LIST OF SERVICE PROVIDER STAFF WHO PARTICIPATED IN PREPARATION OF THE RFQ SUBMISSION form provided in Appendix 3C). In addition, a Proponent’s submission must include a statement regarding conflict of interest declaring either:

(i) That the Proponent does not and will not have any conflict of interest (actual,

Page 11: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

11

perceived or potential) in submitting its Proposal, or, if selected, with the contractual obligations of the Service Provider under the Agreement and that the Proponent neither has, nor has access to, any Confidential Information as defined below. (to be submitted in the CERTIFICATION – NO CONFLICT OF INTEREST form provided in Appendix 3A, completed and signed by an authorized Service Provider Staff member (Key Contact/Alternate Contact identified in RAQS)),

Or,

(ii) That the Proponent declares any(all) situation(s) that may be a conflict of interest in

submitting its Proposal or, if selected, with the contractual obligations of the Service Provider as the Retainer Services Service Provider under the Agreement (to be submitted in the CERTIFICATION - CONFLICT OF INTEREST form provided in Appendix 3B, completed and signed by an authorized Service Provider Staff member (Key Contact/Alternate Contact identified in RAQS):);

“Confidential Information” refers to confidential information of the Crown (other than confidential information which is disclosed to the Service Provider in the normal course of the RFQ process); the Confidential Information is relevant to the Services required by the RFQ, their pricing or the RFQ evaluation process; and the disclosure of which could result in prejudice to the Crown or an unfair advantage to the Retainer Services Service Provider

The submission of any Proponent may be disqualified where the Proponent fails to provide confirmation or makes misrepresentations regarding any of the above. Further, the Minister shall have the right to rescind any contract with the successful Service Provider in the event that the Minister at his/her discretion determines that the successful Service Provider has made misrepresentation regarding any of the above, in addition to or in lieu of any other remedies that the Minister has in law or in equity.

NOTE: a Successful Service Provider will be required to certify as part of each Work Item Quote that, at the time of submitting its Work Item Quote, it has no conflict of interest in the performance of the particular Work Item.

(f) Check List of Mandatory Documents Required

Proponents shall complete the Checklist of Mandatory Documents form for RFQ provided in Appendix 8.

1.6 Proposal Evaluation and Award The RFQ submission is to consist of two (2) envelopes as described in Sections 1.2 through 1.5. Upon receipt of each RFQ submission, the Ministry shall separate the two (2) envelopes. The Financial Plan (Envelope 1) shall remain sealed until the completion of the Technical and Management Plan submission review. Each RFQ submission received will be examined to determine if it satisfies that all requested services will be delivered and that it meets the Mandatory Requirements prescribed here in.

Page 12: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

12

Failure to comply with Mandatory Requirements will result in disqualification of the Quotation from further consideration, in which case the Service Provider will be notified and the submitted documents returned to the Service Provider. The Financial Plan (Envelope 1) will then be reviewed for completeness of the Fee Schedule(s) and Competitive Cost Form(s): Fee Schedules The Fee Schedule(s) will be reviewed for completeness, in that rates for all identified services and activities are provided. Incomplete Fee Schedule(s) may result in disqualification of the Proposal The Ministry will review the individual unit rates proposed in the Fee Schedule(s). If any proposed rates are found to be unreasonable as compared to current industry standard the Ministry reserves the right to disqualify the Proposal. Competitive Cost Form(s) The Weighted Total Rate (Lump Sum or Per Diem) proposed in the Proponent`s Competitive Cost Form(s) will be verified with the Proponent`s Fee Schedule(s) to verify the rates used equal the rates submitted in the Fee Schedule Forms(s)

Where there is any inconsistency, the Fee Schedule(s) will take precedence. The Weighted Total Rate proposed in the Competitive Cost Form(s), or the sum where applicable, will be used as the Competitive Cost component in evaluation.

The qualified Proposals will be evaluated based on a weighting of 50% for the Service Provider’s Corporate Performance Rating (CPR) and 50% for the Service Provider’s Competitive Cost.

The selection of the Preferred Proponent(s) is on the basis of overall score and ranking. Upon award, any additional clarifications required of the successful proposal will be resolved with the Service Provider.

