Viewing - Toronto
Transcript of Viewing - Toronto
RFQ 6033-19-0187
1.0 RFQ Summary
1.1. Quotations are invited for the non-exclusive provision of Mechanical Litter removal in the City
of Toronto (the "City") from sidewalks, gutters, sodded/hard surfaced boulevards, laneways, tree
planters, from around the perimeter of bus shelters, Litter receptacles and other street fixtures
and other areas as instructed by the Contract Administrator for the area defined as Area 1 – the
downtown core, for the Solid Waste Management Services Division, for the period commencing
January 1, 2020 to December 31, 2024; all in accordance with the provisions and specifications
contained in this Request for Quotation (RFQ) and the City of Toronto's Procurement Policies,
the attached Appendix “C” - Price Form, and the City of Toronto Fair Wage Policy and Labour
Trades Contractual Obligations in the Construction Industry.
2.0 Terminology
2.1. Definitions
2.1.1. In this request for quotation, unless inconsistent with the subject matter or context:
“Addendum” or “Addenda” means any document or documents issued by the City prior to the
Closing Deadline that changes the terms of the RFQ or contains additional information related to
the RFQ;
"Affiliated Person" means everyone related to the Bidder including, but not limited to employees,
agents, representatives, organizations, bodies corporate, societies, companies, firms, partnerships,
associations of persons, parent companies, and subsidiaries, whether partly or wholly-owned, as
well as individuals, and directors, if:
A. Directly or indirectly either one controls or has the power to control the other,
or
B. A third party has the power to control both.
“Award” means the formal acceptance of a bid that results in a contract;
"Bid" means a Bidder's response to the RFQ, which includes all of the documentation necessary to
satisfy the requirements of the RFQ, has the same meaning as "Quotation" and is used
interchangeably;
“Bidder” means any legal entity that submits a Quotation in response to the RFQ;
“Buyer” or "Senior Buyer" means the main contact person at the City for all matters related to the
RFQ process, as set out on the RFQ Cover Page;
"City" means the City of Toronto including all Agencies and Corporations of the City;
“City Confidential Information” means all information of the City that is of a confidential nature,
including all confidential information in the custody or control of the City, regardless of whether it
is identified as confidential or not, and whether recorded or not, and however fixed, stored,
4
Viewing
Cop
y
RFQ 6033-19-0187
expressed or embodied, which comes into the knowledge, possession or control of the Vendor in
connection with the Contract. For greater certainty, the City Confidential Information shall:
a) include: (i) all new information derived at any time from any such information whether
created by the City , the Vendor or any third-party; (ii) all information (including Personal
Information) that the City is obliged, or has the discretion, not to disclose under provincial
or federal legislation or otherwise at law; but
b) not include information that: (i) is or becomes generally available to the public without
fault or breach on the part of the Vendor of any duty of confidentiality owed by the Vendor
to the City or to any third-party; (ii) the Vendor can demonstrate to have been rightfully
obtained by the Vendor, without any obligation of confidence, from a third-party who had
the right to transfer or disclose it to the Vendor free of any obligation of confidence; (iii)
the Vendor can demonstrate to have been rightfully known to or in the possession of the
Vendor at the time of disclosure, free of any obligation of confidence when disclosed; or
(iv) is independently developed by the Vendor; but the exclusions in this subparagraph
shall in no way limit the meaning of Personal Information or the obligations attaching
thereto under the Contract or other Requirements of Law.
"Chief Purchasing Official (CPO)" means the person designated to undertake the responsibilities
of the chief purchasing official of the City;
“Closing Deadline” means the date and time specified on the RFQ Cover Page or any Addenda
issued by the City, as the date and time by which Bidders must submit their Quotation;
"Conflict of Interest or Unfair Advantage" means:
A. In relation to the RFQ process, a Bidder that has, or is seen to have, an unfair advantage or
engages in conduct, directly or indirectly, that may give it an unfair advantage, including but
not limited to:
(1) Having, or having access to, confidential information of the City in the preparation of its
bid that is not available to other Bidders, or
(2) Communicating with any person with a view to influencing preferred treatment in the
procurement process (including but not limited to the lobbying of decision makers involved
in the procurement process), or
(3) Engaging in conduct that compromises, or could be seen to compromise, the integrity of
the procurement process; or
B. In relation to the performance of its contractual obligations in the City contract, the Bidder’s
other commitments, relationships or financial interests:
(1) Could, or could be seen to, exercise an improper influence over the objective, unbiased and
impartial exercise of its independent judgement, or
(2) Could, or could be seen to, compromise, impair or be incompatible with the effective
performance of its contractual obligations.
“Contract” means the binding agreement that is formed upon Award as confirmed by the issuance
of a purchase order, blanket contract or the execution of any written agreement by the City.
5
Viewing
Cop
y
RFQ 6033-19-0187
"Contract Administrator" means the City of Toronto Manager of Litter Operations for the Solid
Waste Management Services Division ;
“Council” means City Council;
"CPI" means Consumer Price Index (CPI) is an indicator of changes in consumer prices
experienced by Canadians. It is obtained by comparing, over time, the cost of a fixed basket of
goods and services purchased by consumers;
“Deliverables” means everything provided to the City in the course of performing the Contract or
agreed to be provided to the City under the Contract by the Vendor;
"Designated Work Area", refers to the area for work in the City of Toronto bound as shown in the
map in Appendix "G"
"Diverse Supplier" means any business or enterprise that is certified by a Supplier Certification
Organization to be:
More than 51% (majority) owned, managed and controlled by persons belonging
to an equity-seeking community, or
A social purpose enterprise whose primary purpose is to create social,
environmental or cultural value and impact, and where more than 50% of the
persons who are full-time equivalent employees or are participating in, or have
completed, transitional employment training, experience economic disadvantage.
"Equity-seeking Community" means a group that experiences discrimination or barriers to equal
opportunity, including persons of low-income, vulnerable youth (age 18-29), women, Aboriginal
People, persons with disabilities, recent newcomers, LGBTQ2S+ people, racialized people, and
other groups the City identifies as historically underrepresented;
"Excessive Breaks and Other Significant Inactivity" means period of time beyond the allocated
cumulative break periods as defined in section 3.20, in excess of an hour without the approval of
the Contract Administrator.
"General Manager" means the General Manager of Toronto's Solid Waste Management Services
Division or his designate or successor;
"GPS" means Global Positioning System;
"HST", means Harmonized Sales Tax;
“including” means “including without limitation” and ”includes” means “includes without
limitation”; the use of the word “including” or “includes” is not intended to limit any statement that
immediately precedes it to the items immediately following it;
“Litter” means material which the Vendor collects from City gutters, sidewalks, sodded/hard
surfaced boulevards, tree planters, around the perimeter of bus shelters, Litter receptacles and
6
Viewing
Cop
y
RFQ 6033-19-0187
other street fixtures, laneways and other areas as instructed by City staff;
“may” and “should” used in this RFQ denote permissive (not mandatory);
"Liquidated Damages" , means a contractual provision requiring a party in breach to pay a pre-
determined amount to the other party as compensation for the breaching party's failure to perform
a specific task or comply with a particular duty or obligation.
"Mechanical Litter Collection Unit” means any equipment used for the mechanical collection and
removal of Litter under the Contract, refer to section 9.0;
“must”, “shall” or “will” used in this RFQ denote imperative (mandatory), meaning Quotations not
satisfying imperative (mandatory) requirements will be deemed to be non-compliant and will not
be considered for Award of Contract;
“MFIPPA” means the Municipal Freedom of Information and Protection of Privacy Act;
"Non-Compliant" means that the Quotation has failed one (1) or more mandatory requirement(s)
and will not be considered for Award;
"Operating Year" means the twelve month period immediately following the Commencement Date
or the anniversary of the Commencement Date;
"Products" means all hardware and related deliverables to be provided by the Vendor as described
in the RFQ;
"Public Body" means any government or government agency, municipality or local board,
commission or non-profit corporation carrying out a public function, and includes any corporation
of which the City is a shareholder;
"Purchase Order" means a document issued to the Vendor under the authority of the Chief
Purchasing Official that sets out the terms and conditions applicable to the supply of goods and
services by a supplier, including reference to any other Contract documents and the contract value;
"Quotation" means a Bidder's response to the RFQ, which includes all of the documentation
necessary to satisfy the requirements of the RFQ, has the same meaning as "Bid" and is used
interchangeably;
“Requirements of Law” mean all applicable requirements, laws, statutes, codes, acts, ordinances,
orders, decrees, injunctions, City by-laws, rules, regulations, policies, official plans, permits,
licences, authorisations, directions, and agreements with all authorities that now or at any time
hereafter may be applicable to either the Contract or the Deliverables or any part of them;
“Regulatory Authority” means any agency or other governmental authority or instrumentality,
including federal, provincial and local authorities having jurisdiction or authority over operation of
all equipment required to perform the Work;
"RFQ" means this Request for Quotation inclusive of all Appendices, Schedules and any Addenda
that may be issued by the City;
7
Viewing
Cop
y
RFQ 6033-19-0187
"Services" means all services to be provided by the Vendor as described in this RFQ;
"Standby" means a three (3) hour guarantee of availability of Mechanical Litter Collection Units
and skilled labour during Winter Months only;
"Statutory Holiday" means any of the following days: New Year's Day; Good Friday; Victoria
Day; Canada Day; Civic Holiday; Labour Day; Christmas Day and Boxing Day;
"Supplier Certification Organization" means a non-profit organization recognized by the City of
Toronto that certifies businesses and enterprises as Diverse Suppliers by assessing them using
established, consistent criteria. Recognized Supplier Certification Organizations include:
Canadian Aboriginal and Minority Supplier Council
Canadian Gay and Lesbian Chamber of Commerce
Social Purchasing Project
Women Business Enterprise Canada Canadian Council for Aboriginal Business
"Supplier Code of Conduct" means business ethical standards contained in Article 13 Chapter 195,
Purchasing, of the Toronto Municipal Code;
"SWMS" means Solid Waste Management Services Division;
“Term” has the meaning as set out in section 4.0;
"Transfer Station" or "Transfer Stations" means the Bermondsey, Disco, Ingram, Scarborough,
Victoria Park, Dufferin and Commissioners Transfer Stations, or other facilities as assigned by the
Contract Administrator. For more information, please see the Transfer Station Information
Package:
http://www.toronto.ca/garbage/pdf/transfer_information_package.pdf
"Transfer Station By-law" means Toronto Municipal Code Chapter 846, Waste Transfer Stations,
as amended from time to time. For a copy of the Transfer Station By-law please see:
http://www.toronto.ca/legdocs/municode/1184_846.pdf
"Transport" or "Transportation" involves, but is not limited to the bagging, handling, hauling and
unloading of Litter and equipment, and other materials utilized for the transport of Litter under the
Contract;
“Vendor” means the successful Bidder that has been awarded the Contract;
“Winter Services” means Work performed approximately from mid-December of the preceding
year until approximately mid-March of the following year (dependant on weather conditions) as
confirmed by the Contract Administrator;
“Work” means all services and deliverables to be provided by a Vendor as described in this
RFQ;
8
Viewing
Cop
y
RFQ 6033-19-0187
2.2. REFERENCES TO LABELED PROVISIONS
Each reference in this Request for Quotation to a numbered or lettered “section”, “subsection”,
“paragraph”, “subparagraph”, “clause” or “sub-clause” shall, unless otherwise expressly
indicated, be taken as a reference to the correspondingly labelled provision of this Request for
Quotation (RFQ).
2.3. General Interpretation
In this RFQ, unless the context otherwise necessitates:
2.3.1. any reference to an officer or representative of the City shall be construed to mean the person
holding that office from time to time, and the designate or deputy of that person, and shall be
deemed to include a reference to any person holding a successor office or the designate or deputy
of that person;
2.3.2. a reference to any Act, bylaw, rule or regulation or to a provision thereof shall be deemed to include
a reference to any Act, bylaw, rule or regulation or provision enacted in substitution thereof or
amendment thereof;
2.3.3. all amounts are expressed in Canadian dollars and are to be secured and payable in Canadian
dollars;
2.3.4. all references to time shall be deemed to be references to current time in the City;
2.3.5. a word importing only the masculine, feminine or neuter gender includes members of the other
genders; and a word defined in or importing the singular number has the same meaning when used
in the plural number, and vice versa;
2.3.6. any words and abbreviations which have well-known professional, technical or trade meanings,
are used in accordance with such recognized meanings;
2.3.7. all accounting terms have the meaning recognized by or ascribed to those terms by the Chartered
Professional Accountants Canada (CPA Canada); and
2.3.8. all index and reference numbers in the RFQ or any related City document are given for the
convenience of Bidders and such must be taken only as a general guide to the items referred to. It
must not be assumed that such numbering is the only reference to each item. The documents as a
whole must be fully read in detail for each item.
2.4. RFQ Process Terms and Conditions
This RFQ process is governed by the terms and conditions in Appendix “A”.
3.0 SCOPE OF WORK AND ASSOCIATED DELIVERABLES
3.1. General Requirements
9
Viewing
Cop
y
RFQ 6033-19-0187
3.1.1. The Vendor shall provide mechanical Litter removal services for City sidewalks, gutters,
sodded/hard surfaced boulevards, laneways, tree planters, around the perimeter of bus shelters,
Litter receptacles, other street fixtures and other areas as instructed by the Contract
Administrator as set out in the Designated Work Area Map contained in Appendix "G" –
Designated Work Area Map including but not limited to the handling, bagging, transporting and
unloading of Litter at an approved City Transfer Station or facility designated by the Contract
Administrator.
3.1.2. The collection area for the work is within the Designated Work Area 1 of the City. The work
will be conducted within the following City boundary: south of Bloor Street West to Queens
Quay and between Bathurst Street to the west and Bayview Avenue to the east or as directed by
the Contract Administrator.
3.1.3. The Vendor shall provide all applicable permits, skilled labour and labour expenses, equipment,
materials, supplies, insurance, maintenance, fuel and any other costs associated with the Work
described for the City's SWMS at the price per hour stated in Appendix “C” – Price Form;
3.1.4. In order to accommodate the daily requirements, the Vendor shall have twelve (12) new
mechanical Litter removal units as well as sufficient spare units which are not older than seven
(7) years old. The Vendor must have enough staff available to fulfill the requirements of this
RFQ. Refer to section 9.0 for details on Litter removal units.
3.1.5. The Vendor shall be paid at an hourly rate as per the Price Form Table A, in Appendix "C", for
each Mechanical Litter Unit that is required to be in operation, as designated by the Contract
Administrator.
3.1.6. The Contract Administrator reserves the right to cancel the Work due to inclement weather
conditions that can potentially pose a health and safety risk. In the event that this occurs, the
Vendor shall be paid for any Work performed prior to the cancellation of Work.
3.1.7. Winter Services and Standby Equipment
3.1.7.1. In order to accommodate the daily operations during the Winter Services period, the Vendor
shall have six (6) Mechanical Litter Removal Units and skilled labour available to fulfill the
requirements as shown in Appendix "C" Price Form Table "B". The Vendor shall be paid at the
hourly rate as per Table A,
3.1.7.2. During the Winter Services period, the Vendor shall also have six (6) Standby Mechanical
Litter Removal Units and skilled labour available as shown in the price form, Appendix "C"
Price Form, Table "C". The Vendor shall be paid at the hourly rate as per Table A
3.1.7.3. The Vendor shall be paid three (3) hours Standby per day per unit as defined in this RFQ,
during the period of the year designated as Winter Services, approximately mid-December to
mid-March or as directed by the Contract Administrator. Standby hours will be paid every day
during the Winter Services period regardless of whether or not the Vendor conducts any Work.
3.1.7.4. When Standby equipment is deployed for Work as designated by the Contract Administrator,
the Vendor shall be paid eight (8) hours for the day at the hourly rate, (provided staff and
equipment are stationed at the designated location, with equipment available ready to work).
10
Viewing
Cop
y
RFQ 6033-19-0187
3.1.7.5. When Standby equipment is deployed during the Winter Services period the Vendor shall be
paid a maximum of eleven (11) hours inclusive of three (3) Standby hours at the hourly rate and
eight (8) hours at the hourly rate specified in Table A, Appendix "C" Price Form.
3.1.8. The Vendor shall supply the Contract Administrator any information related to the Work
including collection route lists, assigned truck numbers, collection staff names, run sheets and
any other information deemed necessary on a monthly basis by the Contract Administrator.
3.2. Housing of Equipment & Maintenance
3.2.1. The Vendor shall be responsible for housing the equipment at their own facilities located within
the Designated Work Area. The Vendor shall not utilize any City property to house any
equipment at any time.
3.2.2. The Vendor shall be responsible for maintenance, repairs and all other operating costs of the
equipment supplied, including fuel, license, insurance, washing, storage, etc., and shall not
utilize any City property for such activities. The City may request the Vendor to provide
maintenance reports at any time.
3.3. Hours of Collections
3.3.1. The number of employees and the amount of equipment shall always be sufficient to complete
the assigned Work every day, seven (7) days per week, within the hours of 4:00 a.m. to 12:00
p.m. (local time) on the routes assigned. The Mechanical Litter Collection Unit operator should
be on the assigned route within fifteen (15) minutes of their designated start time; failure to
comply may subject the Vendor to Liquidated damages as set out in Appendix “F” - Liquidated
Damages List for Non-Performance.
3.3.2. The Contract Administrator reserves the right to adjust the starting time at any time during the
Contract. Each Work day or shift shall be eight (8) hours in duration, excluding a thirty (30)
minute meal break or two fifteen (15) minute breaks.
3.3.3. The Contract Administrator reserves the right to extend the Work day hours or shift hours based
on operational requirements. The Vendor shall be paid at the same hourly rate quoted in
Appendix "C" Price Form for any hours exceeding the standard (8) hour work day, when
directed to do so by the Contract Administrator.
3.3.4. The Vendor shall Work during all Statutory Holidays with the exception of Christmas Day.
There will be no requirement for Work as described in this RFQ on Christmas Day. The Vendor
shall incur, at their own expense, any additional overtime rates required to provide uninterrupted
Service during weeks in which Statutory Holidays occur. The same start times shall apply as
described in section 3.3.1.
3.3.5. Under no circumstances shall the Vendor carry out the Work under this Contract outside the
hours specified in section 3.3.1 unless prior approval is received from the Contract
Administrator. The Contract Administrator may cancel the Work at any point during the shift in
the event of extreme weather conditions such as thunderstorms, heavy rain/wind, extreme heat,
11
Viewing
Cop
y
RFQ 6033-19-0187
snow or icy, conditions. The Vendor shall be paid for any Work performed before the
cancellation of Work as per section 3.1.7.26. of this RFQ.
3.3.6. If the assigned daily routes are not completed in the allotted hours of collection by the Vendor as
outlined in section 3.3, the Vendor may be subject to liquidated damages as noted and set out in
Appendix “F”- Liquidated Damages List for Non-Performance.
3.3.7. The Vendor's supervisor must notify the Contract Administrator of the Mechanical Litter
Collection Units actual arrival and departure time to/from the routes by phone and/or email.
3.4. Litter Collection Bags and Delivery to Transfer Stations
3.4.1. All Litter picked up by the Vendor shall be bagged in an approved, readily identifiable bag that
includes no less than 20% recycled content and is made of transparent material (i.e. blue opaque
or transparent), see Table B in Appendix "D", Form 5 to provide additional information. The bag
must have an affixed identifying element (i.e. sticker, tag etc.) to differentiate Vendor bags from
illegally dumped material along the public right of way and left for pick up by the Vendor within
two (2) hours from when it was set out. Litter is to be collected before the end of the assigned
shift and transported to a Transfer Station as directed by the Contract Administrator. Only Litter
collected by the Vendor's litter removal equipment are to be taken to the designated Transfer
Station(s). There is no charge to the Vendor for dumping this Litter at the Transfer Station.
3.4.2. In addition to the minimum requirement for recycled content above (section 3.4.1.), at the
contract start, the Vendor is required to advise the Contract Administrator of the percentage of
post-industrial and post-consumer recycled content in the litter bags used for this work. This
information is to be updated as needed throughout the Term of the Contract so that the City can
be better informed when developing future contracts. Purchasing bags made with recycled
content supports the recycling industry, and reduces reliance on raw resources – a goal of
Circular Procurement.
3.4.3. The Vendor will be responsible for the Litter during the period from which the time the Litter is
collected until it arrives at the Transfer Station.
3.4.4. The Vendor shall follow all regulations and conditions, including the Transfer Station By-Law,
for dumping at the designated Transfer Station and to all directions and instructions given by the
City Transfer Station staff. The following links provide above mentioned by-laws:
Solid Waste Fees By-laws
Toronto Municipal Code Chapter 441 – Fees and Charges (PDF, 160 KB)
See Appendix A for the Solid Waste Management Fees.
Toronto Municipal Code Chapter 442 – Administration of Fees and Charges(PDF, 203 KB)
Please refer to Section 442-12 and section 442-13.
