RFQ Table of Contents RFQ 3204-17-7139 · 2021. 1. 14. · RFQ 3204-17-7139 Page 1 of 137 Table of...
Transcript of RFQ Table of Contents RFQ 3204-17-7139 · 2021. 1. 14. · RFQ 3204-17-7139 Page 1 of 137 Table of...
RFQ 3204-17-7139
Page 1 of 137
Table of Contents RFQ 3204-17-7139
COVER PAGE.............................................................................................................................................. 1
Table of Contents .......................................................................................................................................... 1
1.0 RFQ Summary ............................................................................................................................... 2
2.0 Terminology .................................................................................................................................. 2
3.0 Scope of Work and Associated Deliverables............................................................................... 11
4.0 Term of Contract ......................................................................................................................... 14
5.0 Site Meeting (Not applicable)...................................................................................................... 14
6.0 Quotation Response Requirements .............................................................................................. 14
7.0 Evaluation of Bids ....................................................................................................................... 14
8.0 Offers to Agencies and Corporations (Piggyback Option) .......................................................... 18
9.0 Technical Specifications .............................................................................................................. 21
10.0 Quantity ....................................................................................................................................... 92
11.0 Material Safety Data Sheets (MSDS) .......................................................................................... 89
12.0 Delivery and Installation ............................................................................................................. 89
13.0 Return of Products ....................................................................................................................... 90
14.0 Warranty ...................................................................................................................................... 90
15.0 Insurance (Refer to Appendix B – General Contract Terms and Conditions) ............................. 90
16.0 Performance
Security……………………………………………………………………………94
17.0 Occupational Health and Safety .................................................................................................. 90
18.0 The City of Toronto Social Procurement Program ...................................................................... 91
18.1 Social Procurement Program – Workforce Development Requirement ...................................... 94
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”
RFQ 3204-17-7139
Page 2 of 137
1.0 RFQ Summary
1.1 Quotations are invited for the non-exclusive supply, delivery, installation, operation, dismantling
and removal of Audio and Lighting equipment for TO CANADA WITH LOVE - CANADA
DAYS, which will occur between June 19 and July 7, 2017, as required by the City of Toronto's
(City) Economic Development and Culture (EDC) Division., all in accordance with the
provisions and specifications contained in this Request for Quotation (RFQ) and the City of Toronto's
Procurement Policies, the attached Appendix “C” - Price Form, and the City of Toronto Fair Wage
Policy and Labour Trades Contractual Obligations in the Construction Industry.
2.0 Terminology
2.1 Definitions
2.1.1 In this request for quotation, unless inconsistent with the subject matter or context:
"Account Manager" means the designated representative of the Vendor who oversees the
fulfillment of the contract, having the overall accountability for the contract and authority to
manage labour and equipment resources including addition or removal of said resources and their
effects on the cost of the project;
“Addendum” or “Addenda” means any document or documents issued by the City prior to the
Closing Deadline that changes the terms of the RFQ or contains additional information related to
the RFQ;
"Affiliated Person" means everyone related to the Bidder including, but not limited to employees,
agents, representatives, organizations, bodies corporate, societies, companies, firms, partnerships,
associations of persons, parent companies, and subsidiaries, whether partly or wholly-owned, as
well as individuals, and directors, if:
A. Directly or indirectly either one controls or has the power to control the other,
or
B. A third party has the power to control both.
“Agencies and Corporations” refer to bodies and organizations that have a direct reporting or
funding relationship with the City of Toronto or Council. The list of current organization name and
contact of agencies and corporations to be considered under this RFQ is available from the
following page on the City's website www.toronto.ca/abcc
“Award” means the formal acceptance of a bid that results in a contract;
"Bid" means a Bidder's response to the RFQ, which includes all of the documentation necessary to
satisfy the requirements of the RFQ, has the same meaning as "Quotation" and is used
interchangeably;
“Bidder” means any legal entity that submits a Quotation in response to the RFQ;
“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;
RFQ 3204-17-7139
Page 3 of 137
Canada Day; Civic Holiday; Labour Day; Thanksgiving Day; Remembrance Day; Christmas Day;
Boxing Day and any other day which the City has elected to be closed for business;
“Buyer” or "Senior Buyer" means the main contact person at the City for all matters related to the
RFQ process, as set out on the RFQ Cover Page;
"City" means the City of Toronto including all Agencies and Corporations of the City;
“City Confidential Information” means all information of the City that is of a confidential nature,
including all confidential information in the custody or control of the City, regardless of whether it
is identified as confidential or not, and whether recorded or not, and however fixed, stored,
expressed or embodied, which comes into the knowledge, possession or control of the Vendor in
connection with the Contract. For greater certainty, the City Confidential Information shall:
a) include: (i) all new information derived at any time from any such information whether
created by the City , the Vendor or any third-party; (ii) all information (including Personal
Information) that the City is obliged, or has the discretion, not to disclose under provincial
or federal legislation or otherwise at law; but
b) not include information that: (i) is or becomes generally available to the public without
fault or breach on the part of the Vendor of any duty of confidentiality owed by the Vendor
to the City or to any third-party; (ii) the Vendor can demonstrate to have been rightfully
obtained by the Vendor, without any obligation of confidence, from a third-party who had
the right to transfer or disclose it to the Vendor free of any obligation of confidence; (iii)
the Vendor can demonstrate to have been rightfully known to or in the possession of the
Vendor at the time of disclosure, free of any obligation of confidence when disclosed; or
(iv) is independently developed by the Vendor; but the exclusions in this subparagraph
shall in no way limit the meaning of Personal Information or the obligations attaching
thereto under the Contract or other Requirements of Law.
