only - wx.toronto.ca · rfq 3701-16-0139 1.0 rfq summary 1.1 quotations are invited for the...

48
RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning and Removal at various locations for the Parks, Forestry and Recreation Division for a period of six months (6) months from the date of Award 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; "Additional Work Hours" means a standard eight (8) hours daily, that may vary between the hours of 6:30am – 7:00pm, Monday to Friday and include weekend Work, Saturday to Sunday; “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 acceptance of a Quotation by the City in accordance with Chapter 195 of the City of Toronto Municipal Code; "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; “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 including all Agencies and Corporations of the City; 4 of 51 Viewing Copy Only Do not Submit

Upload: others

Post on 01-Jun-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary

to perform Tree Pruning and Removal at various locations for the Parks, Forestry and Recreation Division for a period of six months (6) months from the date of Award 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; "Additional Work Hours" means a standard eight (8) hours daily, that may vary between the hours of 6:30am – 7:00pm, Monday to Friday and include weekend Work, Saturday to Sunday; “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 acceptance of a Quotation by the City in accordance with Chapter 195 of the City of Toronto Municipal Code;

"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;

“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 including all Agencies and Corporations of the City;

4 of 51

Viewing

Cop

y Only

Do not

Submit

Page 2: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

“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.

"City Representative" means the main contact person at the City for all matters relating to the

Contract after its Award, or a designated City contact appointed; "Climber/Operator" means certified crew member provided by Vendor;

“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” includes, but is not limited to, any situation or circumstance where:

a) in relation to the RFQ process, the Bidder has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having access to information in the preparation of its Quotation that is confidential to the City and not available to other Bidders; (ii) communicating with any person with a view to influencing preferred treatment in the RFQ process including the giving of a benefit of any kind, by or on behalf of the Bidders to anyone employed by, or otherwise connected with, the City ; or (iii) engaging in conduct that compromises or could be seen to compromise the integrity of the open and competitive RFQ process and render that process non-competitive and unfair; or

b) in relation to the performance of its contractual obligations in the City contract, the Vendor’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 judgement; or (ii) could or could be seen to compromise, impair or be incompatible with the effective performance of its contractual obligations;

5 of 51

Viewing

Cop

y Only

Do not

Submit

Page 3: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

“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.

“Council” means City Council; "Crew Leader" means crew lead provided by Vendor to oversee daily activities; "Daily Work Activity Report" means form provided by City of Toronto, filled in by Vendor, for Work completed each day; “Deliverables” means everything developed for or provided to the City in the course of performing under the Contract or agreed to be provided to the City under the Contract by the Vendor or its directors, officers, employees, agents, partners, affiliates, volunteers or subcontractors, , including but not limited to any Products or Services or any and all Intellectual Property and any and all concepts, techniques, ideas, information, documentation and other materials, however recorded, developed or provided; "Emergency Work" means any urgent Work required by request of the Forestry Supervisor that poses a threat and/or is dangerous to the public outside of the regular Work schedule and/or daily Work requests; "Forestry Supervisor(s)" means person(s) overseeing operations of the Contract within Urban Forestry; "Forestry Foreperson" means a person(s) providing Work direction to the Vendor(s), within Urban Forestry "Global Positioning Report" means report provided by Vendor for each vehicle used in conjunction with this RFQ; "Grounds Person" means person assisting the Crew Leader and Climber/Operator; "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.

“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;

6 of 51

Viewing

Cop

y Only

Do not

Submit

Page 4: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

"Primary Vendor" means the successful Bidder that has been awarded the Contract meeting the specifications and providing the lowest total base Bid price cost; "Productivity Report" means a specialized report specific to productivity for the City of Toronto;

"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; "Regularly Scheduled Work Hours" means a standard eight (8) hours daily, between 6:30am – 4:00pm, including a ½ hour unpaid lunch, Monday to Friday when the majority of Work shall be scheduled and completed by the Vendor(s); “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; "Secondary Vendor" means the second lowest total base Bidder awarded the Contract meeting the specifications and providing the second lowest total base Bid price cost;

“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. "Tertiary Vendor" means the third lowest total base Bidder awarded the Contract meeting the specifications and pricing the third lowest total base Bid price cost;

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

7 of 51

Viewing

Cop

y Only

Do not

Submit

Page 5: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

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.

8 of 51

Viewing

Cop

y Only

Do not

Submit

Page 6: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

2.4 RFQ Process Terms and Conditions This RFQ process is governed by the terms and conditions in Appendix “A”.

3.0 Scope of Work and Associated Deliverables 3.1 The scope of this RFQ includes the non-exclusive supply of all labour, equipment and material

necessary to perform Tree Pruning and Removal at various locations for the Parks, Forestry and Recreation Division as listed in Appendix "C" – Price Form.

3.2 Post Award Meeting 3.2.1 The Successful Bidder(s) will be required to attend a mandatory meeting prior to commencement of

Work in order to review new Contract management requirements and Work plan.

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 six (6) months, all in accordance with the terms, conditions, and specifications contained in this RFQ and any applicable City policy.

5.0 Site Meeting – Not Applicable

6.0 Quotation Response Requirements 6.1 General Response Requirements 6.1.1 The following section lists the items that are to be included with your submission. Failure to

include mandatory items will result in your submission being found to be Non-Compliant and not considered further.

6.1.2 Bidders must submit one (1) original (clearly marked and identified) and should submit one (1)

additional hard copy 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.

9 of 51

Viewing

Cop

y Only

Do not

Submit

Page 7: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

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 Optional Pricing Where optional pricing is requested, the Bidder is required to provide pricing on all items as specified in the optional pricing table within Appendix C – Price Form. Pricing on these items is a mandatory requirement. Optional pricing is not calculated into the Total Base Bid Price, unless notified otherwise. Optional pricing is used for other crew configurations as required.

6.3.5 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 F.O.B. destination as specified in this RFQ. No additional costs will be considered.

6.3.6 All prices, rates, and/or costs submitted by Bidders with respect to unit prices, labour hours and estimated labour hours prior to the start of the work in relation to this Request for Quotation, must include any and all expenses that may be anticipated and incurred by the Vendor while providing the Services as specified in this RFQ. No additional costs will be considered.

6.3.7 Bidders must provide a quote for Deliverables that meet or exceed the minimum specifications and requirements detailed in Appendix "D" Specifications and this RFQ.

6.3.8 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.

6.3.9 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 Volume Rebate – Price Form - Appendix "C" – Not Applicable

6.5 Bid Security – Not Applicable

10 of 51

Viewing

Cop

y Only

Do not

Submit

Page 8: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

6.6 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.

6.7 Literature 6.7.1 Bidders, where applicable, should submit complete literature on all products being included in

their quotation including, but not limited to, standard manufacturer’s warranty, model numbers, part numbers and other relevant documentation as part of their Quotation.

6.8 Bidder Qualifications

6.8.1 Bidders must be capable to supply Services and equipment listed in Appendix “C” - Price Form

that will be used as part of this RFQ. If requested by the City, Bidders must submit written verification of current and valid documentation, training and certification satisfactory to the City, and Appendix "D", Form 4 – Vendor Crew Qualifications, prior to Award. Failure to submit written verification of authorization, satisfactory to the City within a time frame specified by the City will result in the Quotation being declared Non-Compliant.

6.8.2 The City of Toronto requires that the Vendor comply at their own expense with: a) Applicable Federal Legislation b) Applicable Provincial Legislation, including but not limited to:

i. OH&S Act & Regulations ii. Workplace Safety and Insurance Board provisions and legislative requirements

iii. Arborist Industry - Safe Work Practices iv. Highway Traffic Act v. Traffic Control Legislation

c) The Accessibility Standards for Customer Services (Ontario, Regulations 429/07) d) Safety Requirements and Procedures prescribed in this document, as well as any updated

requirements of any other authorities e) The Employees Standards Act (ESA)

6.9 Bidder References

6.9.1 Bidders should submit a minimum of three (3) references from companies, for whom the Bidder HAS provided similar services for Contracts over $1,000,000.00 to those described in this RFQ

which may be provided in the form provided for this purpose in Appendix "D", Form 3 - Bidder References.

