REQUEST FOR QUOTATION FOR Supply and Service Portable Toilets

Similar documents
REQUEST FOR QUOTATION 2013-RFQ-14 PORTABLE TOILET RENTALS TO SUPPLY AND SERVICE PORTABLE TOILETS

REQUEST FOR QUOTATION 2013-RFQ-01 Crushed Gravel. Supply of varying graduations of crushed gravel per City Specifications

2013-RFP-21 ELEVATOR PREVENTATIVE MAINTENANCE, INSPECTION AND REPAIR SERVICES

Request for Quotation

REQUEST FOR PROPOSALS

RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION

REQUEST FOR PROPOSAL FM

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

APPLICATION FOR MOBILE RETAIL VENDING LICENSE 2018

REQUEST FOR QUOTATION

=====================================================================

Regional District of North Okanagan Kal Lake Pump Station Primary Service Unit Substation Equipment Installation

APPLICATION for MOBILE FOOD VENDING LICENSE 2018

Request for Proposals

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

REQUEST FOR QUOTATIONS SNOW CLEARING AND SALTING SERVICES

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

Request for Quotation

Town of Whitby Terms and Conditions

REQUEST FOR TENDER No GENERAL INSURANCE BROKERAGE SERVICES FOR PROPERTY, BOILER & MACHINERY and CRIME

Pest Control Services

REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN

TENDER GRAVEL CRUSHING PWT

REQUEST FOR PROPOSALS

June 2017 BIDDING PROCEDURES No. 90

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing

Strait Regional School Board

Invitation to Quote ADM Golden Raven Marketing Program Review

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR QUOTATION 2015 HYDRO BLASTING OF WADING POOLS

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSAL. Request for Proposal No Playground Equipment for Oceanview Park

THE CORPORATION OF THE DISTRICT OF SAANICH

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT

COUNTY OF COLE JEFFERSON CITY, MISSOURI

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

Request for Quotation

REQUEST FOR QUOTATION

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( )

REQUEST FOR PROPOSALS

*Audio Video Design-Build Group Cypress, CA

PROPOSAL LIQUID CALCIUM CHLORIDE

Request for Quotation

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

Request for Quotation

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

Request for Bid/Proposal

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

PART INSTRUCTIONS TO BIDDERS

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Request for Proposal Kelowna Office Renovation. Request for Proposals (RFP)

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Request for Quotation

COUNTY OF OSWEGO PURCHASING DEPARTMENT

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

Request for Proposal Data Network Cabling

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

GLENBARD TOWNSHIP HIGH SCHOOL DISTRICT # Crescent Boulevard, Glen Ellyn, IL , (630) , INVITATION TO BID

THE RFP NO REQ REQUEST FOR PROPOSAL. Winnipeg MB. Floor

This Quotation to be returned on or before: May 26, 4:30 p.m. The lowest or any quote not necessarily accepted

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

Union County. Invitation for Bid # Agricultural Center Ceiling Replacement

REQUEST FOR PROPOSAL 2/2013 WAREHOUSING & DISTRIBUTION OF PROMOTIONAL MAGAZINES

REQUEST FOR QUOTATION

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

HOW TO REGISTER ON THE OECD ESOURCING PORTAL

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Obtaining Permission to Film on Property Administered by The St. Lawrence Seaway Management Corporation

TENDER FOR: CLEANING SERVICES CONTRACT. Name of Firm (The Contractor) Address. Telephone Number and Fax Number

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

Request for Quotation

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

TENDER REQUEST #T

Request for Proposals Waterworks Operations and Maintenance Contract

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

REQUEST FOR QUOTATION

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

Request for Quotation

REQUEST FOR PROPOSALS FEASIBILITY STUDY

West Ridge Park Ballfield Light Pole Structural Assessment

Transcription:

REQUEST FOR QUOTATION FOR Supply and Service Portable Toilets Request for Quotation No. : 2018-RFQ-04 Issued: January 9, 2018 Submission Deadline: January 23, 2018 2:00:00 PM Page 1 of 12