"Chief Purchasing Official (CPO)" means the person designated to undertake the responsibilities
of the chief purchasing official of the City.
“Closing Deadline” means the date and time specified on the RFQ Cover Page or any Addenda
issued by the City, as the date and time by which Bidders must submit their Quotation;
"Conflict of Interest or Unfair Advantage" means:
A. In relation to the RFQ process, a Bidder hat 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
RFQ 3204-17-7139
Page 4 of 137
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.
"Contingency" — appearing in Appendix "C" Price Form — means funds reserved for the addition
of goods and/or services not included in the Request for Quotations added over the term of the
contract. Use of these reserve funds must be pre-authorized in writing by a City of Toronto Special
Events Production Supervisor or Production Manager using the change order process as outlined;
“Contract” means the binding agreement that is formed upon Award as confirmed by the issuance
of a purchase order, blanket contract or the execution of any written agreement by the City.
“Council” means City Council;
“Deliverables” means everything provided to the City in the course of performing the Contract or
agreed to be provided to the City under the Contract by the Vendor
"Diverse Supplier" means any business or enterprise that is certified by a Supplier Certification
Organization to be:
More than 51% (majority) owned, managed and controlled by persons belonging to an
equity-seeking community, or
A social purpose enterprise whose primary purpose is to create social, environmental or
cultural value and impact, and where more than 50% of the persons who are full-time
equivalent employees or are participating in, or have completed, transitional employment
training, experience economic disadvantage.
"DSP" means Digital Signal Processing;
"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.
"Equivalencies" means equipment that functions in accordance with the specification to the
model/make indicated to accomplish the task identified herein;
"FOH" mean Front Of House, related to audio or lighting control;
"HST", means Harmonized Sales Tax;
“including” means “including without limitation” and ”includes” means “includes without
limitation”; the use of the word “including” or “includes” is not intended to limit any statement that
immediately precedes it to the items immediately following it.
“may” and “should” used in this RFQ denote permissive (not mandatory);
RFQ 3204-17-7139
Page 5 of 137
“must”, “shall” or “will” used in this RFQ denote imperative (mandatory), meaning Quotations not
satisfying imperative (mandatory) requirements will be deemed to be non-compliant and will not
be considered for Award of Contract.
“MFIPPA” means the Municipal Freedom of Information and Protection of Privacy Act;
"Non-Compliant" means that the Quotation has failed one (1) or more mandatory requirement(s)
and will not be considered for Award;
"PPE" means Personal Protective Equipment;
“Products” means all hardware and related deliverables to be provided by the Vendor as
described in the RFQ;
"Production Manager" or "Production Supervisor" refers to a City of Toronto representative who
is responsible for overseeing the site or zone of activation
"Project Manager" means the designated representative of the Vendor who acts on behalf of the
vendor Account Manager while on site and has the authority to manage labour and equipment
resources during event installation, execution and removal, including addition or removal of said
resources and their effects on the cost of the project;
"Public Body" means any government or government agency, municipality or local board,
commission or non-profit corporation carrying out a public function, and includes any corporation
of which the City is a shareholder.
"Purchase Order" means a document issued to the Vendor under the authority of the Chief
Purchasing Official that sets out the terms and conditions applicable to the supply of goods and
services by a supplier, including reference to any other Contract documents and the contract value.
"Quotation" means a Bidder's response to the RFQ, which includes all of the documentation
necessary to satisfy the requirements of the RFQ, has the same meaning as "Bid" and is used
interchangeably;
“Requirements of Law” mean all applicable requirements, laws, statutes, codes, acts, ordinances,
orders, decrees, injunctions, City by-laws, rules, regulations, policies, official plans, permits,
licences, authorisations, directions, and agreements with all authorities that now or at any time
hereafter may be applicable to either the Contract or the Deliverables or any part of them;
"RFQ" means this Request for Quotation inclusive of all Appendices, Schedules and any Addenda
that may be issued by the City;
“Services” means all services to be provided by the Vendor as described in this RFQ;
"Strike" means removal of equipment from a venue /restoration of venue to original state
following the conclusion of the event;
RFQ 3204-17-7139
Page 6 of 137
"Supplier Certification Organization" means a non-profit organization recognized by the City of
Toronto that certifies businesses and enterprises as Diverse Suppliers by assessing those 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;
“Term” means the period of time from the effective date of the Award as evidenced by a City
purchase order, until the completion date of the Contract including any renewal options exercised
by the City as detailed in Section 4.0.
“Vendor” means the successful Bidder that has been awarded the Contract.
“Work” means all services and deliverables to be provided by a Contractor as described in this
Request for Quotation Call;
"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.
"WSIB" means the Workplace Safety and Insurance Board;
"WSIA" means the Workplace Safety and Insurance Act.
RFQ 3204-17-7139
Page 7 of 137
2.2 References to Labeled Provisions
Each reference in this Request for Quotation to a numbered or lettered “section”, “subsection”,
“paragraph”, “subparagraph”, “clause” or “subclause” shall, unless otherwise expressly indicated, be
taken as a reference to the correspondingly labelled provision of this Request for Quotation (RFQ).