6.9.2 The City may contact the references provided. Should any reference fail to confirm that the Services listed in Appendix "D" and this RFQ were performed in a satisfactory manner; the Quotation will be declared Non-Compliant. Quotations with incomplete reference information may be declared Non-Compliant.

11 of 51

Viewing

Cop

y Only

Do not

Submit

Page 9: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

6.9.3 The City reserves the right to inspect similar Work sites currently being performed for other municipalities or clients to evaluate certain criteria including but not limited to Work, safety and arboricultural practices of the Bidder.

6.9.4 Upon a review of a Bidder's references, the City may inspect and include confirmation of the

following:

a) Bidder’s responsiveness to the needs and requirements of the client; b) Bidder’s ability to provide the scope of Work to completion within the required time-frames; c) Bidder's compliance with the terms of the Contract; d) Bidder’s skill level and degree of professionalism; e) Overall client satisfaction.

6.9.5 The City reserves the right to deem a Bidder Non-Compliant based on the information provided by

the references failing to meet the criteria listed above from the references provided in Appendix "D", Form 3.

6.10 Samples – Not Applicable

6.11 Usage Reports 6.11.1 The Vendor shall demonstrate the ability to provide an electronic Usage Report in columnar text

format, in MS Excel 2007 or higher version, of invoice details by providing the following report criteria:

6.11.2 Dollar value and usage information by:

a) Contract Release Order Number b) Invoice Number c) Date d) Work Location e) Supervisor and Region Code f) By Contract Line item g) By Quantity h) Week Ending for Services provided i) Invoice Total including HST j) Cumulative Total for each invoice period or as requested

6.11.3 The Vendor shall be required to submit to the City of Toronto, “Usage Reports” on a monthly

basis, or as requested, within 30 days after the end of each month based on the Appendix “C” – Price Form and the above report criteria. The Vendor shall also provide a cumulative report at the end of each Contract Term based on the aforementioned criteria.

6.11.4 There shall be no cost to the City for any such report during the Term. The report maybe subject

to changes during the Term of the Contract. No additional costs shall be accepted. 6.11.5 The City may further request other detailed usage report(s) at any time during the Term. The

Vendor will provide the information within five (5) Business Days of request. Reports shall be provided by the Vendor at no cost to the City.

12 of 51

Viewing

Cop

y Only

Do not

Submit

Page 10: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

6.11.7 Daily Work Activity Report(s) 6.11.7.1 Work crews will complete Daily Work Activity Reports and provide it to the assigned Forestry

Foreperson or Supervisor(s) upon completion of each shift. The Vendor shall submit monthly Productivity Reports as and when requested. The City will provide the template to the successful Vendor(s) upon Award.

6.11.8 Global Positioning Report(s) 6.11.8.1 The Vendor shall provide a Global Positioning Report as and when requested. Global Positioning

and/or Automatic Vehicle Location reports shall identify all crews working for the City of Toronto, routes travelled, stop locations (addresses) and the duration of the stop. The City will provide the template to the successful Vendor(s) upon Award.

7.0 Award 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) or multiple Bidder(s) based on the Bidders meeting specifications and providing the lowest Total Base Bid Price cost based on the initial Contract period as shown in Appendix “C” – Price Form inclusive of prompt payment; however, the City reserves the right to split the Award by item, if deemed to be in the best interest of the City.

7.2 In order to meet the City's service delivery requirements, if a Contract is awarded to the lowest Bidder and the number of crews required per month is not satisfied by the awarded Vendor, then the City reserves the right to select the next lowest Bidder(s), based on the lowest Total Base Bid Price as shown in Appendix "C" – Price Form and meeting the City's specification and requirements contained in the RFQ, to Award a Contract to satisfy the Work requirements of the RFQ.

7.3 The lowest total base Bidder who's Quotation meets the requirements of this RFQ will be defined as the Primary Vendor. The Primary Vendor will be awarded a Contract based on the lowest Total Base Bid amount, and the Vendor's ability to provide a set number of crews. The number of crews the Bidder provides will determine the percentage of Work the Primary Bidder is awarded.

7.4 If required, the second lowest total base Bidder who's Quotation meets the requirements of this RFQ will be defined as the Secondary Vendor. When the Primary Bidder is unable to provide the required number of crews requested, the Secondary Vendor will be awarded a Contract based on the second lowest Total Base Bid amount, and the Vendor's ability to provide a set number of crews. The percentage of Work awarded to the Secondary Bidder will be determined by the remaining percentage of Work unfulfilled by the Primary Bidder.

7.5 If required, the third lowest total base Bidder whose Quotation meets the requirements of this RFQ will be defined as the Tertiary Vendor. When the Primary and Secondary Vendors are unable to provide the required number of crews requested, the Tertiary Vendor will be awarded a Contract based on the third lowest Total Base Bid amount, and the Vendor's ability to provide a set number of crews. The percentage of Work awarded to the Tertiary Bidder will be determined by the remaining percentage of Work unfulfilled by the Primary and Secondary Bidder.

13 of 51

Viewing

Cop

y Only

Do not

Submit

Page 11: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

7.6 Upon Award the City will confirm with the Vendor, the Deliverables, date(s) and any other instructions related to the Deliverables being provided.

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

issued and a Contract Release Order (CRO) has been issued.

7.8 In the event a Deliverable cannot be accepted or completed, email notification shall be sent to the City Representative.

7.9 The City reserves the right of accepting or rejecting any and/or all parts of this RFQ.

8.0 Piggyback Clause 8.1 After Award, the Vendor acknowledges that the City may inform its Agencies and Corporations of

the Vendor's Contract with the City. If the Vendor wishes to provide the same Deliverables to the City's Agencies and Corporations, it shall use commercially reasonable efforts to negotiate for the purpose of entering into separate and distinct contracts with the City's Agencies and 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 Specifications 9.1.1 Bidders must provide a quote for Product(s) and/or Service(s) that meet or exceed the minimum

specifications and requirements detailed in Appendix "D" included in this Request for Quotation.

9.1.2 The Deliverables being supplied in this RFQ must be new and certified by the Vendor, and free of encumbrance. Refurbished, rebuilt, or used Products will not be acceptable.

9.1.3 All specifications are minimum requirements that must be met or exceeded. Bids containing one or more items that do not meet or exceed the minimum specifications will be declared Non-Compliant.

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) – Not Applicable

12.0 Delivery

12.1 The Vendor must deliver the specified Deliverables as per their Quotation without substitution or

deviation.

14 of 51

Viewing

Cop

y Only

Do not

Submit

Page 12: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

12.2 In the event of a severe weather emergency that occurs in the City of Toronto, all crews shall continue to Work unless they are released by the Forestry Supervisor(s) of the City of Toronto. What constitutes severe weather will be determined by the City Representative.

12.3 All work denials shall be communicated to the Forestry Foreperson and where a resolution can't be

determined it will be escalated to the Forestry Supervisor(s).

12.4 Delivery will be to City of Toronto locations as per the Contract/Contract Release Order.

12.5 The Vendor will be responsible for:

a) providing staff who are appropriately equipped to undertake in the Deliverables required under the terms of this RFQ;

12.6 The Vendor shall furnish all labour, materials, services, supplies, tools, equipment, apparatus,

transportation, facilities and incidentals required and perform all operations necessary to accomplish the complete the Deliverables.

13.0 Return of Products – Not Applicable

14.0 Warranty – Not Applicable

15.0 Insurance (Refer to Appendix B – General Contract Terms and Conditions)

16.0 Performance Security 16.1 Upon Award to the three (3) overall lowest Bidders, the Vendors shall submit within five (5)

Business Days of being notified, a Certified Cheque, Bank Draft, Money Order or Letter of Credit, made payable to City of Toronto, Treasurer, in the amount of 5% of the Total Base Bid Price, up to a maximum of $100,000, awarded to each Vendor based upon the percentage of Award value received in the form of a Contract, to act as the Performance Security.

