Top Banner
Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE .............................................................................................................................................. 1 Table of Contents .......................................................................................................................................... 4 1 RFQ Summary ............................................................................................................................... 5 2 Terminology .................................................................................................................................. 5 3 Scope of Work ............................................................................................................................. 12 4 Term of Contract.......................................................................................................................... 14 5 Site Meeting (Optional) ............................................................................................................... 14 6 Quotation Response Requirements .............................................................................................. 14 7 Evaluation of Bids ....................................................................................................................... 19 8 Offers to Agencies and Corporations (Piggyback Option) .......................................................... 20 9 Specifications............................................................................................................................... 20 10 Quantity ....................................................................................................................................... 33 11 Material Safety Data Sheets (MSDS) – Not Applicable.............................................................. 33 12 Delivery and Installation – Not Applicable ................................................................................. 33 13 Return of Products – Not Applicable........................................................................................... 33 14 Warranty – Not Applicable .......................................................................................................... 33 15 Insurance (Refer to Appendix B – General Contract Terms and Conditions) ............................. 33 16 Performance Security................................................................................................................... 33 17 Occupational Health and Safety .................................................................................................. 34 18 The City of Toronto Social Procurement Program .......................................................................35 19 OTHER TERMS.......................................................................................................................... 36 APPENDIX “A” - REQUEST FOR QUOTATIONS PROCESS TERMS AND CONDITIONS APPENDIX “B” - GENERAL CONTRACT TERMS AND CONDITIONS APPENDIX “C” - PRICE FORM APPENDIX “D” - SUPPLEMENTARY FORMS APPENDIX “E” - CITY POLICY COMPLIANCE FORMS APPENDIX “E1” - APPLICABLE CITY POLICIES APPENDIX “E2” - FAIR WAGE SCHEDULE NOTICE OF “NO BID” 4 of 79
76

Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Aug 03, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

Table of Contents RFQ 9150-18-0003

COVER PAGE .............................................................................................................................................. 1 Table of Contents .......................................................................................................................................... 4 1 RFQ Summary ............................................................................................................................... 5 2 Terminology .................................................................................................................................. 5 3 Scope of Work ............................................................................................................................. 12 4 Term of Contract.......................................................................................................................... 14 5 Site Meeting (Optional) ............................................................................................................... 14 6 Quotation Response Requirements .............................................................................................. 14 7 Evaluation of Bids ....................................................................................................................... 19 8 Offers to Agencies and Corporations (Piggyback Option) .......................................................... 20 9 Specifications ............................................................................................................................... 20 10 Quantity ....................................................................................................................................... 33 11 Material Safety Data Sheets (MSDS) – Not Applicable .............................................................. 33 12 Delivery and Installation – Not Applicable ................................................................................. 33 13 Return of Products – Not Applicable ........................................................................................... 33 14 Warranty – Not Applicable .......................................................................................................... 33 15 Insurance (Refer to Appendix B – General Contract Terms and Conditions) ............................. 33 16 Performance Security................................................................................................................... 33 17 Occupational Health and Safety .................................................................................................. 34 18 The City of Toronto Social Procurement Program .......................................................................35 19 OTHER TERMS .......................................................................................................................... 36 APPENDIX “A” - REQUEST FOR QUOTATIONS PROCESS TERMS AND CONDITIONS APPENDIX “B” - GENERAL CONTRACT TERMS AND CONDITIONS APPENDIX “C” - PRICE FORM APPENDIX “D” - SUPPLEMENTARY FORMS APPENDIX “E” - CITY POLICY COMPLIANCE FORMS APPENDIX “E1” - APPLICABLE CITY POLICIES APPENDIX “E2” - FAIR WAGE SCHEDULE NOTICE OF “NO BID”

4 of 79

Page 2: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

1. RFQ Summary Quotations are invited for the provision of Processing Services for up to 30,000 tonnes annually of Source Separated Organics (SSO) with or without Haulage Services for the City of Toronto’s Solid Waste Management Services Division for a period of three (3) years commencing from June 1, 2018, With the option to renew the contract for two (2) additional separate one (1) year periods. The City intends to award multiple Contracts from this Request for Quotation, totalling 30,000 tonnes of SSO annually.

2. 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 Tonnage" means all of the material supplied in an Operating Year after the full amount of the Guaranteed Tonnage has been supplied and accepted; "Affiliated Person" means everyone related to the Bidder including, but not limited to employees, agents, representatives, organizations, bodies corporate, societies, companies, firms, partnerships, associations of persons, parent companies, and subsidiaries, whether partly or wholly-owned, as well as individuals, and directors, if:

A. Directly or indirectly either one controls or has the power to control the other, or B. A third party has the power to control both.

“Agencies, Boards and Commissions (ABC's)” 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 to be considered under this RFQ is available from the City's web site www.toronto.ca/abcc;

“Agreement” or "Contract" means any written contract between the City and a Successful Bidder or any purchase order issued by the City to the Successful Bidder with respect to the Services contemplated by this RFQ, and shall be deemed to include the terms and conditions for the provision of the Services as set out in this RFQ;

“Award” means the formal acceptance of a bid that results in a contract;

"Bid" means a Bidder's response to the RFQ, which includes all of the documentation necessary to satisfy the requirements of the RFQ, has the same meaning as "Quotation" and is used interchangeably;

“Bidder” means any legal entity that submits a Quotation in response to the RFQ;

"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

5 of 79

Page 3: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

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” means the main contact person at the City for all matters related to the Request for Quotation Call process, as set out on the Request for Quotation Call Cover Page;

“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 Contractor 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 Contractor 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 Contractor of any duty of confidentiality owed by the Contractor to the City or to any third-party; (ii) the Contractor can demonstrate to have been rightfully obtained by the Contractor, without any obligation of confidence, from a third-party who had the right to transfer or disclose it to the Contractor free of any obligation of confidence; (iii) the Contractor can demonstrate to have been rightfully known to or in the possession of the Contractor at the time of disclosure, free of any obligation of confidence when disclosed; or (iv) is independently developed by the Contractor; 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" means the City of Toronto including all Agencies and Corporations of the City;

"Chief Purchasing Official (CPO)" means the person designated to undertake the responsibilities of the chief purchasing official of the City. “Closing Deadline” means the date and time specified on the RFQ Cover Page or any Addenda issued by the City, as the date and time by which Bidders must submit their Quotation;

"Commencement Date" means June 1, 2018;

"Compost" means processed SSO waste from a composting facility that meets the requirements for Category AA or A compost described in the document published by the Ministry entitled “Ontario Compost Quality Standards”, as amended from time to time, originally dated July 25, 2012;

“Composting” means the controlled biological decomposition of organic Materials in the presence of molecular oxygen for the purpose of producing a stabilized organic Material known as compost;

"Conflict of Interest or Unfair Advantage" means:

6 of 79

Page 4: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

A. In relation to the RFQ process, a Bidder that has, or is seen to have, an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to: (1) Having, or having access to, confidential information of the City in the preparation of its bid

that is not available to other Bidders, or (2) Communicating with any person with a view to influencing preferred treatment in the

procurement process (including but not limited to the lobbying of decision makers involved in the procurement process), or

(3) Engaging in conduct that compromises, or could be seen to compromise, the integrity of the procurement process; or

B. In relation to the performance of its contractual obligations in the City contract , the Bidder’s other

commitments, relationships or financial interests: (1) Could, or could be seen to, exercise an improper influence over the objective, unbiased and

impartial exercise of its independent judgement, or a) Could, or could be seen to, compromise, impair or be incompatible with the effective

performance of its contractual obligations.

“Contaminant Material” means a component of the Source Separated Organic Material, other than the solicited organic Materials or film plastic bags used as bin liners, that cannot be converted by the processing operations into Compost and that must be separated from the SSO and managed as Residual Waste;

“Contract” has the same meaning as agreement and means the purchase order / Blanket Contract issued to the Successful Bidder together with; any contract release orders; the RFQ; any schedules thereto and addenda thereto; and the response to the RFQ by the Successful Bidder. Without limiting the foregoing, such purchase order shall incorporate or be deemed to incorporate all of the Provisions of the RFQ and the City’s Procurement Policies. The Contract forms the entire agreement between the Successful Bidder and the City. If Addenda have been issued, the most recent addenda shall take priority over the RFQ or any previous addenda. The RFQ takes priority over the response to the RFQ by the Successful Bidder. In the event of conflict or inconsistency between the provisions set out in the RFQ and the purchase order, the RFQ shall prevail;

“Contractor” means persons, including corporations, organizations and partnerships undertaking the Work as identified in the Agreement;

“Contract Manager” means the main contact person at the City for all matters relating to the Contract after its Award.

“Council” means City of Toronto Council; "CPI" means The Consumer Price Index (CPI) is an indicator of changes in consumer prices experienced by Canadians. It is obtained by comparing, over time, the cost of a fixed basket of goods and services purchased by consumers.

“Deliverables” means everything 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 Contractor 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;

7 of 79

Page 5: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

"Diverse Supplier" means any business or enterprise that is certified by a Supplier Certification Organization to be:

More than 51% (majority) owned, managed and controlled by persons belonging to an

equity-seeking community, or A social purpose enterprise whose primary purpose is to create social, environmental or

cultural value and impact, and where more than 50% of the persons who are full-time equivalent employees or are participating in, or have completed, transitional employment training, experience economic disadvantage.

"Effluent" means a type of Emission comprised of wastewater generated from SSO processing;

"Emissions" means all solid, liquid and gaseous discharges resulting from SSO processing and includes Residual Waste and Effluent; but does not include Compost;

"Environmental Compliance Approval" or "ECA" means approvals issued by the MOECC to permit operation of the Contractor's Facility;

"EPA" means the Environmental Protection Act, R.S.O 1990, CHAPTER E.19, as amended, or any successor legislation or replacement legislation;

"Equity-seeking Community" means a group that experiences discrimination or barriers to equal opportunity, including women, Aboriginal People, persons with disabilities, newcomers/new immigrants, LGBTQ+ people, visible minorities/racialized people, and other groups the City identifies as historically underrepresented.

"Facility" means the contiguous property on which SSO processing occurs and any structures on the land that are directly involved in SSO processing;

"Fertilizer" means processed SSO waste from a facility that meets the requirements set out in the Fertilizers

Act, R.S.C., 1985, c. F-10, as amended, or any successor legislation or replacement legislation;

"Fertilizers Act" means the Fertilizers Act, R.S.C., 1985, c. F-10, as amended, or any successor legislation or replacement legislation.

"General Manager" means Toronto's General Manager of Solid Waste Management Services or the person then acting as such and includes the General Manager's representative duly appointed by the General Manager for the purpose of supervising or administering the Work or for any limited or qualified purpose related to this Request for Quotations;

“Hazardous Waste” means hazardous waste as defined in Ontario Regulation 347;

"Haulage Services" means the transportation of SSO from the City Transfer Stations to the Facility;

"Haulage Services Guarantee" means a guarantee provided by the Contractor to transport SSO from the City Transfer Stations to the Facility at the Normal Rate of Supply;

8 of 79

Page 6: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

"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;

"Licensed Waste Disposal Facility" means a facility at which Residue is disposed which may include a landfill

or transfer station, but shall not include a facility that conducts thermal treatment, such as incineration,

gasification or pyrolysis;

“Material” means Source Separated Organic Material;

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

"Minimum Annual Tonnage Guarantee" has the meaning as set out in Section 9.22 of this RFQ;

“MFIPPA” means the Municipal Freedom of Information and Protection of Privacy Act;

“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.

"MOECC" means the Ontario Ministry of the Environment and Climate Change;

"Non-Compliant" means that the Quotation has failed one (1) or more mandatory requirement(s) and will not be considered for Award;

“Normal Rate of Supply” has the meaning set out in Section 9.19, Table 2 of this RFQ;

“Normal Receiving Hours” has the meaning set out in Section 9.9;

"Operating Year" means a twelve (12) month period immediately following the Commencement Date or the anniversary of the Commencement Date;

“Performance Guarantees" means the Processing Rate Guarantee, and the Haulage Services Guarantee;

"Public Body" means any government or government agency, municipality or local board, commission or non-profit corporation carrying out a public function, and includes any corporation of which the City is a shareholder.

"Purchase Order" means a document issued to the Contractor under the authority of the Chief Purchasing Official that sets out the terms and conditions applicable to the supply of goods and services by a supplier, including reference to any other Contract documents and the contract value.

"Processing Rate Guarantee" means the Contractor's guarantee that the Facility will be able to receive and process SSO at the Normal Rate of Supply of the awarded tonnage;

9 of 79

Page 7: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

“Processing Services” means services provided by the Contractor which include: i) receiving and accepting and taking ownership of, or rejecting, the SSO; ii) processing the SSO to produce a AA or A Compost or registered Fertilizers; iii) marketing AA or A Compost or registered Fertilizer; iv) undertaking quality assurance and quality control activities; and, v) managing all Emissions;

"Quotation" means a Bidder's response to the RFQ, which includes all of the documentation necessary to satisfy the requirements of the RFQ, has the same meaning as "Bid" and is used interchangeably;

“Requirements of Law” mean all applicable requirements, laws, statutes, codes, acts, ordinances, orders, decrees, injunctions, City by-laws, rules, regulations, policies, official plans, permits, licences, authorisations, directions, and agreements with all authorities that now or at any time hereafter may be applicable to either the Contract or the Deliverables or any part of them;

“Residual Waste” means a type of Emission comprised of solid non-hazardous waste resulting from Material processing and requiring proper disposal at a Licensed Waste Disposal Facility in Ontario;

"RFQ" means this Request for Quotation inclusive of all Appendices, Schedules and any Addenda that may be issued by the City;

“Services” means all services to be provided by the Successful Bidder as described in this RFQ;

“Source Separated Organic Material” or “SSO” means organic Materials separated from other components of the solid non-hazardous waste stream by the waste generator generally in accordance with directions provided by the City and that is collected by or on behalf of the City;

"Successful Bidder" means the Bidder that has been awarded the Contract by the City for the Services to be provided under this RFQ in accordance with its provisions;

"Supplier Certification Organization" means a non-profit organization recognized by the City of Toronto that certifies businesses and enterprises as Diverse Suppliers by assessing them using established, consistent criteria. Recognized Supplier Certification Organizations include:

Canadian Aboriginal and Minority Supplier Council Canadian Gay and Lesbian Chamber of Commerce Social Purchasing Project Women Business Enterprise Canada Canadian Council for Aboriginal Business

"Supplier Code of Conduct" means business ethical standards contained in Article 13 Chapter 195, Purchasing, of the Toronto Municipal Code;

"SWMS" means Solid Waste Management Services;

“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.