Page 13: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

13

SECTION 2: PROPOSAL TERMS AND CONDITIONS

2.1 Information Obtained by Service Provider All requirements, designs, documentation, plans and information viewed or provided to Proponents in connection with this RFQ are the property of the Ministry and must be treated as confidential and not used for any purpose other than replying to this RFQ and the fulfilment of any subsequent contract. Upon request of the Ministry, all such designs, documents, plans and information shall be returned to the Ministry. Notwithstanding the above, if the requirements, designs, documentation, plans and information obtained by the Proponent in connection with this RFQ are obtained from the Ministry’s publisher or similar agent, then these documents shall not be treated as confidential and this provision shall not apply. 2.2 Changes to the RFQ by the Ministry The Ministry may, in its sole discretion, amend or supplement the RFQ Documents prior to the final proposal submission deadline. The Ministry shall issue changes to the RFQ Documents by Addenda only. No other statement, whether oral or written, made by the Ministry shall amend the RFQ Documents. The Ministry reserves the right to revise the RFQ up to the Proposal Submission Deadline. The Ministry reserves the right to modify the RFQ schedule, or cancel this RFQ for any reason, without incurring any liability for costs, losses or damages incurred by any company invited to participate in the Proposal phase.

2.3 Irrevocable Proposal after Closing No alteration or modification to the Proposal will be accepted after the specified closing date/time for submitting the Proposal. A Proposal received on time by the Ministry is irrevocable by the Proponent and will remain in effect and open for acceptance by the Ministry for a period of ninety (90) calendar days after the Proposal Submission Deadline A Proposal received on time by the Ministry is in effect and open for acceptance by the Ministry for a period of only ninety (90) calendar days after the Proposal Submission Deadline, unless all Proponents explicitly agree to extend their quotation(s) for a longer period. Otherwise all Proponents may be requested to resubmit Financial Proposals

2.4 Confidentiality of Proposal The Ministry will consider all Proposals as confidential, subject to the provisions of and the disclosure requirements of the Freedom of Information and Protection of Privacy Act, R.S.O. 1990, c.F.31. The Ministry will, however, have the right to make copies of all Proposals received for its internal review and evaluation process.

Page 14: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

14

Any innovative ideas expressed in any unsuccessful Proposal shall be considered proprietary to the respective Proponent. By submitting Proposals, Proponents authorize the Ministry to conduct reference checks.

2.5 Clarifications The Ministry reserves the right to seek any proposal clarification and supplementary information relating to a clarification regarding a Proponent’s Proposal after the respective Proposal Due Date. Proponents are responsible to provide their written clarification(s) within three (3) Business Days. The Ministry may request clarification where any Proponent's intent is unclear and may waive or request amendment where, in the opinion of the Ministry, there is a MINOR irregularity or omission in the information that has been submitted in a required document. The Ministry reserves the right to accept or reject any written clarification(s) submitted by Proponents. The purpose of the clarification(s) is not to alter the content of the original submission and/or Competitive Cost. The response received by the Ministry from a Proponent shall, if accepted by the Ministry, form an integral part of that Service Provider's proposal. In the event that the Ministry receives information at any stage of the evaluation process which results in earlier information provided by the Proponent being deemed by the Ministry to be inaccurate, incomplete or misleading, the Ministry reserves the right to revisit the Proponent’s compliance with the Mandatory Requirements and/or adjust the evaluation or scoring of the Proposal. The Ministry reserves the right to interview any or all Proponents to obtain information about or clarification of their proposals.

2.6 Right to Accept or Reject The Ministry reserves the right to accept or reject any and all Proposals, whether or not completed properly and whether or not it contains all required information.

2.7 Misleading Information The Proponent understands and agrees that the Ministry may, if deemed necessary, verify any information provided in any submission. If there is any evidence of misleading or false information having been given, the Ministry may, in its sole discretion, reject the submission.

2.8 Award to be in Writing The award of an Assignment to the Preferred Proponent is subject to the required Ministry approvals. The acceptance of the submission and the award of this contract will be made in writing and only in writing.

Page 15: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

15

2.9 Execution of Contract The Retainer Services Legal Terms and Conditions attached to this RFQ is substantially of the form in which the Ministry expects it to be executed. Only those changes which are necessary to reflect the options or variables set out in this RFQ will be made to the contract The successful Service Provider(s) will be required to comply with the fully executed RFQ including the Retainer Services Legal Terms and Conditions, the Service Provider’s Proposal and the RFQ documents, which shall form the legal agreement with the Ministry after acceptance by the Ministry. Any subsequent changes to the legal agreement will be made only in writing. The acceptance of a Proposal and the award of this assignment or any part thereof will be made in writing by the Ministry signing the acceptance portion of the submitted Fee Schedule(s) (Appendix 1).

2.10 Failure to Execute Contract In the event that a successful Service Provider fails to enter into and duly execute the written contract within the prescribed time, the Ministry, in its sole discretion, may consider that the Service Provider has relinquished their rights to provide the Retainer Services described herein.