Collection By-laws
Toronto Municipal Code Chapter 844 – Residential Collection (PDF, 328 KB)
Toronto Municipal Code Chapter 841 – Commercial Collection (PDF, 472 KB)
12
Viewing
Cop
y
RFQ 6033-19-0187
Waste Transfer and Landfill By-laws
Toronto Municipal Code Chapter 846 – Waste Transfer Stations (PDF, 83 KB)
Toronto Municipal Code Chapter 443 – Delegation of Authority for Fees and Charges (PDF,
21 KB)
Questions & Answers about Toronto's Transfer Station Municipal Code Chapter 846 (PDF,
21 KB)
List of prohibited waste (PDF, 83 KB)
Packaging By-laws
Toronto Municipal Code Chapter 604 – Packaging (PDF, 138 KB)
City's packaging reduction policies.
3.4.5. The Vendor must wait in regular queues at the weigh scales. The Vendor will not have privileges
over the other customers of the Transfer Station when queues develop.
3.4.6. The Vendor will be expected to maintain a safe operation and meet all safety requirements
including any established by the General Manager of SWMS and any relevant Provincial
regulations of Codes and Practices.
3.5. Special Events
3.5.1. During or after any special events in the City, the Vendor may be required to assist in the
cleanup operation. The Vendor will be given seventy-two (72) hours' notice prior to the start of
the cleanup. The Vendor shall provide the necessary Litter removal equipment and associated
labour to perform and complete the cleanup in a timely manner. The Vendor shall be paid at the
hourly rate as per Table A, Appendix “C” – Price Form.
3.6. Staffing Requirements
3.6.1. The Vendor shall ensure that all drivers employed under this Contract possess appropriate
Provincial drivers licensing. The Vendor shall provide names, addresses and particulars of the
driving records of all drivers employed on this Contract to the Contract Administrator on
demand.
3.6.2. The Vendor shall ensure that all employees engaged on this Contract appear and conduct
themselves in a manner which does not reflect adversely upon the City. This item is subject to
Liquidated Damages. Refer to section 3.17 and Appendix 'F" - Liquidated Damages List for
Non-Performance.
3.6.3. The Vendor shall ensure that all staff have been properly trained in the safe, proper orientation
and maintenance of the Litter removal equipment and all other equipment used in the Work. The
Vendor, upon request, must provide verification in writing to the Contract Administrator that all
drivers have been properly trained in the safe operation of the equipment.
3.6.4. The General Manager of SWMS reserves the right to direct the removal of any staff employed by
the Vendor for which the General Manager has reasonable grounds for concerns regarding
workplace conduct, including but not limited to productivity, excessive breaks or inactivity,
unsafe workplace behaviour. The Vendor shall replace such persons forthwith, and he/she will
13
Viewing
Cop
y
RFQ 6033-19-0187
not be employed again by the Vendor on any City Work without the consent in writing of the
General Manager of SWMS.
3.7. Management and Supervision
3.7.1. The Vendor shall provide a minimum of two (2) supervisors per daily shift, equipped with a
vehicle at all times during the Contract. The supervisors shall be available to investigate site
locations and meet with City staff in addition to all other matters pertaining to the Work. The
supervisors roles and responsibilities shall include but not be limited to the following:
Supervising day to day operation of all assigned staff including the scheduling, assigning
and reviewing of work.
Ensures that all duties are done in compliance with established health & safety
procedures/policies.
Maintains productivity levels and ensures daily assignments are completed, investigates
complaints from City officials, Contract Administrator and the public.
Resolves issues in accordance with appropriate City By-laws and performs disciplinary
action when necessary.
Staffed office and telephone located within the local calling region during regular
business hours (8am-4pm, Monday-Friday) with personnel qualified to receive and deal
with inquiries and complaints relating to the collection Service provided by the Vendor.
Before the Contract start date, the Vendor shall inform the Contract Administrator of the
names and contact information of the supervisors.
3.8. Use of Subcontractors
3.8.1. The Vendor shall not subcontract its obligation to provide the Work required by this RFQ. The
Vendor shall use its own equipment and labour.
3.9. Collection Equipment
3.9.1. The Vendor shall have, prior to the Contract start date, the ownership or contractual rights as are
necessary to provide the Mechanical Litter Collection equipment required to perform the
obligations of this RFQ, free of all charges or encumbrances, as referred to in section 9.0.
3.9.2. The Vendor shall be licensed, provide the collection equipment and shall manage all Work done
by its employees in accordance with the specifications outlined in section 9.1.3.
3.10. Maintenance of Equipment
3.10.1. The Vendor shall provide and maintain, at its sole expense, all equipment in good condition
throughout the Contract Term.
3.10.2. The equipment shall be kept clean, free of rust and painted at all times to present an attractive
appearance. The Vendor shall ensure that the Litter removal equipment are kept clean to prevent
odours.
3.10.3. The Vendor shall have a ready supply of equipment parts in the event of mechanical
breakdowns.
14
Viewing
Cop
y
RFQ 6033-19-0187
3.10.4. The Vendor shall provide mechanical fitness reports and/or maintenance records from licensed
mechanics on any equipment used in performing the Work to the Contract Administrator on
demand.
3.11. Global Positioning System (GPS) Units
3.11.1. The Vendor shall supply GPS (active system minimum) on all vehicles performing direct or
indirect Work under this Contract including Vendor's supervisory vehicles. The Vendor shall be
responsible for the entire capital, operating/maintenance, upgrade and/or replacement costs (as
applicable) of such system over the entire Contract Term.
3.11.2. The Vendor's GPS system must provide unrestricted direct access to City staff at all times
including abilities to produce reports on demand that can backtrack at least one (1) year in a
form acceptable to SWMS.
3.12. Compliance with Laws
3.12.1. The Vendor shall comply with all applicable laws in carrying out its obligations under this RFQ
and shall compel any employees to comply with all applicable laws in performing the obligations
of this RFQ.
3.12.2. The Vendor shall have obtained or made all approvals, authorizations, licenses, permits, orders
or consent of, or declarations, registrations or filings with any government or administrative
authority, in accordance with the obligations of this RFQ.
3.12.3. The Vendor shall be liable for payment of all fines or civil penalties that may be imposed by any
regulatory authority for any violations of permits or any applicable laws by the Vendor if
applicable, pursuant to this Contract. The City shall not be liable for and shall not reimburse the
Vendor for payment of those fines or civil penalties.
3.13. Health and Safety
3.13.1. The Vendor shall abide by all City, regional and Provincial Health and Safety legislation. A copy
of the Vendor's Health and Safety Policy shall be provided to the Contract Administrator one (1)
month prior to the commencement date of the Contract.
3.13.2. The City shall conduct periodic health and safety field reviews of the Vendor's operation and the
Vendor shall respond to deficiencies in writing as requested by the City.
3.13.3. The Vendor shall comply with all future Health and Safety Policies and procedures as they apply
to Vendors working for the City.
3.13.4. Failure to comply with the Health and Safety requirements of this RFQ is subject to Liquidated
Damages. Refer to Appendix "F" - Liquidated Damages List for Non-Performance.
3.13.5. The Vendor shall ensure that all employees wear protective gear consistent with relevant Ontario
Health and Safety Regulations and in compliance with the Vendor's Health and Safety Policy.
15
Viewing
Cop
y
RFQ 6033-19-0187
3.14. Permits and Certificates
3.14.1. All permits and certificates required for the Work shall be obtained by the Vendor at its expense.
3.14.2. The Vendor must supply copies of its valid Workers Safety Insurance Board (WSIB) Certificate
prior to the execution of the Contract.
3.15. Reporting Requirements
3.15.1. The Vendor shall provide the City with daily reports concerning the status and completion of all
collection operations at the end of each working day in a form acceptable to the Contract
Administrator.
3.15.2. The Vendor shall provide the City with daily line-ups prior to 6:00am of each working day.
Daily line-ups will reflect pertinent operations information including but not limited to: names of
operations staff, equipment in use, and contact number for supervisory staff.
3.15.3. Continuous access to GPS as noted in section 3.11 is also necessary to verify the required
information from time to time.
3.15.4. If the Vendor fails to comply with the information reporting requirements set out in this section,
the Contract Administrator shall send a letter to the Vendor indicating the failure to provide the
information report. The Contract Administrator shall investigate to determine whether the
Vendor performed the Work properly and may charge liquidated damages against the Vendor
based on the results of that investigation. The Contract Administrator's decision shall be final,
and the Vendor shall have no recourse against the City. Continuous access to GPS as noted in
section 3.11 is also included as part of the required information.
3.16. Accidents and Spills Reporting
3.16.1. Accidents, spills and equipment malfunction are avoidable. The Vendor shall take all necessary
precautions, training and due diligence to minimize the probability of such incidents.
3.16.2. The Vendor shall report all accidents in accordance with all procedures and protocols as directed
by the City. Accidents involving collision, property damage or personal injury of a driver or
member of the public must be verbally reported to the Contract Administrator immediately
following contact with Police, Fire and Ambulance. The City will determine whether the
Contract Administrator will attend the accident site. The Vendor will provide a copy of its
accident report to the City staff representative by no later than 9:00 a.m. the day after the
accident including any required follow up documentation to complete the file.
3.16.3. The Vendor shall report all spills in accordance with all City policies and procedures and in
compliance with all governing Provincial legislation or other requirements as applicable. The
City shall supply the policies and procedures related to spills to the Vendor upon execution of
the Contract.
3.16.4. All spills must be managed and cleaned up by the Vendor at the Vendors' expense within 8 hours
of the time of the spill. All spills must be reported to the City spills call centre at *311 during or
after regular working hours and Contract Administrator immediately after having informed the
16
Viewing
Cop
y
RFQ 6033-19-0187
spills call centre. The City will determine whether the Contract Administrator will attend the
spill site. The Vendor will provide a copy of its report to the assigned City Representative no
later than 9:00 a.m. the day after the spill was cleaned up including any required follow up
documentation to complete the file.
3.17. Liquidated Damages for Non-Performance
3.17.1. If the Vendor fails to perform the Work in accordance with its obligations in this RFQ, the City
may assess liquidated damages for every instance of non-performance in accordance with
Appendix "F" – Liquidated Damages List.
3.17.2. The parties agree that, since it would be difficult to ascertain precisely the losses to the City in
the event of the Vendor's non-performance of its obligations under this Contract, the parties
agree that the Liquidated Damages constitute a genuine pre-estimate of the damages that the City
will suffer as a result of the Vendor's non-performance.
3.17.3. Where the City assesses Liquidated Damages against the Vendor in accordance with Appendix
"F" – Liquidated Damages List, the City shall be authorized to deduct the amount(s) of such
Liquidated Damages assessed in any single month against any amounts invoiced by the Vendor
for that same month. Where Liquidated Damages are assessed for a month for which the invoice
has already been paid, the City shall be entitled to deduct such Liquidated Damages from the
following month's invoice and/or to recover such Liquidated Damages from the Vendor's
performance security.
3.17.4. For the avoidance of doubt, the rights and remedies referred to in this section shall be considered
without prejudice to any other right or remedy the City may have under this Contract or in law,
or shall not relieve the Vendor of any obligations under the Contract in respect of the Work.
3.18. Vendor Monitoring
3.18.1. The Contract Administrator will be responsible to ensure that the Vendor is operating in
accordance with the Contract on a day to day basis.
3.18.2. The City reserves the right to monitor the Vendor in the performance of the Work with or
without the Vendor's knowledge. The City reserves the right to attend the Vendor's location or
office, during business hours, to perform operational, information and financial reviews and
audits of records associated with the Work under this Contract.
3.19. No Scavenging
3.19.1. The Vendor shall not scavenge any material at any time.
3.20. Excessive Breaks and Other Significant Inactivity
3.20.1. Notwithstanding any other provision in this RFQ to the contrary, whenever the City or the
Vendor becomes aware of the Vendor's staff or the Vendor's subcontractor staff engaging in an
excessive break or other significant inactivity during a period of time when such staff is required
to provide services to the City pursuant to this RFQ, the party aware of such non-compliance
shall immediately notify the other party in writing and provide proof upon request. Thereafter,
17
Viewing
Cop
y
RFQ 6033-19-0187
within the invoicing cycle covering such non-compliance, the Vendor shall not include the time
attributable to the excessive break or other significant inactivity on the invoice submitted to the
City. Failure to exclude such time prior to invoicing shall constitute a breach of this agreement
against which liquidated damages may apply
3.21. Payment of Workers
The Vendor shall abide by the City's Fair Wage Policy (set out in Appendix E1 of this RFQ).
The city's Fair Wage Office has determined that the fair wage for an operator and a mechanic
performing work similar to the Work under this contract is as follows:
Mechanical Litter Removal - Labour Requirements
Classification Effective Date
Hourly
Wage
Rate
Holiday/
Vacation Pay
Hourly
Fringe
Benefits
Hours of
Work
Litter Vac Operator January 2020 $19.16 4% $1.78* 40
Litter Vac Mechanic January 2020 $25.66 4% $1.74* 40
Note:
Annual wage increase shall be subject to yearly Statistics Canada Consumer Price Index
(CPI), compounded annually.
Overtime shall be paid at time and one-half after completion of a forty (40) hour work week.
Litter Vac trainee(s) hourly wage rate shall be at seventy five percent (75%) of the Litter Vac
Operator's rate for the first three (3) months of employment with the company.
*Fringe Benefits – Includes such benefits as company pension plans, extended health care
benefits, dental and prescription plans, etc. It does not include legislated payroll deductions
such as Canada Pension Plan (C.P.P.), Employer Health Tax (E.H.T.), Workplace Safety
Insurance Board (W.S.I.B.), or Employment Insurance (E.I.C.)
Annual Adjustment to Bid Price is to be applied to both Hourly Wage Rate and Hourly Fringe
Benefits.
4.0 Term of Contract
Upon Award of this RFQ, the Vendor and the City will have a Contract for the Work for a period
of five (5) years commencing January 1, 2020 to December 31, 2024, all in accordance with the
terms, conditions, and obligations contained in this RFQ and any applicable City policy
5.0 Site Meeting
5.1. Optional Site Meeting
a) Interested Bidders are invited to attend an optional site meeting to familiarize themselves with
the work and ascertain the full extent of the Deliverables required. The optional site meeting
will be held at the City's Ramsden Yard located at 1008 Yonge Street, Toronto, Ontario on
18
Viewing
Cop
y
RFQ 6033-19-0187
August 14, 2019 at 10:00 a.m. Bidders will meet Michael Muia in the Board Room located in
Building 3. Site meetings will not be available at any other times.
b) Firms submitting Quotations without attending the site meeting do so at their own risk.
c) A record of questions and answers as deemed relevant from the site meeting will be distributed
in the form of an Addendum and posted on the City's online call document system. The City
reserves the right not to answer questions at the site meeting but will answer questions that
arise at the site meeting as part of an Addendum.
6.0 Quotation Response Requirements
6.1. General Response Requirements
6.1.1. The following section lists the items that are to be included with your submission. Failure to
include mandatory items will result in your submission being found to be non-compliant and not
considered further.
6.1.2. Bidders must submit one (1) original (clearly marked and identified) and should submit one (1)
electronic (Adobe PDF format) and two (2) additional hard copies of their Quotation. In the
event where there are deviations between the original and any copies, the original hard copy
shall prevail.
6.2. Request for Quotation Cover Page
6.2.1. If providing a Quotation on behalf of a corporation, the RFQ cover page must be signed by an
authorized signing officer who has the authority to bind the corporation. If the Bidder is not a
corporation, the cover page must be signed by an authorized signing officer, having the authority
to legally bind the Bidder to the extent permissible by the Requirements of Law. Bidders must
also indicate the receipt of all Addenda as indicated on the RFQ cover page.
6.3. Price Form – Appendix “C
6.3.1. In order for your Quotation to be considered, the Bidder must provide pricing on all items listed
in Appendix “C” - Price Form inclusive of Prompt Payment discounts, where applicable.
Quotations that do not include pricing on all Deliverables listed will be declared Non-Compliant.
6.3.2. The Bidder is to transcribe the grand total base bid price from the Appendix C - Price Form into
RFQ Cover Page 1 – total base Bid price. In the event of any discrepancy between the
information provided in RFQ Cover Page 1 – total base Bid price and the amount set out in the
Price Form, the Price Form shall govern.
6.3.3. Early Payment Discount
Discount terms for early payment cannot be earlier than 15 days from the receipt date of the
invoice by the City of Toronto, Corporate Accounts Payable unit.
6.3.3.1. If early payment terms are being offered, this must be indicated on Appendix C - Price Form.
The Total Base Bid Price will be calculated taking the total base bid price less the discount
offered, and will be applied against both the initial Term, and any subsequent renewal Term
19
Viewing
Cop
y
RFQ 6033-19-0187
option(s) (if applicable) in order to determine the evaluated bid price for the purposes of the
award.
6.3.4. The pricing in Appendix "C" – Price Form applies to regular shift work, Winter Services period
and Standby time as outlined in Section 3.1 & 3.2. Quantities in Appendix "C" are expressed in
unit number of hours, and the Vendor will be paid monthly based on actual number of hours
worked, as authorized by the Contract Administrator.
6.3.5. All prices, rates, and/or costs submitted by Bidders with respect to unit prices and estimated
labour hours prior to the start of the work in relation to this Request for Quotation, must include
any and all expenses that may be anticipated and incurred by the Vendor while providing the
Services as specified in this RFQ. No additional costs will be considered.
6.3.6. Bidders must provide ALL prices requested in the Price Form(s). Prices that are intended to be
zero cost/no charge to the City must be submitted in the space provided in Price Form(s) as
"$0.00", "0" or "zero". BIDDERS THAT DO NOT FULLY COMPLETE THESE FORMS
(SUCH AS LEAVING LINES BLANK), OR HAVE UNCLEAR ANSWERS (SUCH AS
"N/A", "-", OR "TBD", DASHES OR HYPHENS) WILL BE DECLARED NON-
COMPLIANT.
6.4. Annual Adjustment to Bid Price
The unit prices as set out in Appendix "C - Price Form for the Term of the Contract will be adjusted on an
annual basis as of the anniversary date of the Contract. The first adjustment will be at the first anniversary
of the commencement date of the Contract.
In cases where the calculation results in a negative adjustment, the current unit price will be used as the
adjusted unit rate for that year. The adjustment will be capped at no greater than three (3) percent for each
year for the entire Term of the Contract.
The unit prices for each subsequent year shall be calculated by multiplying the unit price of the previous
year by the following formula:
x = ( 0.15 +
0.65 multiplied by A
@ anniversary date +
0.20 multiplied by B
@ anniversary date ) multiplied by y
A @ anniversary date
previous year
B @ anniversary date
previous year
where:
x = the adjusted unit price of the year following the anniversary date
y = the existing unit price for the current year prior to the anniversary date
A = the Toronto All-Items Consumer Price Index (CPI) at the anniversary month
20
Viewing
Cop
y
RFQ 6033-19-0187
B = Table 18-10-0004-01 (formerly CANSIM 326-0020) Consumer Price Index (CPI), Monthly
(2002=100), Survey or program details: Consumer Price Index – 2301, Product and Product Groups -
Transportation – Operation of Passenger Vehicles. Geography = Ontario.
If the name of an index changes or if the index ceases to exist, the City may use a replacement index that is
similar to the previous index.
6.5. Bid Security – Refer to Section 13.0
6.6. City Policies Submission Form(s) – Appendix "E1"
The Policy Submission Form contains statements from different City of Toronto Policies. The
complete text of these policies can also be found on the City’s website at
http://www.toronto.ca/purchasing/policies. Where applicable, the Bidder shall answer the
questions posed and include the submission form with the completed Request for Quotation, failure
to do so will result in the Bidder being declared Non-Compliant.
6.7. Bidder Qualification
6.7.1. Bidders must have the ability to furnish all skilled labour, materials, equipment, parts, supplies
and services required to fulfill contractual obligations in a skilful and competent manner.
6.7.2. Upon award, the Bidder must submit written verification that their mechanics are 310S, 310T
certified or higher and authorized to undertake the Work described in this RFQ. Operators must
have a valid Class "G" Ontario Provincial driver's license. Failure to submit written verification
of certification/authorization satisfactory to the City within a timeframe specified by the City
will result in the Quotation being declared non-compliant and any bid security forfeited to the
City.
6.7.3. Bidders must submit the Bidder Qualification Form 3 available in Appendix "D" -
Supplementary forms with their Quotation documents.
6.8. Bidder References
6.8.1. Bidders must submit a minimum of one (1) reference from a municipality (with a population of
100,000 plus residents), for whom the Bidder has satisfactorily provided the services as
described in this RFQ within the past five (5) years, on the form in Appendix "D" - Bidder
References Form 4.
6.8.2. Bidders can provide additional references from various municipalities for whom the Bidder has
satisfactorily provided the services similar to the requirements of this RFQ in the past five (5)
years which may be provided on the form in Appendix "D" – Bidder References Form 4.
6.8.3. The City may contact the reference(s) provided. Should any reference fail to confirm that the
services listed in Section 3.0 were performed in a satisfactory manner; the Quotation will be
declared non-compliant.