"Tonnage" means the amount of SSO awarded to a specific bidder;

10 of 79

Page 8: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

"Transfer Station(s)" means any of the following Transfer Stations owned and operated by the City:

(a) Disco (located at 120 Disco Road); (b) Dufferin (located at 35 Vanley Crescent); (c) Ingram (located at 50 Ingram Drive); (d) Victoria Park (located at 3350 Victoria Park Avenue); (e) Bermondsey (188 Bermondsey Road); (f) Commissioners (located at 400 Commissioners Street); and (g) Scarborough (located at 1 Transfer Place)

"Uncontrollable Circumstances" means any force majeure, strike, walkout, labour dispute, civil commotion, war or similar event, invasion, the exercise of military power, act of God, act of terrorism, change in laws, government regulations or controls, court order, and/or any cause beyond the reasonable control of the party unless any such lack of control results from deficiency in financial resources;

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

“Work” or “Works” means everything to be done, supplied or provided by the Contractor under the Contract, including all extra or additional work or material, matters or things which may be ordered by the General Manager as provided for under the Contract.

"Workforce Development" means a relatively wide range of activities, policies and programs to create, sustain and retain a viable workforce that can support current and future business and industry. It is an approach that integrates career exploration, industry–driven education and training, employment, and career advancement strategies, facilitated by the collaboration between employers, training and education institutions, government, and communities.

2.2 References to Labeled Provisions Each reference in this Request for Quotation to a numbered or lettered “section”, “subsection”, “paragraph”, “subparagraph”, “clause” or “sub clause” shall, unless otherwise expressly indicated, be taken as a reference to the correspondingly labelled provision of this Request for Quotation (RFQ).

2.3 General Interpretation In this RFQ, unless the context otherwise necessitates: 2.3.1 any reference to an officer or representative of the City shall be construed to mean the person holding that office from time to time, and the designate or deputy of that person, and shall be deemed to include a reference to any person holding a successor office or the designate or deputy of that person; 2.3.2 a reference to any Act, bylaw, rule or regulation or to a provision thereof shall be deemed to include a reference to any Act, bylaw, rule or regulation or provision enacted in substitution thereof or amendment thereof; 2.3.3 all amounts are expressed in Canadian dollars and are to be secured and payable in Canadian dollars;

11 of 79

Page 9: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

2.3.4 all references to time shall be deemed to be references to current time in the City; 2.3.5 a word importing only the masculine, feminine or neuter gender includes members of the other genders; and a word defined in or importing the singular number has the same meaning when used in the plural number, and vice versa; 2.3.6 any words and abbreviations which have well-known professional, technical or trade meanings, are used in accordance with such recognized meanings; 2.3.7 all accounting terms have the meaning recognized by or ascribed to those terms by the Chartered Professional Accountants Canada (CPA Canada); and 2.3.8 all index and reference numbers in the RFQ or any related City document are given for the convenience of Bidders and such must be taken only as a general guide to the items referred to. It must not be assumed that such numbering is the only reference to each item. The documents as a whole must be fully read in detail for each item.

2.4 RFQ Process Terms and Conditions This RFQ process is governed by the terms and conditions in Appendix “A”. 3. Scope of Work

3.1 Processing 3.1.1 Through this RFQ the City is soliciting Processing Services totaling 30,000 tonnes of Source

Separated Organics (SSO) annually to complement existing processing capacity at its own organics processing facilities.

3.1.2 The Contractor(s) will be required to provide a Facility to receive and process the SSO material. The

Facility can be owned by the Contractor and/or another party and must be located in Ontario. 3.1.3 Where the facility is not owned entirely by the Contractor(s), the Contractor(s) shall indemnify and

save harmless the City of Toronto, its Mayor, Members of Council, officers, employees, and agents from and against any losses, costs, liens, charges, claims, demands, suits, proceedings, recoveries and judgements (including legal fees and costs) arising from or related to any action or inaction by the Facility owner or Facility co-owner, including but not limited to any violations of the Environmental Compliance Approval (ECA) issued by the Ontario Ministry of the Environment and Climate Change to the property owner(s) and any conveyance of the land to another party.

3.1.4 The Contractor will operate the Facility to receive and process SSO to convert the organic fraction of

the Material into AA or A Compost or registered Fertilizer under the CFIA Fertilizer Act. Without limiting the generality of the foregoing, the Contractor will be responsible at its cost for:

a) providing an excellent standard of service to the City through the production of AA or A

Compost or registered Fertilizer through the CFIA from the City's Source Separated Organic material consistent with the terms and conditions of the Contract;

12 of 79

Page 10: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

b) taking all reasonable precautions to prevent damage, injury or loss, at the Facility and establish, maintain and enforce safety procedures for the protection of all workers and other persons at the Facility;

c) complying with all applicable Federal, Provincial and Municipal regulations; d) providing all necessary permits and licenses to operate the Facility; e) providing and maintaining the required insurance coverage; f) providing and maintaining the required performance security; g) preparing and submitting monthly invoices for Processing Services and Haulage Services if

required; h) satisfying all Performance Guarantees stated in Section 9.15 of the RFQ ; i) processing the City's SSO at one (1) or more existing Facilities located in the Province

of Ontario and owned by the Contractor, and/or another party and incurring all resulting costs; j) inspecting, rejecting or taking ownership of the SSO supplied by the City; k) marketing the AA or A Compost or Fertilizer in accordance with the requirements of this

RFQ and with applicable Federal and Provincial regulations, standards and guidelines; l) incurring all costs and retaining all revenues resulting from marketing the AA or A

Compost or Fertilizer; m) disposing of the Residual Waste resulting from SSO processing at a properly Licensed Waste

Disposal Facility located in Ontario;

n) managing all Emissions resulting from SSO processing including Residual Waste and Effluent, and incurring all resulting costs;

o) providing Haulage Services to deliver the SSO from the City's Transfer Stations to the

Facility, if required. 3.1.5 The City will not consider SSO processing or residue disposal Services that involve thermal

processing with or without energy recovery, such as incineration, gasification or pyrolysis.

3.2 Haulage 3.2.1 If the Facility is located more than 161 km from the intersection of Highway 401 and Yonge Street

the Contractor will be required to provide Haulage Services to transport SSO from the City Transfer Stations from which the SSO will be received.

3.3.2 Haulage Services will be provided by the City if the Facility is located within 161 km, shortest one-

way driving distance from the intersection of Highway 401 and Yonge Street. The City will verify the distance provided by the bidder using Google Maps: https://maps.google.ca

13 of 79

Page 11: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

4. Term of Contract

The Term for SSO Processing Services and Haulage Services, if required, will be three (3) years commencing on June 1, 2018 with the option to renew the contract for two (2) additional separate one (1) year periods. Upon Award of this RFQ, the Contractor and the City will have a Contract for the Deliverables for a period of three (3) years, with the option to renew the Contract for two (2) additional separate one (1) year periods, all in accordance with the terms, conditions, and specifications contained in this RFQ and any applicable City policy. The decision to renew the Contract for any option term will be at the sole discretion of the City and will be decided at least four (4) months in advance. All terms and conditions of the Contract shall remain in effect and continue during the optional year(s), with the exception of any price adjustment. The City may take into consideration the following to exercise any option year:

Available budget; The annual price adjustment; Contractor performance during the contract; and Operational needs.

Included in the decision to accept any option year(s) of the Contract, is a price adjustment annually effective applied after the Contract's end date in accordance with the annual Consumer Price Index (CPI), (CPI Index-All Items-Toronto) for a 12 month period. CPI will be validated starting from four (4) months prior to the end of the current Contract conducted by the City for the Deliverables included herein, at the time the option is being considered.

For the purposes of the evaluation and award, there will be a 3% CPI adjustment applied annually to the total annual cost from June 1, 2018 to May 31, 2021.

Throughout the Term, the annual CPI – All Items Toronto will be assessed four (4) months prior to the annual renewal date and adjusted at the time the option is being considered. All terms and conditions of the Contract shall remain the same and continue during the extended Term.

In addition, the City will also review the Contractor's contract performance during the Term with regards to meeting timelines, and Deliverables. 5. Site Meeting – Not Applicable

6. 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.

14 of 79

Page 12: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

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.

6.1.3 Bidders intending to offer Processing Services at more than one (1) Facility are required to submit a

separate complete Quotation including Bid Security for each Facility offered. The Facility Information and Haulage Route Form – Appendix "D" must be completed for each facility where Processing Services will take place.

6.1.4 Any Bid that does not satisfy the Mandatory Submission Requirements will be declared informal

and not considered. 6.1.5 In addition to and as part of the mandatory submission requirements, Bidders must complete and

submit the following:

a) Signed Quotation Request Form by an Authorized Signing Officer (page 1); b) Acknowledge receipt of all addenda, if applicable, on the Quotation Request Form (page 1); c) Provide the Bid Security (see Section 6.4); d) The Statutory Declaration Form for Occupational Health and Safety set out in Section 17; e) Appendix "B" – Bid Security Form; f) Appendix "C" – Price Form; g) Appendix "D" – Performance Security Form (required only from Successful Bidder (s)) h) Appendix "D" –Facility Information and Haulage Route Form; i) Appendix "D" – Haulage Services Information Form (if applicable); j) Appendix "D" – References and Operating Experience Form, including tonnes processed to

satisfy Section 6.7; k) "Appendix E" - Responses to the Purchasing Policies listed in; l) Copy of Environmental Compliance Approval for Waste Processing (refer to Section 9.8); m) Copy of Environmental Compliance Approval for Air Emissions if required (refer to Section

9.8) and n) Copy of Environmental Compliance Approval for Sewage Discharge if required (refer to

Section 9.8) o) Analysis of Compost meeting A or AA quality specifications or registration as Fertilizer with

the CFIA p) All orders from the MOECC and/or MOL against the Processing Facility over the past 24

months

6.2 Request for Quotation Cover Page 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 Bid to be considered, the Bidder must provide pricing on items listed in Appendix

"C" – Price Form as described below:

15 of 79

Page 13: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

a) Per Tonne Processing Cost Bidders must provide complete per tonne price information (Table 1 OR Table 2 column B). b) If Bidders are required to offer Haulage Services, Bidders must provide complete price

information (Table 2, column D and E). c) Total Per Tonne Costs Bidders must provide complete total price information (Table 1 columns B through F OR

Table 2 columns B through E).

Quotations that do not include any pricing will be declared Non-Compliant.

6.3.2 All Bid prices, Quotations, 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 Contractor while undertaking the Work as specified in this RFQ. No additional costs will be considered.

In the event of mathematical errors found in the pricing pages, the unit prices quoted shall prevail. Extensions and totals will be corrected accordingly and adjustments resulting from the correction will be applied to the total bid price quoted. The Bidder is to transcribe the grand total base bid price for each tonnage option 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 required for informational purposes and will be used for administering the Contract.

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 Contractor while providing the Products F.O.B. destination as specified in this RFQ. No additional costs will be considered.

6.3.6 Bidders must provide a quote for Deliverables that meet or exceed the minimum specifications and requirements detailed in Section 9.

16 of 79

Page 14: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

6.3.7 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.

6.3.8 Bidders must provide ALL prices requested in the Price Form(s). Prices that are intended to be zero

cost/no charge to the City must be submitted in the space provided in Price Form(s) as "$0.00", "0" or "zero". BIDDERS THAT DO NOT FULLY COMPLETE THESE FORMS (SUCH AS LEAVING LINES BLANK), OR HAVE UNCLEAR ANSWERS (SUCH AS "N/A", "-", OR "TBD", DASHES OR HYPHENS) WILL BE DECLARED NON-COMPLIANT.

6.4 Bid Security 6.4.1 Every Bidder shall submit with their Quotation documents a $30,000.00 Bid Security in the form of

either a certified cheque, a bank draft, a money order, a letter of credit or a Bid Bond, made payable to the City of Toronto, Treasurer.

6.4.2 If submitting a letter of credit, the following conditions must be incorporated into the letter of credit:

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

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

(3) It is irrevocable; (4) It is unconditional; (5) It is automatically renewable unless advised by written notice to the City Treasurer 30 days

preceding the expiry date or dates, that the letter of credit will not be renewed; and (6) The City of Toronto may draw on it at will; (7) If advised in accordance with (5) above the City Treasurer will exercise the drawing option.

6.4.3 If submitting a Bid Bond, the Bid Bond must be in the form attached in Appendix "D4". Should any

other Bid Bond form be used, the terms and conditions must be the same as those contained in the City of Toronto’s Bid Bond form. Any deviation in the wording may result in your Quotation being declared Non-Compliant. Only original copies of bonds are acceptable. Quotations submitted with faxed copies of bonds are not acceptable and will be declared Non-Compliant.

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

Materials Management Division following the awarding of the contract and not before. 6.4.5 Original copies only of Letters of Credit are acceptable. Quotations submitted with faxed copies of

Letters of Credit are not acceptable and will be declared informal. 6.4.6 Any Quotation received that does not satisfy the City's requirements of the bid security will be

declared Non-Compliant.

17 of 79

Page 15: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

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

The Policy Submission Form contains statements from different City of Toronto Policies. The complete text of these policies can also be found on the City’s website at http://www.toronto.ca/purchasing/policies. Where applicable, the Bidder shall answer the questions posed and include the submission form with the completed Request for Quotation, failure to do so will result in the Bidder being declared Non-Compliant.

6.6 Bidder Qualifications 6.6.1 Bidders must be qualified to perform the Service in this RFQ. Bidders must complete the –

References and Operating Experience Form in Appendix D. Failure to complete this form may result in a Bid being declared non-compliant. Refer to Section 6.7.

6.6.2 The City may contact the references provided. Should any reference fail to confirm that the Services

listed in Appendix "D" – References and Operating Experience Form were performed in a satisfactory manner; the Quotation will be declared Non-Compliant.

6.6.3 The Bidder must have processed Municipal SSO similar to the City of Toronto's over the past

twenty-four (24) months. Bidders who are not able to provide evidence of this will have their Bid declared Non-Compliant.

6.6.4 If, any MOECC orders have resulted in the suspension of Processing Services at the proposed processing facility, within the past twelve (12) months, the Bid will be declared Non-Compliant.

6.7 Bidder References 6.7.1 Bidders must submit two (2) references from Municipalities for whom the Bidder has satisfactorily

provided SSO Processing Services in the past 24 months. 6.7.2 Bidders must submit two (2) references from End Markets for whom the Bidder has satisfactorily

provided finished product in the form of AA or A Compost or a registered fertilizer product under the CFIA Fertilizer Act in the past 24 months.

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

6.7.4 Failure to submit reference information with the bid submission will result in the bid being declared Non-Compliant.

6.8 Usage Reports 6.8.1 The Contractor 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:

Dollar value and usage information by, a) Division, b) Contract Number and Contract Line item

18 of 79

Page 16: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

c) Item model number for all items listed in Appendix “C”– Price Form and any 'Other' items purchased

d) Cost Centre e) Location, f) Invoice Number, g) By quantity h) By item i) By delivery date j) Usage k) Cumulative Total by month or as requested by individual City Divisions

6.8.2 The Contractor 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 Contractor shall also provide a cumulative report at the end of each contract term based on the aforementioned criteria.