16.1 If submitting a Letter of Credit, the following conditions must be incorporated into the document:

(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);

(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;

15 of 51

Viewing

Cop

y Only

Do not

Submit

Page 13: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

(7) If advised in accordance with (5) above the City Treasurer will exercise the drawing option. 16.2 The Performance Security of the Vendor(s) 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 City Representative.

16.3 If the Performance Security is not received or does not satisfy the requirements of the Certified

Cheque, Bank Draft, Money Order or Letter of Credit, the Bidder will be declared Non-Compliant and not considered.

16.4 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 Non-Compliant. 17.0 Occupational Health and Safety 17.1 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).

17.2 If a properly commissioned OHSA Declaration is not submitted with your Quotation, the City may provide a Bidder with an opportunity to submit the required OHSA Declaration within five (5) working days of such written request. Failure to submit the OHSA Declaration in response to that written request or the inability of the Bidder to satisfy the requirements set out in the OHSA Declaration are grounds for default. The City may also consider previous OHSA violations as grounds for rejection of a Quotation and the City may terminate any contract arising from this Request for Quotation if the Bidder is continuously in violation of OHSA requirements.

17.3 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.

17.4 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.

18.0 OTHER TERMS 18.1 Hours of Work 18.1.1 All hourly rates shall include travel time to, from, and between Work sites and dump locations.

Hourly rates do not apply to travel time to the City designated reporting location at the beginning of each Work day. No extra charges will be accepted for travel expenses not included in the hourly rates submitted in the Quotation.

18.1.2 The Vendor is to supply at least one (1) crew to respond to dangerous private tree requests, immediate order to comply.

16 of 51

Viewing

Cop

y Only

Do not

Submit

Page 14: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

18.1.3 Regularly Scheduled Work Hours 18.1.3.1 Each crew shall Work a standard eight (8) hours daily, between the hours of 6:30am – 4:00pm,

which includes a ½ hour unpaid lunch, Monday to Friday, unless addressing an emergency situation. The running of equipment, such as chippers, chainsaws, and blowers, shall not commence prior to 7:00 a.m. The City of Toronto has the right to modify these hours of Work, during periods where natural light hinders the health and safety of staff.

18.1.4 Variations to Work Hours 18.1.4.1 Weekends, City designated and statutory holidays will only be worked if approved by a Forestry

Supervisor(s). Only charges for time on the Work site will be approved for payment. The Forestry Supervisor(s) shall determine the start time in consultation with the Vendor. Each crew is to commence Work at the designated start time at the varying Work locations, as designated by the Forestry Supervisor(s).

18.1.5 Additional Work Hours

18.1.5.1 Variations in the above noted hours and days of Regularly Scheduled Work Hours will be at the

discretion of a Forestry Supervisor(s). 18.1.5.2 The eight (8) hour workday or days of the week to be worked may vary between the hours of

6:30am to 7:00 p.m., including a ½ hour unpaid lunch, Monday to Friday, and includes weekend Work, Saturday to Sunday.

18.1.6 Overtime Pay

18.1.6.1The overtime rate shall only apply for hours worked in excess of 44 hours per week and statutory holidays.

18.1.6.2 The overtime rate will only apply to labour/man hours worked; not to additional equipment

requirements. 18.2 Emergency Work 18.2.1 Emergency Work will be defined as 24 hours/7days per week. 18.2.2 Vendor shall be available for afterhours emergency Services, severe weather events or as defined

within this RFQ. 18.2.3 Bidders must provide a point of contact and their contact information for Emergency Work.

Failure to do so will result in your Quotation being declared Non-Compliant. 18.2.4 State your company representative and contact information for emergency 24 hour/7 day/week

Service: Name:_____________________________________________________

Telephone: _________________________________________________

17 of 51

Viewing

Cop

y Only

Do not

Submit

Page 15: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

Email: _____________________________________________________

18.2.5 The Vendor(s) shall respond to emergency calls and should be in the location specified by the

City Representative, within a reasonable amount of time upon receiving the call. 18.2.6 Emergency Work will be paid at the regular hourly rate unless it exceeds 44 hours per

week. 18.3 Payment 18.3.1 Payment will be made to the Vendor on the basis of hours worked only, less any deductions

herein provided or as indicated on the Daily Work Activity Report. In the event of a disagreement between the Vendor and the City regarding payable hours, the decision of the Forestry Supervisor(s) will be final and binding. Payment for Services will be made as directed by the Forestry Supervisor(s).

18.4 Traffic Notification 18.4.1 Notification prior to undertaking Work on any main road will be given to the appropriate Traffic

and Transportation Division, and a permit to close lanes of traffic on any arterial Toronto Road will be obtained by the Vendor. No work will be performed on arterial roads during peak traffic time except in emergency situations.

18.5 Communication 18.5.1 The Vendor may be requested to contact the Forestry Supervisor(s), or designate, each morning to

confirm addresses and sequence of proposed Work for the day. The Vendor will further advise the Forestry Supervisor if modifications to his/her plans are required during the day.

18.5.2 The Vendor will call the Forestry Supervisor(s), or designate, at the end of the day with the location of the last order completed and the location anticipated for starting the next day.

18.5.3 In the absence of the Forestry Supervisor(s), messages will be left on voice mail.

18.5.4 The Vendor may be directed by the Forestry Supervisor(s) to start and end each Work day at a designated operations yard.

18.5.5 The Vendor will determine and arrange work protection hold-offs, and/or cover-ups, and/or de-energizing of circuits with the Toronto Hydro Control Room or as directed by the Forestry Supervisor(s).

18.6 Mobile Communications 18.6.1 All Work sites will be equipped with a cellular phone (phone number to be local to Toronto area)

and a device able to connect directly to Toronto Hydro in order to provide immediate communications between the Vendor, Toronto Hydro Control Rooms, and the Forestry Supervisor(s) or designate.

18 of 51

Viewing

Cop

y Only

Do not

Submit

Page 16: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

18.7 Public Relations 18.7.1 Under no circumstances shall the Vendor's employees enter upon, or allow its equipment to enter

upon private property without first obtaining approval from the respective property owner with exception of Work performed as described in the Dangerous Private Trees Section 8.15.1.1 of the City of Toronto's Municipal code – Chapter 632.

18.7.2 The Vendor's employees shall conduct themselves in a manner conducive to the maintenance of good public relations for the City of Toronto and Toronto Hydro.

18.7.3 Signs and barriers will be installed by the Vendor, to protect the public from entering a work

zone, in compliance with the Occupational Health and Safety Act and the Highway Traffic Act. 18.7.4 If during the performance of the Work, the Vendor's employees receive complaints or enquires to

which they are not qualified to respond, the name of the complainant or the person making the enquiry shall be recorded along with their address and telephone number. A report of the incident is to be made to the Forestry Supervisor(s).

18.7.5 In the event that homeowners disagree with Work being undertaken, the Vendor will

communicate with homeowners and upon failure to gain acceptance, will suspend Work and notify the Forestry Supervisor(s). In the case of Work being performed under the Dangerous Private Trees Section 8.15.1.1 of the City of Toronto's Municipal Code – Chapter 632, the Vendor will not leave the site but will immediately contact the Forestry Supervisor(s) or their designate for instructions.

18.7.6 Any situations requiring extensive Work that may result in customer concern will be referred to

the Forestry Supervisor(s) prior to commencing Work.