21
Viewing
Cop
y
RFQ 6033-19-0187
6.9. Corporate Profile Report
Prior to award, if requested by the City, a Bidder will be required to provide a copy of the
bidder's and/or any of the bidder's Affiliated Person's Corporate Profile Report(s) (Ontario), or
equivalent official record issued by the appropriate government authority.
The Corporate Profile Report(s) must have been issued not more than ten (10) working days
prior to the date that the City requests the report. The city reserves the right to confirm the
accuracy of the information contained in the Corporate Profile Report, and to require additional
information from the Bidder as necessary.
In the event that a request for a Corporate Profile Report or equivalent official record cannot be
processed by the appropriate government office within five (5) working days of the City
contacting the Bidder, the bidder must provide proof that the request has been made and provide
an indication as to when the information is expected to be received. The City may refuse to
award a contract to any Bidder, including the lowest bidder, where the requested information has
not been received within five (5) working days of the City contact the Bidder.
The City also reserves the right to require the Vendor to provide a copy of the Corporate Profile
Report or equivalent official record for all of the Vendor's affiliated or related legal entities
during the life of the contract.
7.0 Evaluation of Bids
7.1. Subject to the process terms contained in Appendix "A" and the City's procurement policies, it is
the intent of the City to award a Contract to one (1) Bidder based on the Bidder meeting
specification and providing the lowest total base bid price cost as shown in Appendix “C” –
Price Form inclusive of prompt payment.
7.2. Prior to the award of the contract, the City of Toronto reserves the right to inspect the Bidder's
Facility and equipment and shall be satisfied that the Bidder is capable of delivering all Services
referenced in this RFQ. If the City is not satisfied, the City may, at its sole discretion, deem the
Bidder's submission to be Non-Compliant. Items to be verified by the City will cover but are not
exclusively limited to the equipment storage facility, the location and equipment.
7.3. The provision of the Work shall not commence prior to the contract start date and not until the
contract has been signed and the required performance security as described in Section 13.0 and
evidence of insurance as described in Appendix "B" have been delivered to the City.
7.4. Upon award the City will confirm with the Vendor, the Deliverables, date(s) and any other
instructions related to the Deliverables being provided.
8.0 Offers to Agencies and Corporations (Piggyback Option)
8.1. After award, the Vendor acknowledges that the City may inform its Agencies and Corporations
of the Vendor's Contract with the City. If the Vendor wishes to provide the same Deliverables to
the City's Agencies and Corporations, it shall use commercially reasonable efforts to negotiate
for the purpose of entering into separate and distinct contracts with the City's Agencies and
22
Viewing
Cop
y
RFQ 6033-19-0187
Corporations based on the same or comparable terms (including price and duration) as are set out
in the City's Contract with the Vendor. The Vendor further acknowledges that the City shall not
be liable for any separate contracts negotiated with the City's Agencies and Corporations by the
Vendor.
9.0 Mechanical Litter Collection Units Specifications
9.1. General Specifications
9.1.1. ALL SPECIFICATIONS ARE MINIMUM REQUIREMENTS THAT MUST BE MET OR
EXCEEDED. Bids containing one or more items that do not meet or exceed the minimum
specifications will be declared non-compliant.
9.1.2. The Vendor shall supply twelve (12) new Mechanical Litter Collection Units on the Contract
Start Date. The Vendor must also supply spare Mechanical Litter Collection Units to
accommodate equipment related down time due to repairs. All Mechanical Litter Collection
Units shall meet the specification details in Table A, Appendix "D" Mechanical Litter
Collection Unit Specification Requirements Form 5.
9.1.3. All of the Mechanical Litter Collection Units and all other vehicles supplied by the Vendor to
perform the Work must comply with the Motor Vehicle Safety Act S.C. 1993, c.16, or any
successor legislation, as applicable, the Highway Traffic Act, R.S.O. 1990, Chapter H.8, or any
successor legislation, as applicable, and the regulations for both Acts made there under.
9.1.4. The City reserves the right to inspect the Mechanical Litter Collection Units prior to the Contract
Start Date to ensure the equipment meet specification and are in good working order. The City
reserves the right to re-inspect the Mechanical Litter Collection Units throughout the duration of
the Contract.
9.1.5. All Mechanical Litter Collection Units utilized to collect Litter must have a proven record of
performance and be guaranteed by the manufacturer as capable of operating at the capacities
required.
9.2. Equipment Specifications and Requirements
9.2.1. All Mechanical Litter Removal Units as indicated in Section 9.0 shall meet the requirements
listed in Table A, Appendix "D" - Mechanical Litter Collection Unit Specification Requirements
Form 5
9.3. Signage
The Vendor shall be required to display signage supplied by the City during the Work indicating
that the Mechanical Litter Collection Units are under Contract with the City. In addition, the
Vendor must also display the unit number and Vendor identification on both sides of the body of
the equipment as directed by the Contract Administrator.
23
Viewing
Cop
y
RFQ 6033-19-0187
9.4. Supervisor Vehicles
The Contract Supervisors vehicles shall be manufacturers white in colouring and shall carry a
broom, shovel, spill kit and absorbent to facilitate the cleanup of any Litter, refuse, hydraulic or
other fluid that may be spilled during the course of the Work.
10.0 Quantity
Quantities provided are estimates only and should not be interpreted as indicating a minimum or
maximum order quantity. The quantities shall be used as a basis for comparison upon which the
award will be made. These quantities are not guaranteed to be accurate and are furnished without
any liability to the city whether decreased or increased.
11.0 Warranty
11.1. All Mechanical Litter Collection equipment are to come with a minimum one (1) year
standard manufacturer's warranty.
12.0 Insurance (Refer to Appendix B – General Contract Terms and Conditions)
13.0 Bid Bond and Performance Security
Every Bidder shall submit with their Quotation a 10% Bid Bond of the total estimated price per
year of the Contract (as set out in Appendix “C” including taxes), signed by a guarantee surety
company, acceptable to the City of Toronto Treasurer, authorized by law to carry on business in
the Province of Ontario, and having an office in Ontario, to secure the execution of the formal
Contract and to provide a Performance Bond.
The amount of the Performance Bond to be provided by the Vendor at the execution of the
Contract shall be 50% of the annual Contract amount including any taxes. The Bonds will be
issued by a licensed surety company authorized to transact business in the Province of Ontario
and shall be maintained in good standing until the completion of the Contract. The Vendor may
substitute the Performance Bond with certified cheque/bank draft/money order or letter of credit,
as indicated below, in an amount equivalent to 50% of the annual Contact amount including any
taxes.
Bonds to be made payable to the City of Toronto Treasurer.
Any Bid received that does not satisfy the requirements of the Bid Bond will be declared informal
and not considered.
Original copies only of bonds are acceptable. Quotations submitted with faxed copies of bonds
are not acceptable and will be declared informal.
Bidders may substitute the Bid Bond with a certified cheque/bank draft/money order or letter of
credit, as indicated below, in an amount equivalent to the full value of the Bid Bond requested. If
the Bidder substitutes a Bid Bond with a certified cheque/bank draft/money order or letter of
credit, the substituted document must be included in the Bid at the time of closing.
24
Viewing
Cop
y
RFQ 6033-19-0187
Letter of Credit:
If submitting a Letter of Credit, the Letter of Credit must be in the form attached in Appendix "D"
- Form 7. Should any other Letter of Credit form be used, the terms and conditions must be the
same as those contained in the City of Toronto’s Letter of Credit form. Any deviation in the
wording may result in your Quotation being declared Non-Compliant. Only original copies of
Letter of Credits are acceptable. Quotations submitted with faxed copies of Letter of Credits are
not acceptable and will be declared Non-Compliant.
Certified Cheques/Bank Drafts/Money Orders:
Be advised that cheques, certified bank drafts, money orders will be held for the duration of the
contract, described above, or until replaced by a Letter of Credit described above or where
applicable a Performance Bond.
Should you have any questions on the bid security requested in this quotation, contact the Buyer
at the telephone number shown at the top of the Quotation Request form.
If submitting a Bid Bond, the Bid Bond must be in the form attached in Appendix "D" – Form 6.
Should any other Bid Bond form be used, the terms and conditions must be the same as those
contained in the City of Toronto’s Bid Bond form. Any deviation in the wording may result in
your Quotation being declared Non-Compliant. Only original copies of bonds are acceptable.
Quotations submitted with faxed copies of bonds are not acceptable and will be declared Non-
Compliant.
ANY QUOTATION RECEIVED THAT DOES NOT SATISFY THE CITY'S
REQUIREMENTS OF THE BID SECURITY WILL BE DECLARED NON-
COMPLIANT.
14.0 Occupational Health and Safety
14.1. Bidders are required to submit a properly commissioned (**) Occupational Health and Safety
Statutory Declaration (“OHSA Declaration”) in the form attached to this Quotation Request prior
to award. (Form can be found in Appendix "D" – Supplementary Forms).
14.2. If a properly commissioned OHSA Declaration is not submitted with your Quotation, the City
may provide a Bidder with an opportunity to submit the required OHSA Declaration within five
(5) working days of such written request. Failure to submit the OHSA Declaration in response
to that written request or the inability of the Bidder to satisfy the requirements set out in the
OHSA Declaration are grounds for default. The City may also consider previous OHSA
violations as grounds for rejection of a Quotation and the City may terminate any contract
arising from this Request for Quotation if the Bidder is continuously in violation of OHSA
requirements.
14.3. In the event that a Bidder is unable to satisfy the OHSA Declarations requirements, Bidders are
advised Occupational Health and Safety training is available to Ontario Vendors through the
Construction Safety Association. That training should enable Bidders to identify whether further
training is necessary to satisfy the requirements of the OHSA Declaration on future
Tender/Quotation/Request for Proposal submissions.
25
Viewing
Cop
y
RFQ 6033-19-0187
14.4. The following persons, by virtue of their office, are Commissioners for taking affidavits in
Ontario: Members of the Legislative Assembly, Provincial judges and justices of the peace, and
barristers and solicitors entitled to practise law in Ontario.
15.0 Gender Diversity in City Procurements
As part of City Council's support to enhance gender diversity on boards of corporations, all
corporations conducting business with the City of Toronto are encouraged to utilize an
intersectional analysis to strive to have gender parity on their corporate boards.
16.0 Performance Evaluation and Dispute Resolution Process
16.1. The Vendor shall be evaluated for their performance prior to the end of each Operating Year.
Please refer to Form 1 in Appendix "H" - Vendor Performance Evaluation Form for a sample of
the form which details the criteria that will be used to evaluate and rate the Vendor's
performance for the purposes of this Contract.
16.2. Before the commencement of the Deliverables, the Vendor must attend a mandatory kick-off
meeting with the contract manager(s) or delegate(s). The purpose of this meeting is to review the
Service requirements as set out in the Contract, establish responsibilities under the Contract, and
establish successful working relations with the Vendor.
16.3. The City may request subsequent mandatory performance review meetings with the Vendor four
to six (4-6) months before the end of each Term, including option years, (at no cost to the City)
to review the Vendor Performance Evaluation scores and provide feedback on areas of
improvement. The City expects the Vendor to exhibit a willingness to cooperate to resolve any
outstanding issues in order for the City to continue business with the Vendor.
16.4. If the Vendor fails to attend the mandatory kick-off meeting or any of the subsequent mandatory
performance review meetings during the Contract Term, the City may terminate the Contract in
accordance with the Termination provisions in Article 13.0 (13.01) – Termination, Expiry and
extension.
16.5. At any of the performance review meetings, the Vendor shall be entitled to identify any aspect of
the City's operations that is undermining the Vendor's ability to deliver at least a satisfactory
level of performance in accordance with the Form 1 in Appendix "H" - Vendor Performance
Evaluation Form. Where the City concludes that this is in fact the case, the rating given to the
Vendor with respect to those criteria on the Vendor Performance Evaluation Form, will be
adjusted accordingly.
16.6. Where Vendor performance issues or contract disputes are identified during the Contract Term,
the following process shall be followed by the City and the Vendor:
a) The City and the Vendor shall agree at the time of the mandatory meeting or within 24
hours thereafter, on the measures to be taken by the Vendor moving forward to improve
its performance to at least a satisfactory level. Meetings can also be via a conference call.
26
Viewing
Cop
y
RFQ 6033-19-0187
b) Within 24 hours of both parties agreeing on the proposed measures, the Vendor shall
confirm with the City (through the Contract Manager) in writing that the measures agreed
upon have been implemented.
c) Where the Vendor fails or refuses to implement the proposed measures, it shall be
documented and will negatively impact the Vendor's performance rating to show the
Vendor as displaying unacceptable performance for the corresponding criteria as per
Appendix H, Form 1 - Vendor Performance Evaluation Form.
16.7. If the Vendor continues to provide unacceptable performance, it shall be deemed to be in default
under the Contract, and the City in its sole discretion, may terminate the Contract. The Vendor's
eligibility to bid on future City contracts may be suspended for up to six (6) months with
approval from the Chief Purchasing Officer, and for up to five (5) years with City Council
approval.
17.0 The City of Toronto Social Procurement Program
In May 2016, Toronto City Council unanimously adopted the City of Toronto Social
Procurement Program which aims, in part, to drive inclusive economic growth by
improving access to the City's supply chain for certified diverse suppliers. The City of
Toronto expects its Bidders to embrace and support the City of Toronto Social
Procurement Program and its respective goals.
Social Procurement involves using purchasing power and processes to advance positive
economic, workforce, and social development outcomes, in addition to the delivery of
efficient goods, services, and works. This includes bringing greater diversity to the
contracting processes by addressing barriers for small and medium-sized enterprises,
including those owned by members of equity-seeking groups and Social-purpose
Enterprises. It comprises of a relatively wide range of activities, policies, and programs
employed within geographies to create and sustain an inclusive workforce, create positive
socio-economic impacts on low-income populations, and support current and future
business and industry. It is an approach that integrates human service support, industry-
driven education, and training, and career advancement strategies, facilitated by the
collaboration between employers, training and education institutions, government, and
communities.
a. Supplier Diversity Requirements
As part of the Social Procurement Program, the City encourages Bidders to develop
or provide an adopted supplier diversity policy that details the Bidder's means to
improve supplier diversity in the City's supply chain. This is not a mandatory
requirement and will not be considered as part of the award. A supplier diversity
policy may demonstrate its commitment to diversity by (but not limited to):
Describing the Bidder's commitment to an active supplier diversity program,
including providing a company approved policy related to supplier diversity;
27
Viewing
Cop
y
RFQ 6033-19-0187
Describing the Bidder's commitment to a pro-active employment diversity
program, including providing the company approved employee diversity policy;
or,
Including proof of certification by a Supplier Certification Organization.
For more information on the City of Toronto Social Procurement Program, visit:
http://www.toronto.ca/legdocs/mmis/2016/ex/bgrd/backgroundfile-91818.pdf
b. Workforce Development
As part of the Social Procurement Program, the City may require Bidders to
implement a Workforce Development Plan (WD Plan). If required, Section 18.1–
Social Procurement Program – Workforce Development Requirement will detail the
specifics of one or more Workforce Development Strategies (WD Strategy) to be
implemented. The WD Plan is typically comprised of one or more of the following
WD Strategies, with the details specific to each individual tender:
Recruitment, Training and Skill Development Initiatives;
Opportunities for Registered Apprenticeships during Construction; or,
Use of Social Enterprises in the Supply Chain.
Furthermore, each WD Plan will require the Bidder to:
Designate a liaison within the Proponent's organization who will implement and
maintain the WD Plan and provide status updates and outcomes;
Specify the frequency of meetings that will be included for meeting with a
designated City representative to review and refine the WD Plan and provide
updates on implementation activities; and
Include a process for maintaining records of progress and outcomes and share
these records with the City at agreed intervals throughout the contract, at the end
of the contract and upon request by the City.
Prior to any commencement of work, all reporting requirements will be confirmed. The
implementation of the WD Plan is maintained and documented throughout the contract period, and
such documentation may be considered in the review of responses to future City procurements.
28
Viewing
Cop
y
RFQ 6033-19-0187
APPENDIX “A” REQUEST FOR QUOTATIONS PROCESS TERMS AND CONDITIONS
1. Bidder’s Responsibility
(1) It shall be the responsibility of each Bidder:
a) to examine all the components of this Request for Quotations (RFQ), including all appendices, forms
and Addenda;
b) to acquire a clear and comprehensive knowledge of the required Deliverables before submitting a
Quotation;
c) to become familiar and (if it becomes a successful Bidder) comply with all of the terms and conditions
contained in this RFQ and the City’s Policies and Legislation set out on the City of Toronto website
at:
http://www1.toronto.ca/wps/portal/contentonly?vgnextoid=e831db1bab811410VgnVCM10
000071d60f89RCRD
(2) The failure of any Bidder to receive or examine any document, form, addendum, or policy shall not
relieve the Bidder of any obligation with respect to its Quotation or any purchase order issued based on
the Bidder’s Quotation.
2. City Contact and Questions
(1) All contact and questions concerning this RFQ should be directed in writing to the City employee(s)
designated as “Buyer” in the RFQ.
(2) No City representative, whether an official, agent or employee, other than those identified as “Buyer”
or the Chief Purchasing Official or his/her delegate are authorized to speak for the City with respect to
this RFQ, and any Bidder who uses any information, clarification or interpretation from any other
representative does so entirely at the Bidder’s own risk.
(3) Not only shall the City not be bound by any representation made by an unauthorized person, but any
attempt by a Bidder to bypass the RFQ process may be grounds for rejection of its Quotation.
(4) Commencing from the issue date of this RFQ until the time of any ensuing Award, no communication
shall be made by any person, including potential Bidders, or its representatives, including a third-
person representative employed or retained by it (or any unpaid representatives acting on behalf of
either), to promote its Quotation or oppose any competing Quotation, nor shall any potential Bidder,
or its representatives, including a third-person representative employed or retained by it (or any unpaid
representatives acting on behalf of either), discuss this RFQ or its Quotation with any City staff, City
officials or Council member(s), other than a communication with the "City Contact" identified on page
1 on this RFQ.
(5) Communications in relation to this RFQ outside of those permitted by the applicable procurement
policies and this RFQ document contravene the Lobbying By-law, an offence for which a person is
liable to a maximum fine of $25,000.00 on a first conviction and $100,000.00 on each subsequent
conviction. In addition, the City's Supplier Code of Conduct (Article 13 of Chapter 195, Purchasing
By-law) provides that any Bidder found in breach of the policy may be subject to disqualification from
the call or suspended from future call or calls at the discretion of the Chief Purchasing Official or
Council.
(6) Notwithstanding anything to the contrary set out in this document, the obligations with respect to
lobbying as set out in the City of Toronto Municipal Code, Chapter 140 shall apply. More information
on the Lobbying By-Law can be found at the Office of the Lobbyist Registrar's website.
29
Viewing
Cop
y
RFQ 6033-19-0187
3. Addenda
If the City, for any reason, determines that it is necessary to provide additional information relating
to this RFQ, such information will be communicated to all Bidders by addenda. Each addendum
shall form an integral part of this RFQ. Such addenda may contain important information, including
significant changes to this RFQ. Bidders are responsible for obtaining all addenda issued by the City.
All Bidders must acknowledge receipt of all Addenda in the space provided on the RFQ Cover Page.
The City’s Purchasing and Materials Management Division will make reasonable efforts to issue the
final Addendum (if any) no later than three (3) Business days prior to the Deadline. The City
reserves the right to revise this RFQ up to the Closing Deadline.
If any addendum is issued after the Deadline for issuing Addenda, the City may at its discretion
extend the Submission Deadline for a reasonable amount of time.
4. Exceptions to Mandatory Terms and Conditions
If a Bidder wishes to suggest a change to any mandatory term or condition set forth in any part of
this RFQ it should notify the Buyer in writing not later than five (5) Business Days before the
Closing Deadline. The Bidder must clearly identify any such term or condition, the proposed change
and the reason for it. If the City wishes to accept the proposed change, the City will issue an
Addendum as described in the article above titled Addenda. The decision of the City shall be final
and binding, from which there is no appeal. Changes to mandatory terms and conditions that have
not been accepted by the City by the issuance of an Addendum are not permitted and any Quotation
that takes exception to or does not comply with the mandatory terms and conditions of this RFQ will
be rejected.
5. Omissions, Discrepancies and Interpretations
A Bidder who finds omissions, discrepancies, ambiguities or conflicts in any of the RFQ
documentation or who is in doubt as to the meaning or has a dispute respecting any part of the RFQ
should notify the Buyer noted in this RFQ in writing. If the City considers that a correction, explanation
or interpretation is necessary or desirable, the City will issue an Addendum as described in the article
above titled Addenda. The decision and interpretation of the City respecting any such disputes shall
be final and binding, from which there is no appeal. No oral explanation or interpretation shall modify
any of the requirements or provisions of the RFQ.
6. Bidders Shall Bear Their Own Costs
Every Bidders shall bear all costs associated with or incurred by the Bidder in the preparation and
presentation of its bid including, if applicable, costs incurred for samples, interviews or
demonstrations.
