Addendum No. 2 Request for Proposal No

Size: px
Start display at page:

Download "Addendum No. 2 Request for Proposal No"

Transcription

1 Purchasing and Materials Management Michael Pacholok, Director City Hall 19 th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2 Joanne Kehoe, Manager Construction Services May 6, 2015 Via Online Posting (16 pages) Addendum No. 2 Request for Proposal No For: The Supply, Installation, Operation, and Maintenance of Red Light Camera Systems Within the City of Toronto and Other Municipalities within Ontario. Two-Envelope System REVISED CLOSING: 12:00 NOON (LOCAL TIME), May 29, 2015 Please refer to the above Request for Proposal (RFP) Call document in your possession and be advised of the following: 1. REVISED: i) Closing date revised from 12:00 Noon (Local Time), May 15, 2015 to 12:00 Noon (Local Time), May 29, 2015 ii) Deadline for questions is revised from May 11, 2015 at 4:00 pm to May 25, 2015 at 4:00 pm. iii) iv) Please add Appendix F - Fair Wage. The applicable Fair Wage Schedule: Road Building Work and the Fair Wage Policy are attached. Please refer to Appendix D Evaluation Matrix which currently reads: STAGE 3C Demonstration Evaluation Proof of Performance Proposals must score a minimum 50 points in Stage 3B in order to advance to Stage 3C REVISE TO READ: STAGE 3C Demonstration Evaluation Proof of Performance Proposals must score a cumulative minimum 50 points in Stage 3A and 3B in order to advance to Stage 3C v) Please refer to the first sentence of Section which currently reads: The Vendor is required to supply, install and test new RLCSs at various Sites identified by the General Manager. Supply, installation and testing includes, but is not limited to, the following: 1 1 of 16

2 Revise to read: The Vendor is required to supply, install and test all RLCSs at various Sites identified by the General Manager. Supply, installation and testing all includes, but is not limited to, the following: vi) Please refer to item i of Section which currently reads: i) supply of all paper and printer supplies, including colour cartridges, for the production of RLCS Image Sets REVISE TO READ: i) supply of all printer supplies, including colour cartridges, for the production of RLCS Image Sets, Certificates of Offence and Offence Notices. Paper shall not be considered a printer supply. vii) Please refer to Table 1 of Section which currently reads: Municipality Table 1 - RLCSs to be Installed at the Beginning of the Contract Current Sites to be Replaced New Sites to be Added Total Sites RLCS Site Distribution by Municipality City of Toronto % City of Ottawa % Region of Peel % City of Hamilton % Region of Halton % Region of Waterloo % Region of York % Region of Durham % City of London % City of Kingston % Totals % REVISE TO READ: Municipality Table 2 - RLCSs to be Installed at the Beginning of the Contract Current Sites to be Replaced New Sites to be Added Total Sites RLCS Site Distribution by Municipality City of Toronto % City of Ottawa % Region of Peel % City of Hamilton % Region of Halton % Region of Waterloo % Region of York % Region of Durham % City of London % City of Kingston % Totals % 2 2 of 16

3 viii) As a result to changes in Table 2 - RLCSs to be Installed at the Beginning of the Contract, above, the Price Detail Form, Form 8 is replaced by the attached REVISED PRICE DETAIL FORM, ADDENDUM 2, MAY 6, Proponents must use the REVISED PRICE DETAIL FORM, ADDENDUM 2, MAY 6, 2015 in their submission or their proposal may be deemed non-complaint and it will not be considered for award. 3. Proponents Meeting The voluntary meeting was convened at 703 Don Mills Rd., Toronto, ON at 10:00 am Local Time. Attendance was voluntary and interested parties could attend in person or via teleconference. The list of attendees from the vendor community is as follows: Xerox Services Canada Inc. Redflex Traffic Systems Traffipax JENOPTIK Robot GmbH Gatso Canada Black & McDonald Limited Beacon Utility Contractors Limited Weinmann Limited The slide deck of the presentation is available on the City's website as Addendum No QUESTIONS AND ANSWERS The following are responses to questions received during the call period: Q1. What are the three (3) Phases of POP? A.1 Proof of Performance consists of: Review of the proposed RLC in an office environment Review of demonstration version of RLCS processing Guided review of a processing facility under the Proponent's control including a review of actual RLCS images both on-screen and in printed format Q.2 Could Phase 1 and 2 of POP be done on the same day? A.2 Yes. Q.3 Current system uses in-ground loop detectors. Is the City open to alternatives? A.3 The RFP specifies in-ground loops but the option for other in pavement detectors is allowed in the RFP. Q.4 How many approaches are contemplated in bid item 1? 3 3 of 16