6.8.3 A sample Usage Report detailing the criteria as noted above should be included by the Bidder upon

Bid submission. If a sample Usage Report is not included with the bid submission, it must be provided within 5 days of a request from the City.

7. Evaluation of Bids

7.1.1 Each of the Tonnage Options in Appendix “C” shall be evaluated and awarded separately to one (1) or multiple Bidders.

7.1.2 Selection will be based on the Total per tonne cost entered by Bidders on Appendix "C" – Price

Form. Bidders must provide pricing for 10,000 tonnes. Bidders may also provide pricing for 20,000 tonnes and/or 30,000 tones.

The City reserves the right to award the 30,000 total tonnes in the following manner: A) three (3) separate contracts for 10,000 tonnes each, B) one (1) contract for 20,000 tonnes and one (1) contract for 10,000 tonnes or C) one (1) contract for 30,000 tonnes.

7.2 The City reserves the right of accepting or rejecting any and/or all Services offered under this RFQ. 7.2.1 Prior to the award of the Contract, the City of Toronto reserves the right to inspect the Bidder's

Facility and equipment and shall be satisfied that the Bidder is capable of delivering all Services referenced in this RFQ. If the City is not satisfied, the City may, at its sole discretion, deem the Bidder's submission to be Non-Compliant. Items to be verified by the City will cover but are not exclusively limited to the processing Facility, processing capacity, equipment, haulage vehicles (if applicable) and production of Category AA or A Compost or Fertilizer.

7.2.3 Upon award the City will confirm with the Successful Bidder, the Products or Services to be

delivered, date(s) and any other instructions related to the Service or Product being provided. 7.2.4 The provision of Processing Services shall not commence until a signed Contract is issued and a

Contract Release Order (CRO) has been issued.

19 of 79

Page 17: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

7.2.5 The intention is to award a Contract to the overall lowest Bidder (s) who's Quotation meets the requirements of this Request for Quotation based on the initial contract period.

7.2.6 At Bid opening the City of Toronto will be releasing only the Total Annual Cost for each Bid. 7.2.7 The City reserves the right of accepting or rejecting any and/or all parts of this RFQ.

8. Offers to Agencies and Corporations (Piggyback Option)

After award, the Contractor acknowledges that the City may inform its Agencies and Corporations of the Contractor's Contract with the City. If the Contractor 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 Contractor. The Contractor further acknowledges that the City shall not be liable for any separate contracts negotiated with the City's Agencies and Corporations by the Contractor.

9. Specifications

9.1 General Specifications 9.1.1 As per the Scope of Work, the Contractor(s) are required to produce a finished product from the

City's SSO feedstock to the quality of AA or A compost under the Ontario Compost Quality Standards July 25, 2012 or a registered Fertilizer product under the CFIA fertilizer Act.

9.2 Haulage 9.2.1 Bidders offering Processing Services at a Facility located more than 161 kilometers, shortest one-

way driving distance from the intersection of Highway 401 and Yonge Street, must offer Haulage Services to transport the SSO from the City's Transfer Stations to the Facility in addition to Processing Services. If the Bidder's offer of haulage services is accepted by the City, the Contractor will be required to provide Haulage Services in addition to Processing Services.

9.2.2 If the Contractor is required to provide Haulage Services in addition to Processing Services, the

Contractor must provide haulage vehicles of the correct type and in sufficient number to transport SSO from the City’s Transfer Stations to the Facility at the Normal Rate of Supply as set out in Section 9.19; Table 2 for the awarded Tonnage for each period, including expected variation, and within the operating hours of the Transfer Station.

9.2.3 The General Manager shall have the right at any time to instruct the Contractor to work longer hours

and to increase the number of transfer units in use to ensure the continuous operation of the Transfer Station and to maintain a state of compliance with the Provisional Certificate of Approval for the Transfer Station.

9.2.4 All equipment provided by the Contractor must be capable of operating reliably under fully loaded

conditions and must be kept in excellent running order at all times. Special attention is to be paid to the appearance of the units and as a minimum requirement the tractors and trailers shall be pressure washed inside and out once per week at the Contractor’s facilities.

20 of 79

Page 18: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

9.2.5 Currently the City is providing loading at the Transfer Stations. The Scarborough, Ingram, and Bermondsey Transfer Stations all use either open top loading or compactor loading. The Victoria Park Transfer Station uses compactor loading and requires side-hook or side-grab trailers with a maximum height of 4.1 m (13’ 6”) and a maximum width of 2.4 m (8’). In the future the City may begin collecting and shipping Material from other Transfer Stations. For a complete list of the City's Transfer Stations please refer to Section 9.14 Table 1.

9.2.6 If the Contractor is providing Haulage Services, the Contractor will be responsible for the Material

in transit between the Transfer Station and the Facility. Should any event whatsoever occur while the Material is in transit such that the Material is caused to spill from the Contractor's haulage vehicle, the Contractor shall be responsible for all costs and liabilities associated with the spill. The Contractor will be required to clean up the spill to the satisfaction of all regulatory officials and make arrangements for the Material to continue to the Facility all at the Contractor's sole expense and effort.

9.2.7 If the Contractor is providing Haulage Services, prior to the Commencement Date, the Contractor

must provide evidence that all necessary Permits have been acquired and that all declarations, registrations or filings with any governmental or administrative authority, commission, board, agency or instrumentality have been submitted. For Haulage Services based in Ontario, this includes the Commercial Vehicle Operators Registration Number (CVOR) from the Ministry of Transport, Ontario, and the Waste Management System ECA from the MOECC.

9.2.8 Transfer Station operations are conducted on a first come, first served basis. All loaded vehicles

shall be weighed at the Transfer Station to determine the payload and also to ensure that the loaded vehicle weight is within legal limits. No vehicles with a loaded weight in excess of the legal limit will be allowed to leave the Transfer Station.

9.2.9 All drivers must have Class A/Z licenses. 9.2.10 The Contractor must ensure that all drivers are familiar with the normal and emergency operational

procedures at the City’s Transfer Stations. Drivers will conduct themselves in accordance with all Transfer Station procedures including Health and Safety procedures while at City facilities.

9.3 Responsibility to Operate

9.3.1 The Contractor will, at the commencement of the Term, proceed to undertake the Work for the Term. The Contractor agrees to operate the Facility at the Contractor's expense and without any expense to the City except as specifically provided for this Agreement and to promptly pay for all labour, materials, tools, supplies, equipment, maintenance, repair and services necessary to perform in all respects to the Work. The Contractor will commence the Work and diligently perform the Work and do and fulfill everything specified or provided for in this Agreement.

9.4 Standard of Service 9.4.1 The General Manager, acting reasonably, may require such changes or alterations to the standard of

service, as the General Manager at his/her discretion considers desirable.

The Contractor must take all reasonable precautions to prevent damage, injury or loss, at the Facility and establish, maintain and enforce safety procedures for the protection of all workers and other persons at the Facility.

21 of 79

Page 19: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

9.5 Delays 9.5.1 If the City is providing haulage services to the processing facility, the maximum delivery time for

transfer vehicles, including entering, weighing, unloading and exiting the Facility, shall not exceed thirty (30) minutes. If the transfer vehicles are consistently delayed beyond thirty (30) minutes due to the fault of the Contractor, the Contractor shall remit payment to the City in the amount of $140/hour, for each hour or part thereof that transfer vehicles are delayed. For subsequent Operating Years, the delayed vehicle charge will be subject to the annual adjustment of fees described in Section 9.26. Payment for the delayed vehicle charge will be set-off against future invoices. The per-hour charge for delayed vehicles, as described in this Section, will be subject to the same annual adjustment as the per-tonne haulage fees, as described in Section 9.26

9.6 Compliance with Regulatory Requirements

9.6.1 The Contractor shall, at its own cost and expenses, at all times, comply with all provisions of any present or future law, by-law, regulation, and/or order enacted or made by any Federal, Provincial, or Municipal Authority having jurisdiction.

9.7 Approvals and Licenses

9.7.1 The Contractor will be responsible for obtaining all necessary licenses, inspections, approvals and amendments to existing approvals at its cost. The City will reasonably assist the Contractor in obtaining the necessary approvals or amendments to existing approvals by providing information on the Material necessary to support the application.

9.8 Processing Facility 9.8.1 The processing Facility must be located in Ontario. The Facility may be owned by the Contractor(s),

if the Facility is not owned by the Contractor(s) please refer to Section 3.1. 9.8.2 Please refer to Section 6.1 for Bidders intending to use more than one (1) Facility for the Processing

Services (primary and secondary processing). 9.8.3 Bidders must complete and submit the one Facility Information Form per each Facility used for

Processing Services, located in Schedule "D" – Facility Information and Haulage Route Form. 9.8.4 The Facility's receiving, processing and storage areas must be enclosed and equipped with an odour

control and treatment system that contains odours to prevent fugitive Emissions and that treats collected odorous air to reduce odour concentration and enhances dispersion of treated air to minimize off-site odour impacts

9.8.5 A Facility producing Compost must possess all permits and approvals necessary to receive and

process the awarded tonnage of SSO. Without limiting the generality of this requirement, the Facility must have and the Bidder must provide a copy of:

a) a valid Environmental Compliance Approval for a waste processing site issued under Section

27 of the EPA, or letter provided to the Ministry of Environment (MOECC) in fulfillment of the notifications requirements under O. Reg. 101/94;

22 of 79

Page 20: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

b) a valid Environmental Compliance Approval for air emissions issued under Section 9 of the

EPA, if required; and, c) a valid Environmental Compliance Approval for sewage discharge issued under the Ontario

Water Resources Act (OWRA), if required.

9.8.6 All permits and approvals must be valid throughout the Contract Term.

9.8.7 If Haulage Services are provided by the City, the Contractor must provide suitable unloading facilities to ensure that the delivery vehicles are not delayed (refer to Section 9.5). The Facility should permit unloading of the SSO from tractor trailer vehicles with “walking floor” or “pusher” or “dump” type trailers.

9.8.8 The Facility should be able to receive the longest, widest and highest tractor and trailer combination

that is permitted on Ontario roads as specified by the Highway Traffic Act (R.S.O. 1990). Refer to:

www.e-laws.gov.on.ca/html/statutes/english/elaws_statutes_90h08_e.htm#BK176; and, www.e-laws.gov.on.ca/html/regs/english/elaws_regs_050413_e.htm#BK46 9.8.9 The Facility should have a truck weigh-scale approved for use in trade under the Weights and

Measures Act (R.S.C., 1985, c. W-6)

9.9 Processing Services 9.9.1 The Contractor must operate the Facility in accordance with all applicable regulatory requirements

including but not limited to Provincial environmental statutes, regulations and guidelines, labour laws and Municipal bylaw requirements.

9.9.2 The Facility must be open to receive, inspect, and accept or reject, Material supplied by the City

during the Normal Receiving Hours. Unless otherwise agreed to between the Successful Proponent and General Manager, the Normal Receiving Hours will be between the hours 6:00 a.m. to 6:00 p.m. Monday to Friday.

9.9.3 At certain times of the year, the City may need to deliver SSO on the weekends, statutory holidays,

or other times outside of Normal Receiving Hours, in order to respond to peak generation or operational issues. If the facility ECA permits, the Contractor is required to provide additional receiving hours upon two (2) days notification from the City and at no additional cost to the City.

9.9.4 The Contractor shall notify the General Manager in writing at least thirty (30) working days prior to

any scheduled shutdowns of the Facility. Each notice shall contain information regarding the time, duration and reasons for any shutdown. The Contractor must make efforts to minimize shutdowns and to assist the City in making contingency arrangements in the event of a Facility shutdown.

9.9.5 City staff, and persons designated by the General Manager, shall have the right to enter the Facility

at any time during normal operating hours. The City shall also have access to the Facility outside of normal operating hours when reasonable notice is provided to the Contractor.

23 of 79

Page 21: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

9.9.6 The Contractor shall upon request by the General Manager, and at its cost and expense, provide information necessary to confirm compliance with the requirements of the Work including all provisions of any present or future law, bylaw, regulation, and/or order enacted or made by any Federal, Provincial, or Municipal Authority having jurisdiction.

9.9.7 The Contractor will be responsible for conducting all inspections, monitoring, tests or analyses

necessary to determine the:

a) compliance with all provisions of any present or future law, bylaw, regulation, and/or order enacted or made by any Federal, Provincial, or Municipal authority having jurisdiction;

b) acceptability of the incoming SSO; c) composition and characteristics of any other input, product or Emission;

d) composition and characteristics of the outgoing Compost or Fertilizer.

e) Fertilizer is subject to the requirements of the Fertilizers Act and Regulations. The Contractor

must possess a product registration or a 'letter of no objection' issued by the Canadian Food Inspection Agency under the Fertilizers Act the quality of the Fertilizer must satisfy:

a. Trade Memorandum T-4-93 – Standards for Metals in Fertilizers and Supplements (http://www.inspection.gc.ca/english/plaveg/fereng/tmemo/t-4-93e.shtml), and;

b. The standards for salmonella and fecal coliforms set out in Section V (3) of Trade Memorandum T-4-120 – Regulation of Compost under the Fertilizers Act and Regulations (http://www.inspection.gc.ca/english/plaveg/fereng/tmemo/t-4-120e.shtml)

9.9.8 All such inspections shall be conducted in the manner prescribed by the Contract or the appropriate regulatory agency. The City shall be given 2 weeks' notice and the opportunity to attend all inspections, testing, demonstrations and audits described above.

9.9.9 The cost of all audits, inspections, demonstrations or testing will be borne by the Contractor. All

results or reports arising from the inspections, demonstrations or testing will be provided to the City upon request.

9.10 Acceptance of SSO – Haulage Provided By The City

9.10.1 Ownership of and responsibility for the SSO will transfer from the City to the Contractor after the SSO has been delivered to and accepted at the Facility, but prior to being processed. Suitably trained employees of the Contractor shall inspect all deliveries. The Contractor shall be deemed to have accepted the SSO if, after inspection, the Contractor has not rejected the SSO.

9.10.2 The Contractor has the right to reject whole or partial loads where it can be demonstrated that the composition of the delivered material differs so greatly from that of SSO that it cannot reasonably be considered to be SSO, or where it is found that the delivered material contains items that present an unusual and unacceptable risk to health and safety or to the integrity of the Facility or process.

24 of 79

Page 22: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

9.10.3 If a whole or partial load is determined to be unacceptable and is rejected by the Contractor, digital colour photos shall be taken by the Contractor to verify the presence of unacceptable material or items. The General Manager reserves the right to verify that the load rejection is appropriate prior to any further action being taken by the Contractor.

9.10.4 After the load rejection has been verified by the General Manager, the Contractor will load the rejected whole or partial load onto a transfer vehicle provided by the City. Once loaded onto a City transfer vehicle, ownership of and responsibility for the management of the rejected whole or partial load will be assumed by the City.