2.11 No Liability for Expenses The Ministry will not be liable for any loss or damage suffered by any Proponent including, without limitation, any expenses incurred in the preparation and submission of the Proposal.

2.12 Non-Collusion A Proponent shall not discuss or communicate with any other Proponent about the preparation of their RFQ submissions. Each Proponent shall participate in the RFQ process fairly and without collusion or fraud.

2.13 Occupational Health and safety By submitting a Proposal, the Proponent attests that it is knowledgeable in the applicable Occupational Health and Safety Statutes and Regulations and that it will conform to all such Statutes and Regulations including, but not limited to:

(a) Occupational Health and Safety Act; (b) WHMIS; (c) Transportation of Dangerous Goods Act; and

(d) Workplace Safety and Insurance Act.

2.14 Ontarians with disabilities act By submitting a Proposal, the Proponent attests that it is knowledgeable in the applicable Ontarians with Disabilities Act Obligations and that it will conform to all such Statutes and

Page 16: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

16

Regulations when, as part of the assignment, the Engineering Service Provider is required as to deal with members of the public or other third parties on behalf of the Ministry. The Engineering Service Provider is to provide to every employee, agent or volunteer or other persons dealing with the public training about provision of goods or services to persons with disabilities. The Engineering Service Provider shall keep records of the abovementioned training, including the dates on which the training is provided and the number of individuals to whom it is provided, and shall provide documentation of the training to the Ministry of Transportation on request. These training requirements can be fulfilled by completing the e-Learning course Serve-Ability: Transforming Ontario's Customer Service.

2.15 Insurance Requirements This assignment includes insurance requirements as described in the Retainer Services Legal Terms and Conditions Article 12. A successful Service Provider will be required to provide proof of insurance to the Ministry within seven (7) business days, or such longer time period as specified in the written notice, of receiving the written notice from the Ministry that the contract is ready for execution.

2.16 Quality Control Requirements For all RFQ agreements, a Proponent must have as a minimum, a prior registration in the Ministry’s RAQS of the Core Plan and the Generic Category Plan for the category in which the Prime Specialty identified is located. The Proponents who do not meet this requirement shall not be considered.

2.17 Audits of Service Providers Work Any audits performed pursuant to Article 3 of the Retainer Services Legal Terms and Conditions will be used in the assessment of the Service Provider’s performance. The Ministry, or its delegate, reserves the right to visit the office of the Service Provider or Sub-Service Provider(s), including laboratory-testing facilities, if required, to conduct an independent audit of the work currently completed. The Service Provider shall maintain this Assignment’s records in accordance with Article 8 of the Retainer Services Legal Terms and Conditions. The Service Provider will make Assignment records available to the Ministry staff at the time of such audits. Any audits performed may be used in the assessment of the Service Provider’s Performance.

Page 17: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

17

SECTION 3: PROCESS FOR WORK ITEMS The Process for Work Items shall become Schedule 3 to the Legal Agreement. The amount of work will be dependent on the Ministry’s needs for the Technical Services, described herein, identified within the term of the Retainer Agreement.

3.1 Award of Work Item: The Ministry will notify a successful Service Provider of the scope of an individual Work Item by issuing a Work Item Order (Appendix 2A). For an individual Work Item Order, the Service Provider shall provide a detailed proposal with a work-plan and implementation schedule. The Service Provider shall describe in detail the objectives of the assignment, the services, tasks and deliverables to be provided, the staff assigned to those services and tasks and associated costs. The Service Provider will provide a fee proposal based on the number of hours (days or activities) necessary to complete each component of the Work Item using the Work Item Quote Form provided as Appendix 2B. The proposal shall include all disbursements in respect of that Work Item on the Work Item Quote Form. The Ministry must receive the proposal within two (2) business days, or as alternately specified in an individual Work Item Order, of the Service Provider receiving the Work Item Order. If a Service Provider fails to provide a Work Item Quote within the specified time the Ministry may approach an alternate Service Provider on this Retainer Services Assignment for the Work Item Quote Upon acceptance of a Work Item Quote by the Ministry, the Service Provider will submit for the Work Item, a Supplementary Quality Control Plan as per Section 3.2, an Occupational Health and Safety Plan as per Section 3.3, and a Conflict of Interest Declaration as per Section 1.5.1 (d). Where the Ministry approves the Service Provider's proposal, the Ministry will authorize the commencement of the Work Item. The acceptance of a Work Item Quote will be made in writing by the Ministry signing the acceptance portion of the submitted Work Item Quote Form (Appendix 2B). Where the Ministry does not approve the Service Provider’s quote, the Ministry will notify the Service Provider and attempt to reach a mutually agreeable price within three (3) business days of the Ministry notifying the Service Provider of the rejected Work Item quote. Where agreement cannot be reached, the Ministry may approach an alternate Service Provider on this Retainer Services Assignment for the Work Item Quote. The Ministry will, as a general practise, approach the highest ranked successful service provider on this Retainer Services Assignment first for a Work Item Quote however, the Ministry, in its sole discretion, has the right to withhold a Work Item from any particular Service Provider and contract with another person or entity or another Service Provider in respect of that Work Item. In addition, in the event that:

Page 18: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

18

i) A Service Provider fails to provide a Work Item Quote three times then the Ministry may consider that the Service Provider has relinquished their rights to subsequent first offers.

ii) The Ministry contracts with another Service Provider for three (3) or more Work Item

Orders during the Term of the Retainer Assignment because of failure to reach an agreement under Section 5.6 of the Retainer Services Legal Terms and Conditions the Ministry may terminate the Agreement without further obligation or liability to the Service Provider as provided in Section 15.3 of the Retainer Services Legal Terms and Conditions.

(iii) The Service Provider’s work on previous or ongoing Work Item(s) under this Agreement

has been late in terms of interim or final Deliverable(s), as determined by the Ministry in its sole discretion; and/or the Service Provider’s quality of work with respect to any component of the work on previous or ongoing Work Item(s) under this Agreement has been unsatisfactory, as determined by the Ministry in its sole discretion, the Ministry shall provide the Service Provider with written notification of late interim and/or final Deliverable(s), and/or unsatisfactory quality of work, as the case may be, and in its sole discretion may advise the Service Provider that it will first approach another Person regarding the next Work Item. The Ministry may continue first approaching another Person with additional Work Item(s) until such time as any schedule and/or quality issues, as the case may be, have been addressed to the satisfaction of the Ministry.

The Ministry does not, in any way whatsoever, guarantee that there will be any specific number of individual Work Items or any Work Items at all, during the Term of the Retainer Services Agreement with the Ministry. The Ministry reserves the right to engage more than one Service Provider to provide the Retainer Services described herein. The Ministry reserves the right to use its discretion to invite Service Providers to submit Proposals for individual Work Items within the scope of Retainer Services described herein. The Ministry reserves the right in its sole discretion and for any reason whatsoever not to award to any of the Service Providers. The Ministry shall have no liability, whatsoever, to the successful Service Provider(s) as to the number of Work Items awarded.

3.2 Quality Control Requirements for Retainer Services A Supplementary Specialty Plan, outlining how the Service Provider shall verify quality control for the individual tasks including the specific dates, is to be submitted by the successful firm at the Ministry’s acceptance of a Work Item Quote and is subject to the acceptance by the Ministry Project Manager. Milestone Quality Report(s) will be required to track the Service Providers quality control performance. Submission dates and content are to be detailed in the accepted Supplementary Specialty Plan. Upon Acceptance of a Work Item Order:

Page 19: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

19

Within ten (10) business days of the Ministry’s acceptance of a Work Item Quote the Service Provider is to submit through RAQS, a completed Supplementary Specialty Plan for the assignment awarded. The Ministry Project Manager may accept the Service Provider’s Supplementary Plan submitted or request clarification(s) or additional information, as warranted. A sample Supplementary Specialty Plan is included in Section 4. Failure to provide an acceptable Supplementary Specialty Plan in RAQS within twenty (20) business days after award may at the discretion of the Ministry result in the cancellation of an award and the Service Provider may not proceed further with the Work Item Order. The Service Provider is responsible for the timely submission of Milestone Quality Report(s) and any clarifications or additional information requested by the Ministry Project Manager. The Service Provider shall submit through RAQS, the Milestone Quality Report(s) at the dates identified in the accepted Supplementary Plan. The Ministry Project Manager may accept the Milestone Quality Report(s) or may request clarification or additional information as appropriate. The performance of the Service Provider on the accepted Quality Control Plan will be tracked based on the Milestone Reports submitted, the accuracy of check / audit reporting and any follow up clarification(s) or additional information requested by the Ministry Project Manager. The areas of conformance / non-conformance will be documented by the Service Provider. It is the responsibility of the Service Provider to correct the areas of non-conformance. 3.3 Occupational Health and Safety Plan Upon award of a Work Item, the successful Service Provider shall submit an Occupational Health and Safety (OHS) Plan. Items a) through i) together shall constitute the successful Service Providers OHS Plan; a) Valid corporate Health and Safety Policy as prescribed in the OHSA. b) Description of the hazards inherent to the work of this Agreement and a description of how

these hazards will be managed in compliance with the OHSA and all applicable Regulations. In accordance with Section 30 of the OHSA, the Ministry has provided, appended hereto (Appendix 4B), a list of designated substances present in Ministry workplaces.