19 of 51

Viewing

Cop

y Only

Do not

Submit

Page 17: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

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: www.toronto.ca/tenders/index.htm

(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 Procurement Processes Policy provides that any Bidder found in breach of the policy may be subject to disqualification from the call or a future call or calls at the discretion of 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. The links to the City's Procurement Processes Policy, Lobbying By-Law and Interpretive Bulletin on Lobbying and Procurement are as follows:

http://www.toronto.ca/citybusiness/pdf/policy_procurement_process.pdf http://www.toronto.ca/legdocs/municode/1184_140.pdf http://www.toronto.ca/lobbying/pdf/interpretation-bulleting_lobbying-procurements.pdf

20 of 51

Viewing

Cop

y Only

Do not

Submit

Page 18: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

3. Addenda

If it becomes necessary to revise any part of this RFQ, the revisions will be by Addendum posted electronically in Adobe PDF format on the City’s website at www.toronto.ca/calldocuments. Bidders and prospective Bidders SHOULD MONITOR THAT SITE as frequently as they deem appropriate until the day of the Deadline. Only answers to issues of substance will be posted. The City reserves the right to revise this RFQ up to the Closing Deadline. When an Addendum is issued the date for submitting Quotations may be revised by the City if, in its opinion, the City determines more time is necessary to enable Bidders to revise their Quotations.

All Bidders must acknowledge receipt of all Addenda in the space provided on the Quotation Submission Form. The City’s Purchasing and Materials Management Division will make reasonable efforts to issue the final Addendum (if any) no later than two (2) days prior to the Deadline.

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 three (3) 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. Incurred Costs

The City will not be liable for, nor reimburse, any potential Bidder or Bidders, as the case may be, for costs incurred in the preparation and submission of any Quotation.

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.

21 of 51

Viewing

Cop

y Only

Do not

Submit

Page 19: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

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.

(4) After the Closing Deadline each submitted Quotation shall be irrevocable and binding on Bidders for a period of 90 days.

(5) 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.

9. No Collusion or Unethical Conduct

(1) No Bidder may discuss or communicate about, directly or indirectly, the preparation or content of its Quotation with any other Bidder or the agent or representative of any other Bidder or prospective Bidder. If the City discovers there has been a breach at any time, the City reserves the right to disqualify the Quotation or terminate any ensuing contract.

(2) By submitting a Quotation in response to this Quotation Request, the Bidder certifies that:

a) the prices in the Quotation have been arrived at independently of those of any other Bidder;

b) the prices in the Quotation have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to the award of purchase, directly or indirectly, to any other Bidder or competitor; and

c) no attempt has been made, or will be made, to induce any other person to submit or not to submit a Quotation, for the purpose of restricting competition.

(3) Bidders must not have common ownership, directors, or management, or any other affiliation, connection, association or attachment with each other that may be deemed to compromise the principle of competition. Bidders must disclose any arrangements with other Bidders (including but not limited to subcontracting) that may reasonably be deemed to compromise the principle of competition, at or prior to the Closing Deadline.

10. Prohibition against Gratuities

(1) No Bidder and no employee, agent or representative of the Bidder, may offer or give any gratuity in the form of entertainment, participation in social events, gifts or otherwise to any officer, director, agent, appointee or employee of the City in connection with or arising from this RFQ, whether for the purpose of securing a contract or seeking favourable treatment in respect to the award or amendment of the contract or influencing the performance of the contract, including without restriction enforcement of performance standards, or expressing appreciation, or providing compensation, for the award of a contract or for performance of the City's obligations thereunder or for conferring favours or being lenient, or in any other manner whatsoever.

(2) If the City determines that this article has been breached by or with respect to a Bidder, the City may exclude its Quotation from consideration, or if a contract has already been entered into, may terminate it without incurring any liability.

22 of 51

Viewing

Cop

y Only

Do not

Submit

Page 20: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

11. Conflicts of Interest/Unfair Advantage

(1) In its Quotation, the Bidder must disclose to the City any potential conflict of interest that might compromise the performance of the work or which might reasonably compromise or provide the Bidder an unfair advantage in the bidding process. If such a conflict of interest does exist, the City may, at its discretion, refuse to consider the Quotation.

(2) The Bidder must also disclose whether it is aware of any City employee, Council member or member of a City agency, board or commission or employee thereof having a financial interest in the Bidder and the nature of that interest. If such an interest exists or arises prior to the award on any contract, the City may, at its discretion, refuse to consider the Quotation or withhold the awarding of any contract to the Bidder until the matter is resolved to the City’s sole satisfaction.

(3) Bidders are cautioned that the acceptance of their Quotation may preclude them from participating as a Bidder in subsequent projects where a conflict of interest may arise. The Bidder for this project may participate in subsequent/other City projects provided the Bidder has satisfied pre-qualification requirements of the City, if any, and in the opinion of the City, no conflict of interest would adversely affect the performance and successful completion of an agreement by the Bidder.

12. Quasi-Criminal/Criminal Activity of a Proponent

(1) The City may reject a Quotation or Bidder if the City:

a) confirms that the Bidder or any individual that owns, directs, or controls the Bidder has been charged with or convicted of an offence under the Criminal Code, an offence under other applicable Requirements of Law, or an offence pursuant to similar laws outside of Ontario, or has been named in an order or similar enforcement measure by a regulatory authority;

b) determines that this charge or conviction or order is material to the given procurement; and

c) determines that, in light of this charge or conviction, awarding the Bidder could compromise the

delivery of the deliverables or would otherwise undermine the business reputation of the City of the public's confidence in the integrity of the call process

13. 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 [Proposal/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.

14. Acceptance of Quotations

(1) The City shall not be obliged to accept any Quotation in response to this RFQ.

23 of 51

Viewing

Cop

y Only

Do not

Submit

Page 21: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

(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.

(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) 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.

(11) 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.

15. Currency

Unless otherwise stated herein, prices quoted are to be in Canadian dollars.

16. Tied Bids

In the event that the City receives two or more Quotations identical in price, the City reserves the right to select one of the tied Quotations by way of a coin toss (in the case of two identical bids), or lottery (in the case of more than two identical bids).

17. 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.

18. 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;

24 of 51

Viewing

Cop

y Only

Do not

Submit

Page 22: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

c) must not be used for any purpose other than for replying to this RFQ, and for fulfillment of any related subsequent contract.

19. 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.

20. 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. 21. Governing Law

This RFQ and any Quotation submitted in response to it and the process contemplated by this RFQ shall be governed by the laws of the Province of Ontario. Any dispute arising out of this RFQ or this RFQ process will be determined by a court of competent jurisdiction in the Province of Ontario.

25 of 51

Viewing

Cop

y Only

Do not

Submit

Page 23: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

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

26 of 51

Viewing

Cop

y Only

Do not

Submit

Page 24: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

approved subcontractors and suppliers and others, and including or breach of any confidentiality obligations under the Contract or infringement, actual or alleged of any Canadian, American or other copyright, moral right, trade-mark, patent, trade secret or other thing with respect to which a right in the nature of intellectual/industrial property exists.

(2) Upon assuming the defence of any action covered under this sub-article the Vendor shall keep City of Toronto reasonably informed of the status of the matter, and the Vendor shall make no admission of liability or fault on City of Toronto's part without City of Toronto's written permission.

Intellectual Property Indemnity

The Vendor shall indemnify and save harmless the City of Toronto, its Mayor, Members of Council, officers, employees, and agents from and against any losses, liens, charges, claims, demands, suits, proceedings, recoveries and judgements (including legal fees and costs) arising from infringement, actual or alleged, by the Quotation, its use or misuse, or by any of the deliverables developed or provided or supplied under or used in connection with the Services (including the provision of the Services themselves), of any Canadian, American or other copyright, moral right, trade-mark, patent, trade secret or other thing with respect to which a right in the nature of intellectual/industrial property exists.

Employment & WSIB Indemnity

Nothing under this Agreement shall render the City responsible for any employment, benefit or termination liability (including those under or in connection with the Workplace Safety and Insurance Act, 1997 or any successor legislation ("WSIA"), whether statutorily required, at common law or otherwise, resulting from Services supplied under this Agreement by persons employed or otherwise engaged by the Vendor. In the event that employment related costs, or other related responsibility falls to the City for any reason whatsoever, the Vendor agrees to indemnify the City for such costs.

