copy viewing only - toronto · 2020-06-22 · viewing copy only rfq 0203-17-0329 2.2 references to...

107
Viewing Copy Only RFQ 0203-17-0329 Table of Contents RFQ 0203-17-0329 COVER PAGE.............................................................................................................................................. 1 Table of Contents .......................................................................................................................................... 3 1.0 RFQ Summary ............................................................................................................................... 4 2.0 Terminology .................................................................................................................................. 4 3.0 Scope of Work and Associated Deliverables................................................................................. 9 3.1 Scope of Work ............................................................................................................................... 9 3.2 General Overview.......................................................................................................................... 9 4.0 Term of Contract ........................................................................................................................... 9 5.0 Site Meeting................................................................................................................................. 10 6.0 Quotation Response Requirements .............................................................................................. 10 7.0 Evaluation of Bids ....................................................................................................................... 13 8.0 Offers to Agencies and Corporations (Piggyback Option) .......................................................... 13 9.0 Specifications .............................................................................................................................. 13 10.0 Quantity ....................................................................................................................................... 21 11.0 Material Safety Data Sheets (MSDS) .......................................................................................... 21 12.0 Insurance: Refer to Appendix B General Contract Terms and Conditions, item 6 .................. 21 13.0 Performance Security .................................................................................................................. 21 14.0 Occupational Health and Safety .................................................................................................. 21 15.0 The City of Toronto Social Procurement Program ...................................................................... 22 APPENDIX “A” - REQUEST FOR QUOTATIONS PROCESS TERMS AND CONDITIONS APPENDIX “B” - GENERAL CONTRACT TERMS AND CONDITIONS APPENDIX “C” - PRICE FORM APPENDIX “D” - SUPPLEMENTARY FORMS APPENDIX “E” - CITY POLICY COMPLIANCE FORMS APPENDIX “E1” - APPLICABLE CITY POLICIES NOTICE OF NO BID3 of 109

Upload: others

Post on 03-Aug-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

Table of Contents RFQ 0203-17-0329

COVER PAGE.............................................................................................................................................. 1 Table of Contents .......................................................................................................................................... 3 1.0 RFQ Summary ............................................................................................................................... 4 2.0 Terminology .................................................................................................................................. 4 3.0 Scope of Work and Associated Deliverables................................................................................. 9 3.1 Scope of Work ............................................................................................................................... 9 3.2 General Overview .......................................................................................................................... 9 4.0 Term of Contract ........................................................................................................................... 9 5.0 Site Meeting................................................................................................................................. 10 6.0 Quotation Response Requirements .............................................................................................. 10 7.0 Evaluation of Bids ....................................................................................................................... 13 8.0 Offers to Agencies and Corporations (Piggyback Option) .......................................................... 13 9.0 Specifications .............................................................................................................................. 13 10.0 Quantity ....................................................................................................................................... 21 11.0 Material Safety Data Sheets (MSDS) .......................................................................................... 21 12.0 Insurance: Refer to Appendix B – General Contract Terms and Conditions, item 6 .................. 21 13.0 Performance Security .................................................................................................................. 21 14.0 Occupational Health and Safety .................................................................................................. 21 15.0 The City of Toronto Social Procurement Program ...................................................................... 22

APPENDIX “A” - REQUEST FOR QUOTATIONS PROCESS TERMS AND CONDITIONS

APPENDIX “B” - GENERAL CONTRACT TERMS AND CONDITIONS

APPENDIX “C” - PRICE FORM

APPENDIX “D” - SUPPLEMENTARY FORMS

APPENDIX “E” - CITY POLICY COMPLIANCE FORMS

APPENDIX “E1” - APPLICABLE CITY POLICIES

NOTICE OF “NO BID”

3 of 109

Page 2: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

1.0 RFQ Summary

1.1 Quotations are invited for the non-exclusive supply of all labour, travel time, insurance, mileage,

operator, water, fuel, maintenance, services, supplies, tools, apparatus, transportation, equipment

and all incidentals necessary for the On-Site Pressure Washing of Litter and Recycling Bins in City

Parks for the City of Toronto’s Solid Waste Management Services Division commencing from date

of award for a period of two (2) years, with the option to renew the Contract for one (1) additional

two (2) year period, 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.

“Agencies and Corporations” refer to bodies and organizations that have a direct reporting or

funding relationship with the City of Toronto or Council. The list of current organization name

and contact of agencies and corporations to be considered under this RFQ is available from the

following page on the City's website www.toronto.ca/abcc

“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;

“Bin(s)” means the 95 gallon wheeled tip carts used to collect litter and recycling in the City Parks

and as described in section 9.0 and Appendix “D”;

“Bin Wash Truck” means any equipment used for the on-site pressure washing of Litter and

Recycling Bins under the Contract and as specified in section 9.0;

4 of 109

Page 3: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

“Business Day” means any working day, Monday to Friday inclusive, excluding statutory and other

holidays, namely: New Year’s Day; Family Day; Good Friday; Easter Monday; Victoria Day;

Canada Day; Civic Holiday; Labour Day; Thanksgiving Day; Remembrance Day; Christmas Day;

Boxing Day and any other day which the City has elected to be closed for business;

“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;

“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,

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

5 of 109

Page 4: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

(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;

“Contract Administrator” means the City of Toronto SWMS Collections Manager responsible for

Parks Bins or his/her designate(s);

“Council” means City Council;

“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;

"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 women, Aboriginal People, persons with disabilities, newcomers/new

immigrants, LGBTQ+ people, visible minorities/racialized people, and other groups the City

identifies as historically underrepresented;

"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;

“may” and “should” used in this RFQ denote permissive (not mandatory);

“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;

6 of 109

Page 5: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

“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;

"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;

"RFQ" means this Request for Quotation inclusive of all Appendices, Schedules and any Addenda

that may be issued by the City;

"Services" means all services and deliverables to be provided by a Vendor as described in this RFQ;

"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 the City of Toronto's Solid Waste Management Services Division;

“Term” means the period of time from the effective date of the Award as evidenced by a City

purchase order, until the completion date of the Contract including any renewal options exercised

by the City as detailed in section 4.0;

“Vendor” means the successful Bidder that has been awarded the Contract.

7 of 109

Page 6: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

2.2 References to Labeled Provisions

Each reference in this Request for Quotation to a numbered or lettered “section”, “subsection”,

“paragraph”, “subparagraph”, “clause” or “subclause” 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”.

8 of 109

Page 7: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

3.0 Scope of Work and Associated Deliverables

3.1 Scope of Work

3.1.1 The scope of this RFQ includes non-exclusive supply of all labour, travel time, insurance, mileage,

operator, water, fuel, maintenance, services, supplies, tools, apparatus, transportation, equipment

and all incidentals necessary for the On-Site Pressure Washing of Litter and Recycling Bins in City

Parks for the City of Toronto’s Solid Waste Management Services Division.

3.2 General Overview

3.2.1 The City’s Solid Waste Management Services Division (SWMS) is responsible for the collection

of Litter and Recycling Bins in all City Parks. SWMS is seeking services for the On-Site Pressure

Washing of these Bins following the collection of the Bins by SWMS in the City’s Parks as

instructed by the City's Contract Administrator, at the rate(s) per hour stated in Appendix "C" –

Price Form.

3.2.2 It is estimated that approximately 150 Bins per day will require pressure washing services five (5)

to seven (7) days per week each calendar year commencing approximately on May 15 and ending

approximately on October 15, weather permitting. The Contract Administrator reserves the right

to increase the Work subject to favorable weather conditions before May 15 and/or after October

15 (refer to section 9.0).

3.2.3 Based on seasonal demands, there are between six (6) and eight (8) litter collection crews operating

in each area depicted in Appendix "D" – Park Area Map.

3.2.4 In order to accommodate daily requirements, the Vendor must have one (1) Bin Wash Truck and

staff to fulfil the requirements of this RFQ. Only one (1) work crew is required. Each work crew

must be comprised of at least two (2) employees (refer to section 9.7.4). The Vendor shall be

responsible for providing spare Bin Wash Trucks and/or arranging for timely repairs as contingency

to fulfil the requirements of the RFQ.

3.2.5 The Work shall take place in all Parks City wide (refer to Appendix "D" – Park Area Map).

3.2.6 All Bidders must satisfy themselves by personal examination of the locations of the proposed Work

and by such other means as they may prefer as to the actual conditions and requirement of the

Work.

4.0 Term of Contract

4.1 Upon Award of this RFQ, the Vendor and the City will have a Contract for the Deliverables for a

period of two (2) years with the option to renew the Contract for one (1) additional two (2) year

period; all in accordance with the terms, conditions, and specifications contained in this RFQ and

any applicable City policy.

4.2 The provision of Services shall not commence until a signed Blanket Contract for the Work is

issued, a Contract Release Order (CRO) has been issued, the required evidence of Insurance as

described in Appendix "B" – General Contract Terms and Conditions, Commercial Vehicle

9 of 109

Page 8: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

Operators Registration (CVOR) Documentation and Workers Safety Insurance Board (WSIB)

Clearance Certificate have been delivered to the City.

4.3 The decision to renew the Contract for any option year(s) will be at the discretion of the City.

Included in the decision to accept option year(s) of the Contract is a market analysis, conducted by

the City for the Services included herein, at the time the option is being considered, comparing the

Bidder’s change in price for the option year(s) to current market/industry conditions.

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 Ramsden Park, 1008 Yonge Street, Toronto on Wednesday November

8, 2017 commencing at 10:00 a.m. local time. Bidders will meet in the Front Office – Main

Boardroom. Site meetings may 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 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.

10 of 109

Page 9: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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 option(s) (if

applicable) in order to determine the evaluated bid price for the purposes of the award.

6.3.4 All prices, rates, and/or costs submitted by Bidders with respect to this Request for Quotation, must

include any and all expenses that may be anticipated and incurred by the Vendor while providing

the Products/Services F.O.B. destination as specified in this RFQ. No additional costs will be

considered.

6.3.5 Bidders must provide a quote for Deliverables that meet or exceed the minimum specifications

and requirements detailed in section 9.0.

6.3.6 For firms that manufacture and/or market products identified within the Ontario Municipal

Hazardous Waste or Special Waste (MHSW), all fees payable to Stewardship Ontario are to be

included in the unit prices.

6.3.7 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 Bid/Performance Security

6.4.1 Bidders are required to submit with their quotation documents a Certified Cheque, Bank Draft,

Money Order or Letter of Credit, made payable to City of Toronto, Treasurer, in the amount of ten

percent (10%) for the total estimated price of the Contract (as set out in Appendix "C" – Price

Form) including any taxes, charges, contingencies or cash allowances to act as the Bid/Performance

Security.

6.4.2 If submitting a Letter of Credit, the following conditions must be incorporated into the Letter of

Credit:

(1) It must be issued by a Canadian chartered bank listed in schedule ‘i’ or ‘ii’ to the Bank Act

(Canada);

(2) It is in a sufficient dollar amount (e.g.: equivalent to the value of the certified cheque for which

it is substituting);

11 of 109

Page 10: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

(3) It is irrevocable;

(4) It is unconditional;

(5) It is automatically renewable unless advised by written notice to the City Treasurer 30 days

preceding the expiry date or dates, that the letter of credit will not be renewed; and

(6) The City of Toronto may draw on it at will;

(7) If advised in accordance with (5) above the City Treasurer will exercise the drawing option.

6.4.3 The Bid/Performance Security of the successful bidder will be returned by the Purchasing and

Materials Management Division upon expiry of the Contract and not before provided all required

work has been completed to the satisfaction of the divisional representative.

6.4.4 The Bid/Performance Security of the unsuccessful bidders will be returned by the Purchasing and

Materials Management Division following the awarding of the Contract and not before.

6.4.5 Any Bid received that does not satisfy the requirements of the City's requirements of the

Bid/Performance Security in the form of a Certified Cheque, Bank Draft, Money Order or Letter

of Credit will be declared Non-Compliant.

6.4.6 Be advised that Certified Cheques, Bank Drafts and Money Orders will be held for the duration of

the Contract or until replaced by a Letter of Credit.

6.4.7 Original copies only of Letters of Credit are acceptable. Quotations submitted with faxed copies of

Letters of Credit are not acceptable and will be declared informal.

6.5 City Policies Submission Form(s) – Appendix "E"

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.

6.6 Bidder Qualifications

6.6.1 Bidders shall be registered or licensed and insured as required by law in the Province of Ontario to

operate the equipment specified. Bidders must be properly licensed to do work in the Municipality

in which this work is undertaken (refer to section 4.2).

6.7 Bidder References

6.7.1 Bidders must submit a minimum of two (2) references from companies, for whom the Bidder has

satisfactorily provided similar work in the past two (2) years which may be provided on the form

included in Appendix "D" – Bidder References Form.