SUBMISSION OF QUOTATIONS Please follow these instructions to view all files and submit via our Public Portal. Log in to Bonfire or register your company on the portal. Please note that the email address you register with will be the email address all notifications will be sent to. https://penticton.bonfirehub.ca/portal Prepare your submission materials: Requested Information: Name Type Requirement Appendix A Proposal Submission Form File Type: PDF (.pdf) Required Appendix B Bid Sheet File Type: PDF (.pdf) Required Requested Documents: Please note the type and number of files allowed. The maximum upload file size is 100MB. Please do not embed any documents within your loaded files, as they will not be assessable or evaluated. UPLOAD YOUR SUBMISSION AT: https://penticton.bonfirehub.ca/portal Your submission must be uploaded, submitted and finalized prior to the Closing Time. We strongly recommend that you give yourself sufficient time and at least ONE (1) day before Closing Time to begin the uploading process and to finalize your submission. Important Notes: Each item of Requested Information will only be visible to the City after the Closing Time. Uploading large documents may take significant time, depending on the size of the file(s) and your internet connection speed. You will receive an email confirmation receipt with a unique confirmation number once you finalize your submission. Minimum system requirements: Internet Explorer 8/9/10+, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Brower cookies must be enabled. NEED HELP? City of Penticton uses a Bonfire portal for accepting and evaluating proposal digitally. Please contact Bonfire at Support@GoBonfire.Com for technical questions related to your submission. You can also visit their help forum at https://bonfirehub.zendesk.com/hc

Amendments of Quotations Respondents may amend their quotations prior to the Closing Time by submitting the amendment in the same manner as the original quotation. Amendments must be marked with the RFQ title and number and the full legal name and return address of the respondent and must clearly indicate which part of the quotation the amendment is intended to amend or replace. Withdrawal of Quotations At any time throughout the RFQ process until the execution of a written agreement for provision of the deliverables, a respondent may withdraw a submitted quotation. To withdraw a quotation, a notice of withdrawal must be sent to the RFQ Contact and must be signed by an authorized representative of the respondent. The City is under no obligation to return withdrawn quotations. CONDITIONS 1) A qualified quotation (Quotation) is one, which meets both the Specifications as outlined in the enclosed Specification section of this document, as well as the Conditions contained in this Request For Quotation (RFQ). A qualified Quotation must also meet cost expectations of the City for this particular RFQ. 2) The City of Penticton (the City) reserves the right to accept any or all Request for Quotations or parts of Quotations and to waive any informalities, irregularities or technicalities. The City also reserves the right to award the Contract for such goods as the City deems will best serve its interest. It further reserves the right to award the Contract on a split order basis, lump sum, or individual item basis, or such other combination unless otherwise specified by the City or the bidder. 3) A Quotation, which is not qualified, is one, which does not meet the Specifications and/or Conditions and/or exceeds the cost expectations of the City. In the event that any or all Quotations exceed the cost expectations and/or do not conform to Specifications, and/or do not meet the Conditions, the City reserves the right to reject any or all Quotations and seek an alternative solution of its choosing. 4) The City will decide whether a Quotation is qualified by evaluating it based on the Specifications and price, and may opt to have the Quotations examined by qualified engineers to ensure quality and conformity to the Specifications. The Purchasing Department, or designate, will examine all Quotations and recommend which, if any, is in the City s best interest. 5) The City recognizes that BEST VALUE is the essential part of purchasing a product and therefore the City may prefer a Quotation with a higher Quotation price, if it offers greater value and better serves the City s interests, as determined by the City, over a Quotation with a low price. BEST VALUE is the value placed on service, quality, past performance, delivery and price. 6) The City reserves the right to negotiate with the preferred bidder or any bidder on any details, including changes to Specifications and price. If Specifications require significant modification, all bidders shall have the opportunity to adjust their Quotations or requote altogether, as determined by the Purchasing Department. 7) The City reserves the right to cancel this RFQ at any time. The City also reserves the right to reject Quotations from bidders who are unable to provide evidence that they are capable of 2