2.3 General Interpretation
In this RFQ, unless the context otherwise necessitates:
2.3.1 any reference to an officer or representative of the City shall be construed to mean the person
holding that office from time to time, and the designate or deputy of that person, and shall be
deemed to include a reference to any person holding a successor office or the designate or deputy
of that person;
2.3.2 a reference to any Act, bylaw, rule or regulation or to a provision thereof shall be deemed to
include a reference to any Act, bylaw, rule or regulation or provision enacted in substitution
thereof or amendment thereof;
2.3.3 all amounts are expressed in Canadian dollars and are to be secured and payable in Canadian
dollars;
2.3.4 all references to time shall be deemed to be references to current time in the City;
2.3.5 a word importing only the masculine, feminine or neuter gender includes members of the other
genders; and a word defined in or importing the singular number has the same meaning when used
in the plural number, and vice versa;
2.3.6 any words and abbreviations which have well-known professional, technical or trade meanings,
are used in accordance with such recognized meanings;
2.3.7 all accounting terms have the meaning recognized by or ascribed to those terms by the Chartered
Professional Accountants Canada (CPA Canada); and
2.3.8 all index and reference numbers in the RFQ or any related City document are given for the
convenience of Bidders and such must be taken only as a general guide to the items referred to. It
must not be assumed that such numbering is the only reference to each item. The documents as a
whole must be fully read in detail for each item.
RFQ 3204-17-7139
Page 8 of 137
2.4 RFQ Process Terms and Conditions
This RFQ process is governed by the terms and conditions in Appendix “A”.
3.0 Scope of Work and Associated Deliverables
The TO CANADA WITH LOVE – CANADA DAYS Festival will be the City of Toronto's
contribution to the nationwide observance and celebration of Canada's 150th birthday in 2017. The
festival will consist of a 4-day celebration of music, theatre, dance, performance and unprecedented
fireworks displays, using Toronto's iconic City Hall as its backdrop as well as single-day
celebrations at local satellite sites in the north, east and west ends of the city; Mel Lastman Square,
Scarborough Civic Centre and Humber Bay Park West. Free of cost and free of barriers, TO
CANADA WITH LOVE – CANADA DAYS will provide people of all backgrounds and
experiences from all corners of the city with enriching content.
Technical requirements include site-wide sound reinforcement, stage lighting & site lighting.
The scope of this RFQ includes the supply, delivery, installation, operation and dismantling of
Audio and Lighting equipment as listed in the Technical Specifications (Section 9.0).
TO CANADA WITH LOVE - CANADA DAYS at Nathan Phillips Square begins June 30, 2017 at
3:00pm and ends at approximately 11:00pm on July 3, 2017. Install, operation and dismantle periods
extend before and after the event period.
TO CANADA WITH LOVE - CANADA DAYS at Mel Lastman Square, Scarborough Civic Centre
and Humber Bay Park begins July 1 at 2:00pm and ends at approximately 11:00pm on the same day.
Install, operation and dismantle periods extend before and after the event period.
Labour calls and delivery times are represented in military time (24 – hour clock).
RFQ 3204-17-7139
Page 9 of 137
3.1 City of Toronto's Responsibilities:
3.1.1 Pay the supplier in full a minimum of 60 days from the invoice date. Deposits will not be
paid;
3.1.2 Provide all production & run-of-show schedules and artist performance information;
3.1.3 Provide onsite machinery and operators based on requirements identified and agreed
upon by the City and the Vendor in advance;
3.1.4 Provide and pay for all permits, notices, and inspections;
3.1.5 Approve and supervise all work to be completed;
3.1.6 Provide electrical sources / generators as required at specific locations as agreed upon by
the City and the Vendor in advance;
3.1.7 File for ESA site inspections as required;
3.1.8 Provide water sources as required;
3.1.9 Provide cable matting as required after consultation with vendor needs, unless otherwise
identified. Deadline for consulting on needs would be 4 weeks from the start of install;
3.1.10 Provide 24 hour security for the duration of the event;
3.1.11 Traffic control devices where required;
3.1.12 Provide tenting for operating positions (example: Front of House, Monitors, etc.) as
mutually agreed upon;
3.1.13 Where possible, provide audio equipment operators to facilitate show execution;
3.1.14 Where possible, provide lighting equipment operators to facilitate show execution;
3.1.15 Provide rigging plots for audio and lighting systems on existing structures, temporary
structures, and/or mobile stages;
3.1.16 Provide artist backline and rolling risers
3.2 Vendor's Responsibilities:
3.2.1 The Vendor agrees to supply all equipment and personnel in the manner identified in the
Technical Specifications;
3.2.2 The Vendor agrees to supply a detailed equipment list and to update that equipment list
promptly in the event of approved changes post-tender;
3.2.3 All T.O. Canada With Love – Canada Days events described within this document take
place outdoors. It is the Vendor's responsibility to supply, at no additional cost to the
City, any and all weather proofing materials and CSA outdoor certified gear to ensure
uninterrupted operation of the events during inclement weather. This may include, but is
not limited to tarps, ice/water shield membranes, black bags and rolls of plastic to cover
all equipment in the event of rain, snow, hail, etc. 3.2.4 The Vendor will be responsible for supplying their staff with a private portable
communications system (radios) and allocate one of the communications devices to the
City of Toronto’s designated Production Supervisor. The Vendor should provide RF
information, so that there can be coordination across the site; 3.2.5 The Vendor is responsible for ensuring that its workers and work comply with all
regulations set forth in the Occupational Health and Safety Act (OHSA) and its
applicable regulations. The Vendor is expected to maintain a robust record-keeping and
reporting regimen at all times while on site, as well as take an active role in the City of
Toronto's Event Health & Safety program;
3.2.6 The Vendor must take all appropriate measures to protect its workers by supplying (as
required) and overseeing the proper use of personal protective equipment (PPE)
including, but not limited to: CSA Class 1 hard hats, CSA Class 2 (6") steel toed
footwear, CSA Class 2 high visibility clothing and fall protection in compliance with the
Occupational Health and Safety Act for Ontario (OHSA), Construction Projects –
Regulation 213/91. Personnel found to have inadequate or missing PPE or to be using it
RFQ 3204-17-7139
Page 10 of 137
in a manner that is inconsistent with the OHSA or its regulations will not be permitted to
work on any City job site;
3.2.7 Any Vendor-provided staff member who fails to meet the minimum requirement for
personal protective equipment (PPE) shall not be permitted to work and any resultant
costs will be borne entirely by the Vendor;
3.2.8 The Vendor will ensure that all personnel have, at minimum, completed the Ontario
Ministry of Labour's "Worker Health and Safety Awareness in 4 Steps" training program.