12 of 109

Page 11: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

6.7.2 The City may contact the references provided. Should any reference fail to confirm that similar

work, as listed in section 9, was performed in a satisfactory manner; the Quotation will be declared

Non-Compliant. Quotations with incomplete reference information may be declared non-

compliant.

6.8 MOE Certificate

6.8.1 The Bidder shall submit a copy of a valid Ministry of the Environment certificate with their Bid

(reference section 9.1.10).

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 Upon award the City will confirm with the Vendor, the Deliverables, date(s) and any other

instructions related to the Deliverables being provided.

7.3 The provision of Deliverables shall not commence until a signed Contract for the Deliverables is

issued, in addition to a Contract Release Order (CRO).

7.4 The intention is to award a Contract to the overall lowest Bidder whose Quotation meets the

requirements of this Request for Quotation based on the initial contract period.

8.0 Offers to Agencies and Corporations (Piggyback Option)

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 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 Specifications

9.1 General Requirements

9.1.1 The Vendor shall be capable of providing, and shall provide, all permits, skilled labour and labour

expenses, equipment, materials, supplies, insurance, maintenance, water, fuel and any other costs

associated with the Services to pressure wash Litter and Recycling Bins in City Parks as instructed

by the Contract Administrator, at the price(s) per hour stated in Appendix "C" – Price Form.

9.1.2 The Vendor shall use a Bin Wash Truck to wash the inside and outside of the entire Bin, including

the lid. Specifications for the Bins have been included in Appendix “D”.

13 of 109

Page 12: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

9.1.3 The Bin Wash Truck must have an enclosed wash system that incorporates the re-use of wash water

(refer to section 9.17.2).

9.1.4 The Vendor will be responsible for supplying their own water and disposing of wash water in

accordance with applicable legislation.

9.1.5 The Vendor shall wash the Bins along the same routing and immediately following the emptying

of the Bins by the City and as directed by the Contract Administrator.

9.1.6 The Bin Wash Truck will closely follow the collection truck to minimize the amount of residual

material in the Bins before washing.

9.1.7 The Vendor shall be responsible for the disposal of all residue generated while performing the

Services in accordance with applicable legislation.

9.1.8 The Bins are secured to signposts by a chain and lock. The City will unlock the Bins before

emptying and will leave them unlocked. The Vendor shall be responsible for relocking the Bins to

the signposts once they have been washed.

9.1.9 Prior to the award of the contract, the City of Toronto reserves the right to inspect the Bidder’s

place of work and equipment and shall be satisfied that the Bidder is capable of delivering all

Services referenced in this RFQ (refer to section 9.0). If the City is not satisfied, the City may at

its sole discretion, deem the Bidder’s submission to be non-compliant.

9.1.10 Bidders must possess a valid Ministry of the Environment certificate for the Services for the entire

duration of the Contract (including any option years). The Bidder shall submit a copy of their

approval certificate with their Bid.

9.1.11 It is anticipated that the Vendor will require registration as a waste transportation system in the

Environmental Activity and Sector Registry (EASR). Please refer to the following Ontario Ministry

of the Environment links:

EASR Fact sheet:

http://www.ene.gov.on.ca/environment/en/resources/STDPROD_100528.html

EASR user guide:

http://www.ene.gov.on.ca/environment/en/resources/STDPROD_100530.html

EASR Regulation:

http://www.e-laws.gov.on.ca/html/regs/english/elaws_regs_120351_e.htm

Steps to registration:

http://www.ene.gov.on.ca/environment/en/industry/assessment_and_approvals/environmental_ap

provals/STDPROD_090833

Also refer to section 9.15.2 of the RFQ. It is the Vendor's responsibility to give all necessary

notices, apply for all permits, licenses and inspections and shall pay all fees for such notices,

permits, licenses and inspections required to complete the Services.

14 of 109

Page 13: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

9.1.12 Vendor must provide Commercial Vehicle Operators Registration (CVOR) Documentation prior

to commencement of Services (refer to section 4.2).

9.1.13 The Vendor shall be capable of starting the Services upon the award of the Contract.

9.2 Work Hours

9.2.1 The Work shall be performed five (5) to seven (7) days per week between the hours of 7:00 a.m.

to 3:00 p.m. Work is typically required seven (7) days per week during the peak usage period June

to the end of August. However, the Contract Administrator reserves the right to adjust the required

number of days per week based on operational requirements at the rates per hour quoted in

Appendix "C" – Price Form.

9.2.2 The Contract Administrator reserves the right to adjust the starting time at any time during the

Contract and/or extend the work day hours based on operational requirements at the rates per hour

quoted in Appendix "C" – Price Form.

9.2.3 In general, weather will not affect the schedule. However, the Contract Administrator has the right

to cancel the work prior to the start of the shift without pay if in their determination inclement

weather and/or hazardous conditions would prevent the work from being carried out properly,

safely and without damage to Parks.

9.2.4 In general, weather will not affect the schedule. However, the City Representative has the right to

suspend work at any point during the shift if in their determination inclement weather and/or

hazardous conditions would prevent the Services from being carried out properly, safely and

without damage to Parks.

9.3 Bin Washing

9.3.1 The number of Bins varies by Park. A listing of the approximate number of Bins by Park in the Bin

Washing Area is included in Appendix "D" – Bins by Park.

9.3.2 Bin cleaning shall be carried out using a pressure washer. The Bin Wash Truck shall have the

option of adding chemical for cleaning/sanitizing/deodorizing the Bin. The chemical shall be

environmentally friendly. All Bins will require sanitizing/deodorizing unless otherwise advised by

the Contract Administrator.

9.3.3 The Bins should fit into an enclosure within the Bin Wash Truck that contains the spray and

captures the water. The Bin Wash Truck should filter and re-use the wash water.

9.3.4 Bidders are requested to state the name and brand of the chemical to be used in the washing process

below:

______________________________________________________________________________

9.3.5 Bidders are requested to state if the chemical to be used complies with the Environmental Choice

Program below:

______________________________________________________________________________

15 of 109

Page 14: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

9.3.6 The Vendor's work will be monitored for completeness by the City.

9.3.7 If the Bin is full of loose material, the Vendor shall notify the Contract Administrator by telephone.

On collection days, all Bins are to be emptied by Solid Waste Management Services staff regardless

of how much material is in the Bin. However, residual material related to the cleanliness of the

Bin, such as packaging stuck to the side of the Bin, may be present and is considered part of the

Services.

9.4 Work Locations

9.4.1 The Services will take place in all Parks City wide (refer to Appendix "D" – Park Area Map).

9.4.2 The Service includes various sizes of Parks including small park-ettes and community parks.

9.4.3 The Contract Administrator will notify the Vendor of the specific Parks and the sequence in which

the Bids will be cleaned the day before the Services will be performed.

9.4.4 Individual Park maps indicating the locations of the Litter and Recycling Bins will be provided to

the Contractor(s) as required.

9.5 Access to Sites

9.5.1 The Vendor shall follow the City collection trucks on designated pathways and roadways and at

the direction of City staff. The Vendor will be responsible for any damage incurred as outlined in

section 9.6.

9.5.2 Wherever and whenever possible, the Vendor should use the pathways and roadways to access the

Bins.

9.5.3 Not all Bins are accessible using pathways and roadways. In certain Parks, the Vendor will have

to cross the grass. Many of these locations are accessible using a vehicle in dry conditions;

however, the Vendor may need to walk the Bins to the Bin Wash Truck to prevent sod damage in

wet conditions. Some locations are only accessible on foot and will require the Vendor to walk the

Bins to and from the Bin Wash Truck.

9.5.4 Pathways and roadways are not uniform throughout the Parks and vary in width and load capacity.

Some paths are not wide enough to accommodate all four (4) tires of a pickup truck.

9.5.5 The Vendor must not drive across reservoirs, irrigation fields or any type of sports field.

9.5.6 Some Bins are located outside the Off-Leash Areas for dogs. The Vendor will not be required to

enter Off-Leash Areas to access the Bins.

9.5.7 If the Vendor is unable to clean a Bin for any reason, including proximity to Park users, the Vendor

shall contact the Contract Administrator immediately.

9.6 Responsibility for Damage

16 of 109

Page 15: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

9.6.1 The Vendor will be responsible for the repair of any damage, including but not limited to sod

damage, caused by the Vendor. Any damage caused by the Vendor shall be corrected to the

satisfaction of the Contract Administrator at the Vendor's expense.

9.6.2 If the Vendor fails to satisfactorily repair any damages within forty-eight (48) hours, the City may

do so and charge the Vendor for the costs thereof, deduct said costs from any monies still owing to

the Vendor or draw on the Bid/Performance Security for said costs.

9.7 Health and Safety

9.7.1 The Vendor shall take all necessary precautions to ensure that the work does not pose a hazard to

the public or City workers for the duration of the work.

9.7.2 Parks users do not expect to encounter vehicles within the Parks. The Vendor shall adopt and

follow all City safety protocols with respect to the use of motorized vehicles and equipment in City

Parks including but not limited to the Safe Operations Procedures attached as Appendix "D".

9.7.3 Whenever the Vendor encounters people biking, using roller blades, pushing strollers or similar

activities along the path while driving along the pathways, the Vendor shall pull to the side of the

pathway as much as possible and stop the vehicle until they pass.

9.7.4 In addition to the requirements in section 9.7.2, the Vendor's vehicle operating in the Parks must

be escorted through parkland by an employee on foot. It is mandatory that four-way amber flashing

lights, back up and forward alarms, directional board, and back-up camera be in use while operating

any vehicle in or through any Park area (refer to section 9.18).

9.7.5 The Vendor shall comply with all current and future health and safety policies and procedures as

they apply to contractors working for the City.

9.7.6 Using best judgement, if the Vendor deems parkland too busy to conduct the Work safely, the

Vendor shall contact the Contract Administrator immediately to assess the situation and the

Contract Administrator may move the Vendor to a different area. The Vendor shall err on the side

of caution when working in the City Parks.

9.8 Interactions with Parks Users

9.8.1 The Vendor is to ensure that the work is conducted by experienced and fully competent personnel

who are professional in appearance.

9.8.2 When working in Parks, the Vendor's personnel are to be courteous and maintain good public

relations during any interactions with Park users. For general inquiries beyond which personnel

are qualified to respond, Park users can be referred to the Contract Administrator.

9.8.3 Using best judgement, the Vendor is to contact the Contract Administrator immediately in the event

of any complaints, issues and concerns involving the public.

17 of 109

Page 16: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

9.9 Fuel Containers and Fueling of Equipment

9.9.1 Any fuel containers are to be secured to the Vendor's vehicle, properly vented, and inaccessible to

the public at all times except when fuelling equipment. Whenever possible, fuelling of equipment

is not to be undertaken within the Parks. Fuelling of equipment is not to be undertaken on or over

turf, planting beds, pathways or trails, with care taken to eliminate the risk of spillage.

9.9.2 The Vendor shall ensure that all vehicles have spill kits.

9.10 Smog Alert Response Plan

9.10.1 The Vendor will be notified by the City Representative(s) in the event of a City of Toronto, Smog

Alert Response Plan event.

9.10.2 During a Smog Alert Response Plan event, the Vendor is to:

a) Re-fuel vehicles and equipment during non sunlight hours whenever possible.

For more information about smog and the City’s Smog Alert Response Plan, reference can be made

through the following website:

http://www.toronto.ca/health/airquality/smog/csarp.htm

9.11 Communications and Daily Reports

9.11.1 The Vendor must notify the Contract Administrator of the finish times from the routes by phone.

The Vendor shall also electronically submit a daily report by no later than 9:00 a.m. the following

day indicating the number of Bins washed and hours worked by Park, on a standard reporting form

to be supplied by the City. The daily report to be supported by a signed daily crew log as per

Appendix "D" – City Contract – Crew Log (Parks bin cleaning). Travel time from Park to Park

will be included in the hours worked.

9.11.2 The Vendor shall establish phone, e-mail and fax communications with the Contract Administrator.

9.11.3 Each work crew must have a work crew lead that is equipped with a cellular telephone having a

phone number local to the Toronto area and communicated to the Contract Administrator.

9.11.4 Prior to the start of the work, the Vendor shall attend an initial meeting as required and as advised

by the Contract Administrator. At that time, the Contract Administrator will go over scheduling

with the Vendor as well as answer any questions that they may have. Contact information for the

Contract Administrator will also be provided to the Vendor.

9.11.5 Further, the Vendor may be required to attend follow up progress/review meetings as required.

9.11.6 There shall be no cost to the City for any expenses incurred by the Vendor during these meetings.

9.11.7 The Vendor shall notify the Contract Administrator by telephone whenever the Vendor notices that

Bins have been tampered with.

18 of 109

Page 17: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

9.12 Claims Due to Variations in RFQ Quantities

9.12.1 The Vendor shall note that claims for any additional payment over and above the rate(s) per hour

quoted in Appendix "C" – Price Form shall not be paid by the City of Toronto.