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

d) Indication of whether a Preventative Maintenance Program for equipment is available (if

required); e) Description of traffic control provisions, specific to the assignment, which demonstrate that

the Service Provider is aware of relevant traffic standards and their obligations and responsibilities under the OHSA for public and employee safety for this assignment;

Page 20: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

20

The successful Service Provider shall be required to continuously review its work activities to achieve compliance with the OHSA and applicable regulations with respect to traffic hazards and to reference The Ontario Traffic Manual Book 7 - Temporary Conditions, Office Edition for further direction on traffic control.

f) Description of what information and instructions shall be provided to employees such that all employees are informed of the hazards inherent in the Work and understand the procedures for minimizing the risk of injury or illness;

g) Procedures for (i) responding to OHS issues identified by MTO; (ii) managing orders from

Ministry of Labour (MOL); (iii) fulfilling MOL notification for critical injuries and fatalities; and (iv) notifying MTO of critical injuries/fatalities and MOL orders;

h) List of MOL orders that have been issued to the Service Provider within the past five (5)

years and any conviction for OHSA violations if applicable.

i) Proof of compliance that the Service Provider is in good standing with the WSIB

In addition to the OHS Plan submission and implementation, the successful Service Provider shall be required to: (i) provide advance notice of the proposed starting date and time, estimated duration, and

location of the work to:

a) The Ministry Contract Services Administrator, b) The Ministry Area Contracts Engineer, c) The Ministry Project Manager, and d) The Ministry Regional Contracts Engineer

(ii) make reasonable efforts so that work does not start, or must stop, if another Service

Provider /sub-consultant is working in the area. An alternate schedule is to be worked out with the Ministry such that their work does not create hazards that impact on another Service Provider; and

(iii) make reasonable efforts so that work is not carried out near or within the confines of a

construction project without Ministry approval and direction as this action could implicate the Ministry as a constructor for the purposes of the OHSA.

3.4 Payment for Retainer Services Payment for Retainer Services will be issued on completion of individual Work Items requested by the Ministry throughout the term of the Retainer Assignment. The rates given in the Fee Schedule(s) - Appendix 1 (prepared by the Service Provider and submitted as the Fee Schedule(s)) and the relative quantities given in the Schedule Estimation Form(s) shall be utilized to calculate the compensation for all services related to individually requested proposals.

Page 21: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

21

Lump Sum Payment for the individual Work Items will be made upon completion of the Work Item and receipt of an invoice. The billing method can be changed upon mutual agreement.

3.5 Evaluation of Service Provider performance The Ministry will monitor the timeliness and quality of the Services/Deliverables over the course of this assignment. The monitoring may involve items such as adherence to technical standards, value for money, adherence to the Quality Control of Services Plan and the Terms of References. The Service Provider shall maintain Assignment records in accordance with Article 8 of the Legal Terms and Conditions, and make available for review at the time of such assessments. Pursuant to Article 3 of the Legal Terms and Conditions, the Ministry, or its delegate, reserves the right to visit the office of the Service Provider to conduct an independent audit of the work. The Service Provider will receive a Final Performance Appraisal of their provision of Retainer Services upon completion of the Term of the Agreement. The Ministry applies a performance based approach for the selection and award of Engineering and Construction Administration assignments. Past performance is applied in the selection process through the Ministry’s Corporate Performance Rating (CPR). The approved Final Appraisal will apply in the CPR for 3 years The Service Provider will receive Interim/Annual Performance Appraisal(s) during the assignment. The appraisal(s) are to provide timely feedback to the Service Provider The approved Interim/Annual appraisal will apply in the CPR until the Final Appraisal is approved. The approved Final Appraisal replaces the interim/annual appraisal and will apply in the CPR for 3 years. Upon receipt of an Appraisal from the Ministry, the Service Provider will be allowed 21 calendar days to sign and concur with the appraisal received or request a Formal Review. If the Service Provider does not respond within the 21 calendar days, the appraisal, as issued will be considered approved. For additional information regarding Service Provider’s Corporate Performance Rating, refer to following documents available on the Ministry RAQS website:

• Consultant Performance and Selection System, Consultant Reviews and Consultant Infraction Reports, Procedures Guide, and

• Consultant Performance Appraisals Procedure Guide

Page 22: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

22

SECTION 4: TECHNICAL SERVICES TO BE DELIVERED The Ministry anticipates that it will require the provision of technical services detailed in section 4.1 in the following geographic area(s): insert geographic areas. The scope of work will include the performance of all work necessary or appropriate to deliver the individual Work Items requested by the Ministry throughout the term of the Retainer Assignment in conformance with the standards, criteria and requirements of the Technical Standards and Specifications. As well, when providing services under this Agreement, the Service Provider shall comply with all applicable legislation, regulatory standards, industry best management practices, and other guidelines and procedures relevant to conduct the work. The Service Provider shall also consult any existing applicable MTO guidance documents as appropriate.

4.1 Technical Services: Description and Requirements The Description and Requirements shall become Schedule 4 to the Legal Agreement

4.2 Technical Standards and Specifications The Technical Standards and Specifications shall become Schedule 6 to the Legal Agreement This Project shall be carried out, designed and constructed in accordance with the Project Requirements outlined in this RFQ, the Ministry's current directives, accepted standards, specifications, practices, policies and procedures, and Regional memoranda. The Technical Standards and Specifications define the standards to be used in the design and contract administration, and the minimum quality for materials that shall be specified. In the event of any conflict or inconsistency between documents, documents with the most recent date shall prevail.

The applicable standards and specifications include but are not limited to the following documents:

Document Distributor

Page 23: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

23

4.2.1 Examples of Supplementary Specialty Plan and Milestone Quality Report Project Specific Supplementary Plan Template: Planning / Engineering Assignments

GWP No.: Assignment No.: Highway No.: Location: Service Provider/Sub-Contractors Name:

Specialty: Date:

N

o.

P

hase

/Tas

k

Met

hodo

logy

Del

iver

able

s

Ref

eren

ce

Man

uals

Independent Technical Review

Qua

lity

C

ontro

l Rev

iew

and

A

udito

r S

taff

Com

plet

ion

Dat

e Fo

r Mile

ston

e Q

ualit

y R

evie

w

Procedure

Quality

Documentation

1 Reference Document Review

2 Data Collection/ Field Investigations

3

External Stakeholder Consultation (Ministry, Agencies, Public, )

4 Design Alternatives/ Evaluation/ Selection

Milestone Quality Review

Audit Memo / Report

5 Technical Reports

6 Final Design

7 Clearances and Approvals

8 Final Contract Tender Preparation Stage

Milestone Quality Review

Audit Memo / Report

9 Design Turnover for Service Provider

10 Service Provider Liaison

Milestone Quality Review

Audit Memo /Report

Milestone Quality Report Template: Planning / Engineering Assignments

Page 24: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

24

GWP No.: Assignment No.: Highway No.: Location: Service Provider/Sub-Contractors Name: Specialty: Date:

No.

Phase /Task

Independent Technical Review

Quality Audit

Items Checked

Check- List(s)

Produced

Check Completed

By / Date

Audit

Completed By / Date

Audit

Documentation Produced

1

Reference Document Review

List Items Checked List all items resolved including dates, resolution trail, etc.

List any Check Lists produced.

List Audit documentation produced.

2

Data Collection / Field Investigations

List Items Checked List all items resolved including dates, resolution trail, etc.

List any Check Lists produced.

List Audit documentation produced.

3

External Stakeholder Consultation (Ministry, Agencies, Public, others)

List Items Checked List all items resolved including dates, resolution trail, etc.

List any Check Lists produced.

List Audit documentation produced.

4

Design Alternatives/ Evaluation/ Selection

List Items Checked List all items resolved including dates, resolution trail, etc.

List any Check Lists produced.

List Audit documentation produced.

5

Any Additional Task

List Items Checked List all items resolved including dates, resolution trail, etc.

List any Check Lists produced.

List Audit documentation produced.

Milestone Quality Review 1

List Items Checked List all items resolved including dates, resolution trail.

List any Check Lists produced.

List Audit documentation produced.