7. Limitation of Liability
The City shall not be liable for any costs, expenses, loss or damage incurred, sustained or suffered by
any Bidder prior, or subsequent to, or by reason of the acceptance or the non-acceptance by the City
of any Quotation, or by reason of any delay in acceptance of a Quotation, except as provided in this
RFQ.
8. Post-Submission Adjustments and Withdrawal of Quotations
30
Viewing
Cop
y
RFQ 6033-19-0187
(1) No unilateral adjustments by Bidders to submitted Quotations will be permitted.
(2) A Bidder may withdraw its Quotation prior to the Closing Deadline any time by notifying the Buyer
designated in this RFQ in writing.
(3) A Bidder who has withdrawn a Quotation may submit a new Quotation, but only in accordance with
the terms of this RFQ.
9. Binding Bid
(1) After the Closing Deadline each submitted Quotation shall be irrevocable and binding on Bidders
for a period of 90 days
10. Supplier Code of Conduct
(1) Honesty and Good Faith
Bidders must respond to the City's RFQ in an honest, fair and comprehensive manner that accurately
reflects their capacity to satisfy the requirements stipulated in the RFQ. Bidders shall submit a Bid only
if they know they can satisfactorily perform all obligations of the contract in good faith. Bidders shall
alert the Buyer to any factual errors, omissions and ambiguities that they discover in the RFQ as early
as possible in the process to avoid the RFQ being cancelled.
(2) Confidentiality and Disclosure
Bidders must maintain confidentiality of any confidential City information disclosed to the Bidder as
part of the RFQ.
(3) Conflicts of Interest and Unfair Advantage
Bidders must declare and fully disclose any actual or potential conflict of interest or unfair advantage
related to the preparation of their bid or where the Bidder foresees an actual or potential conflict of
interest in the performance of the contract.
(4) Collusion or Unethical Bidding Practices
No Bidder may discuss or communicate, directly or indirectly, with any other Bidder or their Affiliated
Persons about the preparation of their Bid including, but not limited to, any connection, comparison of
figures or arrangements with, or knowledge of any other supplier making a submission for the same
work. Bidders shall disclose to the Buyer any affiliations or other relationships with other Bidders that
might be seen to compromise the principle of fair competition, including any proposed subcontracting
relationships.
(5) Illegality
A Bidder shall disclose to the Buyer any previous convictions of itself or its Affiliated Persons for
collusion, bid-rigging, price-fixing, bribery, fraud or other similar behaviours or practices prohibited
under the Criminal Code, the Competition Act or other applicable law, for which they have not received
a pardon.
(6) Interference Prohibited
No Bidder may threaten, intimidate, harass, or otherwise interfere with any City employee or public
office holder in relation to their procurement duties. No Bidder may likewise threaten, intimidate,
harass, or otherwise interfere with an attempt by any other prospective Bidder to bid for a City contract
or to perform any contract awarded by the City.
(7) Gifts of Favours Prohibited
31
Viewing
Cop
y
RFQ 6033-19-0187
No Bidder shall offer gifts, favours or inducements of any kind to City employees or public office
holders, or otherwise attempt to influence or interfere with their duties in relation to the RFQ or
management of a contract.
(8) Misrepresentations Prohibited
Bidders are prohibited from misrepresenting their relevant experience and qualifications in relation to
the RFQ and acknowledge that the City's process of evaluation may include information provided by
the Bidder's references as well as records of past performance on previous contracts with the City or
other public bodies.
(9) Prohibited Communications
No Bidder, or Affiliated Person, may discuss or communicate either verbally, or in writing, with any
employee, public office holder, or the media in relation to any solicitation between the time of the
issuance of the RFQ to the award and execution of final form of contract, unless such communication
is with the Buyer and is in compliance with Chapter 140, Lobbying of the Municipal Code.
(10) Failure to Honour Bid
Bidders shall honour their Bid, except where they are permitted to withdraw their bid in accordance
with the process described in the RFQ. Bidders shall not refuse to enter into a contract or refuse to fully
perform the contract once their bid has been accepted by the City.
(11) Bidder Performance
Bidders shall fully perform their contracts with the City and follow any reasonable direction from the
City to cure any default. Bidders shall maintain a satisfactory performance rating on their Contracts
with the City and other public bodies to be qualified to be awarded similar contracts.
In determining which Quotation provides the best value to the City, consideration may be given to the
past performance of any Bidder and their Affiliated Persons that are currently on a City of Toronto
Suspended vendor list are not eligible for an award.
(12) Disqualification for Non-Compliance with Supplier Code of Conduct
Bidders shall be required to certify compliance with the Supplier Code of Conduct in the City Policy
Compliance Form (Appendix E), with their Bid and verify compliance, upon request from the Buyer,
prior to award. Any contravention of the Supplier Code of Conduct by a Bidder, including any failure
to disclose potential conflicts of interest or unfair advantages, may be grounds for the Chief Purchasing
Official to disqualify a Bidder from the RFQ and suspend the Bidder from future procurements.
11. Failure or Default of Bidder
(1) If the Bidder, for any reason, fails or defaults in respect of any matter or thing which is an obligation
of the Bidder under the terms of the RFQ, the City may at its option:
a) Consider that the Bidder has submitted a non-compliant Bid, whereupon the City may also rescind
any acceptance of the Bid as null and void; or
b) Consider that the Bidder has abandoned any Agreement and require the Bidder to pay the City the
difference between its Quotation and any other Quotation which the City accepts, if the latter is for a
greater amount and, in addition, to pay the City any cost which the City may incur by reason of the
Bidder’s failure or default. The Bidder shall be ineligible to submit a new Quotation for any Call that
32
Viewing
Cop
y
RFQ 6033-19-0187
the City is required to reissue as a result of the Bidder's failure or default or where the City deems
that the Bidder has abandoned the Agreement.
12. Acceptance of Quotations
(1) The City shall not be obliged to accept any Quotation in response to this RFQ.
(2) The City may modify and/or cancel this RFQ prior to accepting any Quotation.
(3) Quotations may be accepted or rejected in total or in part.
(4) The lowest quoted price may not necessarily be accepted by the City.
(5) In determining which Quotation provides the best value to the City, consideration may be given to
the past performance of any Bidder. Bidders and their Affiliated Persons that are currently on a
City of Toronto suspended vendor list are not eligible for an award.
(6) Quotations which are incomplete, not completed in ink, conditional or obscure or which contain
additions not called for, erasures or alterations of any kind may be rejected.
(7) The City reserves the right to waive immaterial defects and minor irregularities in any Quotation.
(8) Quotations not completed in non-erasable medium and signed in ink shall be rejected.
(9) The City reserves the right to verify the validity of information submitted in the Quotation and may
reject any Quotation where, in the City’s sole estimation, the contents appear to be incorrect,
inaccurate or inappropriate.
(10) If the City makes a request to a Bidder for clarification of its Quotation, the Bidder will provide a
written response within 48 hours accordingly, unless otherwise indicated, which shall then form part
of the Quotation.
(11) The City reserves the right to assess the ability of the Bidder to perform the contract and may reject
any Quotation where, in the City’s sole estimation, the personnel and/or resources of the Bidder are
insufficient.
(12) The City may reject a Quotation if it determines, in its sole discretion, that the Quotation is
materially unbalanced. A Quotation is materially unbalanced when:
a) it is based on prices which are significantly less than cost for some items of work and prices
which are significantly overstated in relation to cost for other items of work; and
b) the City had determined that the Quotation may not result in the lowest overall cost to the City
even though it may be the lowest submitted Quotation; or
c) it is so unbalanced as to be tantamount to allowing an advance payment.
13. Currency
Unless otherwise stated herein, prices quoted are to be in Canadian dollars.
14. Tied Bids
In the event that the City receives two (2) or more Bids identical in price, the City reserves the
right to select one of the tied Bids as set out in the Tied Bid procedure under the Purchasing
33
Viewing
Cop
y
RFQ 6033-19-0187
Procurement Processes Policy. The Tied Bid procedure allows for first to consider whether any
of the bidders are a Diverse Supplier as defined in the Social Procurement Policy to break the tie.
If no bidder is a Diverse Supplier then the tie will be broken by way of coin toss or lottery.
15. Mathematical Errors
In the event of mathematical errors found in the pricing pages, the unit prices quoted shall prevail.
Extensions and totals will be corrected accordingly and adjustments resulting from the correction will be
applied to the total price quoted.
16. City Confidential Information
(1) City Confidential Information provided by City staff to any Bidder or prospective Bidder in connection
with, or arising out of this RFQ, the Deliverables or the acceptance of any Quotation:
a) is and shall remain the property of the City;
b) must be treated by Bidders and prospective Bidders as confidential;
c) must not be used for any purpose other than for replying to this RFQ, and for fulfillment of any related
subsequent contract.
17. Ownership and Disclosure of Quotation Documentation
(1) The documentation comprising any Quotation submitted in response to this RFQ, along with all
correspondence, documentation and information provided to the City by any Bidder in connection with,
or arising out of this RFQ, once received by the City:
a) shall become a record of the City;
b) shall become subject to the Municipal Freedom of Information and Protection of Privacy Act ("MFIPPA"), and may be released, pursuant to that Act and other Requirements of Law.
(2) Because of MFIPPA, Bidders should identify in their Quotation any scientific, technical, commercial,
proprietary or similar confidential information, the disclosure of which could cause them injury.
(3) Each Bidder’s name and quoted total base price shall be made public.
(4) By submitting a Quotation, the Bidder acknowledges that it will be made available to members of City
Council and Committees on a confidential basis and may be released to members of the public pursuant
to an access request made under MFIPPA and other Requirements of Law.
18. Intellectual Property Rights
Each Bidder warrants that the information contained in its Quotation does not infringe any third party
intellectual property right and agrees to indemnify and save harmless the City, its staff and its consultants,
if any, against all claims, actions, suits and proceedings, including all costs incurred by the City brought by
any person in respect of the infringement or alleged infringement of any patent, copyright, trademark, or
other intellectual property right in connection with their Quotation.
19. Selection of Successful Bidder
The highest ranked Bidder(s), as established under the evaluation of the RFQ that are recommended by the
City to enter into a Contract will be so notified by the City in writing, pending any award.
34
Viewing
Cop
y
RFQ 6033-19-0187
20. Notification to Other Bidders
Once the Successful Bidder is notified of their selection, the other Bidders will be notified by the City in
writing of the outcome of the RFQ process.
21. Debriefing
Bidders may request a debriefing after receipt of a notification of the outcome of the selection process. All
requests must be in writing to the City Contact and must be made within sixty (60) days of notification of
the outcome of the selection process. The intent of the debriefing information session is to aid the Bidder
in presenting a better bid in subsequent procurement opportunities. Any debriefing provided is not for the
purpose of providing an opportunity to challenge the RFQ process.
22. No Contract until Execution of Written Agreement
No legal relationship or obligation regarding the procurement of any good or service shall be created
between the Bidder and the City by the RFQ process until the selection of the Bidder to provide the
Deliverables pursuant to an Agreement.
23. Bid Protest Procedure
1) Pre-award bid disputes.
Bidders should seek a resolution of any pre-award dispute by communicating directly with the City Contact
as soon as possible from the time when the basis for the dispute became known to them. The City Contact
may delay the outcome of the selection process, or any interim stage of this RFQ process, pending the
acknowledgement and resolution of any pre-award dispute. For more information, see the Pre-Award and
Post-Award Bid Dispute Process.
2) Post-award bid disputes.
Any dispute to the outcome of this RFQ process must be received in writing by the City Contact no later
than ten (10) days after the date of the notification of the outcome of the selection process, or where a
debriefing has been requested, no later than five (5) days after such debriefing is received. Any dispute that
is not timely received or in writing will not receive further consideration.
Any written dispute with a procurement value over $100,000 that cannot be resolved by the City Contact
through consultations with the Bidder, shall be referred to the Treasurer or their designate(s) for an impartial
review, based on the following information:
A. A specific description of each act or omission alleged to have materially breached the procurement
process;
B. A specific identification of the provision in the solicitation or procurement procedure that is alleged
to have been breached;
C. A precise statement of the relevant facts;
D. An identification of the issues to be resolved;
E. The Bidder's arguments, including any relevant supporting documentation; and
F. The Bidder's requested remedial action.
The Treasurer or their designate(s), in consultation with the City Solicitor, may:
A. Dismiss the dispute;
35
Viewing
Cop
y
RFQ 6033-19-0187
B. Accept the dispute and direct the City Contact to take appropriate remedial action, including, but
not limited to, rescinding the award and any executed contract, and canceling the solicitation.
For more information, see the Pre-Award and Post-Award Bid Dispute Process.
24. Governing Law and Interpretation
The Terms and Conditions of the RFQ are to be governed by and construed in accordance with the laws
of the province of Ontario, including the City's Policies and Legislation.
36
Viewing
Cop
y
RFQ 6033-19-0187
APPENDIX "B" GENERAL CONTRACT TERMS AND CONDITIONS
In addition to any other terms and conditions contained elsewhere in this RFQ, the following terms and
conditions shall form part of the Contract between the City and the Vendor and are deemed to be
incorporated into and take precedence over the terms of any purchase order(s) issued in connection with
this RFQ. The order of precedence shall be:
(i) the RFQ, including any appendices, schedules and Addenda;
(ii) the purchase order; and
(iii) the Quotation;
1. Compliance with Laws
The Vendor will be required to comply, at its sole expense, with all applicable Requirements of Law
(including, without limitation, the City's Fair Wage and other policies or by-laws applicable to the City's
vendors, the Ontario Fire Code, the Ontario Employment Standards Act, the Ontario Human Rights Code,
the Ontario Labour Relations Act, the Workplace Safety and Insurance Act, the Income Tax Act and
Occupational Health and Safety requirements) in relation to the provision of any Services, including the
obtaining of all necessary permits and licences, and shall submit proof of such compliance to the City, upon
request, and the Vendor shall indemnify and save the City harmless from any liability or cost suffered by it
as a result of the vendor's failure to comply with this provision.
2. Non-Exclusivity
The awarding of a Contract to a Vendor shall not be a guarantee of exclusivity.
3. Confidentiality
The Vendor shall treat as confidential all information of any kind which comes to the attention of the Vendor
in the course of carrying out the Services and shall not disseminate such information for any reason without
the express written permission of the City or otherwise in accordance with MFIPPA or other applicable
privacy law. The Vendor may be required to enter into a detailed confidentiality and conflict of interest
agreement in a form satisfactory to the City Solicitor.
4. Conflict of Interest
The Vendor shall: (a) avoid any Conflict of Interest in the performance of its contractual obligations; (b)
disclose to the City without delay any actual or potential Conflict of Interest that arises during the
performance of its contractual obligations; and (c) comply with any requirements prescribed by the City
to resolve any Conflict of Interest. In addition to all other contractual rights or rights available at law or
in equity, the City may immediately terminate the Contract upon giving notice to the Vendor where: (a)
the Vendor fails to disclose an actual or potential Conflict of Interest; (b) the Vendor fails to comply with
any requirements prescribed by the City to resolve or manage a Conflict of Interest; or (c) the Vendor’s
Conflict of Interest cannot be resolved to the City's reasonable satisfaction.
5. Indemnities
(1) The Vendor shall indemnify and save harmless the City of Toronto, its Mayor, Members of Council,
officers, employees, and agents from and against any losses, liens, charges, claims, demands, suits,
proceedings, recoveries and judgments (including legal fees and costs) arising from or related to the
Vendor's performance or non-performance of its obligations, including payment obligations to its
37
Viewing
Cop
y
RFQ 6033-19-0187
approved subcontractors and suppliers and others, and including or breach of any confidentiality
obligations under the Contract or infringement, actual or alleged of any Canadian, American or other
copyright, moral right, trade-mark, patent, trade secret or other thing with respect to which a right in the
nature of intellectual/industrial property exists.
(2) Upon assuming the defence of any action covered under this sub-article the Vendor shall keep City of
Toronto reasonably informed of the status of the matter, and the Vendor shall make no admission of
liability or fault on City of Toronto's part without City of Toronto's written permission.
Intellectual Property Indemnity
The Vendor shall indemnify and save harmless the City of Toronto, its Mayor, Members of Council,
officers, employees, and agents from and against any losses, liens, charges, claims, demands, suits,
proceedings, recoveries and judgements (including legal fees and costs) arising from infringement,
actual or alleged, by the Quotation, its use or misuse, or by any of the deliverables developed or
provided or supplied under or used in connection with the Services (including the provision of the
Services themselves), of any Canadian, American or other copyright, moral right, trade-mark, patent,
trade secret or other thing with respect to which a right in the nature of intellectual/industrial property
exists.
Employment & WSIB Indemnity
Nothing under this Agreement shall render the City responsible for any employment, benefit or
termination liability (including those under or in connection with the Workplace Safety and Insurance
Act, 1997 or any successor legislation ("WSIA"), whether statutorily required, at common law or
otherwise, resulting from Services supplied under this Agreement by persons employed or otherwise
engaged by the Vendor. In the event that employment related costs, or other related responsibility falls
to the City for any reason whatsoever, the Vendor agrees to indemnify the City for such costs.
6. Insurance
The successful Vendor agrees to purchase and maintain in force, at its own expense and for the
duration of the services, the following policies of insurance, which policies shall be in a form and
with an insurer acceptable to the City. A certificate evidencing these policies signed by the insurer or
an authorized agent of the insurer must be delivered to the City prior to the commencement of
services:
1. Commercial General Liability provided that the policy:
(i) is in the amount of not less than Two Million Dollars ($5,000,000.00), per occurrence;
(ii) adds the City of Toronto as an additional insured;
(iii) includes Non-Owned Automobile Liability, Employer's Liability and/or Contingent
Employer's Liability, and any other provision relevant to the services;
(iv) includes a clause which will provide the City with thirty (30) days' prior written notice of
cancellation (15 days if cancellation is due to non-payment of premium).
38
Viewing
Cop
y
RFQ 6033-19-0187
2. Contractor's Equipment Insurance- All-risk property insurance on the Contractor's equipment,
materials and supplies used in the performance of the contractor. The Contractor shall have no
claim against the City or the City's insurers for any damage or loss to its property and shall
require its property insurers to waive any right of subrogation against the City.
3. Automobile Liability insurance with a minimum limit of One Million Dollars ($1,000,000) for all
owned or leased licensed motorized vehicles used in the performance of services.
It is understood and agreed that the coverage and limits of liability noted above are not to be construed
as the limit of liability of the vendor in the performance of services. It is also agreed that the above
insurance policies may be subject to reasonable deductible amounts, which deductible amounts shall
be borne by the vendor. At the expiry of the policies of insurance, original signed Certificates
evidencing renewal will be provided to the City without notice or demand.
The successful vendor is responsible for any loss or damage whatsoever to any of its materials, goods,
equipment or supplies and will maintain appropriate all-risk coverage as any prudent owner of such
materials, goods, supplies and equipment. The successful vendor shall have no claim against the City or
the City’s insurers for any damage or loss to its property and shall require its property insurers to waive
any right of subrogation against the City.
7. No Assignment
The Vendor shall not assign any part of the Contract nor any interest therein without the prior written
consent of the City, which consent shall not be unreasonably withheld. However, such written consent
shall not under any circumstances relieve the Vendor of its liabilities and obligations under this RFQ
and the Contract, including the terms of this RFQ.
8. Subcontractors
(1) The Vendor shall be solely responsible for the payment of every subcontractor employed, engaged, or
retained by it for the purpose of assisting it in the performance of its obligations under the contract. The
Vendor shall coordinate the provision of the Deliverables by its subcontractors in a manner acceptable
to the City, and ensure that they comply with all the relevant requirements of the Contract.
(2) The Vendor shall be liable to the City for all costs or damages arising from acts, omissions,
negligence or willful misconduct of its subcontractors.
9. Personnel and Performance
(1) The Vendor must make available appropriately skilled workers, consultants or subcontractors, as
appropriate, and must be able to provide the necessary materials, tools, machinery and supplies to
fulfill its obligations under the Contract.
(2) The Vendor shall be responsible for its own staff resources and for the staff resources of any
subcontractors and third-party service providers.
(3) The Vendor will ensure that its personnel (including those of approved subcontractors), when using
any City buildings, premises, equipment, hardware or software shall comply with all security policies,
regulations or directives relating to those buildings, premises, equipment, hardware or software.
39
Viewing
Cop
y
RFQ 6033-19-0187
(4) Personnel assigned by the Vendor to provide the deliverables (including those of approved
subcontractors) may also, in the sole discretion of the City, be required to sign confidentiality and
conflict of interest agreement(s) satisfactory to the City Solicitor.
10. Independent Contractor
The Vendor and the City agree and acknowledge that the relationship of the City and the Vendor is one of
owner and independent contractor and not one of employer-employee. Neither is there any intention to create
a partnership, joint venture or joint enterprise between the Vendor and the City.