9.10.5 Processing fees, as described in Section 9.23 will not be paid to the Contractor for rejected whole or partial loads. Rejected whole or partial loads will be excluded from the calculation of any payments to the Contractor to satisfy the Minimum Annual Tonnage Guarantee, as described in Section 9.22.

9.11 Acceptance of SSO - Haulage Provided by the Contractor Ownership of and responsibility for the SSO will transfer from the City to the Contractor at a City Transfer Station after the SSO has been accepted by the Contractor and loaded onto the Contractor’s vehicle. Suitably trained employees of the Contractor shall inspect the SSO at the Transfer Station prior to loading. The Contractor shall be deemed to have accepted the SSO if, after inspection, the Contractor has not rejected the SSO and has allowed the SSO to be loaded onto the vehicle.

9.12 Management of Residual Waste and Emissions The Contractor is responsible for managing all Emissions resulting from processing SSO at the Facility, including Residual Waste and Effluent, and is responsible for incurring all resulting costs. Residual Waste must be disposed of at a Licensed Waste Disposal Facility located in Ontario. The City will from time to time request copies of residue disposal tickets as confirmation that this requirement is being adhered to.

9.13 Reporting The General Manager must be notified immediately in the event of accidents causing serious injury at, or damage to, the Facility, or in the event of actions taken by regulatory agencies, including the MOECC and Ministry of Labour, with respect to the Facility or its operations. Beginning in the second month of the Term and in every month thereafter during the Term, and for the first month following the termination of the Term, the Contractor must submit a monthly report to the General Manager covering the Work performed in the previous month. The monthly report must contain the following information:

a) total tonnage of Material received, accepted and processed including weigh-scale ticket numbers pertaining to each load received;

b) total tonnage of Material rejected, and rejected material returned to the City, including weigh-

scale ticket numbers pertaining to each load rejected; c) total quantity of Compost or Fertilizer produced from the Material and the total quantity of

Compost or Fertilizer Marketed, including tonnage of Compost provided for City programs;

25 of 79

Page 23: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

d) the quality of the Compost or Fertilizer including all reports of laboratory analysis of quality parameters and a comparison to the current Provincial regulations for A or AA compost or Fertilizer under the Provincial fertilizer act;

e) the total tonnage of Compost or Fertilizer produced and Marketed from the Material including

weigh-scale ticket numbers; f) an estimate of the total tonnage of Residual Waste resulting from processing the SSO supplied

by the City and the location for the Licensed Waste Disposal Facility used for disposition of this material;

g) periods of scheduled and unscheduled Facility downtime; and, h) any complaints, MOECC orders, or other regulatory actions.

9.14 Transfer Station Information Transfer Station locations are identified on Figure 1 –Transfer Station Location Map. Transfer Station operations are conducted on a first come, first served basis. Relevant aspects of the City’s Transfer Stations are summarized in Table 1.

FIGURE 1: TRANSFER STATION LOCATION MAP

26 of 79

Page 24: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

TABLE 1:

CITY OF TORONTO TRANSFER STATION INFORMATION

Station and MOECC Permit Number Address Hours of Operation1

Bermondsey A280701

188 Bermondsey Road M4A 1Y1

Monday 6:00 a.m. to Saturday 12:30 p.m. (Closed Saturday 12:31 p.m.to Monday 5:59 a.m.) 24 Hour Location Site

Commissioners Street A280203

400 Commissioners Street M4M 3K2 Monday to Friday 6:00 a.m. to 6:00 p.m.

Disco A280303

120 Disco Road M9W 1M4 Monday to Friday 6:00 a.m. to 6:00 p.m.

Dufferin A280709

35 Vanley Crescent M3J 2B7 Monday to Friday 6:00 a.m. to 6:00 p.m.

Ingram A280703

50 Ingram Drive M6M 2L6

Monday 6:00 a.m. to Saturday 12:30 p.m. (Closed Saturday 12:31 p.m. to Monday 5:59 a.m.) 24 Hour Location Site

Scarborough A280408

1 Transfer Place M1S 5H8

Monday to Friday 4:30 a.m. to 6:00 p.m. Saturday 7:00 a.m. to 12:30 p.m.

Victoria Park A280707

3350 Victoria Park Avenue M2H 3K5 Monday to Friday 6:00 a.m. to 6:00 p.m.

1 Transfer Station locations and hours of operation shall be subject to change without notice (visit:

http://www.toronto.ca/garbage/pdf/transfer_information_package.pdf for the updated information).

9.15 Performance Guarantee

9.15.1 The Contractor must satisfy the following Performance Guarantees throughout the Term of the Contract:

a) Processing Rate Guarantee in Section 9.16; and, b) Haulage Services Guarantee in Section 9.17, if applicable.

9.15.2 Weigh scale records provided by the City shall be the source of information on the tonnage of SSO received at the Facility used to monitor compliance with the Performance Guarantees.

The Performance Guarantees are explained in the following sections: 9.16 & 9.17

27 of 79

Page 25: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

9.16 Processing Rate Guarantee 9.16.1 Throughout the Term, the Contractor guarantees to process SSO at the Normal Rate of Supply, as

described in Section 9.19 Table 2. 9.16.2 The Contractor will be required to monitor compliance with the Processing Rate Guarantee. For this

purpose, the Contractor will maintain a five (5) working-day moving average of the quantity of SSO received, reported as an average processing rate expressed in units of tonnes per day. The Contractor will be required to immediately notify the City in the event that the average processing rate falls below the rate specified in the Processing Rate Guarantee.

9.16.3 SSO rejected by the Contractor is not to be considered in the calculation of the average processing

rate. 9.16.4 In the event that the Contractor notifies the City that it is not able to satisfy the Processing Rate

Guarantee and the City is required to implement contingency measures to manage the quantity of SSO awarded to the Contractor but which the Facility is not able to process, the Contractor shall pay to the City the incremental per tonne cost of the contingency management measures, i.e. the positive difference between the per tonne processing cost of the contingency measures and the Contractor's per tonne processing cost, multiplied by the number of tonnes of SSO managed through the City's contingency measures.

9.16.5 Payments due to the City under the Processing Rate Guarantee shall be set off from future invoices

submitted by the Contractor.

9.17 Haulage Services Guarantee

9.17.1 Haulage Services, if required, provided by the Contractor must transport SSO from the City's Transfer Stations to the Facility at the Normal Rate of Supply as set out in Section 9.19 Table 2 for each period, including expected variation, and within the operating hours of the Transfer Station. The requirements for Haulage Services provided by the Contractor are explained in Section 9.2.

9.17.2 Should the Contractor fail to satisfy the Haulage Services Guarantee, the City retains the right to arrange for supplementary Haulage Services and any additional cost shall be borne by the Contractor.

9.17.3 Payments due to the City under the Haulage Services Guarantee shall be set off from future invoices submitted by the Contractor.

9.18 City of Toronto Responsibilities As set out in the following subsections, the City's responsibilities (at its own cost) shall include:

1) supplying SSO at least in the amount of the Minimum Annual Tonnage Guarantee to the Contractor;

2) providing Haulage Services to deliver the SSO to the Facility, unless Haulage Services are

provided by the Contractor;

28 of 79

Page 26: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

3) providing information on the weight of SSO supplied in the form of weigh scale records; and 4) providing payment to the Contractor for SSO Processing Services and, if required, for SSO

haulage services in the amounts and in accordance with payment conditions specified in Section 9.24 of this RFQ.

9.19 SSO Supply 9.19.1 SSO results from source separation diversion programs operated by the City's Solid Waste

Management Services Division. 9.19.2 Collection vehicles deliver the SSO to the City's Transfer Stations: Bermondsey, Ingram,

Scarborough and Victoria Park. 9.19.3 Residents are required to place their SSO at the curb for collection in plastic or other bags, placed inside the City of Toronto approved Green Bin receptacle. 9.19.4 The City's Transfer Stations receive SSO year-round from the City's Parks, Forestry and Recreation,

as well as from City Agencies, Boards and Commissions (ABCs) and Divisions.

9.19.5 The City will supply the annual quantity of SSO awarded to the Contractor. Table 2 below presents the Normal Rate of Supply, and expected variability, for each generation period and Tonnage. The actual quantity delivered may vary from the Normal Rate of Supply due to operational requirements or other factors beyond the City's control.

The facility must be able to receive SSO twelve (12) months a year.

TABLE 2: NORMAL RATE OF SUPPLY

Awarded SSO Tonnage Normal Rate of Supply Variance

(tonnes per year) (average tonnes per day, 5 days per week) (+/- tonnes per day)

10,000

39 39

20,000 78 39

30,000 117 39

29 of 79

Page 27: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

9.20 Provisional SSO Supply 9.20.1 For each operating year of the Term, and with the consent of the Contractor, the City may be

required to supply an additional quantity of SSO for processing at the Contractor’s Facility not to exceed 25% of the Tonnage. The terms and conditions of the RFQ will apply to the additional quantity of SSO supplied.

9.21 SSO Material Weight Information 9.21.1 The City will measure the weight of each load of SSO as it leaves a City Transfer Station destined

for the Facility, whether hauled by the City or by the Contractor. Material weight information, in the form of a weigh scale record, will be provided to the Contractor.

9.21.2 Weigh scale records of Material delivered to the Facility by the City, but rejected by the Contractor

and subsequently returned to a City Transfer Station, will also be provided to the Contractor.

9.22 Minimum Annual Tonnage Guarantee 9.22.1 The City will provide a Minimum Annual Tonnage Guarantee for each Operating Year of the Term.

Unless the Minimum Annual Tonnage Guarantee is adjusted for a particular year, as described below, the City guarantees to supply a minimum of 75% of the awarded tonnage. The Minimum Annual Tonnage Guarantee does not apply to the Provisional SSO Supply as described in Section 9.20.

9.22.2 The Minimum Annual Tonnage Guarantee assumes that normal operations of the Facility, including

scheduled shut downs, enable the Facility to accept the awarded SSO tonnage at a Normal Rate of Supply, as described in Section 9.19, Table 2. The General Manager reserves the right to reduce the Minimum Annual Tonnage Guarantee for any Operating Year of the Term, in the event that extended or recurring periods of scheduled or unscheduled Facility downtime make it impossible for the Facility to accept the awarded tonnage of the SSO at the Normal Rate of Supply of the awarded Tonnage. In this case, the Minimum Annual Tonnage Guarantee for the SSO would be reduced by cumulative Normal Rate of Supply to the duration of the extended period of down time or the total duration of the periods of recurring downtime.

9.22.3 The amount of the Minimum Annual Tonnage Guarantee for each Operating Year will be calculated

by the General Manager at the end of the Operating Year or at the end of each Operating Year during the Term.

9.23 Payment For Processing Services

9.23.1 Calculation of the payment amount will be based on weigh-scale records provided by the City. The Contractor will be paid a processing fee only for the actual tonnage of SSO delivered to the Facility that the Contractor accepts and then processes into Category AA or A compost or Fertilizer registered under the Fertilizers Act.

9.23.2 If at any time the Facility owned or operated by the Contractor or the Contractor's agent are unable

to produce Category AA or A compost or Fertilizer registered under the Fertilizer Act and the City's

30 of 79

Page 28: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

SSO material, or a portion thereof, is required to be removed and disposed from the Facility under MOECC Order, the Contractor will credit the City the amount of said tonnes at the current processing and haulage rates in the form of a credit invoice.

9.23.3 The processing fee will be calculated on a monthly basis by the Contractor and based on weigh scale

records provided by the City. The processing fee will be calculated using this formula:

Processing Fee = (tonnes of SSO processed x SSO per tonne base processing cost)

Whole or partial loads of SSO rejected by the Contractor will not be included in the calculation of processing fee payments.

9.23.4 The Contractor will be eligible to receive a Minimum Annual Tonnage Guarantee fee payment for a

specific Operating Year if the tonnage of SSO supplied by the City during the Operating Year is less than the tonnage of SSO specified in the City's Minimum Annual Tonnage Guarantee for that Operating Year as confirmed by the General Manager at the end of the year as described in Section 9.22.

9.23.5 If the Contractor is eligible to receive a Minimum Annual Tonnage Guarantee payment, the Contractor will calculate the amount of payment due at the end of each Operating Year of the Term by multiplying the shortfall in SSO tonnage (i.e. the positive difference between the tonnage of SSO specified in the City's Minimum Annual Tonnage Guarantee and the actual tonnage of SSO supplied by the City) by the per tonne processing cost.

9.23.6 If a Minimum Annual Tonnage Guarantee payment is required of the City, the amount of payment should be specified on the next invoice following completion of the Operating Year.

9.24 Payment for Haulage Services 9.24.1 A Contractor required to provide Haulage Services will be paid a Haulage Services Fee based on the

actual tonnage of SSO delivered to the Facility. Calculation of the payment amount will be based on weigh scale records provided by the City.

9.24.2 The Haulage Services fee will be calculated using this formula:

Haulage Services fee = (tonnes of SSO hauled x SSO per tonne haulage cost)

9.24.3 In the first Operating Year, the per tonne haulage cost will be as specified in the Bidder's Quotation. In the second and subsequent Operating Years, per tonne haulage costs (if required) will be subject to the annual adjustment of costs described in Section 9.25.

9.25 Annual Adjustment of Costs - Haulage

9.25.1 The service Cost will be adjusted annually at the completion of each Operating Year of the T e r m.

9.25.2 The service Costs for the second and subsequent Operating Year will be the costs for the previous Operating Year adjusted to reflect 100% of the percentage increase in the CANSIM 326-0020 CPI, Transportation – Ontario, or replacement index, on a year-to-year basis. The adjustment will

31 of 79

Page 29: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

be applied regardless of whether the year to year change in the CPI is positive (i.e. an increase) or negative (i.e. a decrease).

9.25.3 In the second and subsequent Operating Year, the per tonne Haulage Service cost will be the

costs applicable in the previous Operating Year multiplied by [1 + ∆HI/100].

where:

CPI = CPI Current Operating Year – CPI Previous Operating Year X 100% CPI Previous Operating Year

and:

CPI Current Operating Year = Monthly Consumer Price Index (All Items) – Toronto for the month containing the beginning of the second and subsequent Operating Years.

CPI Previous Operating Year = Monthly Consumers Price Index (All Items) – Toronto for the month containing the beginning of the previous Operating Year.

9.26 Annual Adjustment of Costs - Processing 9.26.1 The per tonne processing cost as stated in the Bidder's Quotation will apply during the

first Operating Year of the Term. 9.26.2 The per tonne processing cost will be adjusted for the second and subsequent Operating

Year, to reflect 100% of the percentage change in the All Item Index of CANSIM 326-0020 CPI, All Items, or the replacement Index, on a year-to-year basis.