Per the Terms and Conditions of this Request for Quotation, if requested, the Vendor
shall provide proof of training;
3.2.9 The Vendor will ensure that all personnel designated as Supervisors have, at minimum,
completed the Ontario Ministry of Labour's "Supervisor Health and Safety Awareness in
5 Steps" training program. Per the Terms and Conditions of this Request for Quotation, if
requested, the Vendor shall provide proof of training;
3.2.10 The Vendor will ensure that all personnel have completed the Canadian Centre for
Occupational Health & Safety, WHMIS training program (or approved equivalent);
3.2.11 The Vendor will ensure that all personnel who will be working at heights comply with
the Ministry of Labour's New Safety Training Standard for Working at Heights and that
all personnel are adhering to the regulations set out in the Occupational Health and Safety
Act for Ontario (OSHA), Construction Projects – Regulation 213/91. Per the Terms and
Conditions of this Request for Quotation, if requested, the Vendor shall provide proof of
training;
3.2.12 The Vendor will ensure that all personnel assigned to operate machinery have been
properly trained and certified in operation of said machinery. The Vendor is also
responsible for ensuring that all applicable certifications are current and that personnel
carry their certifications on their person at all times when working. Personnel who do not
conform to this requirement may be excused from the jobsite. Per the Terms and
Conditions of this Request for Quotation, if requested, the Vendor shall provide proof of
training;
3.2.13 The Vendor will ensure that all personnel wear clothing appropriate to their work, as
prescribed in the Occupational Health and Safety Act for Ontario (OSHA), Construction
Projects – Regulation 213/91. Additionally, work clothing must be free from offensive
slogans or imagery and must respect the open and public environment in which the work
will be executed;
3.2.14 The Vendor designated daily supervisor and all onsite staff shall conduct and attend
daily “tailgate” meetings at the beginning of the working day during which the day’s
work will be reviewed, personal protective equipment will be inspected and hazards will
be identified and hazard mitigation discussed and reviewed;
3.2.15 The Vendor shall adhere to all instructions issued, written and oral, regarding all work,
by Toronto Cultural Events Production staff;
3.2.16 The Vendor must provide a Project Manager per awarded portion of the RFQ at no
additional cost to the quoted price. The Project Manager will be the primary point of
contact to the City during the planning and execution process including a planning
meeting at a mutually agreed upon time and pre-event site/venue inspections. The Project
Manager must have authority to make changes to labour and equipment deliverables with
approval from or at the request of assigned City of Toronto Production Supervisor. In the
event that the Project Manager is not on site during installation, operation or strike a
qualified designate must be identified and made available to City Representative until the
Project Manager returns. The Project Manager or designate must have sufficient working
knowledge of the staffing plan to manage and maintain work plan agreed to by the
RFQ 3204-17-7139
Page 11 of 137
Account Manager and City Representative during planning process or outlined in the
scope of work defined herein;
3.2.17 The Project Manager and Account Manager may be the same person as long as the above
parameters are met. The cost of the Project Manager must be included in the overall
project cost;
3.2.18 There must be a separate on-site Project Manager for each awarded site during the
installation, operation and removal project phases;
3.2.19 The Vendor shall keep the site clean and hazard-free throughout the entire installation
period, and shall leave the site clean and tidy at the completion of the work;
3.2.20 Gather, dispose of and remove from the site any debris generated during execution of the
vendor's work;
3.2.21 Following the install period, the vendor will remove any equipment and or materials from
the job site, including dead cases, which are not necessary of the operation of the event,
without additional cost. Cases and/or equipment can be returned to the site following the
show period;
3.2.22 The Vendor must include in the work necessary methods, materials, and labour to protect
all property from damage during the execution of this Contract;
3.2.23 The Vendor must protect existing mechanical, electrical, telephone and similar devices
from damage. If necessary, the Vendor shall, relocate active services to ensure that they
continuously function safely and without risk or damage;
3.2.24 The Vendor must ensure that appropriate measures are taken to protect the general public
throughout the course of the installation, operation and removal;
3.2.25 The Vendor shall promptly report to the City Representative all accidents involving
personal injury or property damage that occur in connection with the work. The Vendor
shall also fill out appropriate incident/damage reports with the on-site H&S supervisor
and provide originals as well as photographic evidence to the City of Toronto;
3.2.26 In addition to the Vendor's responsibilities pertaining to Occupational Health & Safety
Act identified in Appendix B Clause 16 of this call document, the vendor must provide
the name of a worker-appointed Health and Safety representative from among the