providing the necessary labour, skills, materials and/or equipment to perform the work. Evidence of such competency and experience must be provided by the bidder upon request. 8) All goods, equipment, supplies, labour and workmanship associated with this RFQ must conform to all necessary standards for use in Canada and the Province of British Columbia- such as CSA, ULC, ETL, WCB, Canadian Weights and Measures, Canadian Electrical Codes, etc. 9) All Chemical shipments, if any, must include current MSDS sheets. 10) All information provided to the City is subject to release through the Protection of Privacy and Freedom of Information Act, unless information is given in confidence, and so, must be communicated in writing as CONFIDENTIAL. 11) Please use the accompanying Bid Sheet when submitting your Quotation; you may attach additional sheets to the form if necessary. 12) All quoted prices shall include delivery F.O.B. City Works Yard or other destination point, as specified by the City and the successful bidder, hereafter named the Contractor shall bear all risk of loss or damage. 13) The Contractor will guarantee that its Quotation will meet the needs of the City. The Contractor will also guarantee that any goods supplied shall be correct. If the goods supplied by the Contractor are in any way incorrect or unsuitable, all correction costs shall be borne solely by the Contractor. 14) Only the Contractor shall be notified, but inquiries are welcome. GOVERNING REGULATIONS 1) Permits, Notices, Laws & Rules: The Contractor shall apply and pay for all necessary permits or licences required for the execution of the Work (but this shall not include the obtaining of permanent easements or rights of servitude). The Contractor shall give all necessary notices, pay for all fees required by law, and comply with all laws, ordinances, rules and regulations relating to the Work and to the preservation of the public health. The Contractor shall be responsible for the safety of all workmen and equipment on the project in accordance with all applicable safety legislation passed by Federal, Provincial and local authorities governing safety. 2) Compliance with Workers Compensation Act: The Contractor shall provide to the City their WCB registration number and a letter of Clearance from the WCB office prior to commencement of the Work. The Contractor shall ensure compliance on their part with the Workers Compensation Act and any regulations thereunder, especially provisions of said Act or of regulations under said Act having to do with the prevention of accidents, the prevention of diseases and the provision of safe working conditions, including proper sanitation and ventilation. In any case where pursuant to the provisions of the Worker s Compensation Act, the Workers Compensation Board orders the Contractor in respect of their operations under this Agreement, 3

to cease operations because of failure to install or adopt safety devices or compliances directed by the order of the said Board, or required under said Act or regulations thereunder or because said Board is of the opinion that conditions of immediate danger exist that would be likely to result in injury to any person, or because of lack of payment of an account due to the Board, the City on twenty-four (24) hours written notice to the Contractor, may terminate the Contract. INSURANCE PROTECTION & DAMAGE h) Before commencing the Work, the Contractor shall file with the City, certificates of all insurance policies acceptable to the City. These certificates shall state that the insurance complies with the requirements of the City and that the territory of the policy includes the country in which the Work is to be constructed. Each insurance policy required under this Article shall contain an endorsement to provide all additional insured with prior notice of changes and cancellations. Such endorsement shall be in the following form: It is understood and agreed that the coverage provided by this policy will not be changed or amended in any way or cancelled until thirty (30) days after written notice of such change or cancellation shall have been given or sent by registered mail to all additional insured. Should the Contractor fail to make a payment of any premiums or other assessments required by the Contractor s insurers to maintain such policies in force and effect, the City may in their discretion make payment of such premiums or assessments and deduct the amount thereof from such monies as may then or later be payable to the Contractor pursuant to this Contract or recover the same from the Contractor as the City in its discretion may determine. Whenever the word The City is to appear in the insurance policies, the legal name shall be inserted. a) Comprehensive General Insurance: The Contractor shall maintain, in full force and effect with insurers licensed in the Province of British Columbia with an A rated insurer, Comprehensive General Liability in respect to the Services and operations of the Contractor for bodily injury and/or property damage with policy limits of not less than Five Million Dollars ($5,000,000.00) per occurrence. b) Protection of Work, Property and Public: The Contractor shall comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. The Contractor shall protect the property adjacent to the Work areas from damage as the result of operations under the Contract. The Contractor shall protect the Work and the City s property from damage and shall make good at their own expense any damage which may arise as the result of the Contractor s operations under the Contract. 4