9.26.3 In the second and subsequent Operating Year, the per tonne processing cost will be the

cost applicable in the previous Operating Year multiplied by [1 + CPI/100].

where:

CPI = CPI Current Operating Year – CPI Previous Operating Year X 100% CPI Previous Operating Year

and:

CPI Current Operating Year = Monthly Consumer Price Index (All Items) – Toronto for the month containing the beginning of the second and subsequent Operating Years.

CPI Previous Operating Year = Monthly Consumers Price Index (All Items) – Toronto for the month containing the beginning of the previous Operating Year.

32 of 79

Page 30: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

10. 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 of the Quotation 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. Material Safety Data Sheets (MSDS) – Not Applicable 12. Delivery and Installation – Not Applicable 13. Return of Products – Not Applicable

14. Warranty – Not Applicable

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

16. Performance Security 16.1.1 Contractors are required to provide a performance security and must maintain the security for the

Term. The performance security must be provided by the Contractor (s) once notification of the award(s) have been announced by the City to the Successful Bidder(s) prior to the purchase order(s) being issued.

The performance security shall be in the form of an irrevocable Letter of Credit (LOC) in the amount of $10.00 per tonne of the awarded Tonnage, as presented in Table 4.

TABLE 4:

AMOUNT OF PERFORMANCE SECURITY

Awarded Tonnage Option Amount ($) 10,000 $100,000

20,000 $200,000

30,000 $300,000

16.1.2 The Letter of Credit must be in a form acceptable to Toronto's Deputy City Manager and Chief Financial Officer and the following conditions must be incorporated:

a) It must be issued by a Canadian Chartered Bank listed in Schedule 1, 2 or 3 to the Bank

Act (Canada) and the place of cashing must be named and be within the City of Toronto; b) It must be irrevocable; c) It must be unconditional;

33 of 79

Page 31: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

d) The documents required for cashing must be indicated precisely; e) It must be payable to the "City of Toronto" as the beneficiary and may require payment on

demand; and, f) The expiry date must be indicated. If the expiry date is one (1) calendar year after the date

of issuance, as is often the case, or a period less than the period for which security is required under this RFQ, the Letter of Credit must automatically renew unless the issuer advises Toronto's Deputy City Manager and Chief Financial Officer in writing at least thirty (30) days prior to the expiry date or dates, that the Letter of Credit will not be renewed.

If advised by the issuer in accordance with paragraph e) above, the City may draw upon the Letter of Credit.

16.1.3 Alternatively, the Contractor may choose to replace the irrevocable Letter of Credit with a

Certified Cheque in favour of the "City of Toronto Treasurer" in the same amount. 16.1.4 The Certified Cheque or Letter of Credit must be in a form acceptable to the City, as described in

Appendix "D5" – Performance Security Form. 16.1.5 If the Contractor provides a Certified Cheque in place of a Letter of Credit, the Certified Cheque

shall be in a form acceptable to the City's Treasurer. The City will cash the Certified Cheque and deposit the funds into a City account. Interest on the deposited funds will accrue to the City. Within thirty (30) days after the end of the Term, the City will return to the Contractor the amount of the Certified Cheque less any funds properly deducted as provided for in this RFQ.

16.1.6 If the General Manager, acting reasonably, determines that the Contractor has defaulted on any of

its obligations under the RFQ, the General Manager, after notice thereof has been given as required under the RFQ, and while the default continues, may draw on the Letter of Credit or Certified Cheque.

16.1.7 The performance security of the Contractor 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 General Manager.

16.1.8 Only original copies of Letters of Credit are acceptable. Quotations submitted with faxed copies

of Letters of Credit are not acceptable and will be declared Non-Compliant. 16.1.9 A sample Letter of Credit form is provided in Appendix "D" – Performance Security Form. 17. Occupational Health and Safety 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).

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

34 of 79

Page 32: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

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.

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.

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. The City of Toronto Social Procurement Program

In May 2016, Toronto City Council unanimously adopted the City of Toronto Social Procurement Program which aims, in part, to drive inclusive economic growth by improving access to the City's supply chain for certified diverse suppliers. The City of Toronto expects its Bidders to embrace and support the City of Toronto Social Procurement Program and its respective goals. Social Procurement involves using purchasing power and processes to advance positive economic, workforce, and social development outcomes, in addition to the delivery of efficient goods, services, and works. This includes bringing greater diversity to the contracting processes by addressing barriers for small and medium-sized enterprises, including those owned by members of equity-seeking groups and Social-purpose Enterprises. It comprises of a relatively wide range of activities, policies, and programs employed within geographies to create and sustain an inclusive workforce, create positive socio-economic impacts on low-income populations, and support current and future business and industry. It is an approach that integrates human service support, industry-driven education, and training, and career advancement strategies, facilitated by the collaboration between employers, training and education institutions, government, and communities.

a. Supplier Diversity Requirements

As part of the Social Procurement Program, the City encourages Bidders to develop or provide an adopted supplier diversity policy that details the Bidder's means to improve supplier diversity in the City's supply chain. This is not a mandatory requirement and will not be considered as part of the award. A supplier diversity policy may demonstrate its commitment to diversity by (but not limited to):

Describing the Bidder's commitment to an active supplier diversity program, including providing a company approved policy related to supplier diversity;

Describing the Bidder's commitment to a pro-active employment diversity program, including providing the company approved employee diversity policy; or,

Including proof of certification by a Supplier Certification Organization.

35 of 79

Page 33: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

For more information on the City of Toronto Social Procurement Program, visit: http://www.toronto.ca/legdocs/mmis/2016/ex/bgrd/backgroundfile-91818.pdf

b. Workforce Development

As part of the Social Procurement Program, the City may require Bidders to implement a Workforce Development Plan (WD Plan). If required, Section 18.1– Social Procurement Program – Workforce Development Requirement will detail the specifics of one or more Workforce Development Strategies (WD Strategy) to be implemented. The WD Plan is typically comprised of one or more of the following WD Strategies, with the details specific to each individual tender:

Recruitment, Training and Skill Development Initiatives; Opportunities for Registered Apprenticeships during Construction; or, Use of Social Enterprises in the Supply Chain.

Furthermore, each WD Plan will require the Bidder to:

Designate a liaison for the term of the Contract; Provide a minimum of four (4) hours per month to administer and/or implement the WD Plan; Hold meetings with City staff in accordance with the schedule detailed in Section 2-5; and Monitor, track and report on the progress and outcomes of the WD Plan as detailed in Section

18.1.

Prior to any commencement of work, all reporting requirements will be confirmed. The implementation of the WD Plan is maintained and documented throughout the Contract period, and such documentation may be considered in the review of responses to future City procurements. 18.1 Social Procurement Program – Workforce Development Requirement – NOT APPLICABLE 19. OTHER TERMS – NOT APPLICABLE

36 of 79

Page 34: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

APPENDIX “A” REQUEST FOR QUOTATIONS PROCESS TERMS AND CONDITIONS 1. Bidder’s Responsibility (1) It shall be the responsibility of each Bidder:

a) to examine all the components of this Request for Quotations (RFQ), including all appendices, forms and Addenda;

b) to acquire a clear and comprehensive knowledge of the required Deliverables before submitting a Quotation;

c) to become familiar and (if it becomes a successful Bidder) comply with all of the terms and conditions contained in this RFQ and the City’s Policies and Legislation set out on the City of Toronto website at: http://www1.toronto.ca/wps/portal/contentonly?vgnextoid=e831db1bab811410VgnVCM10000071d60f89RCRD

(2) The failure of any Bidder to receive or examine any document, form, addendum, or policy shall not

relieve the Bidder of any obligation with respect to its Quotation or any purchase order issued based on the Bidder’s Quotation.

2. City Contact and Questions

(1) All contact and questions concerning this RFQ should be directed in writing to the City employee(s) designated as “Buyer” in the RFQ.

(2) No City representative, whether an official, agent or employee, other than those identified as “Buyer” or the Chief Purchasing Official or his/her delegate are authorized to speak for the City with respect to this RFQ, and any Bidder who uses any information, clarification or interpretation from any other representative does so entirely at the Bidder’s own risk.

(3) Not only shall the City not be bound by any representation made by an unauthorized person, but any attempt by a Bidder to bypass the RFQ process may be grounds for rejection of its Quotation.

(4) Commencing from the issue date of this RFQ until the time of any ensuing Award, no communication shall be made by any person, including potential Bidders, or its representatives, including a third-person representative employed or retained by it (or any unpaid representatives acting on behalf of either), to promote its Quotation or oppose any competing Quotation, nor shall any potential Bidder, or its representatives, including a third-person representative employed or retained by it (or any unpaid representatives acting on behalf of either), discuss this RFQ or its Quotation with any City staff, City officials or Council member(s), other than a communication with the "City Contact" identified on page 1 on this RFQ.

(5) Communications in relation to this RFQ outside of those permitted by the applicable procurement policies and this RFQ document contravene the Lobbying By-law, an offence for which a person is liable to a maximum fine of $25,000.00 on a first conviction and $100,000.00 on each subsequent conviction. In addition, the City's Supplier Code of Conduct (Article 13 of Chapter 195, Purchasing By-law) provides that any Bidder found in breach of the policy may be subject to disqualification from the call or suspended from future call or calls at the discretion of the Chief Purchasing Official or Council.

(6) Notwithstanding anything to the contrary set out in this document, the obligations with respect to lobbying as set out in the City of Toronto Municipal Code, Chapter 140 shall apply. More information on the Lobbying By-Law can be found at the Office of the Lobbyist Registrar's website.

37 of 79

Page 35: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

3. Addenda

If the City, for any reason, determines that it is necessary to provide additional information relating to this RFQ, such information will be communicated to all Bidders by addenda. Each addendum shall form an integral part of this RFQ. Such addenda may contain important information, including significant changes to this RFQ. Bidders are responsible for obtaining all addenda issued by the City. All Bidders must acknowledge receipt of all Addenda in the space provided on the RFQ Cover Page. The City’s Purchasing and Materials Management Division will make reasonable efforts to issue the final Addendum (if any) no later than two (2) days prior to the Deadline. The City reserves the right to revise this RFQ up to the Closing Deadline. If any addendum is issued after the Deadline for issuing Addenda, the City may at its discretion extend the Submission Deadline for a reasonable amount of time.

4. Exceptions to Mandatory Terms and Conditions If a Bidder wishes to suggest a change to any mandatory term or condition set forth in any part of this RFQ it should notify the Buyer in writing not later than 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. Bidders Shall Bear Their Own Costs Every Bidders shall bear all costs associated with or incurred by the Bidder in the preparation and presentation of its bid including, if applicable, costs incurred for samples, interviews or demonstrations.

7. Limitation of Liability The City shall not be liable for any costs, expenses, loss or damage incurred, sustained or suffered by any Bidder prior, or subsequent to, or by reason of the acceptance or the non-acceptance by the City of any Quotation, or by reason of any delay in acceptance of a Quotation, except as provided in this RFQ.

38 of 79

Page 36: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

8. Post-Submission Adjustments and Withdrawal of Quotations

(1) No unilateral adjustments by Bidders to submitted Quotations will be permitted.

(2) A Bidder may withdraw its Quotation prior to the Closing Deadline any time by notifying the Buyer designated in this RFQ in writing.

(3) A Bidder who has withdrawn a Quotation may submit a new Quotation, but only in accordance with the terms of this RFQ.

9. Binding Bid

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

10. Supplier Code of Conduct

(1) Honesty and Good Faith

Bidders must respond to the City's RFQ in an honest, fair and comprehensive manner that accurately reflects their capacity to satisfy the requirements stipulated in the RFQ. Bidders shall submit a Bid only if they know they can satisfactorily perform all obligations of the contract in good faith. Bidders shall alert the Buyer to any factual errors, omissions and ambiguities that they discover in the RFQ as early as possible in the process to avoid the RFQ being cancelled.

(2) Confidentiality and Disclosure

Bidders must maintain confidentiality of any confidential City information disclosed to the Bidder as part of the RFQ.

(3) Conflicts of Interest and Unfair Advantage

Bidders must declare and fully disclose any actual or potential conflict of interest or unfair advantage related to the preparation of their bid or where the Bidder foresees an actual or potential conflict of interest in the performance of the contract.

(4) Collusion or Unethical Bidding Practices

No Bidder may discuss or communicate, directly or indirectly, with any other Bidder or their Affiliated Persons about the preparation of their Bid including, but not limited to, any connection, comparison of figures or arrangements with, or knowledge of any other supplier making a submission for the same work. Bidders shall disclose to the Buyer any affiliations or other relationships with other Bidders that might be seen to compromise the principle of fair competition, including any proposed subcontracting relationships.

(5) Illegality

A Bidder shall disclose to the Buyer any previous convictions of itself or its Affiliated Persons for collusion, bid-rigging, price-fixing, bribery, fraud or other similar behaviours or practices prohibited under the Criminal Code, the Competition Act or other applicable law, for which they have not received a pardon.

(6) Interference Prohibited

No Bidder may threaten, intimidate, harass, or otherwise interfere with any City employee or public office holder in relation to their procurement duties. No Bidder may likewise threaten, intimidate, harass, or otherwise interfere with an attempt by any other prospective Bidder to bid for a City contract or to perform any contract awarded by the City.

39 of 79

Page 37: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

(7) Gifts of Favours Prohibited

No Bidder shall offer gifts, favours or inducements of any kind to City employees or public office holders, or otherwise attempt to influence or interfere with their duties in relation to the RFQ or management of a contract.

(8) Misrepresentations Prohibited

Bidders are prohibited from misrepresenting their relevant experience and qualifications in relation to the RFQ and acknowledge that the City's process of evaluation may include information provided by the Bidder's references as well as records of past performance on previous contracts with the City or other public bodies.

(9) Prohibited Communications

No Bidder, or Affiliated Person, may discuss or communicate either verbally, or in writing, with any employee, public office holder, or the media in relation to any solicitation between the time of the issuance of the RFQ to the award and execution of final form of contract, unless such communication is with the Buyer and is in compliance with Chapter 140, Lobbying of the Municipal Code.

(10) Failure to Honour Bid

Bidders shall honour their Bid, except where they are permitted to withdraw their bid in accordance with the process described in the RFQ. Bidders shall not refuse to enter into a contract or refuse to fully perform the contract once their bid has been accepted by the City.

(11) Bidder Performance

Bidders shall fully perform their contracts with the City and follow any reasonable direction from the City to cure any default. Bidders shall maintain a satisfactory performance rating on their Contracts with the City and other public bodies to be qualified to be awarded similar contracts.

(12) Disqualification for Non-Compliance with Supplier Code of Conduct

Bidders shall be required to certify compliance with the Supplier Code of Conduct in the City Policy Compliance Form (Appendix E), with their Bid and verify compliance, upon request from the Buyer, prior to award. Any contravention of the Supplier Code of Conduct by a Bidder, including any failure to disclose potential conflicts of interest or unfair advantages, may be grounds for the Chief Purchasing Official to disqualify a Bidder from the RFQ and suspend the Bidder from future procurements.