11. Warranties and Covenants
The Vendor represents, warrants and covenants to the City (and acknowledges that the City is relying thereon)
that any deliverable resulting from or to be supplied or developed under the Contract will be in accordance
with the City’s functional and technical requirements (as set out in the RFQ) and, if applicable, will function
or otherwise perform in accordance with such requirements.
12. Ownership of Intellectual Property and Deliverables
The City will own all intellectual property rights, including (without limitation) copyright, in and to all
deliverables provided by the Vendor and its subcontractors. All information, data, plans, specifications,
reports, estimates, summaries, photographs and all other documentation prepared by the Vendor in the
connection with the provision of the Deliverables under the Contract, whether they be in draft or final format,
shall be the property of the City.
13. Termination Provisions
(1) Upon giving the Vendor not less than 30 days’ prior written notice, the City may, at any time and
without cause, cancel the Contract, in whole or in part. In the event of such cancellation, the City
shall not incur any liability to the Vendor apart from the payment for the Deliverables that have been
satisfactorily delivered or performed by the Vendor at the time of cancellation.
(2) Failure of the Vendor to perform its obligations under the Contract shall entitle the City to terminate
the Contract upon ten (10) calendar days’ written notice to the Vendor if a breach which is remediable
is not rectified in that time. In the event of such termination, the City shall not incur any liability to
the Vendor apart from the payment for the Deliverables that have been satisfactorily delivered or
performed by the Vendor at the time of termination.
(3) All rights and remedies of the City for any breach of the Vendor's obligations under the Contract shall
be cumulative and not exclusive or mutually exclusive alternatives and may be exercised singularly,
jointly or in combination and shall not be deemed to be in exclusion of any other rights or remedies
available to the City under the Contract or otherwise at law.
(4) No delay or omission by the City in exercising any right or remedy shall operate as a waiver of them
or of any other right or remedy, and no single or partial exercise of a right or remedy shall preclude
any other or further exercise of them or the exercise of any other right or remedy.
14. Liquidated Damages
If the vendor at any time fails to supply all goods or services to the City as specified within the Contract, or
fails to replace goods or services rejected by the City, then the City shall be permitted to procure such goods
40
Viewing
Cop
y
RFQ 6033-19-0187
or services elsewhere and charge any additional costs incurred by the City to the vendor as liquidated damages,
unless otherwise specified, and deduct such amounts from payments due to the vendor or to otherwise collect
such costs from the vendor by any other method permitted by law.
15. Right to Retain Monies
The City shall have the right to retain out of monies payable to the vendor under the Contract the total amount
outstanding for time to time of all claims arising out of the default of the vendor of its obligations to the City.
This shall include claims pursuant to this or any other contract or cause of action between the vendor and the
City which have not been settled between the City and the vendor.
16. Occupational Health and Safety
(1) The Vendor shall comply with all federal, provincial or municipal occupational health and safety
legislative requirements, including, and without limitation, the Occupational Health and Safety Act, R.S.O., 1990 c.0.1 and all regulations thereunder, as amended from time to time (collectively the
"OHSA").
(2) Nothing in this section shall be construed as making the City the "employer" (as defined in the
OHSA) of any workers employed or engaged by the Vendor for the Work, either instead of or jointly
with the Vendor.
(3) The Vendor agrees that it will ensure that all subcontractors engaged by it are qualified to perform the
Work and that the employees of subcontractors are trained in the health and safety hazards expected
to be encountered in the Work.
(4) The Vendor acknowledges and represents that:
a) The workers employed to carry out the Work have been provided with training in the hazards of the
Work to be performed and possess the knowledge and skills to allow them to work safely;
b) The Vendor has provided, and will provide during the course of the agreement, all necessary
personal protective equipment for the protection of workers;
c) The Vendor’s supervisory employees are competent, as defined in the OHSA, and will carry out their
duties in a diligent and responsible manner with due consideration for the health and safety of
workers;
d) The Vendor has in place an occupational health and safety policy in accordance with the OHSA; and
e) The Vendor has a process in place to ensure that health and safety issues are identified and addressed
and a process in place for reporting work-related injuries and illnesses.
(5) The Vendor shall provide, at the request of the General Manager or his designate, the following as
proof of the representations made in paragraph d(i) and d(iv):
a) documentation regarding the training programs provided or to be provided during the Work (i.e.
types of training, frequency of training and re-training); and
b) the occupational health and safety policy.
(6) The Vendor shall immediately advise the General Manager or his designate in the event of any of the
following:
a) A critical injury that arises out of Work that is the subject of this agreement;
41
Viewing
Cop
y
RFQ 6033-19-0187
b) An order(s) is issued to the Vendor by the Ministry of Labour arising out of the Work that is the
subject of this agreement;
c) A charge is laid or a conviction is entered arising out of the Work that is the subject of this
agreement, including but not limited to a charge or conviction under the OHSA, the Criminal Code,
R.S.C 1985, c. C-46, as amended and the Workplace Safety and Insurance Act, 1997, S.O. 1997, c.
16, Sched. A, as amended.
(7) The Vendor shall be responsible for any delay in the progress of the Work as a result of any violation
or alleged violation of any federal, provincial or municipal health and safety requirement by the
Vendor, it being understood that no such delay shall be a force majeure or uncontrollable
circumstance for the purposes of extending the time for performance of the Work or entitling the
Vendor to additional compensation, and the Vendor shall take all necessary steps to avoid delay in the
final completion of the Work without additional cost to the City.
(8) The parties acknowledge and agree that employees of the City, including senior officers, have no
authority to direct, and will not direct, how employees, workers or other persons employed or
engaged by the Vendor do work or perform a task that is the subject of this agreement.
17. Workplace Safety and Insurance Board
Vendor shall secure, maintain and pay all costs for Workplace Safety and Insurance Board ("WSIB")
workers’ compensation coverage for its employees providing Services under this agreement, whether
required statutorily or not under the Workplace Safety and Insurance Act, 1997.
Vendor represents and warrants that it shall be in good standing with the WSIB throughout the term of this
agreement. Prior to supplying the Services and prior to receiving payment, the Vendor shall produce a
Clearance Certificate issued by the WSIB confirming that the Vendor has paid its assessment based on a
true statement of the amount of its current payroll in respect of the Services and that the City is relieved of
financial liability. Thereafter, throughout the period of Services being supplied, a new Clearance Certificate
will be obtained from the WSIB by the Vendor and provided to the City every 90 days or upon expiry of
the Certificate's validity period whichever comes first.
Vendor shall ensure that any and all persons, including but not limited to volunteers, students,
subcontractors and independent contractors, providing services under this agreement, have secured WSIB
coverage, whether required statutorily or not, for the term of this agreement.
18. Accessibility Standards for Customer Service Training Requirements
The Vendor shall require all applicable personnel (including those of its subcontractors) to fulfill the training
requirements set out in the City's policy on Accessible Customer Service Requirements for Contractors,
Consultants and other Service Providers.
42
Viewing
Cop
y
RFQ 6033-19-0187
19. City of Toronto – Invoice/Billing Requirements
To assist in prompt payment, it is essential that all required billing information is provided on the invoice
submitted to the City of Toronto. If billing information is missing from an invoice it will result in a
payment delays.
It is the Vendor's responsibility to submit accurate invoices for goods /services delivered to the City of
Toronto divisions. If an inaccurate invoice (ie: but not limited to, pricing, quantity or services provided)
is submitted, the Vendor will be requested to issue a credit note and submit a new invoice. If the invoice
in question offered an early payment discount, the re-issue date of the new invoice will be used to
calculate the early payment discount terms.
19.1 Standard Invoices:
1) Original hardcopy vendor invoices must be addressed and sent DIRECTLY to:
City of Toronto
Accounting Services Division
Corporate Accounts Payable
55 John Street
14th Floor, Metro Hall
Toronto, ON
M5V 3C6; or
2). Electronic Invoices
To support an electronic payable environment, the City of Toronto Corporate Accounts Payable unit will
accept electronic vendor invoices submitted via email to [email protected] . Electronic invoices
submitted must be in a PDF format with either single or multiple invoice(s) per attachment.
Note: Do not send statements or past due invoices to this email address, only current invoices will
be accepted. Do not send hard copy invoices to Corporate Accounts Payable if you have submitted
an electronic invoice. If you have any questions regarding this process, please contact AP Customer
Service at 416-397-5235 and follow the prompts.
3) Invoice/s submitted to the City of Toronto must have complete ship to information including:
I. Name of City Division,
II. The City Division’s contact name and phone number (the person ordering or picking up
the goods and/or services),
III. Delivery location of goods and/or services (excluding pick-up order),
IV. Purchasing document information on the invoice (blanket contract number, contract
release order number (CRO) purchase order (PO) or Divisional Purchase Order (DPO)
must be clearly indicated on the invoice.
V. Complete "Remit To" address is required on all submitted vendor invoices
A purchasing document number must be provided by City Staff at time of order for goods or
services.
43
Viewing
Cop
y
RFQ 6033-19-0187
4) City purchases with the use of a credit card/PCard, are NOT to be sent to Corporate Accounts Payable.
These invoices are considered paid.
5) Vendors are encouraged to provide packing slips and/or goods receipt confirmations directly to the
ordering Division for goods/services delivered.
6) Vendors are to provide backup documentation directly to the ordering Division, not Corporate
Accounts Payable.
19.2) Construction Contracts & Consultant Assignments related to Capital Projects – With a
Holdback only.
Invoices related to an approved capital project with a holdback and managed by a Contract Administrator
(CA) must be forwarded to the CA for review and approval. Billing requirement direction will be
provided by the contract custodian or city divisional designate prior to the start of the Contract.
1) All invoices must be addressed and sent DIRECTLY to:
Contract Administrator
City of Toronto
Address
Contact Info: Phone #, E-mail address
Note: Contact Information of respective CA will be provided in writing, prior to the start of the contract.
2) Invoice/s submitted to the City of Toronto Contract Administrator must have complete information
including:
I. Contract/Project Number
II. Name of City Division and Contract Administrator
III. Vendor Number
IV. Vendor Name and address
V. The City Division’s contact name and phone number (the person ordering or picking up
the goods and/or services),
VI. Description of work/ Project Name
VII. Location of work
VIII. Bill through Dates(Work Done): from and to
IX. Invoice Date
X. Sub-total Amount: Excluding all taxes
XI. Total Invoice Amount; Including all taxes
Purchasing document information on the invoice (blanket contract number, contract release order number
(CRO) purchase order (PO) or Divisional Purchase Order (DPO), must be clearly indicated on the invoice.
(*This purchasing number should be provided by City staff at the time of order*)
44
Viewing
Cop
y
RFQ 6033-19-0187
APPENDIX “C” PRICE FORM
The hourly rate quoted shall include any and all expenses that may be anticipated and incurred by the Bidder
while providing the Work as specified in this RFQ, excluding Harmonized Sales Tax (HST). No additional
costs will be considered.
IN THE EVENT OF MATHEMATICAL ERRORS FOUND IN THE PRICING PAGES, THE UNIT
PRICES QUOTED SHALL PREVAIL. EXTENSIONS AND TOTALS WILL BE CORRECTED
ACCORDINGLY AND ADJUSTMENTS RESULTING FROM THE CORRECTION WILL BE
APPLIED TO THE TOTAL PRICE QUOTED.
TABLE A - REGULAR SEASONAL WORKING HOURS
Number of
Mechanical
Litter Removal
Units required
Annually
(A)
Estimated Annual
Requirement for
Regular Seasonal
Working Weeks
(B)
Required Number
of Hours Per Week
(8 Hours X 7 Days)
(C)
Hourly
Rate
(D)
Extended
Annual Price
(E) =
A x B x C x D
Extended Price
for Contract
Term of 5 Years
(F) = (E) x 5
12 Units 40 Weeks 56 Hours $ _______ $ ____________ $ __________
TABLE B – WINTER SERVICES WORKING HOURS
Number of
Mechanical
Litter Removal
Units required
Annually
(A)
Estimated Annual
Requirement for
Winter Services
Working Weeks
(B)
Required Number
of Hours Per Week
(8 Hours X 7 Days)
(C)
Use
Hourly
Rate, from
Table A,
Column D,
above
Extended
Annual Price
(E) =
A x B x C x D
Extended Price
for Contract
Term of 5 Years
(F) = (E) x 5
6 Units 12 Weeks 56 Hours $ __________ $ __________
TABLE C – WINTER SERVICES STANDBY WORKING HOURS
Number of
Mechanical
Litter Removal
Units required
Annually
(A)
Estimated Annual
Requirement for
Standby Working
Weeks
(B)
Required Number
of Hours Per Week
(3 Hours X 7 Days)
(C)
Use
Hourly
Rate, from
Table A,
Column D,
above
Extended
Annual Price
(E) =
A x B x C x D
Extended Price
for Contract
Term of 5 Years
(F) = (E) x 5
6 Units 12 Weeks 21 Hours $ __________ $ __________
45
Viewing
Cop
y
RFQ 6033-19-0187
SUMMARY:
(1) SUB-TOTAL
(TABLE A + TABLE B + TABLE C) excluding tax $________________
(2) PROMPT PAYMENT TOTAL % DISCOUNT (if applicable – refer
to sub-section 6.3.3) %________________
(3) STATE DISCOUNT TERM (e.g. Net 15 Days)
________________
(4) LESS EARLY PAYMENT DISCOUNT (if applicable)
$________________
(5) TOTAL EVALUATED BID PRICE FOR CONTRACT TERM
OF 5 YEARS $________________
46
Viewing
Cop
y
RFQ 6033-19-0187
APPENDIX “D” – SUPPLEMENTARY FORMS
1) Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy
2) Statutory Declaration (Occupational Health & Safety)
3) Bidder Qualifications Form
4) Bidder Reference Form
5) Mechanical Litter Collection Unit Specification Requirements Form
6) Bid Bond Form
7) Letter of Credit Form
47
Viewing
Cop
y
FORM 1
Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy
Organizations/individuals in Ontario, including the City of Toronto, have obligations under the Ontario Human Rights Code, the Occupational Health and Safety Act, the Employment Standards Act, the Accessibility for Ontarians with Disabilities Act, the Criminal Code of Canada and the Charter of Rights and Freedoms. In addition, the City of Toronto also has policies that prohibit discrimination on the additional grounds of political affiliation or level of literacy, subject to the requirements of the Charter. Organizations are required to have and post policies, programs, information, instruction, plans and/or other supports, and an appropriate internal process available to their employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints under the applicable legislation and including the additional grounds of discrimination prohibited under City policy. Individuals are obliged to refrain from harassment/hate activity. The City of Toronto requires all organizations and individuals that contract with the City to sign the following Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy. This Declaration must be signed by your organization and submitted with the contract or Letter of Understanding. The name of your organization and the fact that you have signed this declaration may be included in a public report to City Council.
Declaration:
I/we uphold our obligations under the above provincial and federal legislation. In addition, I/we uphold our obligations under City policies which prohibit harassment/discrimination on a number of grounds including political affiliation and level of literacy. WHERE LEGALLY MANDATED I/we have in place the necessary policies, programs, information, instruction, plans and/or other supports that are consistent with our obligations, and I/we have an internal process available to my/our employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints. I/we agree that I/we shall, upon the request of the City, provide evidence of the policies, programs, information, instruction, plans and other supports and an appropriate internal complaint resolution process required under this Declaration which is sufficient to allow the City to determine compliance. I/We acknowledge that failure to demonstrate compliance with this declaration to the satisfaction of the operating Division, in consultation with the City Solicitor, may result in the termination of the contract. Name of Vendor or Name of Grant Applicant (Organization or Individual): Complete Address: Email _____________________________ Tel. No. ____________________________ Postal Code: Fax No. ____________________________ Name of Signing Officer or Name of Applicant (Name – please print): Position
Signature: Date:
Authorized Signing Officer or Individual
G
roup/V
en
dor/
Indiv
idu
al N
am
e:
Date
: F
or
Offic
e U
se O
nly
DE
CL
AR
AT
ION
OF
CO
MP
LIA
NC
E W
ITH
AN
TI-
HA
RA
SS
ME
NT
/DIS
CR
IMIN
AT
ION
LE
GIS
LA
TIO
N &
CIT
Y P
OL
ICY
Multilingual Services: 311 and TTY 416-338-0889.Further information: www.toronto.ca/diversity.ca
48
Viewing
Cop
y
STATUTORY DECLARATION Form 2 (Occupational Health & Safety) .
PROVINCE OF ONTARIO )
JUDICIAL DISTRICT OF YORK )
IN THE MATTER OF RFQ NO. __________ AND ANY ENSUING CONTRACT BETWEEN
_______________________________________________ (Company Name)
- AND -
City of Toronto
I, ______________________________ of the City/Town/Village of ___________________________ in the Province
(Name)
of _____________________________, do solemnly declare the following:
(Name of Province)
1. I am the ___________________________ of the ____________________________ and as such
(Insert Title) (Insert Company Name)
have knowledge of the matters herein stated.
2. __________________________ is a sole proprietorship/partnership/corporation with its head office (Company
Name)
located at________________________ and has carried on business as a_______________________________________
(contractor/state other type of business)
since on or about_____________________.
(Insert Date)
3. _______________________________ since__________________ had in place a Health and Safety Policy
(Company Name) (Insert Date)
under Section 25(2) (j) of the Occupational Health and Safety Act, R.S.O. 1990, c. 0.1 as amended, (the “Act”) and
has/have developed and maintain(s) on an annual basis a program to implement the written Occupational Health and Safety
Policy. A copy of the policy and program for________________________ (Insert Company Name) will be delivered to the
City of Toronto upon request by the City and will be available for inspection at the City of Toronto, solely for the purposes of
the above noted Contract.
4._______________________________ since__________________ had in place a Workplace Violence and a
(Company Name) (Insert Date)
Workplace Harassment Policy under Section 32.0.1(1) of the Occupational Health and Safety Act, R.S.O. 1990, c. 0.1 as
amended, (the “Act”) and has/have developed and maintain(s) on an annual basis a program to implement the written Workplace
Violence and Workplace Harassment Policy. A copy of the policy and program for________________________ (Insert
Company Name) will be delivered to the City of Toronto upon request by the City and will be available for inspection at the
City of Toronto, solely for the purposes of the above noted Contract.
5._______________________________ (Insert Company Name) will employ for the Work under this Contract a
supervisor or supervisors who are competent persons as defined by section 1(1) of the Act, and specifically a person or
persons who:
49
Viewing
Cop
y
(a) are qualified because of knowledge, training and experience to organize the Work and its
performance;
(b) are familiar with the Act and the regulations made thereunder that apply to the Work; and
(c) have knowledge of any potential or actual danger to health and safety associated with the Work.
6.________________________________________ (Insert Company Name) will employ for the purpose of
this project the following competent supervisors: __________________________________________
(Insert name of supervisors)
No supervisors other than those named shall work on this Contract.
7. The supervisors employed by________________________________________ (Insert Company Name) has
successfully completed the necessary health and safety courses to be considered a competent person to undertake the
Work described in the Contract.
AND I/We make this solemn Declaration conscientiously believing it to be true, and knowing that it is of the same force and
effect as if made under oath and by virtue of “The Canada Evidence Act”.
DECLARED BEFORE ME AT THE )
)
OF )
)
IN THE ) _____________________________________________
) Signing Officer for Company
THIS DAY OF 20___. )
)
A Commissioner etc. )
50
Viewing
Cop
y
Form 3
BIDDER QUALIFICATION FORM
The Bidder must have current existing operations in Southern Ontario. Bidder must identify the location of dispatch
offices and repair and maintenance facilities which may be inspected by City staff prior to award below:
a) State Location of Dispatch Office:
____________________________________________________________________________________________
______________________________________________________________________
b) State Location of Repair & Maintenance Facility:
____________________________________________________________________________________________
______________________________________________________________________
51
Viewing
Cop
y
Form 4
BIDDER REFERENCES FORM
(Refer to section 6.8, Bidder References)
Reference #1 - Mandatory
Company Name: ________________________________
Contact Name/Title: ________________________________
Telephone Number: ________________________________
Email: ________________________________
Provided Mechanical Litter Removal Services Yes No
Additional Reference (if available) #2 - Optional
Company Name: ________________________________
Contact Name/Title: ________________________________
Telephone Number: ________________________________
Email: ________________________________
Provided Mechanical Litter Removal Services Yes No
52
Viewing
Cop
y
Form 5
TABLE A - MECHANICAL LITTER COLLECTION UNIT SPECIFICATION REQUIREMENTS FORM
(A) (B) (C)
Item
No. Minimum Specification
Please confirm
compliance to
specification in
column (A)
Confirm
(Yes/No)
If "No", in column (B),
please state how your offered
item meets or exceeds the
specification in column (A)
1 Model 4-wheel, 2-wheel drive riding type Litter
vacuum, fuel tank must be large enough for
continuous eight (8) hour shift
2 Diesel engine, 3 cylinder, water cool, Tier 4
compliant and certified, 28hp minimum. Must use
bio diesel fuel. State minimum percent of bio-
diesel.