c) Contractor s Insurance: General Liability & Property Damage Insurance. The Contractor shall save and hold harmless the City, its officers, Managers, servants and employees, from and against any and all suits or claims alleging damage or injury (including death) to any person or property that may occur or that may be alleged to have occurred, in the course of the performance of this Contract, whether such claim shall be made by an employee of the Contractor, or by a third person and whether or not it shall be claimed that the alleged damage or injury (including death) was caused through a wilful or negligent act or omission of the Contractor, its officers, servants, Managers or employees, or a wilful negligent act or omission of any of its Sub- Contractors or any of their officers, servants, Managers or employees; and at its own expense, the Contractor shall defend any and all such actions and pay all legal charges, costs and other expenses arising there from. The Contractor shall maintain and keep in force during the term of the Contract and until the date of the completion certificate, Five Million Dollars ($5,000,000) inclusive limits for public liability and property damage, against liabilities or damages in respect of injuries to persons (including injuries resulting in death) and in respect of damage to property arising out of the performance of work. The Contractor shall, at the time the Contract is signed, submit to the City two copies of the insurance policies required under this Article and shall also provide to the City from time-to-time, as may be required, satisfactory proof that such policies are still in full force and effect. The City shall be an additional insured on the policy. The policies shall preclude subrogation claims by the insurer against anyone insured there under. In addition, such insurance policy shall include the following Cross Liability clause: The insurance afforded by this policy shall apply in the same manner, as though separate policies were issued, to any action brought against any of the additional insured by or on behalf of any other an additional insured. d) Equipment Insurance Notwithstanding anything contained elsewhere herein, it is understood and agreed that the City shall not be liable for any loss or damage to Contractor s equipment, including loss or use thereof. Each and every policy insuring the Contractor s equipment to be used on the work shall contain the following clause: It is agreed that the right to subrogation against the City or any of its officers, employees, or Managers or their parent, subsidiary, affiliated, or associated companies or corporations, is hereby waived. e) Automotive Insurance: A minimum of Two Million Dollars ($2,000,000) of public liability and property damage insurance shall be carried on all automotive equipment. 2) Indemnity h) The Contractor shall at all times indemnify, defend, release, hold harmless and forever discharge the City, and the City s elected and appointed officials, officers, employees and 5

agents from and against all liability, claims, damages, losses, costs, actions, causes of action, suits, proceedings and expenses at law and in equity, whether known or unknown, including all actual legal and other professional fees and disbursements on full indemnity basis, whether arising directly or indirectly from death, personal or bodily injury, sickness, disease, property loss, property damage or other loss or damage which may result from or be connected with the performance of this Agreement, including any breach or default of this Agreement by the Contractor or its employee. b) The aforesaid insurance shall be in a form and with insurers acceptable to the City. Certificates of Insurance shall be attached to this Contract as Schedule B and evidence if Renewal and Notice if Termination shall be provided to the City not less than thirty (30) days prior to the expiry dates or cancellation of the policies as the case may be. c) The Contractor shall be responsible for the payment of all premium and deductible amounts relating to the said insurance policies and the Contractor shall maintain the aforementioned insurance from the date of this Agreement until the written notice from the City that the project for which the Services are to be provided is complete. 6

SPECIFICATIONS 1. Supply, service and maintain portable toilets at various Park sites. Toilet style, delivery date, service duration and locations as per list below. 2. Quoted prices should include: delivery to sites listed below, chains and locks to secure the units to fences or posts, and servicing (cleaning, emptying, supply of toilet paper, hand sanitizers and antifreeze, if required). 3. Servicing frequency as listed below, or as otherwise requested by the City. Portable Toilet Quantities, Schedule, Locations and Servicing: Location Number of Units Duration (months) Timeline Servicing Frequency Total # Services McLaren Park Baseball - 1350 King Street Poplar Grove - 1194 Poplar Grove Rd & Naramata Rd Queens Park Baseball field - 325 Power street & Westminster Wiltse School Baseball - 640 Wiltse Blvd Columbia Baseball 1551 Hatfield KVR Middle School 300 Jermyn Ave Skaha Park ball diamond Elm Ave & Cypress Street Penticton Pickleball courts 2905 South Main Street 1 12 months Year round (Mar 31, 2018 Mar 31, 2019) 1 12 months Year round (Mar 31, 2018 Mar 31, 2019) 2 units (1 male, 1 female) 3 months (x 2) Mar 31 July 31 1 3 months Mar 31 June 30 1 3 months Mar 31 June 30 1 6 months Mar 31 Sept 30 1 6 months Mar 31 Sept 30 1 7 months Mar 31 Oct 28 April Oct: Once / week Nov March: Once / 2 weeks April Oct: Once / week Nov March: Once / 2 weeks 41 41 Once / week 30 Once / week 13 Once / week 13 Once / week 26 Once / week 26 Once / week 30 7