11. Failure or Default of Bidder

(1) If the Bidder, for any reason, fails or defaults in respect of any matter or thing which is an obligation of the Bidder under the terms of the RFQ, the City may at its option:

a) Consider that the Bidder has submitted a non-compliant Bid, whereupon the City may also rescind any acceptance of the Bid as null and void; or

b) Consider that the Bidder has abandoned any Agreement and require the Bidder to pay the City the

difference between its Quotation and any other Quotation which the City accepts, if the latter is for a greater amount and, in addition, to pay the City any cost which the City may incur by reason of the Bidder’s failure or default. The Bidder shall be ineligible to submit a new Quotation for any Call that the City is required to reissue as a result of the Bidder's failure or default or where the City deems that the Bidder has abandoned the Agreement.

40 of 79

Page 38: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

12. Acceptance of Quotations

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

(2) The City may modify and/or cancel this RFQ prior to accepting any Quotation.

(3) Quotations may be accepted or rejected in total or in part.

(4) The lowest quoted price may not necessarily be accepted by the City.

(5) In determining which Quotation provides the best value to the City, consideration may be given to the past performance of any Bidder. Bidders and their Affiliated Persons that are currently on a City of Toronto suspended vendor list are not eligible for an award.

(6) Quotations which are incomplete, not completed in ink, conditional or obscure or which contain additions not called for, erasures or alterations of any kind may be rejected.

(7) The City reserves the right to waive immaterial defects and minor irregularities in any Quotation.

(8) Quotations not completed in non-erasable medium and signed in ink shall be rejected.

(9) The City reserves the right to verify the validity of information submitted in the Quotation and may reject any Quotation where, in the City’s sole estimation, the contents appear to be incorrect, inaccurate or inappropriate.

(10) If the City makes a request to a Bidder for clarification of its Quotation, the Bidder will provide a written response within 48 hours accordingly, unless otherwise indicated, which shall then form part of the Quotation.

(11) The City reserves the right to assess the ability of the Bidder to perform the contract and may reject any Quotation where, in the City’s sole estimation, the personnel and/or resources of the Bidder are insufficient.

(12) The City may reject a Quotation if it determines, in its sole discretion, that the Quotation is materially unbalanced. A Quotation is materially unbalanced when:

a) it is based on prices which are significantly less than cost for some items of work and prices which are significantly overstated in relation to cost for other items of work; and

b) the City had determined that the Quotation may not result in the lowest overall cost to the City even though it may be the lowest submitted Quotation; or

c) it is so unbalanced as to be tantamount to allowing an advance payment.

13. Currency

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

14. Tied Bids

In the event that the City receives two (2) or more Bids identical in price, the City reserves the right to select one of the tied Bids as set out in the Tied Bid procedure under the Purchasing Procurement Processes Policy. The Tied Bid procedure allows for first to consider whether any of the bidders are a Diverse Supplier as defined in the Social Procurement Policy to break the tie. If no bidder is a Diverse Supplier then the tie will be broken by way of coin toss or lottery

41 of 79

Page 39: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

15. Mathematical Errors

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

16. City Confidential Information

(1) City Confidential Information provided by City staff to any Bidder or prospective Bidder in connection with, or arising out of this RFQ, the Deliverables or the acceptance of any Quotation:

a) is and shall remain the property of the City; b) must be treated by Bidders and prospective Bidders as confidential; c) must not be used for any purpose other than for replying to this RFQ, and for fulfillment of any related

subsequent contract.

17. Ownership and Disclosure of Quotation Documentation

(1) The documentation comprising any Quotation submitted in response to this RFQ, along with all correspondence, documentation and information provided to the City by any Bidder in connection with, or arising out of this RFQ, once received by the City:

a) shall become a record of the City; b) shall become subject to the Municipal Freedom of Information and Protection of Privacy Act

("MFIPPA"), and may be released, pursuant to that Act and other Requirements of Law. (2) Because of MFIPPA, Bidders should identify in their Quotation any scientific, technical, commercial,

proprietary or similar confidential information, the disclosure of which could cause them injury. (3) Each Bidder’s name and quoted total base price shall be made public.

(4) By submitting a Quotation, the Bidder acknowledges that it will be made available to members of City Council and Committees on a confidential basis and may be released to members of the public pursuant to an access request made under MFIPPA and other Requirements of Law.

18. Intellectual Property Rights

Each Bidder warrants that the information contained in its Quotation does not infringe any third party intellectual property right and agrees to indemnify and save harmless the City, its staff and its consultants, if any, against all claims, actions, suits and proceedings, including all costs incurred by the City brought by any person in respect of the infringement or alleged infringement of any patent, copyright, trademark, or other intellectual property right in connection with their Quotation.

19. Selection of Successful Bidder

The highest ranked Bidder(s), as established under the evaluation of the RFQ that are recommended by the City to enter into a Contract will be so notified by the City in writing, pending any award.

20. Notification to Other Bidders

Once the Successful Bidder is notified of their selection, the other Bidders will be notified by the City in writing of the outcome of the RFQ process.

21. Debriefing

Bidders may request a debriefing after receipt of a notification of the outcome of the selection process. All requests must be in writing to the City Contact and must be made within sixty (60) days of notification of the outcome of the selection process. The intent of the debriefing information session is to aid the Bidder

42 of 79

Page 40: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

in presenting a better bid in subsequent procurement opportunities. Any debriefing provided is not for the purpose of providing an opportunity to challenge the RFQ process.

22. No Contract until Execution of Written Agreement No legal relationship or obligation regarding the procurement of any good or service shall be created between the Bidder and the City by the RFQ process until the selection of the Bidder to provide the Deliverables pursuant to an Agreement.

23. Bid Protest Procedure

1) Pre-award bid disputes.

Bidders should seek a resolution of any pre-award dispute by communicating directly with the City Contact as soon as possible from the time when the basis for the dispute became known to them. The City Contact may delay the outcome of the selection process, or any interim stage of this RFQ process, pending the acknowledgement and resolution of any pre-award dispute. For more information, see the Pre-Award and Post-Award Bid Dispute Process.

2) Post-award bid disputes.

Any dispute to the outcome of this RFQ process must be received in writing by the City Contact no later than ten (10) days after the date of the notification of the outcome of the selection process, or where a debriefing has been requested, no later than five (5) days after such debriefing is received. Any dispute that is not timely received or in writing will not receive further consideration.

Any written dispute with a procurement value over $100,000 that cannot be resolved by the City Contact through consultations with the Bidder, shall be referred to the Treasurer or their designate(s) for an impartial review, based on the following information:

A. A specific description of each act or omission alleged to have materially breached the procurement process;

B. A specific identification of the provision in the solicitation or procurement procedure that is alleged to have been breached;

C. A precise statement of the relevant facts;

D. An identification of the issues to be resolved;

E. The Bidder's arguments, including any relevant supporting documentation; and

F. The Bidder's requested remedial action.

The Treasurer or their designate(s), in consultation with the City Solicitor, may:

A. Dismiss the dispute;

B. Accept the dispute and direct the City Contact to take appropriate remedial action, including, but not limited to, rescinding the award and any executed contract, and canceling the solicitation.

For more information, see the Pre-Award and Post-Award Bid Dispute Process.

24. Governing Law and Interpretation

The Terms and Conditions of the RFQ are to be governed by and construed in accordance with the laws of the province of Ontario, including the City's Policies and Legislation.

43 of 79

Page 41: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

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

44 of 79

Page 42: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

Vendor's performance or non-performance of its obligations, including payment obligations to its 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 Bidder, during the Term, 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 and quoting the call number must be delivered to the City prior to the commencement of Services:

1. Commercial General Liability provided that the policy:

(i) is in the amount of not less than Five Million Dollars ($5,000,000.00), per

occurrence; (ii) adds the City of Toronto, its boards, agencies, and commissions and subsidiary

operations, as applicable, as additional insured(s) but only with respect to liability arising out of the operation of the Contractor for which a contract is issued by the City;

(iii) has provisions for cross-liability and severability of interest , blanket form

contractual liability, owner's and contractor's protective liability, broad form

45 of 79

Page 43: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

property damage, contingent and/or employer's liability, products/ completed operations, non-owned automobile liability and any other provision relevant detailed in the contract documents, and; and

2. Standard Automobile Liability Insurance for all owned, rented or leased licensed motorized

vehicles that will be used in the performance of the Work with a limit of not less than FIVE Million Dollars ($5,000,000.00).

3. Pollution Legal Liability with minimum limits for the Work in the amount of $ 2,000,000 each occurrence to cover sudden and gradual pollution losses arising from the Facility associated with work performed under this RFQ.

If the Pollution Legal Liability insurance is on a "claims made" basis, it will be maintained for a period of not less than five years beyond the end of the Term, with the retroactive date to held constant with the date of this RFQ. Pollution Legal Liability coverage will include:

(i) bodily injury, sickness, disease, mental anguish or shock sustained by any person, including

death; (ii) property damage including physical damage to or destruction of tangible property including

the resulting loss of use thereof, clean up costs, and the loss of use of tangible property that has not been physically damaged or destroyed;

(iii) for losses that arise from the insured facility, coverage will apply to sudden and gradual

pollution conditions including the presence of, discharge, dispersal, release or escape of smoke, vapours, soot, fumes, acids, alkalis, toxic chemicals, liquid or gases, waste materials, including organic wastes, or other irritants, contaminants or pollutants from the Facility into or upon land, the atmosphere or any watercourse or body of water, which results in bodily injury, property damage and/ or clean-up costs; and,

(iv) defense, including costs, charges and expenses incurred in the investigation, adjustment or

defense of claims for such compensatory damages. The Pollution Legal Liability coverage will include the City as an additional insured but only with respect to the work, actions or operations of the Contractor under this RFQ.

If the Contractor will be providing Haulage Services, then in addition to Pollution Legal Liability Insurance, the Contractor must obtain Contractors Pollution Liability Insurance (CPL) with the same minimum limits and specifications as noted for Pollution Legal Liability above.

Required Terms & Conditions

The aforementioned policies of insurance will contain or will be subject to the following terms and conditions:

a) Each insurance policy required by the Agreement (except for the policy of automobile

insurance required above) will contain an endorsement requiring the insurers to notify the City in writing, by registered mail, at least thirty (30) calendar days prior to any material

46 of 79

Page 44: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

change that restricts or reduces the insurance required under this Article, or cancellation thereof;

b) The parties agree that insurance policies may be subject to reasonable deductible amounts,

of which deductible amounts will be borne by the Contractor; c) The insurance policies required by this Agreement will be primary and will not call into

contribution any insurance available to the City: and, d) The Contractor will cause the limits of its insurance on its physical assets located in the

Facility to be adjusted for inflation from time to time, as directed by the General Manager.

The City, bearing in mind the City's reasonable commercial concerns, may request the Contractor to provide a policy of insurance in an amount either greater or less than the terms of such policies and alteration in the limits of the coverage or the inclusion of any new coverage to be subjected to mutual acceptance by the City and the Contractor (acting reasonably). 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 Contractor 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 successful Bidder. At the expiry of the policies of insurance, original signed Certificates evidencing renewal and quoting the call number will be provided to the City without notice or demand. The successful Bidder is responsible for any loss or damage whatsoever to any of the 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 Bidder 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.

47 of 79

Page 45: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

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

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

(4) Personnel assigned by the Vendor to provide the deliverables (including those of approved

subcontractors) may also, in the sole discretion of the City, be required to sign confidentiality and conflict of interest agreement(s) satisfactory to the City Solicitor.

10. Independent Contractor

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

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.

48 of 79

Page 46: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

14. Liquidated Damages

If the vendor at any time fails to supply all goods or services to the City as specified within the Contract, or fails to replace goods or services rejected by the City, then the City shall be permitted to procure such goods or services elsewhere and charge any additional costs incurred by the City to the vendor as liquidated damages, unless otherwise specified, and deduct such amounts from payments due to the vendor or to otherwise collect such costs from the vendor by any other method permitted by law.

15. Right to Retain Monies

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

16. Occupational Health and Safety

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

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

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

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

(4) The Vendor acknowledges and represents that:

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

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

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

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

and a process in place for reporting work-related injuries and illnesses. (5) The Vendor shall provide, at the request of the General Manager or his designate, the following as

proof of the representations made in paragraph d(i) and d(iv):

a) documentation regarding the training programs provided or to be provided during the Work (i.e. types of training, frequency of training and re-training); and

b) the occupational health and safety policy.

49 of 79

Page 47: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

(6) The Vendor shall immediately advise the General Manager or his designate in the event of any of the following:

a) A critical injury that arises out of Work that is the subject of this agreement;

b) An order(s) is issued to the Vendor by the Ministry of Labour arising out of the Work that is the subject of this agreement;

c) A charge is laid or a conviction is entered arising out of the Work that is the subject of this agreement, including but not limited to a charge or conviction under the OHSA, the Criminal Code, R.S.C 1985, c. C-46, as amended and the Workplace Safety and Insurance Act, 1997, S.O. 1997, c. 16, Sched. A, as amended.

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

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

(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.

50 of 79

Page 48: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

19. City of Toronto – Invoice/Billing Requirements To assist in prompt payment, it is essential that all required billing information is provided on the invoice submitted to the City of Toronto. If billing information is missing from an invoice it will result in a payment delays. It is the Vendor's responsibility to submit accurate invoices for goods /services delivered to the City of Toronto divisions. If an inaccurate invoice (ie: but not limited to, pricing, quantity or services provided) is submitted, the Vendor will be requested to issue a credit note and submit a new invoice. If the invoice in question offered an early payment discount, the re-issue date of the new invoice will be used to calculate the early payment discount terms. 19.1 Standard Invoices: 1) Original hardcopy vendor invoices must be addressed and sent DIRECTLY to: City of Toronto Accounting Services Division Corporate Accounts Payable 55 John Street 14th Floor, Metro Hall Toronto, ON M5V 3C6; or 2). Electronic Invoices To support an electronic payable environment, the City of Toronto Corporate Accounts Payable unit will accept electronic vendor invoices submitted via email to [email protected] . Electronic invoices submitted must be in a PDF format with either single or multiple invoice(s) per attachment. Note: Do not send statements or past due invoices to this email address, only current invoices will be accepted. Do not send hard copy invoices to Corporate Accounts Payable if you have submitted an electronic invoice. If you have any questions regarding this process, please contact AP Customer Service at 416-397-5235 and follow the prompts. 3) Invoice/s submitted to the City of Toronto must have complete ship to information including:

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

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

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

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

51 of 79

Page 49: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

4) City purchases with the use of a credit card/PCard, are NOT to be sent to Corporate Accounts Payable. These invoices are considered paid. 5) Vendors are encouraged to provide packing slips and/or goods receipt confirmations directly to the

ordering Division for goods/services delivered. 6) Vendors are to provide backup documentation directly to the ordering Division, not Corporate

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

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

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

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

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

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

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

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

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

52 of 79

Page 50: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

Appendix “C” PRICE Form

UNIT PRICES QUOTED SHALL INCLUDE the provision of Processing Services for up to 30,000 tonnes annually of Source Separated Organics (SSO) with or without Haulage Services, 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.