6. Insurance

The successful Vendor agrees to purchase and maintain in force, at its own expense and for the duration of the services, the following policies of insurance, which policies shall be in a form and with an insurer acceptable to the City. A certificate evidencing these policies signed by the insurer or an authorized agent of the insurer must be delivered to the City prior to the commencement of services: 1. Commercial General Liability provided that the policy:

(i) is in the amount of not less than Two Million Dollars ($2,000,000.00), 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).

27 of 51

Viewing

Cop

y Only

Do not

Submit

Page 25: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

Notwithstanding anything to the contrary contained in this Agreement, kept in full force and effect for a period of time ending no sooner than TWO YEARS after the termination or expiry of this Agreement, as the case may be.

2. Automobile Liability Insurance with a minimum limit of Two Million Dollars ($2,000,000) for all

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

It is understood and agreed that the coverage and limits of liability noted above are not to be construed as the limit of liability of the vendor in the performance of services. It is also agreed that the above insurance policies may be subject to reasonable deductible amounts, which deductible amounts shall be borne by the vendor. At the expiry of the policies of insurance, original signed Certificates evidencing renewal will be provided to the City without notice or demand. The successful vendor is responsible for any loss or damage whatsoever to any of its materials, goods, equipment or supplies and will maintain appropriate all-risk coverage as any prudent owner of such materials, goods, supplies and equipment. The successful vendor shall have no claim against the City or the City’s insurers for any damage or loss to its property and shall require its property insurers to waive any right of subrogation against the City.

7. No Assignment

The Vendor shall not assign any part of the Contract nor any interest therein without the prior written consent of the City, which consent shall not be unreasonably withheld. However, such written consent shall not under any circumstances relieve the Vendor of its liabilities and obligations under this RFQ and the Contract, including the terms of this RFQ.

8. Subcontractors

(1) The Vendor shall be solely responsible for the payment of every subcontractor employed, engaged, or retained by it for the purpose of assisting it in the performance of its obligations under the contract. The Vendor shall coordinate the provision of the Deliverables by its subcontractors in a manner acceptable to the City, and ensure that they comply with all the relevant requirements of the Contract.

(2) The Vendor shall be liable to the City for all costs or damages arising from acts, omissions, negligence or willful misconduct of its subcontractors.

9. Personnel and Performance (1) The Vendor must make available appropriately skilled workers, consultants or subcontractors, as

appropriate, and must be able to provide the necessary materials, tools, machinery and supplies to fulfill its obligations under the Contract.

(2) The Vendor shall be responsible for its own staff resources and for the staff resources of any subcontractors and third-party service providers.

(3) The Vendor will ensure that its personnel (including those of approved subcontractors), when using any City buildings, premises, equipment, hardware or software shall comply with all security policies, regulations or directives relating to those buildings, premises, equipment, hardware or software.

(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

28 of 51

Viewing

Cop

y Only

Do not

Submit

Page 26: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

The Vendor and the City agree and acknowledge that the relationship of the City and the Vendor is one of owner and independent contractor and not one of employer-employee. Neither is there any intention to create a partnership, joint venture or joint enterprise between the Vendor and the City.

11. Warranties and Covenants

The Vendor represents, warrants and covenants to the City (and acknowledges that the City is relying thereon) that any deliverable resulting from or to be supplied or developed under the Contract will be in accordance with the City’s functional and technical requirements (as set out in the RFQ) and, if applicable, will function or otherwise perform in accordance with such requirements.

12. Ownership of Intellectual Property and Deliverables

The City will own all intellectual property rights, including (without limitation) copyright, in and to all deliverables provided by the Vendor and its subcontractors. All information, data, plans, specifications, reports, estimates, summaries, photographs and all other documentation prepared by the Vendor in the connection with the provision of the Deliverables under the Contract, whether they be in draft or final format, shall be the property of the City.

13. Termination Provisions

(1) Upon giving the Vendor not less than 30 days’ prior written notice, the City may, at any time and without cause, cancel the Contract, in whole or in part. In the event of such cancellation, the City shall not incur any liability to the Vendor apart from the payment for the Deliverables that have been satisfactorily delivered or performed by the Vendor at the time of cancellation.

(2) Failure of the Vendor to perform its obligations under the Contract shall entitle the City to terminate the Contract upon ten (10) calendar days’ written notice to the Vendor if a breach which is remediable is not rectified in that time. In the event of such termination, the City shall not incur any liability to the Vendor apart from the payment for the Deliverables that have been satisfactorily delivered or performed by the Vendor at the time of termination.

(3) All rights and remedies of the City for any breach of the Vendor's obligations under the Contract shall be cumulative and not exclusive or mutually exclusive alternatives and may be exercised singularly, jointly or in combination and shall not be deemed to be in exclusion of any other rights or remedies available to the City under the Contract or otherwise at law.

(4) No delay or omission by the City in exercising any right or remedy shall operate as a waiver of them or of any other right or remedy, and no single or partial exercise of a right or remedy shall preclude any other or further exercise of them or the exercise of any other right or remedy.

14. Liquidated Damages

If the vendor at any time fails to supply all goods or services to the City as specified within the Contract, or fails to replace goods or services rejected by the City, then the City shall be permitted to procure such goods 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

29 of 51

Viewing

Cop

y Only

Do not

Submit

Page 27: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

The City shall have the right to retain out of monies payable to the vendor under the Contract the total amount outstanding for time to time of all claims arising out of the default of the vendor of its obligations to the City. This shall include claims pursuant to this or any other contract or cause of action between the vendor and the City which have not been settled between the City and the vendor.

16. Occupational Health and Safety

(1) The Vendor shall comply with all federal, provincial or municipal occupational health and safety legislative requirements, including, and without limitation, the Occupational Health and Safety Act, R.S.O., 1990 c.0.1 and all regulations thereunder, as amended from time to time (collectively the "OHSA").

(2) Nothing in this section shall be construed as making the City the "employer" (as defined in the

OHSA) of any workers employed or engaged by the Vendor for the Work, either instead of or jointly with the Vendor.

(3) The Vendor agrees that it will ensure that all subcontractors engaged by it are qualified to perform the Work and that the employees of subcontractors are trained in the health and safety hazards expected to be encountered in the Work.

(4) The Vendor acknowledges and represents that:

a) The workers employed to carry out the Work have been provided with training in the hazards of the Work to be performed and possess the knowledge and skills to allow them to work safely;

b) The Vendor has provided, and will provide during the course of the agreement, all necessary personal protective equipment for the protection of workers;

c) The Vendor’s supervisory employees are competent, as defined in the OHSA, and will carry out their duties in a diligent and responsible manner with due consideration for the health and safety of workers;

d) The Vendor has in place an occupational health and safety policy in accordance with the OHSA; and e) The Vendor has a process in place to ensure that health and safety issues are identified and addressed

and a process in place for reporting work-related injuries and illnesses. (5) The Vendor shall provide, at the request of the City Representative 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 City Representative 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,

30 of 51

Viewing

Cop

y Only

Do not

Submit

Page 28: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

R.S.C 1985, c. C-46, as amended and the Workplace Safety and Insurance Act, 1997, S.O. 1997, c. 16, Sched. A, as amended.

(7) The Vendor shall be responsible for any delay in the progress of the Work as a result of any violation

or alleged violation of any federal, provincial or municipal health and safety requirement by the Vendor, it being understood that no such delay shall be a force majeure or uncontrollable circumstance for the purposes of extending the time for performance of the Work or entitling the Vendor to additional compensation, and the Vendor shall take all necessary steps to avoid delay in the final completion of the Work without additional cost to the City.

(8) The parties acknowledge and agree that employees of the City, including senior officers, have no

authority to direct, and will not direct, how employees, workers or other persons employed or engaged by the Vendor do work or perform a task that is the subject of this agreement.