3 Transmission, variable speed hydrostatic system.
Speed, minimum 15 km/hour, maximum speed not
to exceed 30 km/hour, single foot pedal control
forward/reverse
4 Steering, automotive type, power assisted, turning
radius 18" to 24" from back tire
5 "Vacuum nozzle" litter collector with a straight
through suction system with no restrictions. Litter
must not pass through the impeller. Litter
compacted within collector bay/container. Pivoting
hose (minimum 270 degrees) complete with a 1.20m
reach- 200mm vacuum hose.
6 Height – not to exceed 2.44m in overall height. 7 Width – not to exceed 1.20m 8 Minimum ground clearance of 150 mm 9 Minimum Litter capacity of 227 litres 10 Be equipped with brake lights, turn signals and tail
lights, 4 way flashers and flashing strobe light
located at the rear and 4 inch diameter LED strobe
installed at the front of the unit, electric horn switch
mounted on floor for foot operation, multi-frequency
backup alarm, slow moving fixed, slope meter,
rectangular 4" x 6" convex rear view mirror
11 CSA approved seatbelt 12 Must have seat activated lockout system. No drive
(forward or reverse) if the operator's seat is
unoccupied.
13 Must have emergency plum activated shut off.
Switch shall be installed on steering column.
14 Roll over protective structure; must meet the
requirements of the Province of Ontario
Occupational Health and Safety Act RRO 1990, 856
for roll over protective structures.
15 Sound reduction package
53
Viewing
Cop
y
(A) (B) (C)
Item
No. Minimum Specification
Please confirm
compliance to
specification in
column (A)
Confirm
(Yes/No)
If "No", in column (B),
please state how your offered
item meets or exceeds the
specification in column (A)
16 Ansul multi-purpose dry chemical automatic fire
suppression system with fixed nozzle, equipped with
heat sensing warning device and fan impeller shut
down with warning indicator.
17 Equipment must be outfitted with an overheard
awning to reduce operators direct UV exposure, to
provide cover from the elements (rain, snow etc.)
and to prevent operator from being struck by falling
objects.
18 Filter must be PM10 or better. 19 Must have Global Positioning System (GPS) units
installed in each of equipment being used for City
Work, including the supervisor's vehicles. The
Vendors GPS system must provide unrestricted
direct access via internet to City staff at all times
including the ability to produce reports on demand
in a form acceptable to Litter Operations. Users
shall be able to generate reports summarizing
vehicle activity by selecting the vehicle(s), date and
timeframe. Information shall include but not limited
to: start/stop times, idle times, distance travelled
(km), hours travelled, number of stops, and vehicle
status. Playback history must include the ability to
accurately leave tracks of exact routing taken so as
to depict the progress and direction along a roadway
for the purpose of reviewing daily productivity.
20 All mechanical Litter Collection Units shall be
"manufacturers white" in colouring
21 Equipment must be outfitted with heated seats for
winter operations or equivalent heating apparatus
TABLE B – COLLECTION BAGS SPECIFCATIONS FORM
(A) (B) (C)
Minimum Specification, refer to sections 3.4.1 and 3.4.2
Please confirm
compliance to
specification in
column (A)
Confirm
(Yes/No)
If "No", in column (B),
please state how your offered
item meets or exceeds the
specification in column (A)
Vendor shall purchase and utilize, readily identifiable bag
that includes no less than 20% recycled content and is made
of transparent material (i.e. blue opaque or transparent).
54
Viewing
Cop
y
Form 6
BID BOND EXAMPLE
BID BOND (see Section 13.0)
BOND NO:
KNOW ALL MEN BY THESE PRESENTS that we
herein called the "Principal"
- and -
herein called the "Surety"
are jointly and severally held and firmly bound unto the City of Toronto, hereinafter called the "City", each, in the penal sum of
$XXXX
of lawful money of Canada, to be paid to the City or to its successors or assigns for which payment well and truly to be made, we jointly and severally bind ourselves, our and each of our several and respective executors, administrators, successors and assigns and every of them forever firmly by these presents.
SEALED with our several and respective seals.
DATED this day of 20
WHEREAS the said Principal is herewith submitting to the City its Submission for
RFQ # 6033-19-0187
and the said RFQ provides that it is to continue open to acceptance and to be irrevocable until the formal contract is executed by the successful Bidder.
55
Viewing
Cop
y
NOW the condition of this obligation is such that if, on acceptance of the RFQ of the aforesaid Principal in accordance with the terms and conditions of said RFQ within 120 days from the Closing Deadline of the RFQ, the said Principal shall, within the time required, enter into a formal contract and give good and sufficient bonds required by the said RFQ to secure
(i) the performance of the terms and conditions of the contract, and
(ii) payment for certain labour and materials,
both in the forms required by the City then this obligation shall be void; otherwise the Principal and Surety will pay unto the City the difference in money between the total amount of the RFQ of the said Principal and the sums of the amount for which the City legally contracts with another party to perform the work and for which the City of Toronto may expend or for which it may become liable by reason of such default or failure, including the cost of any advertisement for new RFQs if the latter sums of the amount be in excess of the former; but in no event shall the Surety's liability exceed the penal sum hereof.
AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable as Principal and that nothing of any kind or matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liability of the Surety, any law or usage relating to the liability of Sureties to the contrary notwithstanding.
SEALED AND DELIVERED )
in the presence of )
)
) Principal
)
)
)
) Surety
56
Viewing
Cop
y
Form 7
(PRINTED ON BANK LETTERHEAD)
IRREVOCABLE STANDBY LETTER OF CREDIT
Beneficiary:
City of Toronto
Issue Date:
Letter of Credit Number:
Credit Amount (Canadian
Funds):
Initial Expiry Date:
(5 Years following
issue date)
We hereby authorize you, the City of Toronto, to draw on (Bank name, address and branch)
(the “Bank”) for the account of (customer name and address)_ , (the “Customer”) up to
an aggregate amount of $ Canadian Dollars (the “Credit Amount”) available on demand
up to _______(date)______ (the “Initial Expiry Date”) or a subsequent anniversary date,
and is hereby given to you pursuant to an agreement between the City of Toronto, and (name of
customer) with respect to (insert municipal address of property, if applicable ) ,
dated_______________ (the “Agreement”).
Pursuant to the request of the Customer, the Bank hereby establishes in your favour and gives to you an
Irrevocable Standby Letter of Credit in the Credit Amount on which you may draw in whole or in part at any
time and from time to time, subject to the terms herein.
A drawing under this Letter of Credit shall be made by you presenting to the Bank, at the address noted
below, a demand in writing authorized by the City Treasurer or delegate.
Partial drawings are permitted.
Upon receipt of said demand, the Bank shall pay to you the amount stated in the demand, to be payable to you
without inquiring whether you have a right as between yourself and the Customer to make such demand, and
without recognizing any claim of the Customer or objection by the Customer to payment by the Bank.
This Letter of Credit will continue up to the Initial Expiry Date but shall be subject to the condition that it
shall be deemed to be automatically extended without amendment for one year from the present or any future
expiration date hereof, unless 60 days prior to any such expiration date the Bank notifies you by notice in
writing delivered to the City of Toronto at the address noted below by registered mail that it shall not renew
this Letter of Credit for any such additional period. Upon receipt by you of such notice, you may draw
57
Viewing
Cop
y
hereunder, for the available balance of this Letter of Credit by presenting a written demand together with
confirmation that the amounts drawn will be retained and used by you to meet obligations incurred or to be
incurred in connection with the Agreement. The demand must be authorized by the City Treasurer or
delegate.
Bank Name: _________________________ Countersigned:_______________________
Address: _________________________ Countersigned:_______________________
ADDRESS FOR NOTICE
1. NOTICE TO BANK
(bank to insert full address and contact information)
2. NOTICE TO CITY OF TORONTO
City of Toronto
Corporate Finance Division, Capital Markets
City Hall, 7th Floor, East Tower
100 Queen Street West
Toronto, Ontario, M5H 2N2
58
Viewing
Cop
y
APPENDIX E - CITY POLICY COMPLIANCE FORMS (Also See City Policies Listed in Appendix "E1")
POLICIES
The Bidder has read, understood and agrees to comply with the terms and conditions contained in this RFQ
and the City’s Policies and Legislation set out on the City of Toronto website at:
http://www.toronto.ca/purchasing/policies
DECLARATION OF COMPLIANCE WITH THE CITY'S SUPPLIER CODE OF CONDUCT
By signing this form, the Bidder acknowledges that it has read and understands its obligations under the
Supplier Code of Conduct and further certifies that the Bidder, and any of its proposed subcontractors, will
provide the services in compliance with the Supplier Code of Conduct.
Refer to the Supplier Code of Conduct in Article 13 of Chapter 195, Purchasing, of the Toronto Municipal
Code.
PROHIBITION AGAINST COLLUSION AND UNETHICAL BIDDING
If the box below is left blank, the Bidder will be deemed to declare that it had no affiliation or other
relationships with other Bidders that might be seen to compromise the principle of fair competition, including
any proposed subcontracting relationships.
If the Bidder declares an affiliation or other relationship with other Bidders that might be seen to compromise
the principle of fair competition, the Bidder must set out the details below:
Refer to the Supplier Code of Conduct mentioned above.
59
Viewing
Cop
y
PROHIBITION AGAINST ILLEGALITY
If the box below is left blank, the Bidder will be deemed to declare that is has no previous convictions of
itself or affiliated persons for collusion, bid-rigging, price-fixing, bribery, fraud, or other similar behaviors or
practices prohibited under the Criminal Code, the Competition Act, or other applicable law, for which the
Bidder has not received a pardon.
If the Bidder declares that it has previous convictions of itself or affiliated persons, the Bidder must set out
the details below:
Refer to the Supplier Code of Conduct mentioned above.
CONFLICTS OF INTEREST OR UNFAIR ADVANTAGE
For the purposes of this section, the term “Conflict of Interest” means
(a) in relation to the procurement process, the Bidder has, or is seen to have, an unfair advantage or
engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not
limited to (i) having, or having access to, confidential information of the City in the preparation of its
proposal that is not available to other Bidders, (ii) communicating with any person with a view to
influencing preferred treatment in the procurement process (including but not limited to the lobbying
of decision makers involved in the procurement process), or (iii) engaging in conduct that
compromises, or could be seen to compromise, the integrity of the procurement process; or
(b) in relation to the performance of its contractual obligations contemplated in the contract that is the
subject of this procurement, the Bidder’s other commitments, relationships or financial interests (i)
could, or could be seen to, exercise an improper influence over the objective, unbiased and impartial
exercise of its independent judgment, or (ii) could, or could be seen to, compromise, impair or be
incompatible with the effective performance of its contractual obligations.
Potential Conflicts of Interest or unfair advantage include, but are not limited to:
(1) Engaging current or former City employees or public office holders to take any part in the preparation of
the proposal or the performance of the contract if awarded, any time within two (2) years of such persons
having left the employ or public office of the City;
(2) Engaging any family members, friends or private business associates of any public office holder which
may have, or appear to have, any influence on the procurement process or performance of the contract, if
awarded;
(3) Prior involvement by the supplier or affiliated persons in developing the technical specifications or other
evaluation criteria for the solicitation;
(4) Prior access to confidential City information by the supplier, or affiliated persons, that is materially
related to the solicitation and that was not readily accessible to other prospective Bidders; or
(5) The Bidder or its affiliated persons are indebted to or engaged in ongoing or proposed litigation with the
City in relation to a previous contract.
60
Viewing
Cop
y
If the box below is left blank, the Bidder will be deemed to declare that (a) there was no Conflict of Interest in
connection with preparing its proposal; and (b) there is no foreseeable Conflict of Interest in performing the
contractual obligations contemplated in this RFSQ process.
The Bidder declares that there is an actual or potential Conflict of Interest relating to the preparation of its
proposal, and/or the Bidder foresees an actual or potential Conflict of Interest in performing the contractual
obligations contemplated in the procurement.
If the Bidder declares an actual or potential Conflict of Interest, the Bidder must set out the details below:
The following individuals, as employees, advisers, or in any other capacity (a) participated in the preparation
of our proposal; AND (b) were employees of the City and have ceased that employment within twenty four
(24) months prior to the Submission Deadline:
Name of Individual:
Job Classification:
Department:
Last Date of Employment with the City:
Name of Last Supervisor:
Brief Description of Individual’s Job Functions:
Brief Description of Nature of Individual’s Participation in the Preparation of the
Proposal:
(Repeat above for each identified individual. Bidders may include this information on a separate sheet
if more space is required)
The Bidder agrees that, upon request, the Bidder shall provide the City with additional information from each
individual identified above in a form prescribed by the City.
PURCHASE OF PRODUCTS MANUFACTURED IN FACTORIES WHERE
CHILDREN ARE USED AS SLAVE LABOUR OR OTHER EXPLOITIVE
CIRCUMSTANCES WHICH IMPEDES CHILD DEVELOPMENT (if applicable)
Purpose:
To advise suppliers that the City of Toronto does not wish to encourage the use of products manufactured in factories
where children are used as slave labour or other exploitive circumstances which impedes child development.
Policy:
Bidders must state where the products offered have been made. City Council does not wish to see products used that
have been made in factories in countries where children are used as slave labour or other exploitive circumstances, which
impedes child development. Therefore, preference will be given to bidders that obtain products from any country other
than the aforementioned, but this criteria will not be used to disqualify any bidder.
Bidders must state where the products offered have been made: _______________________
(Specify)
61
Viewing
Cop
y
Bidders to state if products offered have been made in factories in countries where children are used as slave labour or
other exploitive circumstances which impedes child development: ____________________
(Specify)
This policy will be considered in the evaluation of all Bids received.
ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT (if applicable)
For a copy of the City of Toronto Environmentally Responsible Procurement Policy, please download a copy of the
Policy at http://www.toronto.ca/calldocuments/pdf/environment_procurement.pdf
State if environmentally preferred products/service is being offered: YES______ NO______
State briefly the environmental benefit of the product/service offered:
____________________________________________________________________________________
ACCESSIBILITY FOR ONTARIANS WITH DISABILITIES STANDARDS
The Bidder acknowledges that it shall deliver, as appropriate for each Deliverable, accessible and inclusive
Services consistent with the Ontario Human Rights Code (OHRC), the Ontarians with Disabilities Act, 2001
(ODA) and Accessibility for Ontarians with Disabilities Act, 2005 (AODA) and its regulations in order to
achieve accessibility for Ontarians with disabilities. Bidders are also required to comply with the City’s
accessibility standards, policies, practices, and procedures, which may be in effect during the Term of the
Agreement and which apply to the Deliverables. The accessible customer service training requirements which
are applicable to the Deliverables may be reviewed at: https://www.ontario.ca/laws/regulation/110191
DISCLOSURE OF BID INFORMATION
The Bidder hereby agrees that any information provided in this Bid, even if it is identified as being supplied
in confidence, may be disclosed where required by law or if required by order of a court or tribunal. The
Bidder hereby consents to the disclosure, on a confidential basis, of this Bid by the City to the City’s advisers
retained for the purpose of evaluating or participating in the evaluation of this Bid.
The Bidder shall provide the City with ongoing disclosure, should the Bidder be awarded a contract and any
of the information or representations provided in this form no longer be accurate.
___________________________________________________
SIGNATURE OF AUTHORIZED SIGNING OFFICER
___________________________________________________
PRINTED NAME OF SIGNING OFFICER
I have authority to bind the Bidder and attest to the accuracy of the information provided in this Bid
THIS FORM IS A MANDATORY SUBMISSION REQUIREMENT
62
Viewing
Cop
y
APPENDIX “E1” – APPLICABLE CITY POLICIES
For a copy of the City of Toronto Procurement Policies, please download a copy of the Policy by clicking any of
the links as provided below or by visiting the following website (www.toronto.ca/purchasing/policies):
(1) FAIR WAGE POLICY* *Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67)
FW R (10/07)
The policy and schedules are available on the Fair Wage Office website – www.toronto.ca/fairwage LABOUR TRADES CONTRACTUAL OBLIGATIONS IN THE CONSTRUCTION INDUSTRY* Labour Trades Contractual Obligations – (extracted from Schedule B of the City of Toronto Municipal Code, Chapter
67)
(2) ACCESSIBILITY STANDARDS FOR CUSTOMER SERVICE TRAINING REQUIREMENTS
POLICY
(3) ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT
(4) POLICY ON DONATIONS TO THE CITY FOR COMMUNITY BENEFITS
(5) RIGHT TO REJECT DEBTORS AND SET OFF POLICY
63
Viewing
Cop
y
APPENDIX “E2” – FAIR WAGE SCHEDULE
The Fair Wage Schedule that is applicable to this Call is the:
RFQ 6033-19-0187
Please review a copy of the Fair Wage Schedule applicable to this Call. The Fair Wage Schedules can be
found at the following website:
http://www.toronto.ca/fairwage
In the event that other Fair Wage Schedules may overlap the work covered by this Contract or if you have
any questions with respect to the Fair Wage Policy or the Fair Wage Schedules please contact the Fair
Wage Office by:
Tel: (416) 392-7300
Fax:(416) 392-0801
E-Mail: [email protected]
64
Viewing
Cop
y
APPENDIX “F”
Liquidated Damages List For Non-Performance
Type of Deficiency Requirement Liquidated Damage Amount
Failure to provide new Litter
Removal Devices at the start of the
Contract
Litter Removal Devices used under this
Contract shall all be new +at the
commencement of the Contract (section
3.1.5)
$100.00 per day per unit until supplied
Failure to have required number of
Litter Removal Devices performing
the daily routes.
The Vendor shall have the required number
of Litter Removal Devices in order to finish
all assigned routes every day under this
Contract.
150% of the price per hour (as quoted by
the Vendor in Appendix C – price form)
times number of delayed hours per piece of
Mechanical Litter Collection Unit
Non-completion of assigned daily
routes within the allotted time
resulting from poor ability,
behaviour, or other reason, as
determined by the Contract
Administrator.
The Vendor shall complete each assigned
route daily. $500.00 per day per route not completed.
Delays or failure to start assigned
routes by the time that the Contract
Administrator instructs.
For late starting of the routes.
150% of the price per hour (as quoted by
the Vendor in Schedule B – price form)
times 8 hours per piece of Litter Removal
Device
Failure to comply with health and
safety requirements resulting in
work delay
Refer to section 3.12 $100.00 per incident
Failure to supply copies of its valid
Workers Safety Insurance Board
(WSIB) Certificate at the execution
of the Contract, or at any time when
requested by the Contract
Administrator during the period of
the contract.
The Vendor must supply copies of its valid
Workers Safety Insurance Board (WSIB)
Certificate at the execution of the Contract.
Each day of delay in providing such
certificate results in Vendor not being able to
perform the Work for that day.. (refer to
section 3.14.5)
$100 per day until supplied.
Failure to provide a full list of
names and contact information of
operations manager, on road
supervisors, office staff and office
location and telephone number
The Vendor shall provide a full list of names
and contact information of operations
manager, on road supervisors, office staff,
office location and telephone number two (2)
weeks before Contract start date
(section 3.1.9)
$100.00 per day until supplied
Failure by the Vendor to submit the
daily report as required under this
section by 9:00 am the first business
day following the previous day's
collection
The Vendor shall electronically submit on
the City's standard daily reporting form a
daily report by no later than 9:00 am the first
business day following the previous day's
collection.
(section 3.14.2)
$100.00 per day until supplied
Inappropriate appearance and/or
conduct by Vendor's employees
The Vendor shall ensure that all employees
engaged on this Contract appear and conduct
themselves in a manner which does not
reflect adversely upon the City (section
3.5.2)
$100.00 per operator or supervisor
Vendor employee scavenging
Materials
The Vendor shall not scavenge through the
Materials collected under this Contract.
(section 3.19.1)
$100.00 per operator per incident
Failure to notify the designated City
Representative immediately after
emergency personnel or provide the
written report of the accident or spill
by 9:00 a.m. the following day.
Vendor required to notify the designated City
Representative immediately after the
emergency personnel have been contacted or
provide the written report of the accident or
spill by 9:00 a.m. the following day
(section 3.15)
$500.00
Failure to report to City verbally and in
writing as noted
Failure to off-load Material at
Transfer Station or other designated
Facility.
The Vendor shall off load all loads of
collected Materials at the designated City
Transfer Stations or Designated Facilities.