4 A.4 The estimated quantity of bid item 1 reflects 263 RLC sites, active for an average of 357 days over each of the 5 years. Q.5 For systems currently in operation that the City elects to continue in the new contract, who bears the cost of removing existing poles? A5. The cost of removing existing poles will be the responsibility of the current vendor. Q6. At the end of the current contract, are the loop detectors removed? A6. No, all loop detectors will remain in the ground. Q.7 For systems currently in operation that the City elects to continue in the new contract, will the existing underground conduit remain in the ground at the end of the contract? A.7 Yes Q.8 Can you supply estimate of paper and print supplies required? A.8 Printing supplies are estimated at 685,000 full colour Offence Notices, included in the RFP in Appendix E, 685,000 black and white Certificates of Offence, included in the RFP in Appendix E and 80,000 RLCS Image Print Sets, throughout the initial 5 year term. Q.9 The RFP calls for manual download of images. Will the City consider electronic image transfer? A.9 No. As indicated in section , it is a requirement that the contents of the Image Storage Unit are handled by the RLC Technician and delivered to the JPC along with a completed Continuity of Evidence form. No remote access to RLCS's will be permitted. Question Reference Question Q.10 Page 61 The RFP requires Bidders to respond using a minimum of 11-point font. May Bidders use a smaller, still readable font for the following: headers and footers, requirement text, exhibits, and tables? A.10 This is not a mandatory requirement as denoted by the use of the word "should". For the benefit of the evaluators and to ensure that your submission receives full consideration, please make sure that your submission is legible under normal viewing conditions. Q.11 Page 61 The RFP requires Bidders to respond using a minimum of 11-point font. Several requested documents/samples do not comply with font restrictions and they are not 4 4 of 16

5 available in a native MS Office format for font adjustments. Please confirm that it is permissible to submit those documents as is. A.11 Please refer to A.9 Q.12 Page 63 - Given the length of our audited financial statements, can Bidders provide these documents in electronic format only (CD-ROM)? A.12 The City will accept audited financial statements on a CD-ROM or USB memory stick. Q.13 Form 7, Bid Bond - There are two versions of Form 7 Bid Bond, one with a sum and the other without. Please clarify with should be used. A.13 A separate bid bond is required for each participating municipality. The RFP contains a Bid Bond specific to the City of Toronto. The blank Bid Bond has been provided so that Proponents can submit Bid Bonds for each of the remaining participating municipalities. The Bid Bond amount for each municipality is listed in the table in Section Q.14 Camera Rotation - The RFP mentions Active and Non-Active Red Light Camera Sites. Is the intention of the municipalities to rotate cameras amongst sites? If so, can you please provide the ratio of cameras to sites for each municipality, as well as the proposed frequency of rotation? A.14 No, rotation of RLCS's is not anticipated. Please refer to the definitions of Active RLCS Site and Non-Active RLCS Site. Section describes the circumstance which would require an Active RLCS Site to become a temporarily Non-Active RLCS Site. The quantities of items on the Price Detail Form reflect the anticipated quantities of Active RLCS Site and Non-Active RLCS Sites. Q.15 Section The RFP indicates that The Vendor is required to supply, install and test new RLCSs at various Sites identified by the General Manager. Supply, installation and testing includes, but is not limited to, the following: a) supply, installation, and testing new RLCSs including all materials, equipment and labour required for fully operational RLCSs, and site restoration; b) provision of manufacturer's documentation for the RLCS, to the satisfaction of the General Manager; c) construction, ranging from replacement of Detectors to reconstruction of an existing RLCS Site where the roadway is being reconstructed, including removal, salvage and reinstallation of all equipment and complete reconstruction of all underground plant. 5 5 of 16