9.13 Responsibility for Fines and Penalties

9.13.1 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.

9.14 Subcontractors

9.14.1 Subcontracting of any part of the Contract shall not be permitted.

9.15 Notices, Permits and Certificates

9.15.1 The Vendor shall give all necessary notices, shall apply for all permits, licenses and inspections

and shall pay all fees for such notices, permits, licenses and inspections required to complete the

work.

9.15.2 The Vendor must possess a valid Ministry of the Environment certificate for the entire duration of

the Contract (including option years) and make available upon request by the Contract

Administrator.

9.16 Accidents and Spills Reporting

9.16.1 Accidents, spills and equipment malfunctions are avoidable. The Vendor shall take all necessary

precautions, training and due diligence to minimize the probability of such incidents.

9.16.2 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 appropriate Contract Administrator

immediately following contact with Police, Fire and Ambulance. The City will determine whether

the assigned Contract Administrator will attend the accident site. The Vendor will provide a copy

of its accident report to the City Contract Administrator by no later than 9:00 a.m. the day after the

accident including any required follow up documentation to complete the file.

9.16.3 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.

9.16.4 All spills must be managed and cleaned up by the Vendor at the Vendor's expense. All spills must

be reported to the City of Toronto Customer Service at 311 during or after regular working hours

and assigned Contract Administrator immediately after having informed City of Toronto Customer

Service. 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 Contract Administrator no later than 9:00

19 of 109

Page 18: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

a.m. the day after the spill was cleaned up including any required follow up documentation to

complete the file.

9.17 Bin Wash Truck

9.17.1 The Vendor shall provide all equipment and supplies sufficient to perform and complete each day’s

work on time and on a consistent basis.

9.17.2 The Bin Wash Truck shall have an enclosure that the Bins should fit into that contains the spray

and captures the water. The Bin Wash Truck must have an enclosed wash system that incorporates

the re-use of wash water.

9.17.3 The Bin Wash Truck shall clean the Bins using a pressure washer. The Bin Wash Truck shall have

the option of adding chemical for cleaning/sanitizing/deodorizing the Bin (refer to section 9.3).

9.17.4 The Bin Wash Truck shall be capable of washing a minimum of 150 Bins during the regular

working hours 7:00 a.m. to 3:00 p.m.

9.17.5 The Bin Wash Truck shall be no larger than the collection trucks currently being used by SWMS

to collect the Bins in the City Parks (Cab and Chassis: Isuzu NRR or Hino 195 (cab-over) Truck -

GVWR 19,500 lbs).

9.17.6 The overall height of the vehicle shall be as low as possible to prevent damage to City property

including trees (refer to section 9.6).

9.17.7 All equipment must be fitted with necessary and functioning safety devices. Safety equipment on

all vehicles deployed under this contract must be operational at all times.

9.18 Safety Requirements

9.18.1 For overall safety, the Bin Wash Truck used for the work shall comply with all applicable standards,

codes, acts and regulations.

9.18.2 The Bin Wash Truck shall be equipped with four way amber flashing lights.

9.18.3 The Bin Wash Truck shall display a sign indicating that the vehicle makes frequent stops.

9.18.4 The Bin Wash Truck shall be equipped with a directional board to direct Parks users around the

work area.

9.18.5 The Bin Wash Truck shall be equipped with back up and forward alarms.

9.18.6 The Bin Wash Truck shall be equipped with a rear view camera with a monitor in the cab of the

vehicle and in full view of the driver.

9.19 Signage

9.19.1 The Vendor will be required to display signage supplied by the City during the work indicating that

the vehicle is under contract with the City.

20 of 109

Page 19: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

9.19.2 The signage provided by the City for each vehicle will be removable (magnetic) and should only

be displayed when carrying out the work. The Vendor shall be required to return the signage to the

Contract Administrator at the end of the Contract.

9.20 Usage Reports

9.20.1 The Vendor shall submit electronic usage reports to the requesting Division’s Manager or Contract

administrator summarizing the Deliverables provided by category and/or Contract line item

number, as and when required. The report must be satisfactory to the City and shall include, but

not be limited to, recipient name and location, quantities, detailed description of Service, and

Contract release order number, at no cost to the City for any such report. The amounts are to be

provided for each year of the Contract term.

9.20.2 The Usage Report shall be in a columnar text format, in MS Excel 2007 or higher version.

10.0 Quantity

10.1 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 Material Safety Data Sheets (MSDS)

11.1 The Vendor must provide Material Safety Data Sheets (MSDS) for all

cleaning/sanitizing/deodorizing agents used to perform the work within five (5) business days when

requested by the City. The MSDS must be sent electronically to the following email account:

[email protected], with the corresponding RFQ # in the following format: "RFQ: XXXX-XX-

XXXX" in the email subject line. Failure to submit all MSDSs to the City within the specified time

frame by the City may result in the Vendor being deemed in breach of the Contract.

12.0 Insurance: Refer to Appendix B – General Contract Terms and Conditions, item 6

13.0 Performance Security

13.1 Refer to section 6.44, Bid/Performance Security for more information.

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

21 of 109

Page 20: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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 contractors 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.

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 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;

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

22 of 109

Page 21: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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=e831db1bab811410VgnVCM10000071d

60f89RCRD

(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.

23 of 109

Page 22: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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 five (5) 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 six (6) 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.

24 of 109

Page 23: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

8. Post-Submission Adjustments and Withdrawal of Quotations

(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 120 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,

25 of 109

Page 24: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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

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.

(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

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.

26 of 109

Page 25: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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

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.

27 of 109

Page 26: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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.

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

28 of 109

Page 27: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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;

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.

29 of 109

Page 28: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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

30 of 109

Page 29: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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 Five 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).

2. Automobile Liability insurance with a minimum limit of Five Million Dollars ($5,000,000) for all

owned or leased licensed motorized vehicles used in the performance of services.

31 of 109

Page 30: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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.

(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.

32 of 109

Page 31: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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

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,

33 of 109

Page 32: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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;

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.

34 of 109

Page 33: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

(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

The 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 contract, whether required

statutorily or not under the Workplace Safety and Insurance Act, 1997.

The Vendor represents and warrants that it shall be in good standing with the WSIB throughout the Term of

this Contract. 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.

The Vendor shall ensure that any and all persons, including but not limited to volunteers, students,

subcontractors and independent contractors, providing services under this Contract have secured WSIB

coverage, whether required statutorily or not, for the term of this Contract.

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.

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

35 of 109

Page 34: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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.

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:

36 of 109

Page 35: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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*)

37 of 109

Page 36: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

APPENDIX “C” PRICE FORM

UNIT PRICES QUOTED SHALL INCLUDE THE NON-EXCLUSIVE SUPPLY OF ALL LABOUR, TRAVEL TIME, INSURANCE, MILEAGE, OPERATOR,

WATER, FUEL, MAINTENANCE, SERVICES, SUPPLIES, TOOLS, APPARATUS, TRANSPORTATION, EQUIPMENT AND ALL INCIDENTALS

NECESSARY FOR THE ON-SITE PRESSURE WASHING OF LITTER AND RECYCLING BINS IN CITY PARKS FOR THE CITY OF TORONTO’S SOLID

WASTE MANAGEMENT SERVICES DIVISION, EXCLUDING HARMONIZED SALES TAX (HST). NO ADDITIONAL CHARGES/SURCHARGES WILL BE

PERMITTED.

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.

Item Description

Estimated

Hours Per

Year

(A)

Unit of

Measure

Rate Per Hour

(B)

Extended Annual Price

(C) = (A) x (B)

Option Period 1

Rate Per Hour January 1, 2020 to December 31, 2021

1

On-Site Pressure

Washing of Litter

and Recycling Bins

in City Parks

1,000 Hours $__________________ $_______________________ $_____________________

2 Total Price per Annum $_______________________

3 Grand Total Base Bid Price for Initial Term (Item 2 x 2 Yrs.) $_______________________

4 Prompt Payment Total % Discount from the date of award for the entire

contract term including the optional period _____________%

5 State Discount Term (e.g. Net 15 days) ___________________

6 Discount applied to Grand Total Base Bid Price (Item 3 x Item 5) $_______________________

7 Total Evaluated Bid Price for Initial Term (Item 3 – Item 5)

(transcribe on front page) $_______________________

38 of 109

Page 37: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

APPENDIX “D” – SUPPLEMENTARY FORMS

1) Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy

2) Statutory Declaration (Occupational Health & Safety)

3) Bidder References Form

4) Park Area Map

5) Specifications for the Bins

6) Bins by Park

7) Safe Operations Procedures

8) City Contract – Crew Log (Parks Bin Cleaning)

39 of 109

Page 38: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

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

40 of 109

Page 39: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

STATUTORY DECLARATION (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

41 of 109

Page 40: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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:

(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. )

42 of 109

Page 41: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

BIDDER REFERENCES FORM

1. Company Name: ______________________________

Contact Name/Title: ______________________________

Telephone Number: ______________________________

Email: ______________________________

Supplied Similar Services: Yes No

Provide a brief description of the work:_______________________________

_______________________________________________________________

_______________________________________________________________

_______________________________________________________________

2. Company Name: ______________________________

Contact Name/Title: ______________________________

Telephone Number: ______________________________

Email: ______________________________

Supplied Similar Services: Yes No

Provide a brief description of the work:_______________________________

_______________________________________________________________

_______________________________________________________________

_______________________________________________________________

43 of 109

Page 42: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

PARK AREA MAP

44 of 109

Page 43: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

SPECIFICATIONS FOR THE BINS

95 Gallon Bins (Flat and domed lids)

Dimensions at top of

Overall Height – 41.88” Skirt Height (from ground) – 33.00 in

Overall Height (with flat lid) – 45.38 in Grab Bar Height (from ground) – 16.75 in

Overall Height (with dome lid) – 51.00 in Grab Bar Width – 6.5 in

Overall Width – 28.7 in Handle Diameter – 1.25 in

Overall Depth – 33.75 in Diameter (at top of lift area) – 27 in

Assembled weight – 38 pounds

45 of 109

Page 44: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

BINS BY PARK

46 of 109

Page 45: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

1 111 111 222 109

ALBION ARENA 1 1 2 1

ALBION GARDENS PARK 4 4 8 4

BEAUMONDE HEIGHTS PARK 3 3 6 3

ESTHER LORRIE PARK 4 4 8 4

FINCH/HUMBERLINE SPORTSFIELDS 3 3 6 3

FINCH/ISLINGTON PARK 1 1 2 1

FLAGSTAFF PARK 5 5 10 5

FROST PARK 1 1 2 1

GARLAND PARK 1 1 2 1

HUMBER ARBORETUM 12 12 24 10

HUMBERLINE PARK 1 1 2 1

HUMBERWOOD PARK 1 1 2 1

INDIAN LINE PARK 3 3 6 3

LYNMONT PARK 1 1 2 1

MASSEYGROVE PARK 5 5 10 5

MELODY PARK 1 1 2 1

PINE POINT PARK 7 7 14 7

REXDALE PARK 5 5 10 5

REXLINGTON PARK 4 4 8 4

SUMMERLEA PARK 13 13 26 13

SUNNYDALE ACRES PARK 5 5 10 5

TAMARISK PARK 2 2 4 2

THE ELMS PARK 3 3 6 3

THISTLETOWN PARK 1 1 2 1

TRIPLE CROWN PARKETTE 2 2 4 2

TURPIN AVENUE PARK 1 1 2 1

VILLAGE GREEN PARK 3 3 6 3

WEST HUMBER PARKLAND 17 17 34 17

WINDWOOD PARK 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________47 of 109