(3.3.2)
$100.00 per load
65
Viewing
Cop
y
GLEN
RD
ELM ST
CHERRY ST
MC C
AUL S
T
JOHN
ST
VICTO
RIA S
T
THE ESPLANADE
ISABELLA ST
CRESCENT RD
SIMCO
E ST
WELLINGTON ST W
NASSAU ST
PALM
ERST
ON BL
VD
EDWARD ST
ELM AVE
SUMMERHILL AVE
FLEET ST
NIAGARA ST
AUGU
STA A
VE
ELIZA
BETH
ST
CHARLES ST W
YORKVILLE AVE
PETE
R ST
BARTON AVE
PORT
LAND
ST
HOWARD ST
ROXBOROUGH ST E
CHARLES ST E
CUMBERLAND ST
POPL
AR PL
AINS R
D
MUTU
AL S
T
BLEE
CKER
ST
ST PA
TRIC
K ST
LOWE
R SI
MCOE
ST
GROSVENOR ST
BOUL
TON D
R
LOMBARD STADELAIDE ST W
BRIDGMAN AVE
SOUTH DR
REES
ST
DUNC
AN ST
SHER
BOUR
NE S
T N
HUNT
LEY S
T
HOME
WOO
D AV
E
COMMISSIONERS ST
EARL ST
FRONT ST E
SELBY ST
ST JOSEPH ST
ALEXANDER ST
BLUE
JAYS
WAY
HIGHLAND AVE
DAN
LECK
IE WA
Y
ST MARY ST
PARK
RD
LENNOX ST
FREE
LAND
ST
BEDF
ORD
RD
CHES
TNUT
ST
MAITLAND STSC
OTT S
T
ARMOURY ST
BALM
UTO
ST
QUEENS QUAY W
EARL PL
CHUR
CH ST
BREMNER BLVD
TORO
NTO
ST
LOWER JARVIS ST
SHEP
PARD
ST
SURR
EY PL
ST PAULS SQ
DENI
SON
AVE
COLLIER ST
FORT YORK BLVD
AUGU
STA A
VE
CHER
RY S
T
PARK RD
F G GARDINER XY E F G GARDINER XY W
DON
VALL
EY PA
RKWA
Y S
DON
VALL
EY PA
RKWA
Y N
EUCL
ID AV
E
MARK
HAM
ST
HURO
N ST
MANN
ING
AVE
MAJO
R ST
BRUN
SWIC
K AVE
ROBE
RT S
T
BORD
EN ST
ONTA
RIO
ST
LOWTHER AVE
SEAT
ON S
T
ULSTER ST
HOW
LAND
AVE
BERNARD AVEMA
DISO
N AV
E
BOND
ST
BERK
ELEY
ST
SUMA
CH ST
PALM
ERST
ON AV
E
SUSSEX AVE
ROXBOROUGH DR
SPRUCE ST
LIPPI
NCOT
T ST
DALE AVE
PEARL ST
MILL ST
WINCHESTER ST
D ARCY ST
AMELIA ST
CECIL STGE
ORGE
ST
ALBA
NY AV
E
CARLTON ST
PEARS AVE
OXFORD ST
VILLIERS ST
BALDWIN ST
SIMCO
E ST
KEND
AL AV
E
WOOD ST
DOUGLAS DR
FOLLIS AVE
RIDGE DR
WALM
ER R
D
WELLS ST
MAPLE AVE
PEMB
ROKE
ST
BINSCARTH RD
DALH
OUSI
E ST
OLIVE AVE
BIRCH AVE
PRIN
CESS
ST
ALCORN AVE
HAYDEN ST
CLUN
Y DR
POLSON ST
FRED
ERIC
K ST
LONDON ST
MUTU
AL S
T
MC GILL ST
CHESTNUT PK
WELLESLEY ST E
HAZE
LTON
AVE
HENR
Y ST
SCOLLARD ST
BLEE
CKER
ST
WALKER AVE
MACPHERSON AVE
WOLSELEY ST
GRANBY ST
ROBINSON ST
GRANGE AVE
CARR ST
TRINITY ST
BELL
EVUE
AVE
MILA
N ST
ROSEDALE HEIGHTS DR
CARSTOWE RD
ROXBOROUGH ST W
GLEN
RD
PRINCE ARTHUR AVE
ADMI
RAL R
DELM AVE
BRAN
T ST
ORDE ST
POWE
R ST
GRENVILLE ST
VERMONT AVE
SULLIVAN ST
ROWANWOOD AVE
WHITEHALL RD
SUMMERHILL AVE
CAME
RON
ST
AUSTIN TER
RICHMOND ST W
WHITNEY AVE
WIDM
ER S
TELGIN AVE
HERRICK ST
REGE
NT ST
SHAFTESBURY AVE
DEVO
NSHI
RE PL
EDGAR AVE
WALES AVE
PHOEBE STPO
ULET
T ST
ROSS
ST
UNWIN AVE
MAITLAND ST
JAME
S ST
MARK
ET ST
GEOR
GE ST
S
SOUTH DR
MURR
AY S
T
IRWIN AVE
CENT
RE AV
E
HAHN
PL
WOODLAWN AVE W
DALT
ON R
D
BULWER ST
SCADDING AVE
WILLCOCKS ST
TRANBY AVE
CAST
LE FR
ANK
RD
MAY
ST
MARLBOROUGH AVE
RUSSELL ST
STADIUM RD
BRITAIN ST
PIPER ST
WALTON ST
DUNDONALD ST
NANT
ON AV
E
COOPER STLENNOX ST
LINDEN ST
STAN
DISH
AVE
SALISBURY AVE
CHICORA AVE
NIAGARA ST
RATH
NELL
Y AVE
JOHN
ST
CAMDEN ST
PRICE ST
LA P
LANT
E AVE
DAVI
ES AV
E
PRICEFIELD RD
ARDWOLD GT
BOSWELL AVE
MCMU
RRIC
H ST
EMILY
ST
CARR
OLL S
T
BEAUMONT RD
ST MARY ST
WOODLAWN AVE E
MAUD
ST
BRIG
HT S
T
PROSPECT ST
TRAC
Y ST
DRAP
ER S
T
MARK ST
PALACE ST
EDMUND AVE
KENS
INGT
ON AV
EERIN ST
ABERDEEN AVE
WASCANA AVE
PHIPPS ST
GIBSON AVE
ROSS
MORE
RD
EASTERN AVE
LOURDES LANE
SUSS
EX M
EWS
CLASSIC AVE
SWOR
D ST
BISHOP ST
ACE LANE
GILEAD PL
OAKLANDS AVE
TREF
ANN
ST
LABATT AVE
OXLEY ST
BREADALBANE ST
ST PA
TRIC
K ST GI
FFOR
D ST
WIND
SOR
ST
HILLSBORO AVE
ARNO
LD AV
E
TEMPERANCE ST
ELIZA
BETH
ST
YARMOUTH GDNS
SACKVILLE PL
SULTAN ST
GENEVA AVE
NASM
ITH AV
E
GLAS
GOW
ST
SMAL
L ST
BURN
SIDE
DR
INKERMAN ST
CORNWALL ST
BRUN
EL C
RT
HOUSEY ST
RICHARDSON ST
NEW ST
JEAN
ST
PALMERSTON GDNS
GLEN MORRIS ST
OAK ST
COTTINGHAM ST
ST PA
UL ST
GOULD ST
SACKVILLE ST
BERT
I ST
CLARENCE SQ
MONTEITH ST
DUNDAS SQ
VANA
ULEY
ST
LARC
H ST
SEVERN ST
CASTLE VIEW AVE
BAY S
T
SOHO
SQ
SHEA
RD S
T
ADMIRAL RD
MACPHERSON AVE
SUMA
CH ST
SOUTH DR
GLEN
RD
GEOR
GE ST
ALBA
NY AV
E
GLEN RD
HURO
N ST
SACK
VILL
E ST
MANN
ING
AVE
SACK
VILL
E ST
MANN
ING
AVE
RUSSELL ST
DOUGLAS DR
SOUTH DR
LENNOX ST
WALM
ER R
D
ONTA
RIO
ST
BERK
ELEY
ST
MUTU
AL S
T
ALBA
NY AV
E
BRUN
SWIC
K AVE
AUSTIN TER
CLUN
Y DR
MUTU
AL S
T
BAY S
T
YONG
E ST
BATH
URST
ST
KING ST W
JARV
IS ST
BAYV
IEW AV
E
KING ST E
QUEEN ST W
BLOOR ST W
COLLEGE ST
SPAD
INA A
VE
DUNDAS ST E
BLOOR ST E
DUPONT ST
UNIVE
RSITY
AVE
HARBOUR ST
BLOOR RAMP
CHUR
CH ST
PARL
IAME
NT S
TSHUTER ST
FRONT ST W
GERRARD ST E
SHER
BOUR
NE ST
ST G
EORG
E ST
QUEENS QUAY W
HARBORD ST
SPAD
INA
RD
ROSEDALE VALLEY RD
YORK
ST
WELLESLEY ST E
QUEENS QUAY E
CARLTON ST
WELLINGTON ST W
WELLESLEY ST W
HOSKIN AVE
SUMA
CH ST
UNWIN AVE
SACK
VILL
E ST
STATION ST
GRISTMILL LANE
GALBRAITH RD
MARINER TER
ICEBOAT TER
BANCROFT AVE
GRANGE CRT
MILL ST
BAYVIEW AVE
OAK STCOLE ST
FRONT ST E
SUMA
CH ST
ST DAVID ST
IANNU
ZZI S
T
DOCKSIDE DR
LOWER RIVER ST
GZOW
SKI B
LVD
TROLLEY CRES
DON RIVER
TRIB. DON RIVER
KEATING CHANNEL
Area 1 Litter Vac
A1V-01CLV-S01CLV-S02
CLV-S03CLV-S04CLV-S05
CLV-S06CLV-S07CLV-S08
CLV-S09CLV-S10CLV-S11CLV-S12
ÜDate: 01/29/2015
Viewing
Cop
y
BRIDGMAN AVE
BEDF
ORD
RD
LENNOX ST
BARTON AVE
CHARLES ST W
YORKVILLE AVE
CUMBERLAND ST
HURO
N ST
MARK
HAM
ST
MAJO
R ST
BRUN
SWIC
K AVE
ROBE
RT S
T
BORD
EN ST
LOWTHER AVE
HOW
LAND
AVE
BERNARD AVE
MADI
SON
AVE
SUSSEX AVE
ULSTER ST
ALBA
NY AV
E
KEND
AL AV
E
WALM
ER R
D
LIPPI
NCOT
T ST
WELLS ST
PEARS AVE
PRINCE ARTHUR AVE
ADMI
RAL R
D
ELGIN AVE
DEVO
NSHI
RE PL
DALT
ON R
D
WILLCOCKS ST
TRANBY AVE
RUSSELL ST
LENNOX ST
CHICORA AVE
OLIVE AVE
BOSWELL AVE
FOLLIS AVE
LONDON ST
ROSS
MORE
RD
SUSS
EX M
EWS
HERRICK ST
CLASSIC AVE
VERMONT AVE
MACPHERSON AVE
GLEN MORRIS ST
WASHINGTON AVE
BARTON AVE
WEBSTER AVE
DOUGLAS CAMPBELL LANE HURO
N ST
BARTON AVE
WALMER RD
ADMIRAL RDBRUN
SWIC
K AVE
MACPHERSON AVE
MACPHERSON AVE
ALBA
NY AV
E
RUSSELL ST
LIPPI
NCOT
T ST
HURO
N ST
BERNARD AVE
MACPHERSON AVE
BARTON AVE
BATH
URST
ST
COLLEGE ST
BLOOR ST W
DUPONT ST
AVEN
UE R
D
SPAD
INA A
VE
DAVENPORT RD
QUEE
NS PA
RK C
RES E
QUEE
NS PA
RK C
RES W
QUEE
NS PA
RK
ST G
EORG
E ST
SPAD
INA
RD
HARBORD ST
BEDF
ORD
RD
DUPONT ST
HOSKIN AVE
WELLESLEY ST W
DAVE
NPOR
T RDMACPHERSON AVE
GALBRAITH RD
KINGS
COL
LEGE
RD
TOW
ER R
D
KINGS
COL
LEGE
CRC
L
BANCROFT AVE
HART HOUSE CRCL
ANNEX LANE
CLV-S01
Primary (Monday to Sunday)Secondary (Monday to Sunday)
CLEAN 2x WEEK
CLEAN 2x WEEK
ÜDate: 01/29/2015
Viewing
Cop
y
QUEEN ST W
MC C
AUL S
T
NASSAU ST
AUGU
STA A
VE
DENI
SON
AVE
GRANGE AVE
AUGU
STA A
VE
MARK
HAM
ST
HURO
N ST
MAJO
R ST
LIPPI
NCOT
T ST
ROBE
RT S
T
BORD
EN ST
D ARCY ST
ULSTER ST
CECIL ST
OXFORD ST
BALDWIN ST
BRUN
SWIC
K AVE
HENR
Y ST
WOLSELEY ST
GRANGE AVE
CARR ST
BELL
EVUE
AVE
SULLIVAN ST
CAME
RON
ST
DENI
SON
AVE
WALES AVE
PHOEBE ST
ROSS
ST
BULWER ST
WILLCOCKS STRY
ERSO
N AV
E
RUSSELL ST
JOHN
ST
SOHO
ST
LEON
ARD
AVE
KENS
INGT
ON AV
E
STEPHANIE ST
CLASSIC AVE
ACE LANE
GLAS
GOW
ST
WILLIS ST
ROBINSON ST
ST ANDREW STDENISON SQ
VANA
ULEY
ST
LARC
H STWILLISON SQ
SOHO
SQ
VANKOUGHNET ST
HICK
ORY S
T
GRANGE RD
CASIM
IR S
T
EDEN PL
DOUGLAS CAMPBELL LANE
DENI
SON
AVE
BALDWIN ST
HURO
N ST
PHOEBE ST
RUSSELL ST
BATH
URST
ST
QUEEN ST W
COLLEGE ST
DUNDAS ST W
SPAD
INA A
VESP
ADIN
A AVE
HARBORD ST
BEVE
RLEY
STST
GEO
RGE
ST
HOSKIN AVE
VANA
ULEY
WAL
K
GALBRAITH RD
KINGS
COL
LEGE
RD
BANCROFT AVE
GRANGE CRT
ELLE
N AV
E
SOHO PL
LEONARD PL
WILL
ISON
PL
FELICIAN PL
NAPANEE CRTKEMP AVE
VANAULEY CRT
CARR STREET CRT
CLV-S02
LanewaysPrimary (Monday to Sunday)Secondary (Monday to Sunday)
ÜDate: 01/29/2015
Viewing
Cop
y
FORT YORK BLVD
RICHMOND ST W
JOHN
ST
SIMCO
E ST
WELLINGTON ST W
PETE
R ST
PORT
LAND
ST
FLEET ST
LOWE
R SI
MCOE
ST
DUNC
AN ST
NIAGARA ST
REES
ST
BLUE
JAYS
WAY
ADELAIDE ST W
DAN
LECK
IE WA
Y
AUGU
STA A
VE
TECU
MSET
H ST
MC C
AUL S
T
CLARENCE SQ
ST PA
TRIC
K ST
FORT YORK BLVD
ED M
IRVI
SH W
AY
WELLINGTON ST W
FORT YORK BLVD
F G GARDINER XY E
F G GARDINER XY W
PEARL ST
BRAN
T ST
NELSON ST
WIDM
ER ST
BULWER ST
NIAGARA ST
CAMDEN ST
MERCER ST
TECU
MSET
H ST
EMILY
STSTEWART ST
RICHMOND ST W
MAUD
ST
DRAP
ER S
T
PORT
LAND
ST
ACE LANE
OXLEY ST
JOHN
ST
WIND
SOR
ST
SOHO
ST
BRUN
EL C
RT
WILLIS ST
HOUSEY ST
CHAR
LOTT
E ST
PORTUGAL SQ
CLARENCE SQ
CAME
RON
ST
VANA
ULEY
ST
DENI
SON
AVE
GRAND TRUNK CRES
RYER
SON
AVE
MARK
HAM
ST
MORR
ISON
ST
VAN
DE W
ATER
CRE
S
TECU
MSET
H ST
KING ST W
QUEEN ST W
SPAD
INA A
VE
ADELAIDE ST W
BATH
URST
ST
RICHMOND ST W
LAKE SHORE BLVD W
UNIVERSITY AVE
FRONT ST W
BREMNER BLVD
WELLINGTON ST W
BLUE JAYS WAY
STATION ST
MARINER TER
BRAN
T PL
ICEBOAT TER
TELE
GRAM
MEW
S
QUEE
NS W
HARF
RD
SOHO PL
JOSE
PH S
ALSB
ERG
LANE
FORT YORK BLVD
IANNU
ZZI S
T
GRAN
D MA
GAZIN
E ST
SLOPING SKY MEWS
DAN
LECK
IE WA
Y
QUEE
NS W
HARF
RD
CLV-S03
LanewaysPrimary (Monday to Sunday)Secondary (Monday to Sunday)
Do after7:00 a.m.Ü
Do after7:00 a.m.
Date: 03/11/2016
Viewing
Cop
y
FORT YORK BLVD
RICHMOND ST W
NAVY WHARF CRT
JOHN
ST
WELLINGTON ST W
SIMCO
E ST
LOWE
R SI
MCOE
ST
FLEET ST
REES
ST
PORT
LAND
ST
NIAGARA ST
PETE
R ST
BLUE
JAYS
WAY
DAN
LECK
IE WA
Y
ADELAIDE ST W
STADIUM RD
QUEENS QUAY W
EIREANN QUAY
DUNC
AN ST
TECU
MSET
H ST
CLARENCE SQ
BREMNER BLVDFORT YORK BLVD
LOWE
R SP
ADIN
A AVE
WELLINGTON ST W
FORT YORK BLVD
F G GARDINER XY E
F G GARDINER XY W
PEARL ST
STADIUM RD
BRAN
T ST
NIAGARA ST
MERCER ST
TECU
MSET
H ST
WIDM
ER S
T
EMILY
STSTEWART ST
DRAP
ER S
TPORT
LAND
ST
PIPER ST
OXLEY ST
WIND
SOR
ST
BRUN
EL C
RT
HOUSEY ST
CHAR
LOTT
E ST
CLARENCE SQ
BISHOP TUTU BLVD
LITTLE NORWAY CRES
GRAND TRUNK CRES
ROBE
RTSO
N CR
ES
MORR
ISON
ST
VAN
DE W
ATER
CRE
S
KING ST W
ADELAIDE ST W
BATH
URST
ST
SPAD
INA A
VE
LAKE SHORE BLVD W
YORK
ST
UNIVERSITY AVE
FRONT ST W
QUEENS QUAY W
BREMNER BLVD
YORK
ST
WELLINGTON ST W
BLUE JAYS WAY
UNIVE
RSITY
AVE
YORK ST
STATION ST
MARINER TER
BRAN
T PL
ICEBOAT TER
TELE
GRAM
MEW
S
QUEE
NS W
HARF
RD
YO-Y
O MA
LANE
WATE
RLOO
TER
JOSE
PH S
ALSB
ERG
LANE
FORT YORK BLVD
IANNU
ZZI S
T
GRAN
D MA
GAZIN
E ST
DAN
LECK
IE WA
Y
QUEE
NS W
HARF
RD
CLV-S04
Primary (Monday to Sunday)Secondary (Monday to Sunday)
Laneways
Ü
Do After 7:00 a.m.