Bidders must complete either Table 1 or Table 2 and must complete Table 3. Failure to complete Table 1 or Table 2 and Table 3 will result in the bid being declared Non-Compliant. If Bidders choose not to Bid on one or more of the tonnage options leave those cells blank.

TABLE 1: PER TONNE COST IF HAULAGE SERVICES ARE PROVIDED BY THE CITY To be completed by Bidders with a Facility located WITHIN 161 km, shortest one-way driving distance from the intersection of Highway 401 and Yonge Street. The City will verify the distance provided using Google Maps: https://maps.google.ca

Tonnage (tonnes per

Operating Year)

Per Tonne

Base Processing

Services Cost ($ per tonne)

Haulage Distance1

(km)

Haulage Fee Total Per-Tonne Cost if Haulage is Provided by the

City ($/tonne)

Grand Total Cost for initial three (3)

year period

(G) = (E) x (A) x 3

($/tonne – km)

Haulage Fee ($/tonne)

(A) (B) (C) (D) (E) = (C) x (D) (F) = (B) + (E)

10,000 $_________/t ___________km $0.091/tonne-km $___________/t $______________/t $_____________

20,000 $_________/t ___________km $0.091/tonne-km $___________/t $______________/t $_____________

30,000 $_________/t ___________km $0.091/tonne-km $___________/t $______________/t $_____________

Notes:

1. Shortest one-way driving distance from the intersection of Highway 401 and Yonge Street to the Facility as stated in Appendix "D" – Facility Information and Haulage Route Form.

53 of 79

Page 51: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

2. For a facility located 161 km shortest one-way driving distance from intersection of Highway 401 and Yonge Street, the City's per-tonne Haulage Cost will

be: ($0.091 x distance) per tonne. TABLE 2: PER TONNE COST FOR HAULAGE SERVICES PROVIDED BY THE CONTRACTOR

To be completed by Bidders with a Facility located MORE THAN 161 km, shortest one-way driving distance from the intersection of Highway 401 and Yonge Street.

Tonnage (tonnes/ Operating

Year)

Per Tonne Processing Services

Cost ($ per tonne)

Haulage Distance1 (km)

Haulage Fee ($/tonne)

Total Per-Tonne Cost if Haulage is Provided by the

Contractor ($/tonne)

Grand Total Cost for initial three (3)

year period

(F) = (E) x (A) x 3 (A) (B) (C) (D) (E) = (B) + (D)

10,000 $______________/t _________________km $_________________/t $______________/t

$______________

20,000 $______________/t _________________km $_________________/t $______________/t

$______________

30,000 $______________/t _________________km $_________________/t $______________/t

$______________ Notes:

1. Shortest one-way driving driving distance from the intersection of Highway 401 and Yonge Street to the Facility as stated in Appendix "D" – Facility Information and Haulage Route Form.

54 of 79

Page 52: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

TABLE 3: TOTAL CONTRACT COST

(A) Total Base Bid - Total Contract Cost – from Appendix “C” – Table 1 or Table 2 - for 10,000 tonne if applicable(excluding HST) $___________

(B) Total Base Bid - Total Contract Cost – from Appendix “C” – Table 1 or Table 2 for 20,000 tonne if applicable(excluding HST) $___________

(C) Total Base Bid - Total Contract Cost – from Appendix “C” – Table 1 or Table 2 for 30,000 tonne if applicable(excluding HST) $___________

(D) Total Contract Cost Before Discount ( for each of line items A or B or C)

For 10,000 tonnes $___________ For 20,000 tonnes $___________ For 30,000 tonnes $___________

(E) Prompt Payment - Total % Discount from date of award for the term of the Contract including all option years ____________%

(F) State Discount Term (e.g. Net 15 days) (See Section 6.3.3) _____________

(G) Discount applied to Total Contract Cost [( D) for tonnage x (E) % discount]

For 10,000 tonnes $____________ For 20,000 tonnes $______________ For 30,000 tonnes $______________

(H)

Total Evaluated Contract Cost (excluding taxes) After Discount for applicable tonnages of 10,000, 20,000 and 30,000 tonnes

(D - G) (transcribe on front page)

For 10,000 tonnes $___________ For 20,000 tonnes $___________ For 30,000 tonnes $___________

Notes:

1. Enter cell G from TABLE 1, above if the Facility is located WITHIN 161 km, shortest one-way driving distance from the intersection of Highway 401 and Yonge Street.

2. Enter cell F from TABLE 2, above if the Facility is located MORE THAN 161 km, shortest one-way driving distance from the intersection of Highway 401 and Yonge Street.

55 of 79

Page 53: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

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) Bid Security Form – Sample Letter of Credit

5) Performance Security Form – Sample Letter of Credit

6) Facility Information and Haulage Route Form

7) Environmental Compliance Approvals 8) Haulage Services Information Form

9) Health and Safety Site Orientation for the Facility

56 of 79

Page 54: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

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

Organizations/individuals in Ontario, including the City of Toronto, have obligations under the Ontario Human Rights Code, the Occupational Health and Safety Act, the Employment Standards Act, the Accessibility for Ontarians with Disabilities Act, the Criminal Code of Canada and the Charter of Rights and Freedoms. In addition, the City of Toronto also has policies that prohibit discrimination on the additional grounds of political affiliation or level of literacy, subject to the requirements of the Charter. Organizations are required to have and post policies, programs, information, instruction, plans and/or other supports, and an appropriate internal process available to their employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints under the applicable legislation and including the additional grounds of discrimination prohibited under City policy. Individuals are obliged to refrain from harassment/hate activity. The City of Toronto requires all organizations and individuals that contract with the City to sign the following Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy. This Declaration must be signed by your organization and submitted with the contract or Letter of Understanding. The name of your organization and the fact that you have signed this declaration may be included in a public report to City Council.

Declaration:

I/we uphold our obligations under the above provincial and federal legislation. In addition, I/we uphold our obligations under City policies which prohibit harassment/discrimination on a number of grounds including political affiliation and level of literacy. WHERE LEGALLY MANDATED I/we have in place the necessary policies, programs, information, instruction, plans and/or other supports that are consistent with our obligations, and I/we have an internal process available to my/our employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints. I/we agree that I/we shall, upon the request of the City, provide evidence of the policies, programs, information, instruction, plans and other supports and an appropriate internal complaint resolution process required under this Declaration which is sufficient to allow the City to determine compliance. I/We acknowledge that failure to demonstrate compliance with this declaration to the satisfaction of the operating Division, in consultation with the City Solicitor, may result in the termination of the contract. Name of Vendor or Name of Grant Applicant (Organization or Individual): Complete Address: Email _____________________________ Tel. No. ____________________________ Postal Code: Fax No. ____________________________ Name of Signing Officer or Name of Applicant (Name – please print): Position

Signature: Date:

Authorised Signing Officer or Individual

G

roup/V

en

dorC

ontr

acto

r/In

div

idua

l N

am

e:

Date

: F

or

Offic

e U

se O

nly

DE

CL

AR

AT

ION

OF

CO

MPL

IAN

CE

WIT

H A

NT

I-H

AR

ASS

ME

NT

/DIS

CR

IMIN

AT

ION

LE

GIS

LAT

ION

& C

ITY

PO

LIC

Y

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

57 of 79

Page 55: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

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

58 of 79

Page 56: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

the above noted Contract. 4._______________________________ since__________________ had in place a Workplace Violence and a

(Company Name) (Insert Date) Workplace Harassment Policy under Section 32.0.1(1) of the Occupational Health and Safety Act, R.S.O. 1990, c. 0.1 as amended, (the “Act”) and has/have developed and maintain(s) on an annual basis a program to implement the written Workplace Violence and Workplace Harassment Policy. A copy of the policy and program for________________________ (Insert Company Name) will be delivered to the City of Toronto upon request by the City and will be available for inspection at the City of Toronto, solely for the purposes of the above noted Contract. 5._______________________________ (Insert Company Name) will employ for the Work under this

Contract a supervisor or supervisors who are competent persons as defined by section 1(1) of the Act, and specifically a person or persons who: (a) are qualified because of knowledge, training and experience to organize the Work and its

performance;

(b) are familiar with the Act and the regulations made thereunder that apply to the Work; and

(c) have knowledge of any potential or actual danger to health and safety associated with the Work. 6.________________________________________ (Insert Company Name) will employ for the purpose of

this project the following competent supervisors: __________________________________________ (Insert name of supervisors)

No supervisors other than those named shall work on this Contract. 7. The supervisors employed by________________________________________ (Insert

Company Name) has successfully completed the necessary health and safety courses to be considered a competent person to undertake the Work described in the Contract.

AND I/We make this solemn Declaration conscientiously believing it to be true, and knowing that it is of the same force and effect as if made under oath and by virtue of “The Canada Evidence Act”. DECLARED BEFORE ME AT THE )

) OF )

) IN THE ) _____________________________________________

) Signing Officer for Company THIS DAY OF 20___. )

) A Commissioner etc. )

59 of 79

Page 57: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

APPENDIX D3

REFERENCES AND OPERATING EXPERIENCE FORM

NOTE: ALL REQUESTED REFERENCE INFORMATION MUST BE PROVIDED.

QUOTATIONS WITH INCOMPLETE REFERENCES WILL BE DECLARED NON-

COMPLIANT. REFERENCES WILL BE CONTACTED TO CONFIRM THAT THE

INFORMATION PROVIDED IS TRUE. IF INFORMATION CANNOT BE VERIFIED, THE

BID WILL BE DECLARED NON-COMPLIANT.

Bidders must submit a minimum of two (2) references from Municipalities, for whom the Bidder has satisfactorily provided SSO Processing Services for in the past two (2) years, (24 months). Bidders must submit a minimum of two (2) references from End Markets for whom the Bidder has satisfactorily provided finished product in the form of AA or A Compost or a registered fertilizer product under the CFIA Fertilizer Act in the past 24 months.

MUNICIPAL REFERENCES

REFERENCE NUMBER 1

Company Name

Contact Name/Title

Telephone Number

Email Supplied Haulage Service (if applicable) Yes No

REFERENCE NUMBER 2

Company Name

Contact Name/Title

Telephone Number

Email Supplied Haulage Service (if applicable) Yes No

60 of 79

Page 58: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

END MARKET REFERENCES

REFERENCE NUMBER 1

Company Name

Contact Name/Title

Telephone Number

Email Supplied Haulage Service (if applicable) Yes No

REFERENCE NUMBER 2

Company Name

Contact Name/Title

Telephone Number

Email Supplied Haulage Service (if applicable) Yes No

61 of 79

Page 59: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

OPERATING EXPERIENCE AT THE PROPOSED PROCESSING FACILITY

Source of SSO Processed in the past twenty-four (24) months at the Facility:

Company or Municipality Name Tonnage Processed

[Attach if more space is required]

Minimum Processing Requirement In a twelve (12) consecutive month period during the last twenty-four (24) month period the Bidder MUST provide documentation that at least 10,000 tonnes of SSO has been processed at the Facility.

Tonnes Processed:___________________________ 12 Month Period:____________________________ (e.g. May 2016 to June 2017)

62 of 79

Page 60: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

APPENDIX D4

BID SECURITY FORM

(PRINTED ON BANK LETTERHEAD)

IRREVOCABLE STANDBY LETTER OF CREDIT

Beneficiary:

City of Toronto

Issue Date:

Letter of Credit Number:

Credit Amount (Canadian Funds):

Initial Expiry Date: (12 months following issue date)

We hereby authorize you, the City of Toronto, to draw on (Bank name, address and branch)

(the “Bank”) for the account of (customer name and address)_ , (the “Customer”) up to

an aggregate amount of $ Canadian Dollars (the “Credit Amount”) available on demand

up to _______(date)______ (the “Initial Expiry Date”) or a subsequent anniversary date,

and is hereby given to you pursuant to an agreement between the City of Toronto, and (name of

customer) with respect to (insert municipal address of property, if applicable ) ,

dated_______________ (the “Agreement”).

Pursuant to the request of the Customer, the Bank hereby establishes in your favour and gives to you a Standby Irrevocable Letter of Credit in the Credit Amount on which you may draw in whole or in part at any time and from time to time, subject to the terms herein. A drawing under this Letter of Credit shall be made by you presenting to the Bank, at the address noted below, a demand in writing authorized by the City Treasurer or delegate. Partial drawings are permitted. Upon receipt of said demand, the Bank shall pay to you the amount stated in the demand, to be payable to you without inquiring whether you have a right as between yourself and the Customer to make such demand, and without recognizing any claim of the Customer or objection by the Customer to payment by the Bank.

63 of 79

Page 61: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

This Letter of Credit will continue up to the Initial Expiry Date but shall be subject to the condition that it shall be deemed to be automatically extended without amendment for one year from the present or any future expiration date hereof, unless 60 days prior to any such expiration date the Bank notifies you by notice in writing delivered to the City of Toronto at the address noted below by registered mail that it shall not renew this Letter of Credit for any such additional period. Upon receipt by you of such notice, you may draw hereunder, for the available balance of this Letter of Credit by presenting a written demand together with confirmation that the amounts drawn will be retained and used by you to meet obligations incurred or to be incurred in connection with the Agreement. The demand must be authorized by the City Treasurer or delegate. Bank Name: _________________________ Countersigned:_______________________ Address: _________________________ Countersigned:_______________________

ADDRESS FOR NOTICE 1. NOTICE TO BANK

(bank to insert full address and contact information) 2. NOTICE TO CITY OF TORONTO

City of Toronto Corporate Finance Division, Capital Markets City Hall, 7th Floor, East Tower 100 Queen Street West Toronto, Ontario, M5H 2N2

64 of 79

Page 62: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

APPENDIX D5

PERFORMANCE SECURITY FORM

(PRINTED ON BANK LETTERHEAD)

IRREVOCABLE STANDBY LETTER OF CREDIT

Letter of Credit Number:

Credit Amount (Canadian Funds):

Initial Expiry Date: (12 months following issue date)

We hereby authorize you, the City of Toronto, to draw on (Bank name, address and

branch) (the “Bank”) for the account of

(customer name and address)_ , (the “Customer”) up to an aggregate amount of

$ Canadian Dollars (the “Credit Amount”) available on demand up to

_______(date)______ (the “Initial Expiry Date”) or a subsequent anniversary date,

and is hereby given to you pursuant to an agreement between the City of Toronto, and

(name of customer) with respect to (insert municipal address of property, if applicable ) ,

dated_______________ (the “Agreement”).

