Viewing - Toronto

79
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 Copy

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

APPENDIX “G” – DESIGNATED WORK AREA MAPS

66

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

APPENDIX “H” – VENDOR PERFORMANCE EVALUATION FORM

80

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