workers at the workplace who do not exercise managerial functions as identified in the
OHSA, Part II, section 8(1) a minimum of seven calendar days prior to the
commencement of work;
3.2.27 The Vendor shall dismantle and remove all equipment per the Technical Specification;
3.2.28 In the event that the Vendor fails to meet the minimum staffing levels required for each
shift and staff are required to work additional hours to cover the staffing gap, the Vendor
shall assume any/all overtime costs for those labour hours;
3.2.29 In the event that the Vendor has an equipment failure during installation, operational or
removal which require additional staff hours for repairs, those overtime costs will be
assumed solely by the vendor and will not be deduced from the general labour
specifications;
3.2.30 The Vendor will supply any and all consumable needs to perform their scope of work
including but not limited to: sash cord, rigging rope, ratchet straps, skids, plastic, gaffer
tape, electrical tape, spike tape, board tape, headphones, batteries, safety chains, spare
RFQ 3204-17-7139
Page 12 of 137
bulbs, ladders, tools, garden hose, curtain clips, safety pins, skirting, communication
equipment and safety gear (PPE);
3.2.31 The Vendor shall supply, where requested, rigging plots, cable management plans and
system network designs;
3.2.32 The Vendor must ensure that all electrical devices meet the requirements of the Electrical
Safety Authority (ESA) and bare the approval mark of either the ESA or a testing
laboratory which is recognized in the Province of Ontario;
3.2.33 The Vendor shall be responsible for all onsite RF coordination at each event site and for
the development and execution of an RF management plan;
3.2.34 The Vendor is also required to provide 3D acoustical and simulation plans for the Audio
System as detailed in the Technical Specifications;
3.2.35 The Vendor must provide:
o An emergency weather action plan which includes engineers review notes and
guidelines. If there is 24 hour monitoring required, this must be factored into the
overall bid price.
o Advise of any wind and or weight loading limits for each structure
O Submit all structure weights and weight load distribution plan, including ballast
location information.
3.3 Supply
Equipment types and quantities must meet those detailed in the Technical Specifications. Where
indicated, the Vendor may propose alternate, equivalent products, but all alterations to the
equipment types detailed in the Technical Specification must be approved by the City prior to the
Vendor’s bid submission. The City reserves the exclusive right to accept or reject and proposed
alternatives. Should unapproved alternative products be included in the Vendor’s submission the
submission will be considered non-compliant.
The Vendor will supply any and all consumables needed to perform the scope of work including
but not limited to: sash cord, rigging rope, ratchet straps, gaffers tape, electrical tape, board tape,
headphones, batteries, safety chains, spare bulbs, ladders, tools, garden hose, curtain clips, safety
pins, stage skirting, communications equipment and safety gear. The City requests that the vendor
should have these basic items on site from first day of load-in. No delays should be incurred waiting
for these resources to be delivered or purchased.
3.4 Delivery
The Vendor agrees to supply all equipment and personnel in the manner identified in the Technical
Specifications.
The Vendor agrees to supply a detailed equipment list and to update that equipment list promptly
in the event of approved changes post-tender.
3.4.1 Delivery Method
Due to possible transit way obstructions, not related to City Cultural Events activities, which may
be present during the installation and dismantle of Canada Days, and in accordance with the
engineering specification for Nathan Phillips Square and Mel Lastman Square, only straight
trucks not exceeding 30,000 POUNDS gross vehicle weight may be used for deliveries/pick-ups.
RFQ 3204-17-7139
Page 13 of 137
All sites remains open to the public at all times during the installation, operation and dismantle
periods. As such, all vehicles driving on event sites must have a vendor-provided escort, wearing
the appropriate PPE, to ensure the safety of the public.
No vehicles can remain parked on site. All vehicles must be promptly removed from site once
their transport activities are completed.
3.5 Set-up
The Vendor shall complete on-site set-up according to the Technical Specification. Further
information on set-up will be advanced with the awarded vendor. Please note that some of these
specifications may change between the writing of this document and the execution of the event.
3.6 Operation
The Vendor shall supply all operating technicians according to the Technical Specification.
Operation shall follow within the parameters of the production schedule to be supplied to the
Vendor by Toronto Special Events upon award. The Vendor shall adhere to all instructions
issued, written and oral, regarding all work, by Toronto Special Events Production staff.
3.7 Removal
The Vendor must dismantle and remove all equipment as per the Technical Specifications
3.8 Change Order Process
The City of Toronto reserves the right to alter specifications following award as necessary to
support operational needs of the event.
Changes may include new or altered equipment requirements and changes to the installation,
operation and removal plan (equipment, labour and call times).