Page 46: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

2 135 133 268 124

ACACIA PARK 1 1 2 1

APTED PARK 4 4 8 4

BLUEHAVEN PARK 4 4 8 4

COLONY PARK 2 2 4 2

GIHON SPRING PARK 5 5 10 5

GORD AND IRENE RISK PARK 3 3 6 3

GRACEDALE PARK 3 3 6 3

HABITANT PARK 2 2 4 2

HAIMER PARK 2 2 4 2

HIGHFIELD PARK 3 3 6 3

HUMBERVIEW PARK 1 1 2 1

ISLINGTON PARK 1 1 2 1

JOSEPH BANNON PARK 2 2 4 2

KAY PARK 1 1 2 1

KNIGHTS OF COLUMBUS PARK 1 1 2 1

LANYARD PARK 5 5 10 5

LINDYLOU PARK 5 5 10 5

LOUISE RUSSO PARK 1 1 2 1

NORTH HUMBER PARK 3 3 6 3

NORTH KIPLING PARK 4 4 8 4

PANORAMA PARK 2 2 4 2

PLOWSHARE PARK 1 1 2 1

PLUNKETT PARK 2 2 4 2

ROWNTREE MILLS PARK 36 37 73 27

ROYAL CREST PARK 2 2 4 2

SILVERSTONE PARK 1 1 2 1

SMITHFIELD PARK 6 6 12 6

ST. LUCIE PARK 1 1 2 1

STRATHBURN PARK 3 3 6 3

THACKERY PARK 4 4 8 2

VEROBEACH PARKETTE 1 1 2 1

WEST HUMBER PARKLAND 23 20 43 23

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________48 of 109

Page 47: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

3 142 141 283 141

ALEX MARCHETTI PARK 5 5 10 5

BLACKFRIAR PARK 1 1 2 1

COULTER AVENUE PARKETTE 1 1 2 1

CRAWFORD - JONES MEMORIAL PARK 3 3 6 3

CRUICKSHANK PARK 11 11 22 11

DENISON PARK 2 2 4 2

DIXON PARK 4 4 8 4

DOUGLAS FORD PARK 3 3 6 3

ELM PARK (YORK) 1 1 2 1

FAIRHAVEN PARK 5 5 10 5

GRATTAN PARK 1 1 2 1

GREEN MEADOWS PARK 1 1 2 1

HARDING PARK 3 3 6 3

HOLLEY PARK 1 1 2 1

KINGSVIEW PARK 2 2 4 2

LA ROSE PARK 3 3 6 3

LIONS GATE PARK 1 1 2 1

MARTIN GROVE GARDENS PARK 8 8 16 8

MEMORIAL PARK (YORK) 2 2 4 2

MERRILL PARK 2 2 4 2

PELLATT PARKETTE 1 1 2 1

PELMO PARK 8 8 16 8

PORTAGE GARDENS PARK 3 3 6 3

RAYMORE PARK 1 1 2 1

RAYMORE PARK/CANADIAN UKRAINIAN MEMORIAL 3 3 6 3

REDGRAVE PARK 1 1 2 1

RIVERLEA PARK 2 2 4 2

ROSEMOUNT GARDENS PARKETTE 1 1 2 1

SILVER CREEK PARK 4 4 8 4

STOFFEL DRIVE ALLOTMENT GARDENS 3 2 5 2

STONEHOUSE PARK 3 3 6 3

TRETHEWEY PARK WEST 3 3 6 3

TRIMBEE PARK 2 2 4 2

UPWOOD GREENBELT 2 2 4 2

VALLEYFIELD PARK 3 3 6 3

WALLACE C. SWANEK PARK 4 4 8 4

WESTGROVE PARK 4 4 8 4

WESTMOUNT PARK 3 3 6 3

WESTON LIONS PARK 20 20 40 20

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________49 of 109

Page 48: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

WESTON VILLAGE PARK 1 1 2 1

WESTWAY PARK 2 2 4 2

WINCOTT PARK 8 8 16 8

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________50 of 109

Page 49: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

4 127 127 254 127

475 RATHBURN ROAD 1 1 2 1

BLOORDALE PARK 4 4 8 4

BRIARCREST PARK 2 2 4 2

BROADACRES PARK 4 4 8 4

BURNHAMILL PARK 1 1 2 1

CAPRI PARK 1 1 2 1

CARSBROOKE PARK 2 2 4 2

CLOVERDALE PARK 3 3 6 3

CRONIN PARK 1 1 2 1

DENNIS FLYNN PARK 4 4 8 4

EAST MALL PARK 4 4 8 4

ECHO VALLEY PARK 1 1 2 1

ELMBROOK PARK 1 1 2 1

ERINGATE PARK 7 7 14 7

GLEN AGAR PARK 1 1 2 1

GLEN PARK 2 2 4 2

GREENFIELD PARK 1 1 2 1

HAMPSHIRE HEIGHTS PARK 3 3 6 3

HEATHERCREST PARK 1 1 2 1

LLOYD MANOR PARK 2 2 4 2

MILL VALLEY PARK 1 1 2 1

MILLWOOD PARK 6 6 12 6

NEILSON PARK (ETOBICOKE) 4 4 8 4

RAVENSCREST PARK 3 3 6 3

RICHVIEW PARK 20 20 40 20

SILVERHILL PARK 3 3 6 3

SMITHWOOD PARK 1 1 2 1

WARRENDER PARK 1 1 2 1

WEDGEWOOD PARK (ETOBICOKE) 4 4 8 4

WELLESWORTH PARK 5 5 10 5

WEST DEANE PARK 32 32 64 32

WILLOWRIDGE PARK 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________51 of 109

Page 50: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

5 156 155 311 155

ALAN/OXFORD PARKETTE 1 1 2 1

ALDERWOOD MEMORIAL PARK 2 2 4 2

ALEXANDER PARK 1 1 2 1

AMOS WAITES PARK 7 7 14 7

BIRCH PARK 4 4 8 4

BISSET PARK 1 1 2 1

CLIFF LUMSDON PARK 3 3 6 3

COLONEL SAMUEL SMITH PARK 21 21 42 21

CONNORVALE PARK 5 5 10 5

CORONATION PARK (ETOBICOKE) 1 1 2 1

DELMA PARK 2 2 4 2

DON RUSSELL MEMORIAL PARK 6 6 12 6

DOUGLAS PARK 2 2 4 2

EIGHTH STREET PARK 1 1 2 1

ENFIELD PARK 1 1 2 1

ETOBICOKE VALLEY PARK 8 8 16 8

GRAND AVENUE PARK 2 2 4 2

HILLSIDE PARK 1 1 2 1

HUMBER BAY PROMENADE PARK 5 5 10 5

LABURNHAM PARK 4 4 8 4

LAKE CRESCENT PARK 1 1 2 1

LAKE CRESCENT ROAD END PARKETTE 1 1 2 1

LAKESHORE VILLAGE PARK 2 2 4 2

LEN FORD PARK 3 3 6 3

LONG BRANCH CENOTAPH 1 1 2 1

LONG BRANCH PARK 2 2 4 2

MANCHESTER PARK 3 3 6 3

MARIE CURTIS PARK 27 26 53 26

MAURICE J. BREEN PARK 1 1 2 1

MILES ROAD END PARKETTE 1 1 2 1

MIMICO MEMORIAL PARK 4 4 8 4

MUNICIPAL PARK 1 1 2 1

NORRIS CRESCENT PARK 4 4 8 4

OURLAND PARK 8 8 16 8

PRINCE OF WALES PARK 5 5 10 5

QUEENS PARK 1 1 2 1

ROTARY PARK 3 3 6 3

SAND BEACH ROAD PARKETTE 1 1 2 1

SIR ADAM BECK PARK 2 2 4 2

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________52 of 109

Page 51: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

SKEENS LANE PARKETTE 1 1 2 1

STANLEY AVENUE PARK 1 1 2 1

SUPERIOR PARK 2 2 4 2

THIRTY EIGHTH STREET PARK 1 1 2 1

TWELFTH STREET PARKETTE 1 1 2 1

TWENTY EIGHTH STREET PARK 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________53 of 109

Page 52: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

6 145 145 290 145

ALLANHURST PARK 1 1 2 1

BELL MANOR PARK 3 3 6 3

BERRY ROAD PARK 1 1 2 1

BUTTONWOOD PARK 3 3 6 3

CHESTNUT HILLS PARK 2 2 4 2

CLOCKWORK PARK 1 1 2 1

DONNYBROOK PARK 1 1 2 1

EDEN VALLEY PARK 2 2 4 2

FAIRFIELD PARK 4 4 8 4

HOME SMITH PARK 14 14 28 14

HUMBER VALLEY PARK 2 2 4 2

HUMBERTOWN PARK 2 2 4 2

JAMES GARDENS 3 3 6 3

JEFF HEALEY PARK 4 4 8 4

KENWAY PARK 1 1 2 1

KING'S MILL PARK 14 14 28 14

KINSDALE PARK 1 1 2 1

LAMBTON - KINGSWAY PARK 7 7 14 7

LAURA HILL PARK 3 3 6 3

MICHAEL POWER SITE 2 2 4 2

NORSEMAN HEIGHTS PARK 4 4 8 4

PARK LAWN PARK 5 5 10 5

PRINCESS ANNE PARK 2 2 4 2

PRINCESS MARGARET PARK 1 1 2 1

QUEENSLAND PARK 1 1 2 1

QUEENSWAY PARK 7 7 14 7

REID MANOR PARK 1 1 2 1

ROSETHORN PARK 2 2 4 2

SAUNDERS CRESCENT PARKETTE 1 1 2 1

SCARLETT HEIGHTS PARK 1 1 2 1

SCARLETT MILLS PARK 26 26 52 26

SIX POINTS PARK 1 1 2 1

SOUTH HUMBER PARK 1 1 2 1

SPRING GARDEN PARK 2 2 4 2

SUNNYLEA PARK 2 2 4 2

TOM RILEY PARK 15 15 30 15

VALECREST PARK 1 1 2 1

WINSLOW/DALESFORD PARKETTE 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________54 of 109

Page 53: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

7 129 129 258 129

ALBERT CROSLAND PARKETTE 1 1 2 1

ALLAN A LAMPORT STADIUM 4 4 8 4

ANNETTE RECREATION CENTRE 7 7 14 7

BAIRD PARK 3 3 6 3

BEATY AVENUE PARKETTE 1 1 2 1

BERESFORD PARK 2 2 4 2

BILL JOHNSTON PARK 2 2 4 2

CAMPBELL AVENUE PLAYGROUND 5 5 10 5

CARLTON PARK 3 3 6 3

CASHMAN PARK 1 1 2 1

CASHMAN PARK WEST 1 1 2 1

CHELSEA AVENUE PLAYGROUND 1 1 2 1

CLOSE SPRINGHURST PARKETTE 1 1 2 1

COLUMBUS PARKETTE 3 3 6 3

DUFFERIN - KING PARK 2 2 4 2

DUNDAS/WATKINSON PARKETTE 1 1 2 1

DUNN AVENUE PARKETTE 1 1 2 1

ERWIN KRICKHAHN PARK 2 2 4 2

ETIENNE BRULE PARK 16 16 32 16

FLORENCE GELL PARK 2 2 4 2

GLENLAKE SQUARE 1 1 2 1

HUMBER MARSHES 1 1 2 1

LAMBTON PARK 5 5 10 5

LESSARD PARK 3 3 6 3

LIBERTY VILLAGE PARK 2 2 4 2

LITHUANIA PARK 3 3 6 3

LUCY MAUD MONTGOMERY PARK 1 1 2 1

MAGWOOD PARK 4 4 8 4

MASARYK PARK 1 1 2 1

MELBOURNE AVENUE PARKETTE 1 1 2 1

NEIL MC LELLAN PARK 1 1 2 1

OLD MILL TENNIS COURTS 2 2 4 2

ORMSKIRK PARK 1 1 2 1

PERTH SQUARE PARK 1 1 2 1

RAVINA GARDENS PARK 2 2 4 2

RENNIE PARK 9 9 18 9

RITA COX PARK 1 1 2 1

RITCHIE AVENUE PARKETTE 1 1 2 1

SORAUREN AVENUE PARK 7 7 14 7

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________55 of 109

Page 54: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

SPENCER COWAN PARKETTE 1 1 2 1

SUNNYBROOK PARKETTE 1 1 2 1

SWANSEA COMMUNITY RECREATION CENTRE 2 2 4 2

SYMINGTON AVENUE PLAYGROUND 2 2 4 2

TRAYMORE PARK 3 3 6 3

VINE AVENUE PLAYGROUND 3 3 6 3

WEST LODGE PARK 3 3 6 3

WEST TORONTO RAILPATH 7 7 14 7

WILLARD GARDENS PARKETTE 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________56 of 109

Page 55: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

8 156 160 316 156

BEAVER LIGHTBOURN PARKETTE 1 1 2 1

BERT ROBINSON PARK 4 4 8 4

BLACK CREEK SITE EAST 1 1 2 1

BLACK CREEK SITE WEST 1 1 2 1

CAYUGA PARK 1 1 2 1

CHARLES BRERETON PARK 1 1 2 1

CHARLES CACCIA PARK 1 1 2 1

CONSTABLE PERCY CUMMINS PARKETTE 1 1 2 1

CYNTHIA/FRIMETTE PARKETTE 1 1 2 1

DALRYMPLE PARK 1 1 2 1

DAVENPORT VILLAGE PARK 3 3 6 3

EARLSCOURT PARK 18 18 36 18

EDINBOROUGH PARK 1 1 2 1

EGLINTON FLATS 31 35 66 33

FAIRBANK MEMORIAL PARK 4 4 8 4

FERGY BROWN PARK 7 7 14 7

GAFFNEY PARK 1 1 2 1

GLADHURST PARK 1 1 2 1

HARWOOD PARK 3 3 6 3

HAVERSON PARK 1 1 2 1

HENRIETTA PARK 1 1 2 1

JANE/WOOLNER GARDEN PLOTS 4 4 8 2

KEELE/MULOCK PARKETTE 2 2 4 2

KEELESDALE NORTH PARK 5 5 10 5

KEELESDALE PARK 8 8 16 8

MAPLE CLAIRE PARK 2 2 4 2

NOBLE PARK 2 2 4 2

ONTARIO HYDRO LANDS 2 2 4 2

PEAREN PARK 3 3 6 3

PELHAM AVENUE PLAYGROUND 1 1 2 1

PRIMROSE AVENUE PARKETTE 2 2 4 2

RAYMORE PARK/CANADIAN UKRAINIAN MEMORIAL 2 2 4 2

REGENT PARK 1 1 2 1

ROSE VALLEY PARK 1 1 2 1

RUNNYMEDE PARK 6 6 12 6

SADRA PARK 3 3 6 3

SENATOR PETER BOSA PARKETTE 1 1 2 1

SMYTHE PARK 14 14 28 14

TURNBERRY NORTH PARK 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________57 of 109