6 Do all vendors have to install all new RLCS components (i.e. Poles, cameras, detection) at all (new and replacement) sites? A.15 Used RLCS components such as poles, flash and detection is acceptable provided that these components have been refurbished to like new appearance and operating condition. Where applicable, currently installed underground conduit, cables, hand wells and pole foundations, at replacement sites can be re-used. Q.16 Table 1 Are the numbers in Table 1 guaranteed? In other words, have the respective municipalities approved this number of sites? Are all submitted pricing to be based on 148 new locations to be ready for site acceptance evaluation on 4/30/17? A.16 No, the quantities included in Table 1 are not guaranteed. The quantities are estimated quantities for each municipality. All new RLCS sites are to be ready for site acceptance evaluation on April 30, Q.17. Section RFP states each RLCS has the capability, to separately and simultaneously monitor at least four lanes at a variety of types of intersections, where the nearest monitored lane will be either the lane that is beside or one lane away from the curb or median Definitions: one or more operating RLCs to record Incidents in at least two lanes of traffic. Is the basis on which pricing is to be provided based on the ability to monitor 2 or 4 lanes? A.17 The RLCS must monitor and capture data and RLCS Image Sets for each of up to 4 lanes of an intersection approach. Q.18 Page 1, Notice - This is a very important procurement. Accuracy is paramount for all parties concerned. We ask procurement to consider the following facts: The number of total installations and the overall economic impact in the millions of dollars The geographic distribution of sites to be visited/audited The number of sites to be audited The large number of installation vendors to be contacted, quoted and agreements negotiated The detailed nature of the pricing elements Therefore, we are respectfully requesting a 3 week extension for the final submission. 6 6 of 16

7 A.18 Please see the Closing Date revision above. Q.19 General Question Please provide a list of issued citations by month for 2014 for each jurisdiction. A.19 The following information is provided solely for the purpose of Proponents considering this RFP. The information provided below is not to be utilized nor referred to for any other purpose. Red Light Running Charges Issued by Month in 2014 (in the Cities of Toronto, Ottawa, Hamilton and The Regional Municipalities of Peel, Halton and York). January 4,305 February 4,550 March 6,235 April 7,230 May 9,307 June 9,551 July 9,667 August 9,519 September 8,954 October 7,992 November 6,654 December 4,615 Sub-total 88,579 Q.20 Section Please confirm that all hardware components listed in section 3.3.2, Hardware and Software Technical Requirements, are to be priced and supplied as new components for all vendors. A.20 Section 3.3 does not include an age requirement for equipment. However, operation availability of the RLCS Image Processing is emphasized in section Q.21 Section What is the expected timeline for the replacement sites to be decommissioned by the current vendor? Would the General Manager consider working with the current vendor and the new vendor on an approved schedule for prioritizing locations? 7 7 of 16

8 8 of 16

9 APPENDIX F Human Resources Fair Wage Office 100 Queen Street West City Hall, 18 th Floor, West Tower Toronto, ON M5H 2N2 Tel: Fax: Hotline: FAIR fairwage@toronto.ca Visit us at GUIDE TO PROSPECTIVE BIDDERS APPLICATION OF THE FAIR WAGE SCHEDULES In accordance with the City of Toronto Fair Wage Policy, Contractors and Sub-contractors are responsible to pay workers employed in field work, a rate of wages not less than that set out for such work in the applicable Schedule of Wage Rates for this contract is as follows: APPLICABLE FAIR WAGE SCHEDULE ROAD BUILDING WORK On December 18, 2013, City Council enacted By-law No that revises the Road Building Work Schedule for This schedule is applicable to repair, resurface and new construction, including parking lots and pathways. This schedule is not applicable to bridge cloverleaf or construction work, otherwise covered by Heavy Construction Schedule. To obtain a copy of the Road Building Schedule, call the Fair Wage Office at the telephone number listed below or accesses the following link: Road Building Schedule 2013.pdf In case of a jurisdictional dispute or dispute as to the rate of wages to be paid under the contract or to the amount to be paid to any worker, the decision of the Manager, Fair Wage Office, shall be final and binding upon all parties. In the event that other Fair Wage Schedules may overlap the work covered by this contract, please contact the Fair Wage Office at (416) to seek clarification. 9 of 16