Following award all changes to equipment specifications or quantities and/or installation,
operation and removal plan are to be communicated and approved using the following process:
I. Written or emailed request from City Representative (Production Supervisor) to representative
for the Vendor (Account Manager or Project Manager);
II. Written or emailed correspondence from the Vendor to City Representative within 2 business
days indicating adjustment to contracted value necessary to make the requested change; and
III. Written or emailed acceptance of change from City to Account Manager for the Vendor
Where time is of the essence (during load-in/setup and operation) to make a change, an
approximate value may be presented in writing by the Project Manager assuming the value will
be +/- 10% of actual change value. Hard copies of Change Order Forms will be provided on site
by City Representative.
Adjustments to the final invoice due to agreed upon changes will be in line with equipment,
delivery and staffing rates identified in Schedule A.
RFQ 3204-17-7139
Page 14 of 137
4.0 Term of Contract
4.1 Upon Award of this RFQ, the Vendor and the City will have a Contract for the Deliverables
for a period from June 19, 2017 until July 7, 2017, all in accordance with the terms,
conditions, and specifications contained in this RFQ and any applicable City policy.
5.0 Site Meeting (Not Required)
6.0 Quotation Response Requirements
6.1 General Response Requirements
6.1.1 Should Bidders have any questions about any aspect of this Request for Quotation, they should direct
their inquiries by email, to the attention of:
Danny Dhaliwal (Corporate Buyer)
Purchasing & Materials Management Division
Tel. 416-397-4825
Fax. 416-397-7779
E-mail: [email protected]
6.1.2 The following section lists the items that are to be included with your submission. Failure to include
mandatory items will result in your submission being found to be non-compliant and not considered
further.
6.1.3 Bidders must submit one (1) original (clearly marked and identified) and should submit one (1)
additional hard copy of their Quotation. In the event where there are deviations between the original
and any copies, the original hard copy shall prevail.
6.2 Request for Quotation Cover Page
6.2.1 If providing a Quotation on behalf of a corporation, the RFQ cover page must be signed by an
authorized signing officer who has the authority to bind the corporation. If the Bidder is not a
corporation, the cover page must be signed by an authorized signing officer, having the authority to
legally bind the Bidder to the extent permissible by the Requirements of Law. Bidders must also
indicate the receipt of all Addenda as indicated on the RFQ cover page.
6.3 Price Form – Appendix “C”
6.3.1 The Bidder is to transcribe the grand total base bid price for all items 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.
6.3.2 Bidders may submit pricing for any or all items A to H as shown in Appendix "C" – Price Form
Table 1. Pricing must include the cost for the supply, delivery, set-up, operation and removal of all
materials for the Audio and Lighting Equipment for TO Canada with Love – Canada Days event,
as detailed in the RFQ's Technical Specifications and Delivery Transportation and Installation
Schedule, including all other charges excluding harmonized sales tax.
RFQ 3204-17-7139
Page 15 of 137
6.3.3 Bidders must include complete pricing for each line item they wish to bid on. No partial line
items can be submitted or they will be deemed non-compliant. 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 EACH ITEM THEY WISH
TO BID ON (SUCH AS LEAVING LINES BLANK), OR HAVE UNCLEAR ANSWERS
(SUCH AS "N/A", "-", OR "TBD", DASHES OR HYPHENS) WILL BE DECLARED NON-
COMPLIANT.
6.3.4 TABLE 2, Additional Pricing must be submitted as applicable, in accordance with the Line Items
in TABLE 1 on which you are bidding.
Hourly rates may be utilised as part of the contingency requirement intended to cover any
unforeseen conditions necessary to complete the work, determined at the sole discretion of the City.
The hourly rate(s) established in TABLE 2, Additional Pricing will be applied, only if applicable.
6.3.5 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.
6.3.6 All prices, rates, and/or costs submitted by Bidders with respect to this Request for Quotation,
must include any and all expenses that may be anticipated and incurred by the Vendor while
providing the Products F.O.B. destination as specified in this RFQ.
No additional costs will be considered.
6.3.7 All prices, rates, and/or costs submitted by Bidders with respect to unit prices, labour hours and
estimated labour hours prior to the start of the work in relation to this Request for Quotation, must
include any and all expenses that may be anticipated and incurred by the Vendor while providing
the Services as specified in this RFQ. No additional costs will be considered.
6.3.8 Bidders must provide a quote for Deliverables that meet or exceed the minimum specifications
and requirements detailed in Section 9.
6.5 Volume Rebate – Price Form - Appendix "C"
Not Applicable
6.6 City Policies Submission Form(s) – Appendix "E"
The Policy Submission Form contains statements from different City of Toronto Policies. The
complete text of these policies can also be found on the City’s website at
http://www.toronto.ca/purchasing/policies. Where applicable, the Bidder shall answer the
questions posed and include the submission form with the completed Request for Quotation, failure
to do so will result in the Bidder being declared Non-Compliant.
6.7 Literature
RFQ 3204-17-7139
Page 16 of 137
6.7.1 Bidders, where applicable, should submit complete literature on all products being included in their
quotation including, but not limited to, standard manufacturer’s warranty, model numbers, part
numbers and other relevant documentation as part of their Quotation.
6.8 Bidder Qualifications
6.8.1 Bidders must be authorized sellers or resellers for the Products listed in Appendix “C” - Price Form
and must hold title to any equipment that will be installed or removed. If requested by the City,
Bidders must submit written verification of current and valid authorization, satisfactory to the City,
prior to Award. Failure to submit written verification of authorization, satisfactory to the City
within a time frame specified by the City will result in the Quotation being declared Non-
Compliant.