17. Workplace Safety and Insurance Board 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

31 of 51

Viewing

Cop

y Only

Do not

Submit

Page 29: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

in question offered an early payment discount, the re-issue date of the new invoice will be used to calculate the early payment discount terms. 19.1 Standard Invoices: 1) Original hardcopy vendor invoices must be addressed and sent DIRECTLY to: City of Toronto Accounting Services Division Corporate Accounts Payable 55 John Street 14th Floor, Metro Hall Toronto, ON M5V 3C6; or 2). Electronic Invoices To support an electronic payable environment, the City of Toronto Corporate Accounts Payable unit will accept electronic vendor invoices submitted via email to [email protected] . Electronic invoices submitted must be in a PDF format with either single or multiple invoice(s) per attachment. Note: Do not send statements or past due invoices to this email address, only current invoices will be accepted. Do not send hard copy invoices to Corporate Accounts Payable if you have submitted an electronic invoice. If you have any questions regarding this process, please contact AP Customer Service at 416-397-5235 and follow the prompts. 3) Invoice/s submitted to the City of Toronto must have complete ship to information including:

I. Name of City Division, II. The City Division’s contact name and phone number (the person ordering or picking up

the goods and/or services), III. Delivery location of goods and/or services (excluding pick-up order), IV. Purchasing document information on the invoice (blanket contract number, contract

release order number (CRO) purchase order (PO) or Divisional Purchase Order (DPO) must be clearly indicated on the invoice.

V. Complete "Remit To" address is required on all submitted vendor invoices A purchasing document number must be provided by City Staff at time of order for goods or services. 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.

32 of 51

Viewing

Cop

y Only

Do not

Submit

Page 30: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

6) Vendors are to provide backup documentation directly to the ordering Division, not Corporate Accounts Payable.

19.2) Construction Contracts & Consultant Assignments related to Capital Projects – With a

Holdback only. Invoices related to an approved capital project with a holdback and managed by a Contract Administrator (CA) must be forwarded to the CA for review and approval. Billing requirement direction will be provided by the contract custodian or city divisional designate prior to the start of the Contract. 1) All invoices must be addressed and sent DIRECTLY to: Contract Administrator

City of Toronto Address Contact Info: Phone #, E-mail address Note: Contact Information of respective CA will be provided in writing, prior to the start of the contract. 2) Invoice/s submitted to the City of Toronto Contract Administrator must have complete information including:

I. Contract/Project Number II. Name of City Division and Contract Administrator

III. Vendor Number IV. Vendor Name and address V. The City Division’s contact name and phone number (the person ordering or picking up

the goods and/or services), VI. Description of work/ Project Name

VII. Location of work VIII. Bill through Dates(Work Done): from and to

IX. Invoice Date X. Sub-total Amount: Excluding all taxes

XI. Total Invoice Amount; Including all taxes Purchasing document information on the invoice (blanket contract number, contract release order number (CRO) purchase order (PO) or Divisional Purchase Order (DPO), must be clearly indicated on the invoice. (*This purchasing number should be provided by City staff at the time of order*)

33 of 51

Viewing

Cop

y Only

Do not

Submit

Page 31: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

APPENDIX “C” PRICE FORM

UNIT PRICES QUOTED SHALL INCLUDE NON-EXCLUSIVE SUPPLY OF ALL LABOUR, EQUIPMENT AND MATERIAL NECESSARY TO PERFORM TREE PRUNING AND REMOVAL AT VARIOUS LOCATIONS FOR THE PARKS, FORESTRY AND RECREATION DIVISION EXCLUDING HARMONIZED SALES TAX (HST).

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.

PLEASE SEE PRICE FORM BELOW

34 of 51

Viewing

Cop

y Only

Do not

Submit

Page 32: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

* Price per Hour per Crew including Travel Time, Disposal fees and all other Applicable Charges, Excluding HST *

Item DescriptionEstimated Total

Number of Crews Required Per Month

State Total Number of Crews Per Month

(A)

Total Estimated Number of Hours

Per Month Per Crew

(B)

Price Per Hour Per Crew from Date of

Award for a period of 6 months

(C)

TOTAL PRICEfor the term

of the Contract (6 months)

(D) = (A) x (B) x (C) x 6

1

Type I:2 Person Bucket Crew Crew Leader/Climber Climber/Operator Aerial Lift Bucket – (minimum 55' with chip box) Brush Chipper (minimum 10")

47 _______________ 174 $ _______ /hour $ ____________________

2

Type II:3 Person Stump Crew Foreperson Operator Ground Person Self-Propelled Stump Grinder Stake Truck (5 ton) Soil Truck (minimum 5 ton)

10 _______________ 174 $ _______ /hour $ ____________________

3

Type III:3 Person Climbing Crew Crew Leader/Climber Climber/Operator Ground Person Chip Truck (5 ton) Brush Chipper (minimum 10")

8 _______________ 174 $ _______ /hour $ ____________________

4

Type IV:5 Person Removal Crew Foreperson Climber/Operator Climber/Operator Ground Person Aerial Lift Bucket – (minimum 55' with chip box) Brush Chipper (6 - 10") Stake Truck (5 ton) 22 ton Crane Truck (120' minimum with one (1) operator)

5 _______________ 174 $ _______ /hour $ ____________________

In the event of mathematical errors found in the pricing pages, the unit prices quoted shall prevail. Extension and totals will be corrected accordingly and adjustments resulting from the correction will be applied to the total price quoted.

APPENDIX "C" - PRICE FORM

RFQ No. 3701-16-0139

PART A - TREE PRUNING AND REMOVAL

35 of 51

Viewing

Cop

y Only

Do not

Submit

Page 33: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

5

Type V: Emergency Crew3 Person Climbing Crew (with bucket)Crew Leader/Climber Climber/Operator Ground Person Aerial Lift Bucket – (minimum 55' with chip box) Brush Chipper (minimum 10")

NOTE:Emergency Work outside of the regular or daily work requests will be paid at the regular hourly rate unless it exceeds 44 hours per week.

1 _______________ 8 $ _______ /hour $ ____________________

$_________________

(A) $_________________

(B) _____________%

(C) ______________

(D) $_________________

(E) $_________________

Discount applied to Total Base Bid Price(A) x (B)

TOTAL BASE BID PRICE (excluding taxes) After Discount(A) – (D)

**Transcribe on Cover Page**

Early Payment Terms

State the percentage discount from current wholesale price list for any other related item not listed in Appendix "C" - Price Form which may be required during the Contract Term: ______%

MISCELLANEOUS ITEMS

SUBTOTAL (excluding HST)(Copy to Row A below)

Total Base Bid Price Before Discount

Total % Discount from Date of Award for period of 6 months

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

36 of 51

Viewing

Cop

y Only

Do not

Submit

Page 34: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

RFQ 3701-16-0139

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) Specifications

5) Vendor Crew Qualifications

37 of 51

Viewing

Cop

y Only

Do not

Submit

Page 35: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

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:

Authorised Signing Officer or Individual

Gro

up/V

endo

r/In

divi

dual

Nam

e:

Dat

e:

For

Offi

ce U

se O

nly

DE

CL

AR

AT

ION

OF

CO

MP

LIA

NC

E W

ITH

AN

TI-

HA

RA

SSM

EN

T/D

ISC

RIM

INA

TIO

N L

EG

ISL

AT

ION

& C

ITY

PO

LIC

Y

Multilingual Services: 311 and TTY 416-338-0889.Further information: www.toronto.ca/diversity.ca

38 of 51

Viewing

Cop

y Only

Do not

Submit

Page 36: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

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 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.