Page 56: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

UPPER JUNCTION 1 1 2 1

WADSWORTH PARK 4 4 8 4

WESTLAKE PARK 2 2 4 2

WOOLNER PARK 3 3 6 3

YORK STADIUM 2 2 4 2

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________58 of 109

Page 57: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

9 131 130 261 131

AMESBURY PARK 13 13 26 13

BELMAR PARK 1 1 2 1

BENNER PARK 2 2 4 2

CALEDONIA PARK 11 10 21 11

CAMBORNE PARKETTE 1 1 2 1

CHALKFARM PARK 5 5 10 5

CORONATION PARK (YORK) 9 9 18 9

DIANA PARK 2 2 4 2

EXBURY PARK 2 2 4 2

FALSTAFF PARK 2 2 4 2

FLEMINGTON PARK 1 1 2 1

GILTSPUR PARK 2 2 4 2

GIOVANNI CABOTO PARK 2 2 4 2

GLEN LONG PARK 2 2 4 2

GRACEFIELD PARK 1 1 2 1

GREEN HILLS PARK 1 1 2 1

GULLIVER PARK 3 3 6 3

HEATHROW PARK 3 3 6 3

HILLMOUNT PARKETTE 1 1 2 1

J.T. WATSON 1 1 2 1

JOYCE PARK 2 2 4 2

KAY GARDNER BELTLINE PARK 8 8 16 8

LANGHOLM PARK 3 3 6 3

MAPLE LEAF PARK 7 7 14 7

NORTH PARK (NORTH YORK) 6 6 12 6

OAKDALE VILLAGE PARK 1 1 2 1

OLYMPIA PARK 1 1 2 1

QUEEN'S GREENBELT 3 3 6 3

RAINBOW PARK 2 2 4 2

RANEE PARK 2 2 4 2

REDBANK GREENBELT 1 1 2 1

RICARDO PARKETTE 1 1 2 1

RIDGE PARK 1 1 2 1

RODING PARK 7 7 14 7

RUSTIC PARK 2 2 4 2

SKIPTON COURT LOT 1 1 2 1

TRETHEWEY PARK 2 2 4 2

WALTER SAUNDERS MEMORIAL PARK 6 6 12 6

WENDERLY PARK 2 2 4 2

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________59 of 109

Page 58: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

WESTVIEW GREENBELT 1 1 2 1

WOODBOROUGH PARK 4 4 8 4

YORKDALE PARK 3 3 6 3

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________60 of 109

Page 59: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

10 131 125 256 128

BLACK CREEK PARKLAND 6 6 12 6

BRATTY PARK 1 1 2 1

BROOKWELL PARK 3 3 6 3

DERRYDOWNS PARK 9 9 18 9

DRIFTWOOD PARK 2 2 4 2

DRIFTWOOD PARKETTE 1 1 2 1

EDGELEY PARK 9 9 18 9

ELM PARK (NORTH YORK) 11 11 22 11

EVELYN WIGGINS PARK 1 1 2 1

FENNIMORE PARK 3 3 6 3

FIRGROVE PARK 5 5 10 5

FOUNTAINHEAD PARK 8 8 16 8

FOUR WINDS ALLOTMENT GARDENS 8 2 10 5

FUTURA PARKETTE 1 1 2 1

GRANDRAVINE PARK 5 5 10 5

HULLMAR PARK 5 5 10 5

KEELE RESERVOIR 13 13 26 13

LANGDALE COURT GREENBELT 1 1 2 1

OAKDALE PARK 4 4 8 4

REMBERTO NAVIA SPORTS FIELD 10 10 20 10

SENTINEL PARK 6 6 12 6

SHOREHAM PARK 3 3 6 3

SILVIA COLLELA PARK 3 3 6 3

SPENVALLEY PARK 5 5 10 5

STANLEY PARK (NORTH YORK) 4 4 8 4

TOPCLIFF PARK 3 3 6 3

YORKWOODS PARK 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________61 of 109

Page 60: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

11 132 132 264 132

ABBOTSFORD PARK 3 3 6 3

AILSA CRAIG PARKETTE 1 1 2 1

ALBERT STANDING PARK 5 5 10 5

ANCASTER PARK 5 5 10 5

ANCONA PARK 5 5 10 5

ANTIBES COMMUNITY CENTRE 2 2 4 2

ANTIBES PARK 2 2 4 2

BALMORAL PARK 3 3 6 3

BANTING PARK 2 2 4 2

BASSWOOD PARKETTE 1 1 2 1

BATHURST/WILSON PARKETTE 2 2 4 2

BAYHAMPTON PARKETTE 1 1 2 1

BEECROFT PARK 2 2 4 2

BURNETT PARK 1 1 2 1

CHAMPLAIN PARKETTE 1 1 2 1

CHARLTON PARK 1 1 2 1

CLANTON PARK 8 8 16 8

DE HAVILLAND MOSSIE PARK 1 1 2 1

DEMPSEY PARK 5 5 10 5

EDITHVALE PARK 12 12 24 12

ELLERSLIE PARK 2 2 4 2

ELLISON PARK 2 2 4 2

FRANKLIN PARK 1 1 2 1

GARTHDALE PARKETTE 1 1 2 1

GIBSON PARK 2 2 4 2

GOULDING PARK 9 9 18 9

GWENDOLEN PARK 3 3 6 3

HARLANDALE PARKETTE 1 1 2 1

HENDON PARK 9 9 18 9

HIDDEN TRAIL PARK 2 2 4 2

HINDER AREA 5 5 10 5

HORSHAM PARKETTE 1 1 2 1

IRVING W. CHAPLEY PARK 5 5 10 5

KEMPFORD PARKETTE 1 1 2 1

LISSOM PARK 3 3 6 3

LORRAINE DRIVE PARK 1 1 2 1

MCALLISTER PARK 2 2 4 2

MOORE PARK 4 4 8 4

ROBERT HICKS PARK 2 2 4 2

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________62 of 109

Page 61: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

ROBERT LEEK PARK 1 1 2 1

ROCKFORD PARK 2 2 4 2

STAFFORD PARK 6 6 12 6

WESTGATE BOULEVARD WOODLOT 1 1 2 1

WILLOWDALE LAWN BOWLING CLUB 2 2 4 2

WILSON HEIGHTS PARKETTE 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________63 of 109