10 APPENDIX F City Manager s Office Fair Wage Office 100 Queen Street West City Hall, 19 th Floor, West Toronto, Ontario M5H 2N2 Tel: General Enquiry FAIR - Complaints Hotline Fax: fairwage@toronto.ca Web: Fair Wage Policy* A1. Definitions As used in this Fair Wage Policy, the following terms have the meaning indicated: APPRENTICE An Individual who has entered into a registered training agreement under which the individual is to receive workplace-based training in a trade, other occupations or skill set as part of an apprenticeship program approved by the Ontario Ministry of Training, Colleges and Universities. APPRENTICESHIP PROGRAM A program recognized by Ontario Ministry of Training, Colleges and Universities which provides for the qualification, recruitment, selection, employment, and training on the job. Apprenticeship and training leads to Ontario Certification of Qualification and Apprenticeship for Journeyperson status, which is recognized by employer and employee representatives of industry. CONTRACT A legal, business agreement between the City of Toronto and the contractor to perform work or services or to provide materials and supplies. CONTRACTORS Any person or business entity with whom the City enters into a contract with to perform the work or provide services. FAIR WAGE SCHEDULE Stipulated rates of pay for different classifications of work produced and obtainable from the Fair Wage and Labour Trades Office. FIELD WORK All work in performance of the contract that is not shop work. FRINGE BENEFITS Includes such benefits as company pension plans, extended health care benefits, dental and prescription plans, etc. It does not include legislated payroll deductions such as C.P.P., E.H.T., W.S.I.B. or E.I.C. NON-COMPLIANCE The occurrence of any of the following conditions: A. Contractor fails to co-operate with the Manager, Fair Wage Office in fulfilling his/her responsibilities under the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry. B. Sub-contractor fails to co-operate with the Manager, Fair Wage Office in fulfilling his/her responsibilities under the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry. C. Contractor or sub-contractor has been found in violation of the Fair Wage Policy (non-compliance applies to both contractor and sub-contractor. D. Contractor has been found in violation of the Labour Trades Contractual Obligations in the Construction Industry. E. Sub-contractor has been found in violation of the Labour Trades Contractual Obligations in the Construction Industry. PROCUREMENT CALL DOCUMENT Includes a Tender, Request for Quotations and a Request for Proposals as issued by the Purchasing and Materials Management Division, and as defined in Chapter 195 of the Toronto Municipal Code. SHOP WORK Any work in performance of the contract that is done in or at any factory, foundry, shop or place of manufacture not located at or upon the site of the work, and not operated solely for the purpose of the work. *Fair Wage Policy (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07) 10 of 16