39 of 51

Viewing

Cop

y Only

Do not

Submit

Page 37: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

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. )

40 of 51

Viewing

Cop

y Only

Do not

Submit

Page 38: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

BIDDER REFERENCES FORM 1. Company Name: ______________________________

Company Address: ______________________________ Contact Name/Title: ______________________________

Telephone Number/Email: ______________________________ Value of Work Performed: ______________________________ Scope Description: _______________________________________________ _______________________________________________ _______________________________________________

2. Company Name: ______________________________

Company Address: ______________________________ Contact Name/Title: ______________________________

Telephone Number/Email: ______________________________ Value of Work Performed: ______________________________ Scope Description: _______________________________________________ _______________________________________________ _______________________________________________

3. Company Name: ______________________________

Company Address: ______________________________ Contact Name/Title: ______________________________

Telephone Number/Email: ______________________________ Value of Work Performed: ______________________________ Scope Description: _______________________________________________ _______________________________________________ _______________________________________________

41 of 51

Viewing

Cop

y Only

Do not

Submit

Page 39: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

Specifications

1.0 Staff Requirements

1.1 All Vendors must have qualified staff crews and equipment to perform work within 3 metres (ten feet) of energized power lines operating at various voltages up to 50,000 volts in the City of Toronto.

1.2 The Vendors shall ensure all persons working within ten (10) feet of electrical apparatus shall demonstrate

attendance and proficiency at the Infrastructure Health and Safety Association (formerly known as E.U.S.A) "Safety and Line Clearing" course " or Toronto Hydro "Core" Training.

1.3 Vendors are responsible for any competency or refresher training necessary from Toronto Hydro, to perform

tree maintenance Work in proximity to energized conductors for the City of Toronto and obtain hold-offs, within the City of Toronto, at no extra cost to the City.

1.4 Failure to comply with these regulations and requirements may result in immediate suspension of Work and/or

termination of the Contract.

1.5 Vendors are responsible to provide any additional documentation and certification required throughout the Term of the Contract, upon request.

1.6 Bidders must complete Appendix "D" – Vendor Crew Qualifications, attached to this Request for Quotation.

Failure to complete Appendix "D" – Vendor Crew Qualifications upon Bid submission may result in your Bid being declared Non-Compliant.

2.0 Crew Personnel

2.1 Vendor shall be capable of supplying fully competent, trained and completely equipped two (2)-person crew,

for continuous periods of not less than five (5) days. Each two (2)-person crew shall consist of the following:

Type I Two (2) Person Bucket Crew One (1) Crew Leader/Climber

One (1) Climber/Operator Aerial Lift Bucket (minimum 55' with chip box) Brush Chipper (minimum 10")

*One (1) Ground Person - The City has and reserves the right to request a three (3) person crew. When a three (3) person crew is requested by the City, the crew compliment remains the same except for the inclusion of the Ground Person. The Bidder’s hourly rates quoted in Appendix "C" – Price Form, Part A will reflect at invoicing the hourly rate for Part A, with the additional Grounds Person listed and quoted in Appendix "C" – Price Form, Part B.

2.2 Vendor shall also be capable of supplying the following fully competent, trained and completely equipped crew

complements, for continuous periods of not less than five (5) days:

Type II Three (3) Person Stump Crew One (1) Foreperson One (1) Operator One (1) Ground Person Self-Propelled Stump Grinder Stake Truck (5 ton) Soil Truck (minimum 5 ton)

42 of 51

Viewing

Cop

y Only

Do not

Submit

Page 40: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

Type III Three (3) Person Climbing Crew

One (1) Crew Leader/Climber – with Toronto Hydro Training One (1) Climber/Operator One (1) Ground Person Chip Truck (5 ton) Brush Chipper (minimum 10")

Type IV 5 Person Removal Crew

One (1) Foreperson One (1) Climber/Operator One (1) Climber/Operator One (1) Ground Person Aerial Lift Bucket – (minimum 55' with chip box) Brush Chipper (6 - 10") Stake Truck (5 ton) 22 ton Crane Truck (120' minimum with One (1) operator)

Type V Emergency Crew

3 Person Climbing Crew (with bucket) One (1) Crew Leader/Climber – with Toronto Hydro Training One (1) Climber/Operator One (1) Ground Person Aerial Lift Bucket – (minimum 55' with chip box) Brush Chipper (minimum 10")

3.0 Equipment Requirements 3.1 The following equipment will be on each Work site and will be included in the hourly rate, based upon crew

type and work requirements. 3.2 The following equipment maybe required: a) Three (3) chainsaws of appropriate sizes to perform work b) One (1) fall arrest full body harness and lanyard c) Two (2) climbing belts and support equipment d) Two (2) tree pruning saws e) One (1) 20' non-conductive extension ladder

f) Two (2) minimum 120' x ½" climbing ropes g) One (1) minimum 120' x 5/8" drop line h) One (1) brush chipper (min 10") i) Two (2) pairs of Class II rubber Hydro gloves with covers (laboratory tested in accordance with EUSA and/or IHSA standards) j) One (1) Radio device capable of communicating with Toronto Hydro k) One (1) first aid kit l) One (1) cellular phone (phone number to be local to Toronto area) m) One (1) set of climbing gaff spurs n) Two (2) core-filled fiberglass pole pruners (tested to 100kv) o) One (1) telescopic power pole pruner p) Two (2) leaf rakes q) One (1) hard rake

43 of 51

Viewing

Cop

y Only

Do not

Submit

Page 41: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

r) One (1) round mouth shovel s) One (1) broom t) One (1) scoop shovel u) One (1) hydraulic pruner (optional) v) One (1) power leaf blower (backpack or handheld)

3.3 Emergency lighting suitable for night Work, and traffic control equipment including lights, signs, cones and

flags.

4.0 Safety Regulations  

4.1 The Vendor acknowledges his conversance with and responsibility under all Safety Regulations applicable to the type of Work to be performed and agrees to ensure complete compliance with all regulations and provisions contained in or issued under the Occupational Health & Safety Act, Arborist Industry – Safe Work Practices, Infrastructure Health and Safety Association (EUSA) Rule Book and any other applicable regulations, Highway Traffic Act, and any amendments to the foregoing acts and regulations and any new applicable act or regulation enacted from time to time.

4.2 No automobiles or trucks shall be permitted to exceed a speed of ten (10) km/h while driving in City Parks or

operations yard unless roadways are otherwise marked.

4.3 In parks, unless operating on a designated park roadway or service driveway, all vehicles must be escorted by an employee on foot and have the 4-way flashers on. Vehicles equipped with a dome light must also have it turned on.

5.0 Arboricultural Pruning Standards

5.1 Each crew shall have a minimum of one (1) Certified Arborist (certified through the Ministry of Training,

Colleges and Universities, the International Society of Arboriculture or equivalent), or qualified person with four (4) years' experience and another person with not less than two (2) years' experience, both of whom are capable of performing tree and bucket rescue and bucket escape. (experience is to be in aerial tree maintenance using both manual tree climbing and aerial tower operation).

5.2 All Work shall meet or exceed recognized industry standards (I.S.A., ANSI, O.S.T.C, and ASWP) and specific

requirements as specified by the Forestry Supervisor(s).

5.3 All Work shall be performed to recognized arboricultural and City of Toronto pruning guidelines.

6.0 General Pruning Specifications

6.1 The purpose of pruning is to encourage the health of a tree:

a) according to proper arboricultural standards to clear tree limbs and branches interfering with structures, street lighting, pedestrian and vehicular traffic, utility conductors and traffic signals or signs;

b) to encourage the natural form of the tree species; c) to remove dead limbs, and d) to maintain structural stability and balance of trees.

7.0 Work Specifications 7.1 Hazardous Tree Treatment:

44 of 51

Viewing

Cop

y Only

Do not

Submit

Page 42: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

7.1.1 A hazardous tree is defined as one that constitutes an unacceptable hazard to the public or to the safe and reliable operation of Hydro lines. When identified, these hazardous trees will be brought immediately to the attention of the Forestry Supervisor(s).

7.2 Inspection

7.2.1 Vendor's crews shall inspect trees for structural defects or signs of any activity that places the public at risk

and report to the Forestry Supervisor(s). 7.2.2 Vendor's crews shall report hazardous trees in the immediate vicinity of work orders (e.g., large hangers and

deadwood, blocked traffic signs) to the Forestry Supervisor(s). 7.2.3 All work will be subject to inspection by the Forestry Supervisor(s) as to conformance to specifications,

completeness, and safety. The Vendor will submit full reports for work completed as directed by the Forestry Supervisor(s).