Page 62: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

12 178 178 356 178

ALEXANDER MUIR MEMORIAL GARDENS 3 3 6 3

ASQUITH GREEN PARK 1 1 2 1

BLYTHWOOD RAVINE PARK 3 3 6 3

CHARLOTTE MAHER PARK 2 2 4 2

CHATSWORTH RAVINE 1 1 2 1

CHELTENHAM PARK 2 2 4 2

CHORLEY PARK 5 5 10 5

CRAIGLEIGH GARDENS 3 3 6 3

DAVID A. BALFOUR PARK 12 12 24 12

DUPLEX PARKETTE 1 1 2 1

EGLINTON PARK 22 22 44 22

FATHER CAULFIELD PARK 1 1 2 1

GLEBE MANOR SQUARE 3 3 6 3

JUNE ROWLANDS PARK 7 7 14 7

KAY GARDNER BELTLINE PARK 3 3 6 3

LAWRENCE PARK AND RAVINE 5 5 10 5

LAWTON PARKETTE 3 3 6 3

LEONARD LINTON PARK 3 3 6 3

LIONEL CONACHER PARK 2 2 4 2

LYTTON PARK 5 5 10 5

MALBOROUGH PLACE PARKETTE 1 1 2 1

MILNER PARKETTE 1 1 2 1

MOORE PARK RAVINE 1 1 2 1

MOOREVALE PARK 4 4 8 4

ORIOLE PARK (TORONTO) 11 11 22 11

PARK DRIVE RESERVATION LANDS 2 2 4 2

POTTERY PLAYGROUND 1 1 2 1

PRICEFIELD ROAD PLAYGROUND 3 3 6 3

RAMSDEN PARK 12 12 24 12

REDPATH AVENUE PARKETTE 2 2 4 2

ROBERTSON DAVIES PARK 1 1 2 1

ROSEDALE PARK 8 8 16 8

ROSEDALE RAVINE LANDS 6 6 12 6

SERGEANT RYAN RUSSELL PARKETTE 1 1 2 1

SHERWOOD PARK 12 12 24 12

SNIDER PARKETTE 1 1 2 1

ST. CLEMENTS - YONGE PARKETTE 1 1 2 1

STRATFORD PARK 1 1 2 1

TALBOT PARK 10 10 20 10

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________64 of 109

Page 63: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

TRACE MANES PARK 4 4 8 4

WANLESS PARK 6 6 12 6

WOBURN AVENUE PLAYGROUND 2 2 4 2

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________65 of 109

Page 64: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

13 138 136 274 136

ARLINGTON PARKETTE 1 1 2 1

BAYCREST PARK 7 7 14 7

BEDFORD PARKETTE 1 1 2 1

BEN NOBLEMAN PARK 2 2 4 2

BOULTON DRIVE PARKETTE 1 1 2 1

BRIAR HILL CHAPLIN PARKETTE 1 1 2 1

BROOKDALE PARK 4 4 8 4

CAWTHRA PLAYGROUND 1 1 2 1

CEDARVALE PARK 10 10 20 10

CEDARVALE RAVINE LANDS 2 2 4 2

CHATER COURT PARKETTE 1 1 2 1

CONNAUGHT CIRCLE 1 1 2 1

CORTLEIGH PARKETTE 1 1 2 1

CY TOWNSEND PARK 1 1 2 1

DELL PARK 1 1 2 1

FLEMINGTON PARK 1 1 2 1

FOREST HILL ROAD PARK 2 2 4 2

FRANKEL LAMBERT PARK 2 2 4 2

FRASERWOOD PARK 1 1 2 1

GARRISON CREEK PARK 2 2 4 2

GEARY AVENUE PARKETTE 3 3 6 3

GLEN CEDAR PARK 3 3 6 3

GLEN EDYTH DRIVE PARKETTE 1 1 2 1

GRAHAM PARK 2 2 4 2

HIGH LEVEL PUMPING STATION PARK 1 1 2 1

HILLCREST PARK 4 4 8 4

HILLHURST PARKETTE 1 1 2 1

HUMEWOOD PARK 3 3 6 3

KAY GARDNER BELTLINE PARK 3 3 6 3

LAUGHLIN PARK 3 3 6 3

LEDBURY PARK 3 3 6 3

MARIAN ENGEL PARK 3 3 6 3

MEMORIAL PARK (TORONTO) 7 7 14 7

MONTCLAIR AVENUE PARKETTE 1 1 2 1

MOUNT ROYAL PARKETTE 1 1 2 1

NICOL MAC NICOL PARKETTE 1 1 2 1

NORDHEIMER RAVINE 3 3 6 3

OLD ORCHARD PARK 1 1 2 1

PHIL GIVENS PARK 2 2 4 2

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________66 of 109

Page 65: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

PRINCE CHARLES PARK 1 1 2 1

RAJAH PARK 1 1 2 1

ROSEMARY PARKETTE 1 1 2 1

ROSENEATH PARK 1 1 2 1

SHALLMAR PARKETTE 1 1 2 1

SIR WINSTON CHURCHILL PARK 13 11 24 11

SPADINA PARK 1 1 2 1

SUYDAM PARK 3 3 6 3

TICHESTER PARK 2 2 4 2

VIEWMOUNT PARK 6 6 12 6

WELLS HILL PARK 4 4 8 4

WOBURN PARK (NORTH YORK) 8 8 16 8

WYCHWOOD PARK 7 7 14 7

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________67 of 109

Page 66: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

14 166 166 332 166

ALEXANDRA PARK 7 7 14 7

ART EGGLETON PARK 2 2 4 2

BELLEVUE SQUARE 3 3 6 3

BICKFORD PARK 4 4 8 4

CANOE LANDING 6 6 12 6

CHRISTIE PITS 17 17 34 17

DOVERCOURT PARK 7 7 14 7

DUFFERIN GROVE PARK 14 14 28 14

DUNDAS/ST CLARENS PARKETTE 1 1 2 1

EUCLID AVENUE PARKETTE 1 1 2 1

FRED HAMILTON PLAYGROUND 4 4 8 4

GARRISON COMMON 5 5 10 5

HEALEY WILLAN PARK 1 1 2 1

IRENE AVENUE PARKETTE 2 2 4 2

JEAN SIBELIUS SQUARE 3 3 6 3

JOSEPH BURR TYRRELL PARK 1 1 2 1

JOSEPH WORKMAN PARK 1 1 2 1

JUNE CALLWOOD PARK 4 4 8 4

LISGAR PARK 4 4 8 4

MACGREGOR PLAYGROUND 3 3 6 3

MARGARET FAIRLEY PARK 1 1 2 1

MASSEY HARRIS PARK 2 2 4 2

MC CORMICK PARK 3 3 6 3

NORTHERN LINEAR PARK 2 2 4 2

NORTHUMBERLAND PLAYGROUND 1 1 2 1

OSLER PLAYGROUND 1 1 2 1

PAUL GARFINKEL PARKETTE 2 2 4 2

RANDY PADMORE PARK 2 2 4 2

SALLY BIRD PARK 1 1 2 1

SCADDING COURT ROAD ALLOWANCE 1 1 2 1

SEATON PARK 2 2 4 2

SONYA'S PARK 1 1 2 1

ST. ALBAN'S SQUARE 2 2 4 2

ST. ANDREW'S PLAYGROUND 4 4 8 4

STANLEY PARK (TORONTO) 8 8 16 8

SUSAN TIBALDI PARKETTE 1 1 2 1

TRINITY BELLWOODS PARK 31 31 62 31

VERMONT SQUARE 4 4 8 4

WALLACE/EMERSON PARK 6 6 12 6

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________68 of 109

Page 67: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

WESTMORELAND AVENUE PARKETTE 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________69 of 109

Page 68: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

15 136 116 252 134

ALLAN GARDENS 12 12 24 10

ARENA GARDENS 1 1 2 1

BARBARA HALL PARK 6 5 11 6

BERCZY PARK 4 4 8 4

CATHEDRAL SQUARE PARK 1 1 2 1

CLARENCE SQUARE 4 4 8 4

CLOUD GARDENS 3 3 6 3

DAVID CROMBIE PARK 5 5 10 5

GLASGOW STREET PARKETTE 1 1 2 1

GRANGE PARK 6 6 12 6

HURON/WASHINGTON PARKETTE 1 1 2 1

JAMES CANNING GARDENS 1 1 2 1

JOSEPH SHEARD PARKETTE 1 1 2 1

LILLIAN H. SMITH 1 1 2 1

MARKET LANE PARK 2 2 4 2

MATT COHEN PARK 1 1 2 1

MCCAUL/ORDE PARK 2 2 4 2

MCGILL PARKETTE 1 1 2 1

METROPOLITAN UNITED CHURCH GROUNDS 1 1 2 1

MONTAGUE PARKETTE 1 1 2 1

MOSS PARK 8 8 16 8

NORTHERN LINEAR PARK 1 1 2 1

OLYMPIC PARK 1 1 2 1

ONTARIO STREET PARKETTE 1 1 2 1

PARLIAMENT SQUARE PARK 3 3 6 3

PAUL MARTEL PARK 1 1 2 1

PRINCESS STREET PARK 1 1 2 1

QUEEN'S PARK 11 11 22 11

ROUNDHOUSE PARK 2 2 4 2

SCULPTURE GARDEN 1 1 2 1

SIMCOE PARK 3 3 6 3

SOUTHERN LINEAR PARK 2 2 4 1

ST. JAMES PARK 5 5 10 5

ST. JAMES TOWN WEST PARK 4 4 8 4

ST. PATRICKS SQUARE 2 2 4 2

ST. SIMON'S CHURCH GROUNDS 1 1 2 1

TADDLE CREEK PARK 3 3 6 3

TRINITY SQUARE 6 6 12 6

VILLAGE OF YORKVILLE PARK 19 0 19 19

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________70 of 109

Page 69: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

WELLESLEY COMMUNITY CENTRE PARK 1 1 2 1

WINCHESTER PARK 3 3 6 3

WINCHESTER SQUARE 1 1 2 1

YONGE/SCOLLARD PARK 1 1 2 2

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________71 of 109

Page 70: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

16 130 128 258 128

BRIGHT STREET PLAYGROUND 1 1 2 1

BRUCE MACKEY PARK 1 1 2 1

CORKTOWN COMMON 10 10 20 10

DE GRASSI STREET PARKETTE 1 1 2 1

DON JAIL ROADWAY TRAFFIC ISLAND 2 0 2 2

EASTDALE PLAYGROUND 1 1 2 1

ERICA STARK PARKETTE 1 1 2 1

FELSTEAD AVENUE PLAYGROUND 4 4 8 4

GERRARD - CARLAW PARKETTE 1 1 2 1

GREENWOOD PARK 3 3 6 2

HIDEAWAY PARK 3 3 6 3

JIMMIE SIMPSON PARK 8 8 16 8

JOEL WEEKS PARKETTE 1 1 2 1

JOHN CHANG NEIGHBOURHOOD PARK 1 1 2 1

KEATING PRECINCT LANDS 1 1 2 1

KEMPTON HOWARD PARK 3 3 6 3

LAWREN HARRIS SQUARE 2 2 4 2

LESLIE GROVE PARK 3 3 6 3

LITTLE TRINITY CHURCH LANDS 2 2 4 2

MAPLE LEAF FOREVER PARK 1 1 2 1

MATTY ECKLER PLAYGROUND 3 3 6 3

MC CLEARY PLAYGROUND 1 1 2 1

MONARCH PARK 6 6 12 6

MORSE STREET PLAYGROUND 1 1 2 1

OAK STREET PARK 1 1 2 1

ORPHANS GREENSPACE 2 2 4 2

PHIN AVENUE PARKETTE 3 3 6 3

REGENT PARK 9 9 18 9

REGENT PARK SOUTH 7 7 14 7

RIVERDALE PARK EAST 14 14 28 14

RIVERDALE PARK WEST 10 10 20 10

SACKVILLE PLAYGROUND 1 1 2 1

SAULTER STREET PARKETTE 1 1 2 1

SUMACH - SHUTER PARKETTE 1 1 2 1

THOMPSON STREET PARKETTE 1 1 2 1

TIVERTON AVENUE PARKETTE 1 1 2 1

WELLESLEY PARK 2 2 4 2

WITHROW PARK 16 16 32 15

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________72 of 109

Page 71: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

17 212 210 422 172

ASHBRIDGE'S BAY PARK 22 22 44 19

BALMY BEACH 13 11 24 12

CASSELS AVENUE PLAYGROUND 2 2 4 2

COXWELL AVENUE PARKETTE 1 1 2 1

COXWELL PARKETTE 1 1 2 1

EAST TORONTO ATHLETIC FIELD 6 6 12 6

FAIRMOUNT PARK 5 5 10 5

GLEN STEWART PARK 5 5 10 5

IVAN FOREST GARDENS 1 1 2 1

JEFF SLOAN PLAYGROUND 1 1 2 1

JONATHAN ASHBRIDGE PARK 3 3 6 3

KEW BEACH 30 30 60 24

KEW GARDENS 16 16 32 13

KILDONAN PARK 1 1 2 1

LOVE CRESCENT PARKETTE 1 1 2 1

MAIN SEWAGE TREATMENT PLANT PARK 11 11 22 11

MONCUR PLAYGROUND 4 4 8 4

NORWOOD PARK 5 5 10 5

ORCHARD PARK 3 3 6 3

PANTRY PARK 2 2 4 2

R C HARRIS WATER 1 1 2 1

WILDWOOD CRESCENT PLAYGROUND 2 2 4 2

WOODBINE BEACH PARK 59 59 118 32

WOODBINE PARK 17 17 34 17

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________73 of 109

Page 72: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

18 155 155 310 155

ALDWYCH PARK 1 1 2 1

BENNINGTON HEIGHTS 3 3 6 3

BYNG PARK 3 3 6 3

CHARLES SAURIOL GREEN 1 1 2 1

CLAIRLEA PARK 6 6 12 6

COLEMAN PARK 2 2 4 2

CULLEN BRYANT PARK 2 2 4 2

DENTONIA PARK 10 10 20 10

DIEPPE PARK 5 5 10 5

DON VALLEY BRICK WORKS 2 2 4 2

DONORA PARK 1 1 2 1

E.T. SETON PARK 3 3 6 3

EAST LYNN PARK 3 3 6 3

EDGE PARK 2 2 4 2

EVERETT PARK 2 2 4 2

EVERGREEN PARK 3 3 6 3

FOUR OAKS GATE PARK 1 1 2 1

GAMBLE PARK 2 2 4 2

GEORGE WEBSTER PARK 2 2 4 2

GLEDHILL PARK 2 2 4 2

JIM MCPHERSON PARK 2 2 4 2

JOSHUA CRONKWRIGHT PARKETTE 1 1 2 1

LANGFORD PARKETTE 1 1 2 1

LEASIDE PARK 7 7 14 7

LIVINGSTON PARK 1 1 2 1

LOWER DON PARKLANDS 9 9 18 9

MALLORY GREEN 1 1 2 1

MARYLAND PARK 2 2 4 2

MERRILL BRIDGE ROAD PARK 1 1 2 1

MOORE PARK RAVINE 1 1 2 1

MOREAU TRAIL PARK 1 1 2 1

NESBITT PARK 1 1 2 1

OAKCREST PARKETTE 1 1 2 1

PARK DRIVE RESERVATION LANDS 1 1 2 1

PARMA PARK 3 3 6 3

PRAIRIE DRIVE PARK 3 3 6 3

R.V. BURGESS PARK 9 9 18 9

REGENTS PARK 2 2 4 2

SANDY BRUCE PARK 2 2 4 2

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________74 of 109

Page 73: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

STAN WADLOW PARK 12 12 24 12

STANLEY G. GRIZZLE PARK 1 1 2 1

STEPHENSON PARK 3 3 6 3

TAYLOR CREEK PARK 17 17 34 17

TODMORDEN MILLS 3 3 6 3

TOPHAM PARK 8 8 16 8

WARDEN HILLTOP COMMUNITY CENTRE 2 2 4 2

WARDEN HILLTOP PARK 2 2 4 2

WARDEN WOODS 1 1 2 1

WILLIS BLAIR PARKETTE 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________75 of 109

Page 74: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

20 144 144 288 144

BANBURY COMMUNITY CENTRE 1 1 2 1

BOND PARK 16 16 32 16

BROOKFIELD PARK 1 1 2 1

CHARLES SAURIOL CONSERVATION AREA 1 1 2 1

CHIPPING GREENBELT 2 2 4 2

COTSWOLD PARK 1 1 2 1

DUNCAIRN PARK 5 5 10 5

DUNLACE PARK 1 1 2 1

EDWARDS GARDENS 9 9 18 9

FERRAND DRIVE PARK 2 2 4 2

FLEMINGDON PARK 42 42 84 42

GREENBELT PARK 2 2 4 2

HARRISON PARK 1 1 2 1

IRVING PAISLEY PARK 6 6 12 6

KIRKWOOD PARK 2 2 4 2

LAURENTIDE PARK 1 1 2 1

LAWRENCE WALKWAY 1 1 2 1

LINKWOOD LANE PARK 1 1 2 1

LONGWOOD PARK 1 1 2 1

LORD SEATON PARK 1 1 2 1

MALLOW PARK 1 1 2 1

MIKE BELA PARK 2 2 4 2

MILLSTONE PARKETTE 1 1 2 1

MOCCASIN TRAIL PARK 9 9 18 9

MOSSGROVE PARK 2 2 4 2

OWEN PARK 3 3 6 3

PAPERBIRCH WALKWAY 1 1 2 1

RIPPLETON PARK 5 5 10 5

SOUTHWELL PARK 1 1 2 1

SPANBRIDGE GREENSPACE 1 1 2 1

ST. ANDREWS PARK (NORTH YORK) 2 2 4 2

STEWART A. MCGREGOR PARKETTE 1 1 2 1

SUNNYBROOK PARK 1 1 2 1

TALWOOD PARK 2 2 4 2

THREE VALLEYS PARK 1 1 2 1

TOTTENHAM PARKETTE 1 1 2 1

TOURNAMENT PARK 2 2 4 2

WINDFIELDS PARK 4 4 8 4

YORK MILLS GARDENS 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________76 of 109