Auditor’s Memo / Report

Page 25: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

25

4.2.2 List of Technical Standards and Specifications Reference Documents:

Document Distributor

Abbreviation and Symbols Manual

Publications Ontario Order By Phone: 1-800-668-9938 or (416)

326-5300 or online at: Publications Ontario

AutoCAD Drawings Structural Library Publications Ontario AutoCAD Standards Guide (Link) Publications Ontario AutoCAD / Civil 3D Template and Guide for Engineering Surveys

File Transfer Application and MTO on-line Library

Bailey Bridge Manual Publications Ontario Bridge Clearance and Load Restriction Manual Publications Ontario Canadian Bridge Analysis System (CANBAS) Input Instruction Manual, latest version Publications Ontario

Canadian Highway Bridge Design Code, MTO Structural Manual, Provincial Engineering Memorandum Bridge Office #2015-07

CSA International

Canadian Portland Cement Association “Thickness Design for Concrete Highways and Street Pavements”

Canadian Portland Cement Association

Cathodic Protection Manual for Concrete Bridges Publications Ontario

Class Environmental Assessment for Provincial Transportation Facilities

MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario Commercial Site Access Policy and Standards Manual Publications Ontario Commercial Vehicle Survey Customized Report Publications Ontario Concrete Culvert Design and Detailing Manual Publications Ontario

Constructability Review Process Guide MTO Engineering Contracts Section

Construction Administration and Inspection Task Manual Publications Ontario

Construction Contract Administration Regional memoranda MTO Regional Operations Office

Service Provider Performance and Selection System, Service Provider Reviews and Service Provider Infraction Reports – Process Guide (Revised), latest revision

MTO – RAQS Website

Service Provider Quality Control (QC) Plan - Process Procedures Guide, latest revision MTO – RAQS Website

Contractor Performance Rating Guideline RAQS/MERX Contract Design Estimating and Documentation Manual Publications Ontario Corridor Control and Permit Procedures Manual Publications Ontario Design Manual For Highway Illumination MTO – Traffic Office Designated Sources for Materials Publications Ontario DGS Design Graphic System User Manual Publications Ontario Drainage Management Manual – Volumes 1, 2, 3 and 4 Publications Ontario Electrical Engineering Manual Volume 1 - Electrical Design Publications Ontario

Page 26: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

26

Document Distributor Electrical Engineering Manual Volume 2 - Electrical Maintenance Publications Ontario

Electrical Engineering Manual Volume 3 - C.D.E.D. Publications Ontario Electrical Engineering Manual Volume 4 - FTMS C.D.E.D. Publications Ontario

Engineering Survey Manual (Link) MTO on-line Library and Publications Ontario

Environmental Glossary MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario Environmental Guide for Assessing and Mitigating the Air Quality Impacts and Greenhouse Gas Emissions of Provincial Transportation Projects

MTO Website (Publications > Environmental Standards and

Practices)

Environmental Guide for Built Heritage and Cultural Heritage Landscapes

MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

Environmental Guide for Contaminated Property Identification and Management

MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

Environmental Guide for Erosion and Sediment Control during Construction of Highway Projects

MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

Environmental Guide for Fish and Fish Habitat MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

Environmental Guide for Noise MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

Environmental Guide for Patrol Yard Design MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

Environmental Guide for Wildlife Mitigation MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

Page 27: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

27

Document Distributor

Environmental Guidelines for Structural Steel Coating MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

Environmental Protection Requirements for Transportation Planning and Highway Design, Construction, Operation and Maintenance

MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

Environmental Reference for Contract Preparation MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

Environmental Reference for Highway Design MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

Environmental Standards and Practices User Guide

MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

Exceptions to the Canadian Highway Bridge Design Code CAN/CSA-S6-00-Sign Support Inspection Guidelines

MTO – Bridge Office

Field Guide for the Acceptance of Hot Mix and Bridge Deck Waterproofing Publications Ontario

Flexible Link Slab for Steel Girder Bridges MTO – Bridge Office Formwork and Falsework Manual Publications Ontario Geometric Design Standards for Ontario Highways Publications Ontario Guideline for the Design of Snowmobile Bridges MTO – Bridge Office

Guidelines for Drinking Well Water Sampling and Testing in Ministry of Transportation Activities

MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

Highway Design Office Bulletins/Memos MTO – Design and Contract Standards Office

Guidelines for Operational Performance Reviews MTO – Traffic Office (Head Office) Highway Equipment Standards Manual Publications Ontario Integral Abutment Bridges Publications Ontario Laboratory Testing Manual Publications Ontario Maintenance Manual Publications Ontario Manual for Condition Rating of Flexible Pavements (SP-024) MTO – MERO

Manual for Condition Rating of Rigid Pavements (SP-005) MTO – MERO

Manual of Standard Short Span Steel Bridges Publications Ontario Mix Design Method for Recycled Hot Mix MTO – MERO