Materials to be provided by the Contractor: Portable toilet units; c/w hasps to padlock doors as required (see note below), Chain and locks to secure the units to fences or posts; Hand sanitizers and toilet paper; and Antifreeze, if required. To be provided by the City: Maps showing exact locations for toilets; Padlocks for door locks for sport field toilets the City needs to keep toilet doors securely locked with padlocks at all times. The City will supply padlocks w/ chain attachments, the Contractor shall ensure padlocks are attached to the toilet door. Seven locked toilets in total Columbia Park (1), Queens Park (2), Wiltse School (1), KVR School (1); Skaha Park (1), Pickleball Courts (1) Park access gate keys, and padlock codes/keys as required. Upon Notice of Award, the Contractor MUST SUBMIT copies of the following: Comprehensive General Liability insurance of not less than $2,000,000 with the City of Penticton as an additional insured and Cross Liability Coverage; Automobile Insurance for equipment to be used; City of Penticton or inter-community business licence; and WCB Clearance letter. 8

APPENDIX A 2018-RFQ-04 Supply and Service Portable Toilets PROPOSAL SUBMISSION FORM The Proponent confirms it has obtained and carefully examined all of the documents making up the Request for Quotations issued by The City of Penticton and any addenda issued in connection therewith. The Proponent undertakes and agrees that: 1.1 EXECUTION OF CONTRACT If the offer contained in this Proposal is accepted, upon being advised that the Contract (the Contract) is available the Proponent will obtain the Contract and Drawings, if any, and will execute and identify the Contract and Drawings in a form and manner acceptable to the City and will deliver the same within 10 days from the time when the same are available or are delivered or mailed to the Proponent. 1.2 COMMENCEMENT, PROSECUTION AND COMPLETION OF SERVICES If awarded the Contract, the Proponent shall supply the goods on the date set out in the Contract and shall complete the contract within the time specified in the Contract. 1.3 NO COLLUSION Except as otherwise specified or as arising by reason of the provision of the Contract, no person whether natural, or body corporate, other than the Proponent has or will have any interest or share in this Proposal or in the proposed contract which may be completed in respect thereof. There is no collusion or arrangement between the Proponent and any other actual or prospective Proponents in connection with Proposals submitted for this project and the Proponent has no knowledge of the contents of other Proposals and has made no comparison of figures or agreement or arrangement, express or implied, with any other party in connection with the making of the Proposal. 1.4 ACCEPTANCE OF PROPOSAL The acceptance of the Proposal by the City shall be made only by the notice in writing from the Corporate Officer or from the Procurement Department of the City, and will be addressed to the Successful Proponent at the address given in this Form of Proposal; and if the Proposal Documents are so worded, the Proposal may be accepted either in whole or part. 1.5 FAILURE OR DEFAULT OF PROPONENT If the Proponent for any reason whatsoever fails or defaults in respect of any matter or thing which is an obligation of the Proponent under the terms of this Proposal, the City at its option may consider the Proponent has abandoned the offer made or the contract if the offer has been accepted, whereupon the acceptance, if any, of the City shall be null and void and the City shall be free to select an alternate solution of its choosing. 9

Executed at, in the Province of BC this day of, AD 2018 under seal of the Proponent as a speciality instrument. NOTE: If the Proponent is a corporation, in addition to signature, affix corporate seal (if available). If a natural person makes the Proposal, the Proponent must sign it with his/her name typed or clearly printed below the signature. If the Proponent is carrying on business under a firm name and NOT incorporated, the members of the firm must sign below the firm name and their names must be typed or clearly printed below the signature. Mailing Address of Proponent (if different than above) (Corporate Name if Proponent is a Corporation) Per: Per: Street City Province Postal Code Telephone 10

APPENDIX B - BID SHEET REQUEST FOR QUOTATION: 2018-RFQ-04 PORTABLE TOILET RENTAL PARKS CLOSING DATE: Tuesday, January 30, 2018 at 2:00:00 p.m. The undersigned Bidder has carefully examined the Conditions and Specifications (Scope of Work) for the work requested and will provide the services required. This quotation is valid for: days. Please provide information and pricing of all services provided by your company as outlined below: Description Quantity Unit Rate Amount Regular unit - Cleaning / stocking services, as per Specifications, includes: delivery and pick-up of 9 units rental cost of unit (if applicable) 220 services @ / each = Total Price (taxes separate) FIRM NAME: ADDRESS: POSTAL CODE: PHONE NO. E-MAIL: FAX NO. DATE: **SIGNATURE OF BIDDER PRINT NAME ** must be an authorized signatory of the company 11