6.8.2 Prior to award, if requested by the City, the Bidder must submit written verification that their
service technicians are certified and authorized to undertake the installation and delivery services
described in this RFQ. Failure to submit written verification of certification/authorization
satisfactory to the City within a timeframe specified by the City will result in the Quotation being
declared Non-Compliant.
6.8.3 All requests for qualification information should be provided. Quotations with incomplete
information may be declared non-compliant.
6.8.4 Bidders must have a minimum of ten (10) years' experience in the supply of audio and/or lighting,
equipment for live events with an minimum attendance of 10,000 persons
6.8.5 Bidders are requested to list examples of relevant experience within the past three (3) years:
Event Name: Event Date:_____________________________
Event Name: Event Date:_____________________________
Event Name: Event Date:_____________________________
6.8.6 Should the information requested not be included with the Quotation submission, Bidders must
provide it within three (3) Business Days of a written request from the City or the Quotation will
be declared non-compliant.
6.9 Bidder References
6.9.1 Bidders must submit a minimum of three [3] references from companies, for whom the Bidder has
satisfactorily supplied, installed, operated and removed for in the past three (3) years, which may
be provided in the form provided for this purpose in Appendix "D".
6.9.2 The City may contact the references provided. Should any reference fail to confirm that the services
listed in Section 9 were performed in a satisfactory manner; the Quotation will be declared Non-
Compliant. Quotations with incomplete reference information may be declared non-compliant.
6.9.3 Should the reference information requested not be included with the Quotation submission,
Bidders must provide it within three (3) Business Days of a written request from the City or the
Quotation will be declared non-compliant.
6.10 Submission of Equipment Lists
RFQ 3204-17-7139
Page 17 of 137
6.10.1 The successful execution of our event requires flexibility. To better account and accommodate the
development of our event design and the inevitable changes to the equipment quantity they
necessitate, Bidders are also required to submit equipment lists for items listed in the technical
specification
6.10.2 Should the information requested not be included with the submission, Bidders must provide it
with three (3) business days of written request from the City or the Quotation will be declared
non-compliant.
RFQ 3204-17-7139
Page 18 of 137
7.0 Evaluation of Bids (AWARD)
7.1 Subject to the process terms contained in Appendix "A" and the City's procurement policies, it is the
intent of the City to award a Contract to multiple Bidders based on the Bidder meeting specification
and providing the lowest overall total base bid price cost as shown in Appendix “C” – Price Form
inclusive of prompt payment .
7.2 Line items A, B, C, D, E, F, G and H will be evaluated and awarded to multiple Bidder(s) based on
overall net value listed in Section 7.3, restrictions of award.
7.3 Restriction of award:
7.3.1 The Vendor awarded with Item A will qualify to be considered for Items B, C, and/or D
7.3.2 The Vendor awarded with Item B will qualify to be considered for Items C, D, F, G and H but not
A or E
7.3.3 The Vendor awarded with Item C will qualify to be considered for Items B, D, F, G and H but not
A or E
7.3.4 The Vendor awarded with Item D will qualify to be considered for Items B, C, F, G and H but not
A or E
7.3.5 The Vendor awarded with Item E will qualify to be considered for Items F, G and/or H
7.3.6 The Vendor awarded with Item F will qualify to be considered for Items B, C, D, G and H but not
A or E
7.3.7 The Vendor awarded with Item G will qualify to be considered for Items B, C, D, F and H but not
A or E
7.3.8 The Vendor awarded with Item H will qualify to be considered for Items B, C, D, F and G but not
A or E
7.4 The City reserves the right of accepting or rejecting any and/or all parts of this RFQ.
7.5 Upon award the City will confirm with the Vendor, the Deliverables, date(s) and any other
instructions related to the Deliverables being provided.
7.6 The provision of Deliverables shall not commence until a signed Contract for the Deliverables is
issued and a Contract Release Order (CRO) has been issued.
7.7 The intention is to award a Contract to the overall lowest Bidder for each item whose Quotation
meets the requirements of this Request for Quotation based on the initial contract period.
8.0 Offers to Agencies and Corporations (Piggyback Option)
After award, the Vendor acknowledges that the City may inform its Agencies and Corporations of
the Vendor's Contract with the City. If the Vendor wishes to provide the same Deliverables to the
City's Agencies and Corporations, it shall use commercially reasonable efforts to negotiate for the
purpose of entering into separate and distinct contracts with the City's Agencies and Corporations
based on the same or comparable terms (including price and duration) as are set out in the City's
Contract with the Vendor. The Vendor further acknowledges that the City shall not be liable for any
separate contracts negotiated with the City's Agencies and Corporations by the Vendor.
RFQ 3204-17-7139
Page 19 of 137
9.0 Technical Specifications
9.1 General Specifications
9.1.1 All specifications are minimum requirements that must be met or exceeded. Bids containing one or
more items that do not meet or exceed the minimum specifications will be declared Non-Compliant.
9.1.2 Bidders that do not fully complete the Specification Forms in or have unclear answers such as N/A,
TBD, blank spaces, etc. will be declared Non-Compliant.