Pursuant to the request of the Customer, the Bank hereby establishes in your favour and gives to you a Standby Irrevocable Letter of Credit in the Credit Amount on which you may draw in whole or in part at any time and from time to time, subject to the terms herein. A drawing under this Letter of Credit shall be made by you presenting to the Bank, at the address noted below, a demand in writing authorized by the City Treasurer or delegate. Partial drawings are permitted. Upon receipt of said demand, the Bank shall pay to you the amount stated in the demand, to be payable to you without inquiring whether you have a right as between yourself and the Customer to make such demand, and without recognizing any claim of the Customer or objection by the Customer to payment by the Bank. This Letter of Credit will continue up to the Initial Expiry Date but shall be subject to the condition that it shall be deemed to be automatically extended without amendment for one year

65 of 79

Page 63: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

from the present or any future expiration date hereof, unless 60 days prior to any such expiration date the Bank notifies you by notice in writing delivered to the City of Toronto at the address noted below by registered mail that it shall not renew This Letter of Credit for any such additional period. Upon receipt by you of such notice, you may draw hereunder, for the available balance of this Letter of Credit by presenting a written demand together with confirmation that the amounts drawn will be retained and used by you to meet obligations incurred or to be incurred in connection with the Agreement. The demand must be authorized by the City Treasurer or delegate. Bank Name: _________________________ Countersigned:_______________________ Address: _________________________ Countersigned:_______________________

ADDRESS FOR NOTICE 3. NOTICE TO BANK

(bank to insert full address and contact information) 4. NOTICE TO CITY OF TORONTO

City of Toronto Corporate Finance Division, Capital Markets City Hall, 7th Floor, East Tower 100 Queen Street West

Toronto, Ontario, M5H 2N2

66 of 79

Page 64: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

APPENDIX D6

FACILITY INFORMATION AND HAULAGE ROUTE FORM

FACILITY NAME:________________________________________________________________________________ PROPERTY OWNER:_____________________________________________________________________________ FACILITY OPERATOR:___________________________________________________________________________ LOCATION/ ADDRESS:___________________________________________________________________________ (Attach Location Map) LEGAL DESCRIPTION:___________________________________________________________________________ (Township, Lot and Concession Number) BIDDER REQUIRED TO OFFER HAULAGE SERVICES YES NO (If YES, please provide Haulage Information below) (If, NO, proceed to Certificates/Approval section) Table 1: Facility Plans and Haulage Route

Provide Site Plan showing tractor-trailer access to receiving area.

[Site Plan Attached Y/N] ________

Provide Floor Plan confirming covered and enclosed area for Processing Services [Floor Plan Attached Y/N] ________

Provide location map and directions from the intersection of Highway 401 and Yonge Street the Facility.

[Location Map Attached Y/N] ________

67 of 79

Page 65: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

Provide shortest one-way driving distance from the intersection of Highway 401 and Yonge Street to the Facility (km)1: ______________km

Notes: 1 The City will verify the distance provided using Google Maps: https://maps.google.ca

68 of 79

Page 66: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

APPENDIX D7

ENVIRONMENTAL COMPLIANCE APPROVALS

ATTACH A COPY OF THE ENVIRONMENTAL COMPLIANCE APPROVAL (ECA) FOR WASTE PROCESSING (S. 27 of the Environmental Protection Act) Bids that do not include a copy of this ECA will be rejected. PROVIDE ENVIRONMENTAL COMPLIANCE APPROVAL NUMBER FOR AIR EMISSIONS (S.9 –EPA) (OR MARK "N/A" IF NOT REQUIRED) No.:___________________________________________ PROVIDE ENVIRONMENTAL COMPLIANCE APPROVAL NUMBER FOR SEWAGE DISCHARGE (S.S3, OWRA) (OR MARK "N/A" IF NOT REQUIRED): No.:___________________________________________

69 of 79

Page 67: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

APPENDIX D8

HAULAGE SERVICES INFORMATION FORM

Hauler Name:

Owned By:

Company Name:

Contact Name:

Address (Street):

Address (City): Postal Code:

Phone: Fax:

Email:

Operated by (if different from above): Company Name:

Contact Name:

Address (Street):

Address (City): Postal Code:

Phone: Fax:

Email:

70 of 79

Page 68: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

RFQ 9150-18-0003

APPENDIX D9

HEALTH AND SAFETY SITE ORIENTATION FOR THE FACILITY The Contractor will be responsible for identifying environmental, health and safety site requirements and expectations to City staff who visit the Facility as part of their job function. Upon award of the Contract and prior to the Commencement Date the Contractor will be responsible for providing the General Manager with the following:

1. Site Orientation package, in writing, which includes at a minimum but is not limited to:

a. Site Plan identifying: i. Site specific hazards which are an environmental or health and safety concern

ii. site traffic flow; and, iii. site specific hazards/health and safety concerns in the receiving area that drivers

of City haulage vehicles delivering SSO should be made aware of, if applicable;

b. Procedures, if any, that City staff should be made aware of including City Staff delivering and unloading SSO at the Facility.

c. Site Specific Emergency Procedures

2. The Contractor will provide a site specific orientation to City Staff upon award of the Contract, prior to the Commencement Date, and as required through the Term when requested by the General Manager.

a. The site orientation shall be conducted at the Facility with City staff and will include/review:

i. hazards which are an environmental or health and safety concern; ii. receiving area and procedures practices expected to be followed by City drivers of

haulage vehicles, if applicable iii. review of emergency and other procedures relevant to City staff who may visit the

Facility in the course of their work (tours, inspections, haulage, other) Should any of the above change through the Term of the Contract the Contractor will be responsible for updating and resubmitting the site orientation package and providing a site specific orientation to City staff at the site.

71 of 79

Page 69: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

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

POLICIES The Bidder has read, understood and agrees to comply with the terms and conditions contained in this RFQ and the City’s Policies and Legislation set out on the City of Toronto website at: http://www.toronto.ca/purchasing/policies DECLARATION OF COMPLIANCE WITH THE CITY'S SUPPLIER CODE OF CONDUCT By signing this form, the Bidder acknowledges that it has read and understands its obligations under the Supplier Code of Conduct and further certifies that the Bidder, and any of its proposed subcontractors, will provide the services in compliance with the Supplier Code of Conduct. Refer to the Supplier Code of Conduct in Article 13 of Chapter 195, Purchasing, of the Toronto Municipal Code.

PROHIBITION AGAINST COLLUSION AND UNETHICAL BIDDING If the box below is left blank, the Bidder will be deemed to declare that it had no affiliation or other relationships with other Bidders that might be seen to compromise the principle of fair competition, including any proposed subcontracting relationships. If the Bidder declares an affiliation or other relationship with other Bidders that might be seen to compromise the principle of fair competition, the Bidder must set out the details below:

Refer to the Supplier Code of Conduct mentioned above.

72 of 79

Page 70: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

PROHIBITION AGAINST ILLEGALITY If the box below is left blank, the Bidder will be deemed to declare that is has no previous convictions of itself or affiliated persons for collusion, bid-rigging, price-fixing, bribery, fraud, or other similar behaviors or practices prohibited under the Criminal Code, the Competition Act, or other applicable law, for which the Bidder has not received a pardon. If the Bidder declares that it has previous convictions of itself or affiliated persons, the Bidder must set out the details below:

Refer to the Supplier Code of Conduct mentioned above.

CONFLICTS OF INTEREST OR UNFAIR ADVANTAGE For the purposes of this section, the term “Conflict of Interest” means

(a) in relation to the procurement process, the Bidder has, or is seen to have, an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having, or having access to, confidential information of the City in the preparation of its proposal that is not available to other Bidders, (ii) communicating with any person with a view to influencing preferred treatment in the procurement process (including but not limited to the lobbying of decision makers involved in the procurement process), or (iii) engaging in conduct that compromises, or could be seen to compromise, the integrity of the procurement process; or

(b) in relation to the performance of its contractual obligations contemplated in the contract that is the subject of this procurement, the Bidder’s other commitments, relationships or financial interests (i) could, or could be seen to, exercise an improper influence over the objective, unbiased and impartial exercise of its independent judgment, or (ii) could, or could be seen to, compromise, impair or be incompatible with the effective performance of its contractual obligations.

Potential Conflicts of Interest or unfair advantage include, but are not limited to: (1) Engaging current or former City employees or public office holders to take any part in the preparation of the proposal or the performance of the contract if awarded, any time within two (2) years of such persons having left the employ or public office of the City; (2) Engaging any family members, friends or private business associates of any public office holder which may have, or appear to have, any influence on the procurement process or performance of the contract, if awarded; (3) Prior involvement by the supplier or affiliated persons in developing the technical specifications or other evaluation criteria for the solicitation; (4) Prior access to confidential City information by the supplier, or affiliated persons, that is materially related to the solicitation and that was not readily accessible to other prospective Bidders; or

73 of 79

Page 71: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

(5) The Bidder or its affiliated persons are indebted to or engaged in ongoing or proposed litigation with the City in relation to a previous contract. If the box below is left blank, the Bidder will be deemed to declare that (a) there was no Conflict of Interest in connection with preparing its proposal; and (b) there is no foreseeable Conflict of Interest in performing the contractual obligations contemplated in this RFSQ process. The Bidder declares that there is an actual or potential Conflict of Interest relating to the preparation of its proposal, and/or the Bidder foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the procurement. If the Bidder declares an actual or potential Conflict of Interest, the Bidder must set out the details below:

The following individuals, as employees, advisers, or in any other capacity (a) participated in the preparation of our proposal; AND (b) were employees of the City and have ceased that employment within twenty four (24) months prior to the Submission Deadline:

Name of Individual: Job Classification: Department: Last Date of Employment with the City: Name of Last Supervisor: Brief Description of Individual’s Job Functions: Brief Description of Nature of Individual’s Participation in the Preparation of the Proposal:

(Repeat above for each identified individual. Bidders may include this information on a separate sheet if more space is required) The Bidder agrees that, upon request, the Bidder shall provide the City with additional information from each individual identified above in a form prescribed by the City.

74 of 79

Page 72: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

PURCHASE OF PRODUCTS MANUFACTURED IN FACTORIES WHERE CHILDREN ARE USED AS SLAVE LABOUR OR OTHER EXPLOITIVE CIRCUMSTANCES WHICH IMPEDES CHILD DEVELOPMENT (if applicable) Purpose: To advise suppliers that the City of Toronto does not wish to encourage the use of products manufactured in factories where children are used as slave labour or other exploitive circumstances which impedes child development. Policy: Bidders must state where the products offered have been made. City Council does not wish to see products used that have been made in factories in countries where children are used as slave labour or other exploitive circumstances, which impedes child development. Therefore, preference will be given to bidders that obtain products from any country other than the aforementioned, but this criteria will not be used to disqualify any bidder. Bidders must state where the products offered have been made: _______________________ (Specify) Bidders to state if products offered have been made in factories in countries where children are used as slave labour or other exploitive circumstances which impedes child development: ____________________ (Specify)

This policy will be considered in the evaluation of all Bids received. ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT (if applicable) For a copy of the City of Toronto Environmentally Responsible Procurement Policy, please download a copy of the Policy at http://www.toronto.ca/calldocuments/pdf/environment_procurement.pdf State if environmentally preferred products/service is being offered: YES______ NO______ State briefly the environmental benefit of the product/service offered: ____________________________________________________________________________________ ACCESSIBILITY FOR ONTARIANS WITH DISABILITIES STANDARDS The Bidder acknowledges that it shall deliver, as appropriate for each Deliverable, accessible and inclusive Services consistent with the Ontario Human Rights Code (OHRC), the Ontarians with Disabilities Act, 2001 (ODA) and Accessibility for Ontarians with Disabilities Act, 2005 (AODA) and its regulations in order to achieve accessibility for Ontarians with disabilities. Bidders are also required to comply with the City’s accessibility standards, policies, practices, and procedures, which may be in effect

75 of 79

Page 73: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

during the Term of the Agreement and which apply to the Deliverables. The accessible customer service training requirements which are applicable to the Deliverables may be reviewed at: https://www.ontario.ca/laws/regulation/110191 DISCLOSURE OF BID INFORMATION The Bidder hereby agrees that any information provided in this Bid, even if it is identified as being supplied in confidence, may be disclosed where required by law or if required by order of a court or tribunal. The Bidder hereby consents to the disclosure, on a confidential basis, of this Bid by the City to the City’s advisers retained for the purpose of evaluating or participating in the evaluation of this Bid. The Bidder shall provide the City with ongoing disclosure, should the Bidder be awarded a contract and any of the information or representations provided in this form no longer be accurate.

_______________________________________________________ SIGNATURE OF AUTHORIZED SIGNING OFFICER _______________________________________________________ PRINTED NAME OF SIGNING OFFICER I have authority to bind the Bidder and attest to the accuracy of

the information provided in this Bid

THIS FORM IS A MANDATORY SUBMISSION REQUIREMENT

76 of 79

Page 74: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

APPENDIX “E1” – APPLICABLE CITY POLICIES

For a copy of the City of Toronto Procurement Policies, please download a copy of the Policy by clicking any of the links as provided below or by visiting the following website (www.toronto.ca/purchasing/policies):

(1) FAIR WAGE POLICY*

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

The policy and schedules are available on the Fair Wage Office website – www.toronto.ca/fairwage LABOUR TRADES CONTRACTUAL OBLIGATIONS IN THE CONSTRUCTION INDUSTRY* Labour Trades Contractual Obligations – (extracted from Schedule B of the City of Toronto Municipal Code, Chapter 67)

(2) ACCESSIBILITY STANDARDS FOR CUSTOMER SERVICE TRAINING REQUIREMENTS POLICY

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

OR DEVELOPMENT OF A SPECIFIC CALL/REQUEST

(4) ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT

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

(6) RIGHT TO REJECT DEBTORS AND SET OFF POLICY

77 of 79

Page 75: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

APPENDIX “E2” – FAIR WAGE SCHEDULE

Labour Requirements - Payment of Wages to Workers See Fair Wage Policy requirements (refer to Page 77, Purchasing Policies) The wage rates applicable are as follows:

TRADE EFFECTIVE

DATE HOURLY RATE

*VACATION AND HOLIDAY PAY

*FRINGE BENEFITS

WEEKLY HOURS OF WORK

Haulage Drivers Nov.1, 2017 $28.87 4% - 44 Machine Operator - Loader Nov.1, 2017 $28.87 4% - 44

NOTE:

Minimum wages paid to employees shall be those as set out in the above schedule Annual wage increase shall be subject to yearly Stats Canada Consumer Price Index (CPI), compounded

annually, on the anniversary of the contract OVERTIME SHALL BE PAID AT TIME AND ONE-HALF (1.5) AFTER COMPLETION OF 44

HOURS PER WEEK

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]

78 of 79

Page 76: Copy Viewing Only - Toronto...Viewing Copy Only RFQ 9150-18-0003 Table of Contents RFQ 9150-18-0003 COVER PAGE ..... 1

Viewing Copy

Only

NOTICE OF "NO BID" RFQ#: 9150-18-0003

CLOSING DEADLINE: February 16, 2018

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:

79 of 79