11 APPENDIX F City Manager s Office Fair Wage Office 100 Queen Street West City Hall, 19 th Floor, West Toronto, Ontario M5H 2N2 Tel: General Enquiry FAIR - Complaints Hotline Fax: fairwage@toronto.ca Web: SUB-CONTRACTOR Any person or business entity not contracting with or employed directly by the City but who supplies services or materials to the improvement under an agreement with the contractor or under the contract with another sub-contractor. WAGES or RATE OF WAGES Includes the hourly rate, vacation and holiday pay and any applicable amount for fringe benefits shown in the current Fair Wage Schedule, to be paid to the worker as part of the worker s wages or for the worker s benefit provided for in any collective agreement applicable to that worker. WORKERS Includes mechanics, workers, labourers, owners and drivers of a truck or other vehicle employed in the execution of the contract by the contractor or by any sub-contractor under them and clerical staff. A2. City of Toronto Council references A. City of Toronto Council, by the adoption of Corporate Services Committee Report 13, Clause 1, as amended, at its meeting of October 1 and 2, 1998, directed that the Fair Wage Policy of the former Municipality of Metropolitan Toronto be adopted for all City departments, agencies, boards and commissions and replace all existing fair wage policies of the former local municipalities. B. City of Toronto Council, by the adoption of Administration Committee Report 7, Clause 1, as amended, at its meeting of June 18, 19 and 20, 2002, directed that certain changes be made to the Fair Wage Policy and Procedures. C. City of Toronto Council, by the adoption of Administration Committee Report 5, Clause 2, at its meeting of June 24, 25 and 26, 2003, directed that certain further changes be made to the Fair Wage Policy and Procedures, and to the Fair Wage Rate Schedule. D. City of Toronto Council, by the adoption of Government Management Committee Item 8.9, at its meeting of October 22 and 23, 2007, directed that certain changes be made to the Fair Wage Policy. A3. Purpose and history of Fair Wage Policy A. The Fair Wage Policy has as a central principle the prohibition of the City doing business with contractors, sub-contractors and suppliers who discriminate against their workers. B. Originally implemented in 1893 to ensure that contractors for the City paid their workers the union rates or, for non-union workers, the prevailing wages and benefits in their field, the Fair Wage Policy has expanded over the years to other non-construction classifications such as clerical workers. C. The policy also requires compliance with acceptable number of working hours and conditions of work in order to protect the rights of workers. A4. Intent of Fair Wage Policy The intent of the Fair Wage Policy can be summarized as follows: A. To produce stable labour relations with minimal disruption; B. To compromise between the wage differentials of organized and unorganized labour; C. To create a level playing field in competitions for City work; D. To protect the public; and E. To enhance the reputation of the City for ethical and fair business dealings. A5. Application *Fair Wage Policy (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07) 11 of 16

12 APPENDIX F City Manager s Office Fair Wage Office 100 Queen Street West City Hall, 19 th Floor, West Toronto, Ontario M5H 2N2 Tel: General Enquiry FAIR - Complaints Hotline Fax: fairwage@toronto.ca Web: A. The provisions of the Fair Wage Policy apply equally to contractors and all sub-contractors engaged in work for the City of Toronto. It is understood that contractors cannot sub-contract work to any subcontractor at a rate lower that called for in the Fair Wage Policy. B. The fair wage rates do not apply to small businesses, typically those with owner-operators, or partnerships, or principals of companies as long as they undertake the work themselves. C. It should be noted that under the above City of Toronto Council reference authorities, the conditions of the Fair Wage Policy cannot be waived, unless authorized by Council to do so. A6. Establishment of rates A. Establishing fair wage rates and schedules are intended to minimize potential conflicts between organized and unorganized labour in the tendering and awarding of City contracts. B. Certain designated construction-related rates are based on the lowest rate established by collective bargaining, while the wage rates for other classifications are based on market and industrial surveys in accordance with the prevailing wages for non-union workers in the geographic area. C. The City encourages contractors to hire and train apprentices under approved apprenticeship programs. Apprentices/trainees will be assessed based on Provincial Qualification Apprenticeship Certification Criteria. D. Fair wage rates, including rates for apprentices, are established through discussion between the Fair Wage Office and with employee and employer groups and associations (having both union and non-union members). This discussion will also include appropriate apprenticeship programs for construction-related trades. E. The proper wage rates to be paid to apprentices/trainees are those specified by a particular industry program in which they are enrolled, expressed as a percentage of the journeyman rate on the wage determination. In the event employees reported as apprentices and trainees have not been properly registered, or are utilized at the jobsite in excess of the ratio of journeymen permitted under the approved program, they must be paid the applicable schedule of wage rate. The Manager, Fair Wage Office may assess established employee work history as to determine the appropriate apprentice/trainee level. F. These rates are reviewed by the above-noted groups and are recommended to Council, by the Manager, Fair Wage Office for approval every three years. A7. Contractor and sub-contractor responsibilities A. Contractors will be responsible for any violations or non-compliance issues arising from the engagement of any sub-contractor on City work. B. The contractor or sub-contractor shall pay or cause to be paid weekly or biweekly to every worker employed in the execution of the contract wages at the following rates, namely: (1) For workers employed in shop work: (a) The union rate of wages in the particular district or locality in which the work is undertaken for any class or work in respect of which there is such union rate; and (b) For any class of work for which there is no such union rate, the rate of wages shall be the rate of wages, as determined by the Manager, Fair Wage Office prevailing in the particular district or locality in which the work is undertaken. (2) For workers employed in field work: (a) Where the contractor or sub-contractor is in contractual relationship with a union recognized by the Ontario Labour Relations Board as the bargaining agent for the relevant workers, the applicable rate of wages set out in the collective agreement; and *Fair Wage Policy (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07) 12 of 16