Page 75: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

YORK MILLS PARK 2 2 4 2

YORK MILLS VALLEY PARK 3 3 6 3

YORKMINISTER PARK 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________77 of 109

Page 76: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

21 125 125 250 124

ALAMOSA PARK 1 1 2 1

AMBROSE PARKETTE 1 1 2 1

ANETA CIRCLE PARKETTE 1 1 2 1

AVONDALE PARK 6 6 12 6

AVONSHIRE PARK 1 1 2 1

BAYVIEW ARENA PARK 5 5 10 5

BAYVIEW VILLAGE PARK 8 8 16 8

BESTVIEW PARK 3 3 6 3

BISHOP ALLOTMENT GARDENS 3 3 6 3

BISHOP PARK 3 3 6 3

BLUE RIDGE PARK 1 1 2 1

BOWAN COURT PARKETTE 1 1 2 1

CASWELL PARK 1 1 2 1

CENTRE PARK 2 2 4 2

CLARINDA PARK 1 1 2 1

CONACHER PARK 1 1 2 1

CUMMER PARK 9 9 18 9

DEBELL LANE PARKETTE 1 1 2 1

EAST DON PARKLAND 14 14 28 14

ELKHORN PARKETTE 1 1 2 1

EMPRESS TOT LOT 1 1 2 1

FINCH HYDRO CORRIDOR 1 1 2 1

GARNIER PARK 1 1 2 1

GLENDORA PARK 5 5 10 4

HAWKSBURY PARK 2 2 4 2

JOHN MCKENZIE HOUSE 1 1 2 1

KENNETH PARKETTE 1 1 2 1

LESLIE PARK 1 1 2 1

LILLIAN PARK 1 1 2 1

LONGMORE PARK 1 1 2 1

MAUREEN PARKETTE 1 1 2 1

MAXOME PARK 1 1 2 1

MCKENZIE PARKETTE 1 1 2 1

MITCHELL FIELD PARK 2 2 4 2

NEWTONBROOK PARK 2 2 4 2

NORTHTOWN PARK 3 3 6 3

PAGE PARK 1 1 2 1

PARKVIEW PARK 2 2 4 2

PEMBERTON PARKETTE 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________78 of 109

Page 77: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

PINEWAY PARK 1 1 2 1

PRINCESS PARK 2 2 4 2

REAN PARK 3 3 6 3

RUDDINGTON PARK 3 3 6 3

SADDLETREE PARK 1 1 2 1

SHEPPARD EAST PARK 3 3 6 3

SILVERVIEW PARK 2 2 4 2

TALARA PARK 1 1 2 1

WEDGEWOOD PARK (NORTH YORK) 3 3 6 3

WILLOWDALE CEMETERY 1 1 2 1

WILLOWDALE PARK 12 12 24 12

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________79 of 109

Page 78: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

22 118 117 235 118

BAMBURGH PARK 2 2 4 2

BELLBURY PARK 4 4 8 4

BETTY SUTHERLAND TRAIL 2 2 4 2

BEVERLY GLEN PARK 2 2 4 2

BIRCHCREST PARK 2 2 4 2

BRIDLEWOOD PARK 6 6 12 6

CHESTER LE PARK 1 1 2 1

CLIFFWOOD PARK 5 5 10 5

CLOVERCREST PARKETTE 1 1 2 1

CLYDESDALE PARK 4 4 8 4

CRESTHAVEN PARK 1 1 2 1

DUNCAN CREEK PARK 4 4 8 4

FAIRGLEN PARK 1 1 2 1

GODSTONE PARK 4 4 8 4

GRAYDON HALL PARK 4 4 8 4

HAVENBROOK PARK 2 2 4 2

HILLCREST PUBLIC LIBRARY 1 1 2 1

HOBART PARK 2 2 4 2

HUNTSMILL PARK 3 3 6 3

LESCON PARK 7 6 13 7

LINUS PARK 2 2 4 2

MCNICOLL PARK 7 7 14 7

MOATFIELD FARM PARK 5 5 10 5

MUIRHEAD PARK 4 4 8 4

NEW LESLIE PARK 1 1 2 1

NORTH BRIDLEWOOD PARK 1 1 2 1

OLD SHEPPARD PARK 1 1 2 1

ORIOLE PARK (NORTH YORK) 3 3 6 3

PARKWAY FOREST PARK 9 9 18 9

PINTO PARK 1 1 2 1

PLEASANTVIEW PARK 1 1 2 1

SENECA HILL PARK 2 2 4 2

SHAWNEE PARK 3 3 6 3

SKYMARK PARK 4 4 8 4

VAN HORNE PARK 2 2 4 2

VRADENBURG PARK 2 2 4 2

WILLESDEN PARK 2 2 4 2

WISHING WELL PARK 9 9 18 9

WISHING WELL WOODS 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________80 of 109

Page 79: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

23 118 117 235 118

AGINCOURT PARK 4 4 8 4

ALEXMUIR PARK 4 4 8 4

AUDRELANE PARK 2 2 4 2

BRIDLETOWNE PARK 2 2 4 2

BRIMLEY WOODS 2 2 4 2

CHARTLAND PARK 1 1 2 1

CHARTWELL PARK 4 4 8 4

COLLINGWOOD PARK 1 1 2 1

DONALDA PARK 1 1 2 1

FARQUHARSON PARK 2 2 4 2

FUNDY BAY PARK 3 3 6 3

GARDEN AVENUE PARKETTE 1 1 2 1

GOLDHAWK PARK 9 9 18 9

HAVENDALE PARK 2 2 4 2

HIGHLAND HEIGHTS PARK 1 1 2 1

INGLEWOOD HEIGHTS PARK 1 1 2 1

IROQUOIS PARK 6 6 12 6

KNOTT PARK 1 1 2 1

LYNNGATE PARK 2 2 4 2

MCDAIRMID WOODS PARK 4 3 7 4

MILLIKEN PARK 18 18 36 18

MUIRLANDS PARK 3 3 6 3

NORTH AGINCOURT PARK 1 1 2 1

PORT ROYAL PARK 2 2 4 2

RICHMOND PARK 2 2 4 2

RON WATSON PARK 6 6 12 6

SANWOOD PARK 4 4 8 4

SCARDEN PARK 1 1 2 1

SHEPTON WAY PARKETTE 1 1 2 1

SNOWHILL PARK 1 1 2 1

STEPHEN LEACOCK PARK 4 4 8 4

TERRY FOX PARK 6 6 12 6

TIMBERBANK PARK 3 3 6 3

WARDEN PARK 8 8 16 8

WHITE HAVEN PARK 5 5 10 5

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________81 of 109

Page 80: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

24 142 138 280 141

ASHTONBEE RESERVOIR 2 2 4 2

BROADLANDS PARK 6 6 12 6

BROOKBANKS PARK 19 19 38 19

CASSANDRA PARK 2 2 4 2

CHARLES SAURIOL CONSERVATION AREA 2 2 4 2

CRAIGTON COURT 1 1 2 1

CROCUS PARK 1 1 2 1

DEANVAR PARKETTE 1 1 2 1

DORSET PARK 3 3 6 3

EGLINTON RAVINE 1 1 2 1

ELLESMERE PARK 4 4 8 4

FENSIDE PARK 3 3 6 3

GIVENDALE GARDEN PLOTS 2 2 4 2

GLAMORGAN PARK 5 5 10 5

IONVIEW PARK 1 1 2 1

JACK GOODLAD PARK 8 8 16 8

JONESVILLE ALLOTMENT GARDENS 12 8 20 12

JONESVILLE SOCCER FIELD 1 1 2 1

LYNEDOCK PARK 3 3 6 3

MAIDAVALE PARK 3 3 6 3

MANHATTAN PARK 3 3 6 3

MARYVALE PARK 5 5 10 5

MCGREGOR PARK 7 7 14 7

MONDEO PARK 1 1 2 1

MOOREGATE TOT LOT 1 1 2 1

RANCHDALE PARK 1 1 2 1

ROWENA PARK 4 4 8 4

ROYWOOD PARK 5 5 10 5

SANDOVER PARK 1 1 2 1

SWEENEY PARK 4 4 8 4

TERRAVIEW PARK 3 3 6 3

TREVERTON PARK 3 3 6 2

UNDERHILL PARK 1 1 2 1

WAYNE PARKETTE 1 1 2 1

WEXFORD HYDRO 10 10 20 10

WEXFORD PARK 4 4 8 4

WIGMORE PARK 6 6 12 6

WILLOWFIELD GARDENS PARK 2 2 4 2

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________82 of 109

Page 81: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

25 152 133 285 135

ADANAC PARKETTE 1 1 2 1

ANSON PARK 2 2 4 2

BELLAMY ROAD TOT LOT 1 1 2 1

BIRCHMOUNT PARK 3 4 7 4

BIRCHMOUNT SHORES 1 1 2 1

BLANTYRE PARK 4 4 8 4

BLUFFER'S PARK 53 33 86 35

CATARAQUI PARK 1 1 2 1

CATHEDRAL BLUFFS PARK 2 2 4 2

CLIFFSIDE RAVINE 1 1 2 1

COLONIAL PARK 1 1 2 1

CORVETTE PARK 4 4 8 4

CRESCENTWOOD PARK 1 1 2 1

CUDIA PARK 1 1 2 1

DANFORTH GARDENS PARK 1 1 2 1

DUNLOP PARK 1 1 2 1

FARLINGER RAVINE 1 1 2 1

GLENSHEPPARD PARK 1 1 2 1

GOLF CLUB PARKETTE 1 1 2 1

GREYSTONE PARK 2 2 4 2

HALBERT PARK 4 4 8 4

HARRISON PROPERTIES 2 2 4 2

HIGHVIEW PARK 6 6 12 6

HOLLIS/KALMAR PARK 2 2 4 2

HORTON PARK 2 2 4 2

KENWORTHY PARK 1 1 2 1

KITCHENER PARK 2 2 4 2

LEYTON TOT LOT 1 1 2 1

LOCHLEVEN PARK 2 2 4 2

LYNNDALE PARKETTE 1 1 2 1

MADELAINE PARK 2 2 4 2

MASON ROAD PARK 1 1 2 1

MAYWOOD TOT LOT 1 1 2 1

MCCOWAN DISTRICT PARK 9 9 18 9

MIDLAND/ST CLAIR PARK 1 1 2 1

MUIR PARK 1 1 2 1

NATAL PARK 3 3 6 3

OAKRIDGE PARK 5 5 10 5

OATES PARK 2 2 4 2

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________83 of 109

Page 82: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

ROSETTA MCCLAIN GARDENS 4 4 8 4

SANDOWN PARK 3 3 6 3

SCARBOROUGH BLUFFS PARK 5 5 10 5

SCARBOROUGH HEIGHTS PARK 5 5 10 5

ST. CLAIR RAVINE 1 1 2 1

SUNNYPOINT PARKETTE 1 1 2 1

TOTTS TOT LOT 1 1 2 1

WARDEN BEACH 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________84 of 109

Page 83: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

26 128 126 254 127

AMBERDALE RAVINE 1 1 2 1

ARSANDCO PARK 2 2 4 2

BAKERTON PARKETTE 1 1 2 1

BENDALE PARK 1 1 2 1

BIRKDALE RAVINE 6 6 12 6

BOTANY HILL PARK 3 3 6 3

BROOKS ROAD 3 3 6 3

CEDAR BROOK PARK 9 9 18 9

CEDAR RIDGE PARK 3 3 6 3

CEDARGROVE PARK 1 1 2 1

CHURCHILL HEIGHTS PARK 2 2 4 2

CONFEDERATION PARK 7 5 12 7

CORNELL PARK 5 5 10 5

CURRAN HALL RAVINE PARK 4 4 8 4

DAVENTRY GARDEN 4 4 8 4

DENSGROVE PARK 3 3 6 3

DONWOOD PARK 2 2 4 2

EDGEWOOD PARK 2 2 4 2

ELLESMERE RESERVOIR PARK 7 7 14 6

FRANK FAUBERT WOODS PARK 4 4 8 4

FRED JOHNSON PARK 1 1 2 1

GLEN RAVINE PARK 2 2 4 2

GREENVALE PARK 3 3 6 3

HAGUE PARK 3 3 6 3

HEATHER HEIGHTS WOODS 1 1 2 1

HILLSBOROUGH PARK 1 1 2 1

HUNTERS GLEN 1 1 2 1

KNOB HILL PARK 4 4 8 4

LEE CENTRE PARK 3 3 6 3

LORD ROBERTS WOODS 1 1 2 1

LUSTED PARK 1 1 2 1

MCCOWAN PARK 3 3 6 3

MORNINGSIDE PARK 2 2 4 2

NORTH BENDALE PARK 5 5 10 5

SCARBOROUGH VILLAGE PARK 6 6 12 6

SEVEN OAKS PARK 4 4 8 4

ST. ANDREWS PARK (SCARBOROUGH) 1 1 2 1

TABOR HILL PARK 1 1 2 1

TAM HEATHER COUNTRY CLUB 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________85 of 109