Date: 01/29/2015
Viewing
Cop
y
RICHMOND ST W
MC C
AUL S
T
JOHN
ST
ELM ST
SIMCO
E ST
PETE
R ST
AUGU
STA A
VE
ST PA
TRIC
K ST
PORT
LAND
ST
DUNC
AN ST
DENI
SON
AVE
GRANGE AVE
ED M
IRVI
SH W
AY
EDWARD ST
AUGU
STA A
VE D ARCY ST
HURO
N ST
SIMCO
E ST
PEARL ST
GRANGE AVE
CARR ST
BRAN
T ST
WOLSELEY ST
SULLIVAN ST
CAME
RON
ST
DENI
SON
AVE
NELSON ST
WIDM
ER S
T
WALES AVE
PHOEBE ST
BULWER ST
RYER
SON
AVE
JOHN
ST
CAMDEN ST
SOHO
ST
MAUD
ST
STEPHANIE ST
ACE LANE
OXLEY ST
ST PA
TRIC
K ST
KENS
INGT
ON AV
E
CHAR
LOTT
E ST
VANA
ULEY
ST
LARC
H STWILLISON SQ
SOHO
SQ
EMILY
ST
HICK
ORY S
T
GRANGE RD
CASIM
IR S
T
EDEN PL
MORR
ISON
ST
CARL
YLE S
T
MICHAEL SWEET AVE
DENI
SON
AVE
PHOEBE ST
KING ST W
QUEEN ST W
DUNDAS ST W
ADELAIDE ST W
RICHMOND ST W
SPAD
INA A
VE
BATH
URST
ST
UNIVE
RSITY
AVE
BEVE
RLEY
ST
VANA
ULEY
WAL
K
BRAN
T PL
GRANGE CRT
SOHO PL
FELICIAN PL
NAPANEE CRT
WATE
RLOO
TER
VANAULEY CRT
VANAULEY SQCARR STREET CRT
CLV-S05
Primary (Monday to Sunday)
Laneways
ÜDate: 01/29/2015
Viewing
Cop
y
COLLEGE ST
MC C
AUL S
T
ELM ST
AUGU
STA A
VE
ELIZA
BETH
ST
NASSAU STST
PATR
ICK S
T
EDWARD ST
CHES
TNUT
ST
ARMOURY ST
ST JOSEPH ST
JOHN
ST
GROSVENOR STPE
TER
ST
SIMCO
E ST
DUNC
AN ST
SURR
EY PL
DENI
SON
AVE
GRANGE AVE
DR EMILY STOWE WAY
AUGU
STA A
VE
HURO
N ST
MAJO
R ST
ROBE
RT S
T
D ARCY ST
CECIL ST
BALDWIN STSIM
COE
ST
BRUN
SWIC
K AVE
HENR
Y ST
GRANGE AVE
OXFORD ST
BELL
EVUE
AVE
ORDE ST
SULLIVAN ST
CAME
RON
ST
DENI
SON
AVE
PHOEBE ST
ROSS
ST
MURR
AY S
T
CENT
RE AV
E
BULWER ST
WILLCOCKS ST
RUSSELL ST
JOHN
ST
SOHO
ST
KENS
INGT
ON AV
E
ULSTER ST
STEPHANIE ST
CLASSIC AVE
ST PA
TRIC
K ST
ELIZA
BETH
ST
GLAS
GOW
ST
WALES AVE
ST ANDREW ST
GLEN MORRIS ST
DENISON SQ
VANA
ULEY
ST
LARC
H ST
CHES
TNUT
ST
DEVO
NSHI
RE PL
WILLISON SQ
WOLSELEY ST
SOHO
SQ
GRANGE RD
MICHAEL SWEET AVE
DOUGLAS CAMPBELL LANE
PHOEBE ST
BALDWIN ST
DENI
SON
AVE
HURO
N ST
RUSSELL ST
QUEEN ST W
COLLEGE ST
DUNDAS ST W
SPAD
INA A
VE
RICHMOND ST W
UNIVE
RSITY
AVE
QUEE
NS PA
RK C
RES E
QUEE
NS PA
RK C
RES W
SPAD
INA A
VE
BEVE
RLEY
ST
HARBORD ST
ST G
EORG
E ST HOSKIN AVE
WELLESLEY ST W
GERRARD ST W
VANA
ULEY
WAL
K
GALBRAITH RD
KINGS
COL
LEGE
RD
TOW
ER R
D
KINGS
COL
LEGE
CRC
L
ELMS
LEY
PL
BANCROFT AVE
HART HOUSE CRCL
GRANGE CRT
ELLE
N AV
E
SOHO PL
WILL
ISON
PL
FELICIAN PL
NAPANEE CRT
VANAULEY CRT
CLV-S06
Primary (Monday to Sunday)Secondary (Monday to Sunday)
Laneways
ÜDate: 01/29/2015
Viewing
Cop
y
HOSKIN AVE
EARL ST
ISABELLA STYO
NGE S
T
CHUR
CH ST
ISABELLA ST
CHARLES ST W
YORKVILLE AVE
CHARLES ST E
CUMBERLAND ST
ELM AVE
HUNT
LEY S
T
EARL ST
SHER
BOUR
NE S
T N
SELBY ST
ST JOSEPH ST
ST MARY ST
PARK
RD
MAITLAND ST
ASQUITH AVE
BALM
UTO
ST
EARL PLGLOUCESTER ST
HOME
WOO
D AV
E
ST PA
ULS
SQ
COLLIER ST
HOWARD ST
PARK RD
ASQUITH AVE
HAYDEN ST
SCOLLARD ST
MAITLAND ST
IRWIN AVE
DUNDONALD ST
LINDEN ST
ELGIN AVE
GLOUCESTER ST
BELL
AIR
ST
ST MARY ST
ST JOSEPH ST
MAITLAND PL
HAZE
LTON
AVE
ST N
ICHO
LAS
ST
PHIPPS ST
LOWTHER AVE
LOURDES LANE
BREADALBANE ST
ST TH
OMAS
ST
SULTAN ST
WELL
ESLE
Y PL
INKERMAN ST
COLLIER ST
PRINCE ARTHUR AVE
ELM AVE
EARL ST
MONTEITH ST
HUNT
LEY S
T
MUTU
AL S
T
SEVERN ST
ROSEDALE RD
CAWTHRA SQ
RACHAEL ST
PINE HILL RD
ROSEDALE VALLEY RD
MAPLE AVE
MCMU
RRIC
H ST
ANCROFT PL
COTT
AGE L
ANE
COLLIER ST
BAY S
T
YONG
E ST
BLOOR ST EBLOOR ST W
JARV
IS ST
CHURCH ST
AVEN
UE R
D
MOUN
T PLE
ASAN
T RD
QUEE
NS PA
RK C
RES E
QUEE
NS PA
RK C
RES W
QUEE
NS PA
RK
TED
ROGE
RS W
AY
CHUR
CH ST
WELLESLEY ST E
SHER
BOUR
NE ST
WELLESLEY ST W
ROSEDALE VALLEY RDPARK RD
ELMS
LEY
PL
LUSC
OMBE
LANE
HOME
WOO
D AV
E
CLV-S07
Primary (Monday to Sunday)Secondary (Monday to Sunday)
DO AFTER6:00 a.m.
DO AFTER6:00 a.m.
ÜDate: 01/29/2015
Viewing
Cop
y
HOSKIN AVE
EARL ST
YONG
E ST
CHUR
CH ST
ELM ST
EDWARD ST
ELIZA
BETH
ST
MUTU
AL S
T
GROSVENOR ST
HOME
WOO
D AV
E
ALEXANDER ST
MAITLAND ST
CHES
TNUT
ST
GOULD ST
SURR
EY PL
DR EMILY STOWE WAY
WOOD ST
MC GILL ST
GEOR
GE ST
GRANBY ST
MUTU
AL S
T
GRENVILLE ST
PEMB
ROKE
ST
SIMCO
E ST
BOND
ST
MAITLAND ST
MURR
AY S
T
WALTON ST
LA P
LANT
E AVE
ORDE ST
MAITLAND PL
DUNDONALD ST
DALH
OUSI
E ST
CENT
RE AV
E
PHIPPS ST
BREADALBANE ST
GOULD ST
WELL
ESLE
Y PL
DUNDAS SQ
ALEXANDER ST
CHES
TNUT
ST
CAWTHRA SQ
ELIZA
BETH
ST
TERA
ULEY
LANE
HAYTER ST
SHEA
RD S
T
HORT
ICUL
TURA
L AVE
WALTON ST
MUTU
AL S
T
GOULD ST
BAY S
T
JARV
IS ST
YONG
E ST
DUNDAS ST E
COLLEGE ST
DUNDAS ST W
UNIVE
RSITY
AVE
CARLTON ST
QUEE
NS PA
RK C
RES E
QUEENS PARK CRES W
CHUR
CH ST
SHER
BOUR
NE ST
GERRARD ST E
WELLESLEY ST EWELLESLEY ST W
GERRARD ST W
CARLTON ST
SIRMAN LANE
LUSC
OMBE
LANE
HOME
WOO
D AV
E
CLV-S08
Primary (Monday to Sunday)Secondary (Monday to Sunday)
Laneways
DO AFTER6:00 a.m.
Ü
Date: 01/29/2015
Viewing
Cop
y
ELM ST
VICTO
RIA S
T
THE ESPLANADE
SIMCO
E ST
EDWARD ST MUTU
AL S
T
LOWE
R SI
MCOE
ST
LOMBARD ST
ELIZA
BETH
ST
FREE
LAND
ST
CHES
TNUT
ST
SCOT
T ST
ARMOURY ST
CHUR
CH ST
GOULD ST
BREMNER BLVD
TORO
NTO
ST
LOWER JARVIS ST
SHEP
PARD
ST
F G GARDINER XY EF G GARDINER XY W
BOND
ST
SEAT
ON S
T
ONTA
RIO
ST
BERK
ELEY
ST
GEOR
GE ST
SIMCO
E ST
PEMB
ROKE
ST
DALH
OUSI
E ST
PRIN
CESS
ST
FRED
ERIC
K ST
MUTU
AL S
T
MILA
N ST
PEARL ST
POUL
ETT S
T
JAME
S ST
MARK
ET ST
GEOR
GE ST
S
CENT
RE AV
E
HAHN
PL
LONGBOAT AVE
SCADDING AVE
COLBORNE ST
BRITAIN ST
PIPER ST
WALTON ST
COOP
ER ST
EMILY
ST
SCOT
T ST
COURT ST
TEMPERANCE ST
ELIZA
BETH
ST
AITKEN PL
SMAL
L ST
ALBERT ST
RICH
ARDS
ON S
T
WILTON ST
GOULD ST
BERT
I ST
DUNDAS SQ
HAGERMAN ST
HENRY LANE TER
BONNYCASTLE ST
CHES
TNUT
ST
JENO
VES
PL
GRAND TRUNK CRES
BAY ST
JORD
AN S
T
CHUR
CH ST
PORT
NEUF
CRT
GRAN
D OP
ERA L
ANE
RICHMOND ST E
TRIN
ITY S
Q
SEAT
ON S
T
MUTU
AL S
T
BERK
ELEY
ST
GEOR
GE ST
WALTON ST
ONTA
RIO
STON
TARI
O ST
WILTON ST
GOULD ST
BAY S
T
YONG
E ST
JARV
IS ST
KING ST E
QUEEN ST EUNIVE
RSITY
AVE
DUNDAS ST E
ADELAIDE ST E
RICHMOND ST E
KING ST W
YORK
ST
QUEEN ST W
DUNDAS ST W
LAKE SHORE BLVD E
HARBOUR ST
ADELAIDE ST W
RICHMOND ST W
LAKE SHORE BLVD W
CHUR
CH ST
PARL
IAME
NT S
T
SHUTER ST
FRONT ST E
GERRARD ST E
SHER
BOUR
NE ST
YORK
ST
QUEENS QUAY E
FRONT ST W
QUEENS QUAY W
GERRARD ST W
WELLINGTON ST W
LOWE
R SH
ERBO
URNE
ST
BAY ST
YONGE ST
BREMNER BLVD
UNIVE
RSITY
AVE
YORK ST
STATION ST
FRED
ERIC
K ST
DOCKSIDE DR
CLV-S09
Primary (Monday to Sunday)Secondary (Monday to Sunday)
Laneways
Ü
Date: 03/22/2016
Viewing
Cop
y
VICTO
RIA S
T
MUTU
AL S
T
LOMBARD ST
GOULD ST
ELM ST
EDWARD ST
BLEE
CKER
ST
HOME
WOO
D AV
E
BOND
ST
GEOR
GE ST PE
MBRO
KE ST
DALH
OUSI
E ST
MUTU
AL S
T
MC GILL ST
GRANBY ST
BRITAIN ST
GOULD ST
BERT
I ST
DUNDAS SQ
SHEA
RD S
T
RICHMOND ST E
WALTON ST
WIND
EYER
LANE
HORT
ICUL
TURA
L AVE
MUTU
AL S
TMU
TUAL
ST
GEOR
GE ST
GOULD ST
JARV
IS ST
YONG
E ST
QUEEN ST E
DUNDAS ST E
RICHMOND ST E
CARLTON ST
CHUR
CH ST
SHUTER STSH
ERBO
URNE
ST
GERRARD ST E
CARLTON ST
CLV-S10
Primary (Monday to Sunday)Secondary (Monday to Sunday)
Laneways
ÜDate: 03/11/2016
Viewing
Cop
y
CASTLE FRANK RD
QUEEN ST E
HOWARD STBL
EECK
ER S
T
HUNT
LEY S
T
ISABELLA ST
HOME
WOO
D AV
E
EARL ST
SELBY ST
EARL PL
SHER
BOUR
NE S
T N
DON
VALL
EY PA
RKWA
Y S
DON
VALL
EY PA
RKWA
Y N
ONTA
RIO
ST
SEAT
ON S
T
BERK
ELEY
ST
SUMA
CH ST
SACK
VILL
E ST
SPRUCE ST
DALE AVE
WINCHESTER ST
AMELIA ST
GEOR
GE ST
CARLTON ST
PEMB
ROKE
ST
WELLESLEY ST E
BLEE
CKER
ST
MILA
N ST
REGE
NT ST
POUL
ETT S
T
METC
ALFE
ST
BRITAIN ST
LINDEN ST
SALISBURY AVE
DAVI
ES AV
E
CARR
OLL S
T
PROSPECT ST
TRAC
Y ST
MARK ST
MAITLAND PL
ABERDEEN AVE
WASCANA AVE
CASTLE FRANK CRES
MC KENZIE AVE
LOURDES LANE
SWOR
D ST
TREFANN ST
LABATT AVE
CAMB
RIDGE
AVE
GIFF
ORD
ST
ARNO
LD AV
E
SACKVILLE PL
WELL
ESLE
Y PL
GENEVA AVE
GLEN
RD
NASM
ITH AV
E
CORNWALL ST
BLACKBURN ST
THOMPSON ST
OAK ST
EARL ST
MILLINGTON ST
ROSE
AVE
HUNT
LEY S
T
SUTT
ON AV
E
DEFR
IES S
T
POWE
R ST
CAST
LE FR
ANK
RD
PARK
VIEW
AVE
PASH
LER
AVE
GERRARD ST E
WELL
ESLE
Y AVE
ST DAVID ST
RIVER ST
WINDEYER LANE
HILL
CRE
ST AV
E
DRUMSNAB RD
GEOR
GE ST
ONTA
RIO
ST
SACK
VILL
E ST WASCANA AVE
SEAT
ON S
T
SUMA
CH ST
ONTA
RIO
ST
BERK
ELEY
ST
GLEN
RD
ROSE
AVE
BAYVIEW AVE
QUEEN ST E
DUNDAS ST E
BLOOR ST E PRINCE EDWARD VIADUCT
KING ST E
BLOOR RAMP
SHER
BOUR
NE ST
SHUTER ST
PARL
IAME
NT S
T
GERRARD ST E
RIVE
R ST
ROSEDALE VALLEY RD
CARLTON ST
WELLESLEY ST E
ST JAMES AVE
SUMA
CH ST
SACK
VILL
E ST
BELSHAW PL
ONTA
RIO
ST
NICHOLAS AVE
OAK ST
BLEVINS PL
ST M
ATTH
EWS
RD
EDGE
DALE
RD
GERR
ARD
PL
FLOR
ENCE
WYL
E LA
NE
SPRU
CE C
RT
ALPHA AVE
FRAN
CES
LORI
NG LA
NE
RIVE
RDAL
E PAR
K RD
SACK
VILL
E ST
OAK ST
COLE ST
SUMA
CH ST
ST DAVID ST
SACK
VILL
E ST
REGE
NT ST
HOME
WOO
D AV
E
DON
RIVE
R
CLV-S11
Primary (Monday to Sunday)Secondary (Monday to Sunday)
Do at theend of shift
Sundays only:Do after 7 a.m.
Ü
Date: 01/29/2015
Viewing
Cop
y
LOMBARD ST
ADELAIDE ST E
THE ESPLANADE
VICTO
RIA S
T
CHER
RY S
T
LOMBARD ST
FRONT ST E
FREE
LAND
ST
SCOT
T ST
CHUR
CH ST
TORO
NTO
ST
LOWE
R JA
RVIS
ST
SUMA
CH ST
CHERRY ST
CHERRY ST
F G GARDINER XY E
F G GARDINER XY W
DON VALLEY PARKWAY S
DON
VALL
EY PA
RKWA
Y N
MILL ST
PRIN
CESS
ST
BOND
ST
VILLIERS ST
FRED
ERIC
K ST
TRINITY ST
MUTU
AL S
T
POWE
R ST
SUMA
CH ST
DALH
OUSIE
ST
MARK
ET S
T
GEOR
GE S
T S
MILA
N ST
HAHN
PL
LONGBOAT AVE
SCADDING AVE
COLBORNE ST
BRITAIN ST
COOP
ER ST
DAVI
ES AV
E
REGE
NT S
T
ONTA
RIO
ST
POUL
ETT S
TSEAT
ON S
T
BRIG
HT S
T
TRAC
Y ST
PALACE ST
BERK
ELEY
ST
ERIN ST
WASCANA AVE
MUNITION ST
EASTERN AVE
GEOR
GE S
T
ST LAWRENCE ST
SCOT
T ST
GILEAD PLCOURT ST
TREFANN ST
LABATT AVE
AITKEN PL
DERBY ST
PEMB
ROKE
ST
SMAL
L ST
RICH
ARDS
ON S
T
WILTON ST
ST PA
UL ST
SACKVILLE ST
BERT
I ST
SUTT
ON AV
E
HENRY LANE TER
BONNYCASTLE ST
JENO
VES
PL
DEFR
IES ST
CHUR
CH ST
WILKINS AVE
EAST DON ROADWAY
ST DAVID ST
PORT
NEUF
CRT
WINDEYER LANE
RICHMOND ST E
ADELAIDE ST E
WILTON ST
SACK
VILLE
ST
SEAT
ON S
T
ONTA
RIO
ST
SUMA
CH ST
BERK
ELEY
ST
WASCANA AVE
GEOR
GE S
T
ONTA
RIO
ST
KING ST E
QUEEN ST E
ADELAIDE ST E
YONG
E ST
RICHMOND ST EJA
RVIS
ST
BAYV
IEW AV
E
LOW
ER JA
RVIS
ST
LAKE SHORE BLVD ELAKE SHORE BLVD E
SHUTER ST
PARL
IAME
NT S
T
CHUR
CH ST
QUEENS QUAY E
SHER
BOUR
NE S
T
RIVE
R ST
EASTERN AVE
FRONT ST E
LOWE
R SH
ERBO
URNE
ST
YONGE ST
DISTILLERY LANE
GRISTMILL LANE
TRIN
ITY S
T TANK HOUSE LANE
NICHOLAS AVE
PERCY STBLEVINS PL
FRED
ERIC
K ST
SACK
VILLE
ST
PEMBERTON ST
MILL ST
BAYVIEW AVE
FRONT ST E
ST DAVID ST
TANN
ERY
RD
ROLL
ING
MILL
S RD
SUMA
CH ST
DOCKSIDE DR
COOP
ERAG
E ST
LOWER RIVER ST
SACK
VILLE
ST
TROLLEY CRES
LAWREN HARRIS SQEASTERN AVE
DON
RIVE
R
KEATING CHANNEL
CLV-S12
Primary (Monday to Sunday)Secondary (Monday to Sunday)
Laneways
DO AFTER6:00 a.m.
Ü
Pan Am Extention
Date: 03/11/2016
Viewing
Cop
y
Division: __________________ Evaluation Date:
Contract Number Contractor Name
Description of Work
Definitions of Performance Ratings:
Not Satisfactory - Does not meet contractual/service requirements for most part
Satisfactory - Meets contractual/service requirements for most part
Not Applicable - Does not apply to this contract
QUALITY - Compliance with contract standards and specifications
EXECUTION - Work Performance
ORGANIZATION - Work Plan and Management
ADMINISTRATION - Contractor Performance and Diligence
Name Date
Contract Administrator
Contract Value
Notes:
1. Did vendor communicate and cooperate with the contract administrator
and stakeholders?
2. Did vendor demonstrate accountability for problems for which they were
responsible?
Signature
2. Did vendor provide effective quality control?
3. Did vendor submit accurate and complete invoices in a timely manner?
2. Did vendor respond to requests for information or assistance in a
reasonable period of time?
3. Did vendor effectively coordinate and manage the work?
1. Did vendor adequately staff and resource the services in compliance with
the contract?
1. Did vendor comply with standards and specifications in the contract?
2. Was the quality of workmanship in compliance with the contract
documents?
3. Did vendor promptly and effectively correct defective work?
1. Did vendor deliver services/products within timelines specified in the
contract?
APPENDIX "H"
Contractor Main Contact
Not
Satisfa
cto
ry
Not
Applic
able
Satisfa
cto
ry
3. Did vendor seek authorization to perform work?
81
Viewing
Cop
y
NOTICE OF "NO BID"
RFQ#: 6033-19-0187
CLOSING
DEADLINE: August 30, 2019
IMPORTANT - PLEASE READ THIS
It is important to the City to receive a reply from all Bidders. There is no obligation to submit a Bid; however, should you
choose not to bid, completion of this form will assist the City in determining the type of goods or services you are
interested in bidding on in the future in order to ascertain a better understanding of why a Quotation was not provided to
the City to consider.
INSTRUCTIONS: If you are unable, or do not wish to quote on this RFQ, please complete the following portions of this form. State your
reason for not bidding by checking applicable box(es) or by explaining briefly in the space provided. It is not necessary
to return any other quotation documents. Return the completed form by email or fax to the Official Point of Contact prior
to the Closing Deadline.
Company Name:
Address:
Signature of Company
Representative:
Position:
Date: Telephone :
1. We do not manufacture/supply this commodity 6. We do not manufacture/supply to this
specification
2. Unable to quote competitively 7. Cannot handle due to present plant loading
3. Quantity/job too large 8. Quantity/job too small
4. Cannot meet delivery/completion requirements 9. Licensing restrictions
5. Agreements with distributors/dealers do not
permit us to sell direct 10. Conditions too restrictive
Yes No
Do you wish to quote on these goods/services in the future?
Please take the opportunity to tell us how we can improve upon this call:
82
Viewing
Cop
y