13 APPENDIX F City Manager s Office Fair Wage Office 100 Queen Street West City Hall, 19 th Floor, West Toronto, Ontario M5H 2N2 Tel: General Enquiry FAIR - Complaints Hotline Fax: fairwage@toronto.ca Web: (b) (c) Where there is no such contractual relationship, a rate not less than that set out for such work in the Schedule of Wage Rates files by the Manager, Fair Wage Office, with the City Clerk of the Corporation after being first approved by Toronto Council; and For any class of work for which there is no rate, the rate of wages shall be the rate of wages, as determined by the Manager, Fair Wage Office, prevailing in the particular district or locality in which the work is undertaken. C. The contractor and sub-contractor shall: (1) At all times keep a list of the names and classifications of all workers employed in the work, the hourly rate and hours worked per day and a record of the amounts paid to each. (2) From time to time, if demanded by the Manager, Fair Wage Office, furnish a certified copy of all paysheets, lists, records and books relating to the work and keep the originals thereof open at all times for examination by the Manager. (3) At all times furnish and disclose to the said Manager any other information respecting wages of workers that may be desired by the Manger in connection with the work. (4) Attach to all accounts rendered for payment of money upon the contract, a declaration affirming that the requirements of the Fair Wage Policy have been fully complied with. (5) Display legible copies of this Fair Wage Policy in a prominent position in his or her workshop(s), accessible to all employees. E. The contractor or sub-contractor shall not compel or permit any worker engaged for the work to work more than the number of hours per day and the number of hours per week set out in the Fair Wage Schedule for the particular type of work involved except in case of emergency, and then only with the written permission of the Commissioner or head of the department/division having charge of the work or the person then acting as such. A8. Responsibilities of Manager, Fair Wage Office A. To fulfil the duties of the Manager, as set out in Chapter 67 of the Toronto Municipal Code, 67-A3 B. In every procurement call to which the Fair Wage Policy applies, the Manager, Fair Wage Office, will determine the applicable Fair Wage Schedules for the work requested in the procurement call, or whether unionized workers need to be utilized for the work requested in the procurement call as per Chapter 67 Schedule B Labour Trades Contractual Obligations in the Construction Industry. C. Once the applicable Fair Wage Schedule is determined for a specific procurement call, the Manager, Fair Wage Office will provide a copy of the Fair Wage Schedule to Purchasing and Materials Management Division to insert into the procurement document, before the procurement documentation is issued. D. In case of a jurisdictional dispute or dispute as to rate of wages to be paid under the contract or as to the amount to be paid to any worker or apprentice, the decision of the Manager, Fair Wage Office, shall be final and binding upon all parties. E. After the procurement call closes, the Manager, Fair Wage Office, at the request of Purchasing and Materials Management Division, will send a fair wage declaration form to the three lowest bidders, to determine if the bidder will comply with the fair wage policy and fair wage schedule. A9. Penalty Provisions A. If the contractor or sub-contractor fails to pay any worker wages at the rate called for in Chapter 67-A7, the City may: (1) Charge an administrative fee not in excess of 15 per cent of the balance necessary to make up the amount that should have been paid from the contractor s progress draw or holdback; and *Fair Wage Policy (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07) 13 of 16