7.3 Damage and Deficiencies

7.3.1 The Vendor will be held responsible to the City, for all damage caused by the individual, their employees,

corporation, including (but not limited to) damage to subsurface or surface utilities, overhead utilities, properties, sidewalks, curbs, buildings, homes or structures adjacent to or in the general area of the work, through settlement of ground or through any other cause relating to the work carried out under this Contract. The Vendor will be required to make good all such damage at its own expense, to the satisfaction of both the owner and the City of Toronto. The Vendor shall report all such damages to the Forestry Supervisor(s) immediately.

7.3.2 Any deficiencies identified to the Vendor will be corrected by the Vendor at no charge to the City within a

reasonable time frame as determined by the Forestry Supervisor(s).

7.4 Dangerous Private Trees

7.4.1 City of Toronto Municipal Code – Chapter 632 "Property, Vacant or Hazardous" addresses the removal of dangerous trees or branches that pose a danger to persons or property where a property owner fails to eliminate the dangerous tree or branch when ordered to do so by the City. Chapter 632 enables City staff to investigate reported dangerous trees or branches on private property and to issue orders to comply (ordering the removal of the dangerous tree or branch) where a dangerous situation has been identified.

7.4.2 Damages and Deficiencies while performing dangerous private tree work under Toronto Municipal Code,

Chapter 632: Property, Vacant or Hazardous, is an exception to Clause 7.3.1. The City of Toronto shall be solely responsible for all damage, excluding negligent damage, caused by their employees or agents, or by any other representatives of the City of Toronto (including contractors), including, but not limited to, sidewalks, curbs, buildings, residences or adjacent structures as well as any and all consequential claims arising therefrom, caused by its performance of the work on private trees. The City of Toronto will make all reasonable repairs to such damages without delay at its own expense to the satisfaction of the property owner.

7.4.3 Vendor shall be capable of supplying fully competent, trained and completely equipped crews to respond to

private dangerous tree requests. Actual crew configurations may vary.

7.5 Stump Removal 7.5.1 Stumps are to be cut as close to ground level as possible at the removal stage unless otherwise directed by the

Forestry Supervisor(s).

7.5.2 The Vendor may be directed to remove the stumps below grade. All stump excavation must comply with all pertinent legislation and be ground to a minimum depth of 30 cm below grade. Vendors may be directed to

45 of 51

Viewing

Cop

y Only

Do not

Submit

Page 43: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

obtain their own Utility Locates through Ontario One Call under an Alternate Locate Agreement or "full" locate.

7.6 Fill and Seed

7.6.1 The fill and seed component of the stumping operations includes the removal of the stump grindings,

backfilling with topsoil, and dressing with grass seed.

7.7 Other Arboricultural Services 7.7.1 The Vendor may be directed to perform other arboricultural services.

7.8 Clean-up

7.8.1 All wood resulting from the pruning or removal of street trees and trees in manicured areas in City Parks is to be removed and taken to the City designated location within the City of Toronto.

7.8.2 In wood lots, logs will be cut up to safe lengths and left on the forest floor in a manner that prevents them

from being rolled down slopes or shifting. Some logs will be removed as directed by the Forestry Supervisor(s).

7.8.3 All brush and twigs will be chipped and delivered to an appointed site for disposal within the City of

Toronto. 7.8.4 All sawdust will be removed, except in naturalized areas in City parks. 7.8.5 Clean-up of the work site is to be completed on the same workday. 7.8.6 Care will be taken to avoid brush piles that obscure lines of vision, create hazards for residents, restrict access

to property, or block fire hydrants. 7.8.7 All wood chips, wood, stump grindings and brush must be free of any garbage when dumping at any

designated site as directed by the Forestry Supervisor(s) or designate. 7.9 Cancellation of Operations 7.9.1 The Forestry Supervisor(s) shall have the right to suspend the work if there is not a sufficient quantity of

qualified suitable labour or suitable equipment on the site to carry out the work properly. The Vendor shall not be compensated for any such suspension of Work.

7.9.2 Unsafe work practices, unacceptable arboricultural practices, low productivity, tardiness or unapproved

absences will result in work stoppage or termination of this Contract at the Forestry Supervisor(s)’s discretion.

7.9.3 Cancellation of Work due to inclement weather or hazardous conditions will not be charged to the City. Only

charges for time on the job will be accepted.

46 of 51

Viewing

Cop

y Only

Do not

Submit

Page 44: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

APPENDIX E - CITY POLICY COMPLIANCE FORMS (Also See City Policies Listed in Appendix "E1")

POLICY TO EXCLUDE BIDS FROM EXTERNAL PARTIES INVOLVED IN THE PREPARATION OR DEVELOPMENT OF A SPECIFIC CALL/REQUEST To ensure Fair and Equal Treatment in its competitive procurements, the City of Toronto will undertake to:

- disallow bidders/proponents from submitting a bid to any Tender, Quotation, or Proposal call in which the bidder/proponent has participated in the preparation of the call document; and

- a bidder/proponent who fails to comply will result in disqualification of their response to the call/request. Did you, the Bidder, assist the City of Toronto in the preparation of this Request for Quotation call? Specify: Yes _____ No _____

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.

47 of 51

Viewing

Cop

y Only

Do not

Submit

Page 45: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

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: ____________________________________________________________________________________ ______________________________________________________________________________

RESTRICTIONS ON THE HIRING AND USE OF FORMER CITY OF TORONTO MANAGEMENT EMPLOYEES FOR CITY CONTRACTS (if applicable) Respondents are to state the name(s) of any former City of Toronto management employee(s) hired/used by your firm, if any, who have left the employ of the City or its special purpose bodies within the last two years. Specify: ________________________________________________________________________________ This policy will be considered in the evaluation of all submissions received by the City of Toronto.

48 of 51

Viewing

Cop

y Only

Do not

Submit

Page 46: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

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) CONFLICT OF INTEREST POLICY

(5) PURCHASE OF PRODUCTS MANUFACTURED IN FACTORIES WHERECHILDREN ARE USED AS SLAVE LABOUR OR OTHER EXPLOITIVE CIRCUMSTANCES WHICH IMPEDES CHILD DEVELOPMENT

(6) ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT

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

(8) RESTRICTIONS ON THE HIRING AND USE OF FORMER CITY OF TORONTO MANAGEMENT

EMPLOYEES FOR CITY CONTRACTS

(9) RIGHT TO REJECT DEBTORS AND SET OFF POLICY

49 of 51

Viewing

Cop

y Only

Do not

Submit

Page 47: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

APPENDIX “E2” – FAIR WAGE SCHEDULE

The Fair Wage Schedule that is applicable to this Call is the:

Tree & Forestry Work

Classification  Hourly Rate  Vacation/Holiday Pay  Hours Per Week Machine Operator  $22.61  4%  40 

Aerial Bucket Operator  $23.37  4%  40 

Mobile Crane Operator  $33.69  4%  40 

Tree Climber  $20.73  4%  40 

Labour/Ground Crew  $17.74  4%  40 

Working Foreman  $23.73  4%  40 

Please review a copy of the Fair Wage Schedule applicable to this Call. The Fair Wage Schedules can be found at the following website:

http://www.toronto.ca/fairwage

In the event that other Fair Wage Schedules may overlap the work covered by this Contract or if you have any questions with respect to the Fair Wage Policy or the Fair Wage Schedules please contact the Fair Wage Office by:

Tel: (416) 392-7300 Fax:(416) 392-0801 E-Mail: [email protected]

50 of 51

Viewing

Cop

y Only

Do not

Submit

Page 48: Only - wx.toronto.ca · RFQ 3701-16-0139 1.0 RFQ Summary 1.1 Quotations are invited for the non-exclusive supply of all labour, equipment and material necessary to perform Tree Pruning

NOTICE OF "NO BID" RFQ#: 3701-16-0139

CLOSING DEADLINE:

12/30/2016

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:

51 of 51

Viewing

Cop

y Only

Do not

Submit