Page 84: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

TRUDELLE PARK 1 1 2 1

TRUDELLE STREET PARK 1 1 2 1

WEST BIRKDALE PARK 2 2 4 2

WEST HILL PARK 4 4 8 4

WOBURN PARK (SCARBOROUGH) 4 4 8 4

WOODSWORTH PARK 2 2 4 2

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________86 of 109

Page 85: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

27 135 137 272 131

ADAMS PARK 20 20 40 20

BERNER TRAIL PARK 4 4 8 3

BIRUNTHAN PARK 5 5 10 5

BOB HUNTER GREENSPACE 2 2 4 2

BURROWS HALL PARK 3 3 6 3

DEAN PARK 2 2 4 2

DEAN PARK WALKWAY 3 3 6 3

FANFARE PARK 1 1 2 1

HARVEST MOON PARK 2 2 4 2

HORSELEY HILL PARK 5 5 10 5

HUMMINGBIRD PARK 2 2 4 2

HUPFIELD PARK 4 4 8 4

JOHN TABOR PARK 3 3 6 3

JOYCE TRIMMER PARK 4 4 8 4

KIRKDENE PARK 1 1 2 1

LITTLES PARK 5 5 10 5

MALVERN PARK 8 10 18 8

MALVERN WOODS 3 3 6 3

MOHAMMED ABBAS ALI 12 12 24 11

MURISON PARK 2 2 4 2

NEILSON PARK (SCARBOROUGH) 7 7 14 7

NIGHTSTAR PARK 1 1 2 1

POINT ROUGE TRAIL PARK 1 1 2 1

REGAN PARK 1 1 2 1

ROSEBANK PARK 4 4 8 4

ROUGE PARK 4 4 8 4

ROUGE PARK - FINCH MEANDER AREA 2 2 4 2

ROUGE PARK - GLEN ROUGE CAMPGROUND 4 4 8 2

ROUGE PARK - WOODLANDS AREA 2 2 4 2

ROYAL ROUGE TOT LOT 1 1 2 1

SEASONS PARK 3 3 6 3

SHAWN 'BLU' ROSE PARK 3 3 6 3

SISKEN PARK 1 1 2 1

STARRY PARK 2 2 4 2

TALL PINES PARK 2 2 4 2

TELFER PARK 1 1 2 1

WICKSON TRAIL PARK 4 4 8 4

ZOOVIEW PARK 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________87 of 109

Page 86: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

29 141 138 279 139

BEECHGROVE RAVINE 2 2 4 2

BETHUNE PARK 1 1 2 1

BILL HANCOX PARK 3 3 6 3

BRAMBER WOODS PARK 3 3 6 3

CANMORE PARK 3 3 6 3

CENTENNIAL PARK (SCARBOROUGH) 1 1 2 1

CHARLOTTETOWN PARK 3 3 6 3

COLONEL DANFORTH PARK 16 17 33 14

COPPERFIELD RD BOULEVARD 1 1 2 1

DEEKSHILL PARK 2 2 4 2

EAST POINT PARK 21 17 38 21

EASTVIEW PARK 2 2 4 2

ELIZABETH SIMCOE PARK 5 5 10 5

GALLOWAY ROAD PARK 1 1 2 1

GREY ABBEY PARK 2 2 4 2

GUILDWOOD PARK 6 6 12 6

GUILDWOOD VILLAGE PARK 4 4 8 4

HERON PARK 5 5 10 5

HIGHLAND CREEK BOWL GREEN & FIELD HOUSE 1 1 2 1

HIGHLAND CREEK COMMUNITY PARK 3 3 6 3

JANELLAN PARK 1 1 2 1

LAVERY TRAIL PARK 2 2 4 2

LOWER HIGHLAND CREEK 1 1 2 1

MABERLEY PARKETTE 2 2 4 2

MANSE ROAD PARK 1 1 2 1

MEGAN PARK 3 3 6 3

PETER SECOR PARK 2 2 4 2

POPLAR PARK 2 2 4 2

PORT UNION COMMUNITY RECREATION CENTRE 2 2 4 2

PORT UNION VILLAGE COMMON 6 6 12 6

PORT UNION WATERFRONT PARK 8 8 16 8

ROUGE PARK - ROUGE BEACH PARK 14 14 28 14

ROWATSON PARK 2 2 4 2

SOUTH MARINE DRIVE PARK 1 1 2 1

SYLVAN PARK/GATES GULLY 1 1 2 1

WANITA PARK 3 3 6 3

WEST ROUGE PARK 3 3 6 3

WILLOWLEA WETLAND 1 1 2 1

WOOD GROVE RAVINE 1 1 2 1

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________88 of 109

Page 87: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

101 128 128 256 112

CENTENNIAL PARK (ETOBICOKE) 128 128 256 112

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________89 of 109

Page 88: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

102 130 130 260 128

BUDAPEST PARK 15 15 30 15

DONMOUNT PARK 8 8 16 8

HUMBER BAY PARK EAST 19 19 38 17

HUMBER BAY PARK WEST 33 33 66 33

HUMBER BAY SHORES 1 1 2 1

JEAN AUGUSTINE PARK 1 1 2 1

LAKESHORE BOULEVARD PARKLANDS 8 8 16 8

MARILYN BELL PARK 6 6 12 6

SHELDON LOOKOUT 2 2 4 2

SIR CASIMIR GZOWSKI PARK 27 27 54 27

SUNNYSIDE PARK 10 10 20 10

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________90 of 109

Page 89: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

103 160 160 320 160

HIGH PARK 160 160 320 160

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________91 of 109

Page 90: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

104 127 137 264 136

BATHURST QUAY WATERS EDGE 3 2 5 2

CHERRY BEACH SPORTS FIELDS 6 16 22 6

CLARKE BEACH PARK 23 21 44 21

CORONATION PARK (TORONTO) 25 25 50 23

HARBOUR SQUARE PARK LANDS 12 12 24 12

HTO PARK 6 6 12 6

IRELAND PARK 1 1 2 1

JENNIFER KATERYNA KOVAL'S'KYJ PARK 1 1 2 1

LESLIE ST ALLOTMENT GARDENS 4 4 8 4

LITTLE NORWAY PARK 8 8 16 8

MAPLE LEAF QUAY PARK 3 4 7 4

MCCLEARY PARK 5 5 10 5

QUEENS QUAY WATERS EDGE 2 3 5 4

REES ST PARK 1 1 2 1

SHERBOURNE COMMON 4 4 8 4

STADIUM ROAD PARK 2 2 4 2

SUGAR BEACH PARK 3 3 6 3

THE TORONTO INUKSHUK PARK 2 2 4 2

TOMMY THOMPSON PARK 1 1 2 1

TORONTO MUSIC GARDEN 10 11 21 21

WATER'S EDGE PROMENADE 5 5 10 5

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________92 of 109

Page 91: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

105 114 102 216 108

DOWNSVIEW DELLS PARK 83 75 158 79

NORTHWOOD COMMUNITY CENTRE 1 1 2 1

NORTHWOOD PARK 30 26 56 28

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________93 of 109

Page 92: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

106 110 102 212 109

G. ROSS LORD PARK 76 71 147 75

HARRYETTA GARDENS 1 1 2 1

NORTH YORK CIVIC SOCCER FIELDS 33 30 63 33

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________94 of 109

Page 93: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

107 78 67 145 72

EARL BALES PARK 78 67 145 72

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________95 of 109

Page 94: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

108 55 55 110 55

MORNINGSIDE PARK 55 55 110 55

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________96 of 109

Page 95: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

109 56 56 112 52

THOMSON MEMORIAL PARK 56 56 112 52

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________97 of 109

Page 96: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

110 68 68 136 66

L'AMOREAUX NORTH PARK 16 16 32 16

L'AMOREAUX SPORTS COMPLEX 52 52 104 50

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________98 of 109

Page 97: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

111 119 110 229 105

E.T. SETON PARK 30 30 60 27

SERENA GUNDY PARK 10 10 20 10

SUNNYBROOK PARK 79 70 149 68

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________99 of 109

Page 98: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

Parks Route Runsheet Alphabetical

Collection Area/Route and Park Name

Garbage

Bins

Recycling

Bins All Bins Collected?

(blank) 0

(blank) 0

Operator 1 (Driver):____________________________________

Operator 2: __________________________________________ Date: ___________________100 of 109

Page 99: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

SAFE OPERATIONS PROCEDURES

Operating Vehicles in Parks

People enjoying the City parks do not expect to encounter vehicles or large equipment within the park. On

occasion, you may need to drive a vehicle on a park service driveway or marked roadway. Within the parks, you

must not drive vehicles off of marked roadways or service driveways, unless specifically instructed to do so by

your supervisor. If you need to drive a vehicle onto a turf area, please consult with your supervisor and obtain

permission. When the operation of a vehicle within a park is required, ensure that the following directives are

followed:

No automobiles or trucks, City-owned or otherwise, shall be permitted to exceed a speed of 10 km/hr while

driving in a City Park, unless roadways are otherwise marked.

City vehicles are equipped with manually operated warning signals, such as horns and four-way flashing

lights. It is mandatory that the four-way flashing lights be used when entering and while operating any vehicle

in or through any park area, and that the horn be used intermittently, if and when required.

Unless operating on a designated park roadway or service driveway, any City truck or vehicle over one-half

ton in size must be escorted through parklands by an employee on foot.

Proper backing-up procedures

Drivers must be particularly careful when backing vehicles. Whenever possible, a competent guide must

assist in a backing operation. It is the driver’s responsibility to acquire this person for the purpose of guiding

while in reverse. It is the co-worker/passenger’s responsibility to guide a backing vehicle at the request of

the driver. The use of a guide does not relieve the driver from responsibility when carrying out this

maneuver.

Rules for backing up a vehicle

1. Get the whole picture. The driver must get out and walk around the vehicle.

2. Before setting a vehicle in motion, turn on the hazard lights and tap on the horn three times even if the

unit has a back-up beeper.

3. Back up slowly. Do not drive faster than the normal walking speed of 5 km/hr.

4. Avoid backing up as much as possible.

Employees are strictly forbidden to stand/sit on the rear step or tailgate of any vehicle moving backwards.

For more information on this issue, consult your City of Toronto “Drivers Handbook”.

Parking of vehicles

Do not leave vehicles unattended either idling or with keys in the ignition. Unnecessary idling must be

avoided. Park your vehicle in a legal area whenever possible. If however, you have no other option but to

temporarily park illegally to complete authorized City work, all Book 7 regulations apply, do not park on

the sidewalk, bump the curb, block crosswalks or fire hydrants, and do not park in a “No Stopping” zone.

Tickets received for such violations cannot be cancelled, and you will be responsible for the payment.

While performing work in or around a city street, please remember to place safety cones around your trailer,

car, van or truck.

101 of 109

Page 100: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

CITY CONTRACT – CREW LOG (PARKS BIN CLEANING)

Date of Work:________________________________________________________________________

Contract/Company Name:______________________________________________________________

Following boxed area to be completed by Crew Lead for Contract Employer

Crew Supervisor Name:

_____________________________

Total # of Staff:______________

Crew Lead Name: ___________________________________________________________

Crew Lead Signature: ___________________________________________________________

As Employer representative and by signing above, I confirm that all workers have been provided information,

instruction and supervision to protect their health & safety. All workers have completed health & safety training

applicable to the work and training records can and will be provided to the City of Toronto upon request.

Location (Park Name) Total # of Bins Cleaned Time for each Location

Start Finish

Total Hours:___________________________________

City Employee Name:____________________________ City Employee Signature:__________________________

Signature Date:_______________________________

102 of 109

Page 101: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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.

103 of 109

Page 102: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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;

104 of 109

Page 103: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

(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.

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.

105 of 109

Page 104: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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)

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

106 of 109

Page 105: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

RFQ 0203-17-0329

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

107 of 109

Page 106: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

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) POLICY TO EXCLUDE BIDS FROM EXTERNAL PARTIES INVOLVED IN THE PREPARATION

OR DEVELOPMENT OF A SPECIFIC CALL/REQUEST

(4) ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT

(5) POLICY ON DONATIONS TO THE CITY FOR COMMUNITY BENEFITS

(6) RIGHT TO REJECT DEBTORS AND SET OFF POLICY

108 of 109

Page 107: Copy Viewing Only - Toronto · 2020-06-22 · Viewing Copy Only RFQ 0203-17-0329 2.2 References to Labeled Provisions . Each reference in this Request for Quotation to a numbered

Viewing Copy

Only

NOTICE OF "NO BID"

RFQ#: 0203-17-0329

CLOSING

DEADLINE: November 17, 2017

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:

109 of 109