14 APPENDIX F City Manager s Office Fair Wage Office 100 Queen Street West City Hall, 19 th Floor, West Toronto, Ontario M5H 2N2 Tel: General Enquiry FAIR - Complaints Hotline Fax: fairwage@toronto.ca Web: (2) Pay the worker(s) directly for any back-wages owing directly from the contractor s progress draw or holdback. B. If a tenderer or bidder is found not to comply with the Fair Wage Policy, the Manager may recommend the next lowest bidder for contract aware to Purchasing & Materials Management Division in the following circumstances: (1) On the declaration form discussed in Chapter 67-A8E, a contractor or sub-contractor does not meet the Fair Wage Schedules. (2) An investigation is underway and the firm does not co-operate in providing timely information within 5 business days after being requested by the Manager, Fair Wage Office in fulfilling his or her responsibilities under the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry and, operationally, the provision of goods and/or services cannot be delayed. (3) A contractor or sub-contractor is in violation of the Fair Wage Policy and has not paid restitution to its workers. (4) A contractor or sub-contractor is unable to comply with the City of Toronto Labour Trades Contractual Obligations in the Construction Industry. A10. Disqualification Provisions A. When a contractor or any sub-contractor is found to be in non-compliance with the provisions of the Fair Wage Policy in two separate instances over a period of three years inclusive, the Manager, Fair Wage Office must report and may recommend to the Government Management Committee that the said contractor or sub-contractor be disqualified from conducting business with the City for a period of two years, inclusive. B. The disqualification period will start from the day of the decision of Council. C. After the disqualifying period is over, the said contractor or sub-contractor will be placed on probation for the next year. If another non-compliance violation occurs, the Manager, Fair Wage Office must report and may recommend to the Government Management committee that the said contractor or sub-contractor; be disqualified from conducting business with the City for an indefinite period of time. D. All non-compliance activities (including firm names) and disqualification statistics will be reported to Council annually. Disqualified firms will be published on the City s website. *Fair Wage Policy (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07) 14 of 16

15 Addendum No, 2 May 6, 2015 REVISED PRICE DETAIL FORM FORM 8 The original and copies of this form are to be submitted in a separate, sealed envelope with the name of the Proponent and labelled Price Detail Form For information on how to complete this form, refer to sections Error! Reference source not found. Item No Description Unit Estimated Quantity (a) Unit Cost (b) Total Cost (c=a X b) Active RLCS Site Installed at Beginning of Contract Day 488,250 $ $ Non-Active RLCS Site Installed Day 1000 $ $ Active RLCS Site Installed in Years 1-3 Day 70,000 $ $ Non-Active RLCS Site Day 1000 $ $ Installed in Years 1-3 Active RLCS Site Installed in Day 7500 $ $ Year 4 Non-Active RLCS Site Day 100 $ $ Installed in Year 4 Active RLCS Site Installed in Day 3000 $ $ Year 5 50 Non-Active RLCS Site Day $ $ Installed in Year 5 Complete Reconstruction of an Each 10 $ $ RLCS Site Construct and Test Detector Each 50 $ $ Software Enhancement Elements Monthly Maintenance of JPC (for 25 months after end of contract) Each 2 $ $ Each 25 $ $ 15 of 16

16 Addendum No, 2 May 6, 2015 FORM 8 Item No PROVISIONAL ITEMS Description Repaint Stop Line Witness Service Unit Estimated Quantity (a) Unit Cost (b) Total Cost (c=a X b) Each 20 $ $ Day 2 $ $ Already Previously Installed Active RLCS Site Installed in Years 1-5 Day 558,250 $ $ Already Previously Installed Non- Active RLCS Site Installed in Years Day 1000 $ $ 1-5 Active RLCS Site Installed in Years Day 1 $ $ 6-8 Non-Active RLCS Site Installed in Day 1 $ $ Years 6-8 Active RLCS Site Installed in Year 9 Day 1 $ $ Non-Active RLCS Site Installed in Year 9 Day 1 $ $ Active RLCS Site Installed in Year Day 1 $ $ 10 Non-Active RLCS Site Installed in Day 1 $ $ Year 10 Complete Reconstruction of an Each 1 $ $ RLCS Site Construct and Test Detector Loop Each 10 $ $ Software Enhancement Elements Each 1 $ $ 26 Sub-Total (Sum Items 1 to 25) $ 27 HST (13% of Item 26) $ 28 Total Proposal Cost ( sum Item 26 and 27) $ 16 of 16