Page 28: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

28

Document Distributor

MTO/DFO/OMNR Protocol for Protecting Fish and Fish Habitat on Provincial Transportation Undertakings

MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

MTO/DFO/OMNR Protocol for Protecting Fish and Fish Habitat on Provincial Transportation Undertakings, User Field Guide

MTO Website (Publications > Environmental Standards &

Practices) and Publications Ontario MTO Gravity Pipe Design Guidelines: Circular Culverts and Storm Sewers MTO on-line Library

MTO/MOECC Memorandum of Understanding on Permits-To-Take-Water

MTO Website (Publications > Environmental Standards and

Practices) and Publications Ontario

MTO/MOECC Protocol for the Management of Excess Materials in Road Construction and Maintenance

MTO Website (Publications > Environmental Standards

and Practices) MTO Soil Classification Manual MTO on-line Library Ontario Bikeways: Planning/Design Guidelines MTO on-line Library Ontario Highway Bridge Design Code MTO on-line Library Ontario Modular Bridge Analysis System (OMBAS) MTO on-line Library Ontario Modular Bridge Analysis System: Input Instruction Manual MTO on-line Library

Ontario Modular Bridge Analysis System: User’s Guide MTO on-line Library OPS Specifications for Roads and Municipal Services, Volume 1, General Conditions of Contract and Specifications for Construction (Div 1 to 9)

Publications Ontario

OPS Specifications for Roads and Municipal Services, Volume 2, Specifications for Material Publications Ontario

OPS Specifications for Roads and Municipal Services, Volume 3, Drawings for roads, barriers, drainage, sanitary sewers, watermains and structures

Publications Ontario

OPS Specifications for Roads and Municipal Services, Volume 4, Drawings for Electrical Work Publications Ontario

Ontario Structure Inspection Management Systems (OSIMS) User’s Guide MTO on-line Library

Ontario Structure Inspection Manual MTO on-line Library Ontario Traffic Manual (OTM) Series MTO on-line Library Ontario Traffic Signal Control Equipment Specifications Publications Ontario OSIM Ontario Structure Inspection Manual Publications Ontario Overcoating – Technical Assessment of Existing Coatings of Steel Bridges for Overcoating MTO Bridge Office

Parametric Estimating Guide MTO Qualifications Section Pavement Design and Rehabilitation Manual Publications Ontario Pesticides Spray Manual Publications Ontario Performance of Integral Abutment Bridges Report Publications Ontario Pile Load and Extraction Tests Publications Ontario Guide to the Design of Post-Tensioned Decks Publications Ontario

Page 29: TO PROVIDE insert type of services SERVICES ON RETAINER · 2018-02-08 · in the Prime Specialty insert prime specialtyare invited to submit Proposals. ... the Ministry will authorize

Retainer - RFQ- Version 2.0 – November 2016 Assignment Number: insert

29

Document Distributor Prestressed Concrete Manual for Quality Assurance of Bridges During Construction Publications Ontario

Procedures for the Design of High Mast Pole Foundations MTO – Bridge Office

Progress and Final Payment Guidelines MTO – Regional Operations Offices Property Request Manual MTO – Property Office Provincial Highways Distance Table Publications Ontario Remote Airport Lighting Manual Publications Ontario Roadside Safety Manual Publications Ontario

Retained Soil System (RSS) Guidelines MTO – Materials Engineering and Research Office

Safety Practices for Structure Inspections MTO – Bridge Office Seeding and Cover Quality Assurance Visual Inspection Field Guide Publications Ontario

Semi-Integral Abutment Bridges Manual Publications Ontario Short Span Steel Bridges Publications Ontario Sign Support Manual Publications Ontario Standard Ministry forms related to Construction Contract Administration Services MTO – Regional Operations Offices

SFAM Structural Financial Analysis Manual Publications Ontario Structural Manual Publications Ontario Structural Steel Coating Manual Publications Ontario Structure Rehabilitation Manual Publications Ontario Transportation of Dangerous Goods AASHTO AASHTO Guide for the Design of Pavement Structures for Rigid and Flexible Pavements AASHTO

Applicable Ministry Directives and Regional Memoranda MTO – Regional Operations Offices Regional Specific Documents MTO Operation Constraints and Non-standard Special Provisions MTO

Northwestern Region [V:\~Service Provider Repository] Files MTO – NWR Planning & Design

OHSAGuide for Preparing Hydrology Reports for Water Crossings

MTO – Design & Contract Standards

Storm water Management Requirement for Land Development Proposals

MTO – Design & Contract Standards

Evaluation of Drainage Management Software MTO – Design & Contract Standards