9.2 Environmental Specification Considerations:
The Vendor must ensure that all electrical devices meet the requirements of the Electrical Safety
Authority (ESA) and bare the approval mark of either the ESA or a testing laboratory which is
recognized in the Province of Ontario, i.e. CSA (http://www.csasfmforests.ca/home.htm)
ITEM A: AUDIO SYSTEM FOR TO CANADA WITH LOVE – CANADA DAYS
NATHAN PHILLIPS SQUARE
General Site Notes:
- Vendor agrees there is NO parking for staff and or delivery vehicles anywhere on-
site. All delivery vehicles must be removed from Nathan Phillips Square following
loading/unloading.
- Vendor agrees and is responsible for removing empty cases and/or unused materials
from the site prior to the show and for returning to site for removal (if required). The
cost of this service must be built into the overall transportation costing
- When driving at Nathan Phillips Square the vehicle must drive slowly, have its four
way flashers active and be escorted by a spotter wearing full PPE
- All trucks should be of 5-Ton (or less), G classification due to site weight restrictions
- Electrical equipment tails will be delivered and picked up prior to and following event
date for installation and removal by City of Toronto electrician
City of Toronto's Responsibilities
Unless otherwise noted, the City of Toronto will be responsible for the following:
Provide rigging points on the Nathan Phillips Square main stage and in all temporary
structures;
Provide Front of House operating position for the main stage, including a 20 FOOT x 20
FOOT tent on an elevated surface;
Provide side-stage Monitor operating position for the main stage, including a 10 FOOT x
20 FOOT tent on an elevated surface;
Provide an SL100 or equivalent as a secondary performance stage on the West Lawn (called
Discovery Stage);
Provide an Audio Lead who will create and maintain the necessary audio documentation as
well as direct the installation of the Audio System;
Provide an FOH Traffic Mixer who will oversee and execute the operation of the FOH
Traffic Console;
RFQ 3204-17-7139
Page 20 of 137
Provide a FOH Engineer / Operator who will oversee and execute the operation of the main
sound system;
Provide a Monitor Engineer who will oversee and execute the operation of the Monitor
System;
Provide a stage technician, patch lead on the main stage;
Provide Pyrotechnic Audio Playback system with an operator;
Provide a Front of House operating position for the West Lawn ("Discovery") stage,
including a 10 FOOT x 10 FOOT tent at ground level;
Provide side-stage Monitor operating position for the West Lawn ("Discovery") stage,
including a 6 FOOT x 6 FOOT tent on an elevated surface;
Provide all required audio risers for Queen Street, and Bay Street systems
A1: Main Stage Audio System
A2: Main Stage Communications System
A3: Main Stage Monitor System
A4: NPS Main Stage Festival Microphone Package
A5: NPS Main Stage Orchestral Microphone Package
A6: Main Stage FOH/Monitor Snake Kit
A7: Delay System – Concession Delay Tower NORTH
A8: Delay System – Concession Delay Tower SOUTH
A9: Delay System – Queen Street Delays
A10: Delay System – Bay Street Delays
A11: Delay System – Concession Building Roof Guest Lounge/POND Stage
A12: Mic & RF Package – POND Stage
A13: DISCOVERY Stage Audio System
A14: DISCOVERY Stage Monitor System
A15: DISCOVERY Stage Equipment
A16: DISCOVERY STAGE FOH/Monitor Snake Kit
A17: DISCOVERY STAGE DJ System
A18: CONCESSION ROOF STAGE DJ System
A19: CANADA DAY "150 DRUMMERS" MIC/PATCH KIT – JULY 1
A20: Labour – Main Stage Audio Systems Engineer:
A21: Labour – Site Systems Technician
A22: Labour – Main Stage Audio Technician
A23: Labour – Wireless/Comm Technician
A24: Labour – Guest Lounge Operator
A25: Labour – West Lawn Stage Systems Engineer/MON
A26: Labour – DISCOVERY Stage Audio Tech/Patch
A27: Labour –Install/Dismantle Labour
A28: Transportation
CANADA DAYS – NATHAN PHILLIPS SQUARE – PRELIMINARY PRODUCTION
SCHEDULE
(Subject to change)
RFQ 3204-17-7139
Page 21 of 137
Thurs June 1, 2017 13:00 – 14:30 Production Meeting – Toronto City Hall, 100 Queen Street
West, 6th Floor, West Tower
Wed June 7, 2017 12:00 Vendor to Provide Audio Rigging Plot and Full System
Paperwork
9:00 – 17:00 Shop Prep – Vendor's Location (if required)
Mon Jun 19, 2017 7:30-17:30 Cable Pull
Tues June 20, 2017 7:30 – 17:30 Installation of all Power cabling under the square
Wed June 21, 2017 7:00 Deliver All Audio Under-Square Cabling, Rigging and Power
Distribution
Wed June 21, 2017 7:30 – 17:30 Installation of Audio Under-Square Cabling
June 22 – 25, 2017 No audio work. Construction on square (scaffold and staging)
Mon Jun 26, 2017 7:30 – 17:30 Audio Install – Main Stage & Delay Tower Systems
Mon Jun 26, 2017 17:30 – 22:30 Audio Tuning Period
Tues Jun 27, 2017 7:30—17:30 Audio Install – Main Stage, Delay & Communication Systems
Tues Jun 27, 2017 17:30 – 22:30 Audio Tuning Period
Wed Jun 28, 2017 7:30 – 17:30 Audio Install –West Lawn Stage System, Bay &
Queen St.
Thurs Jun 29, 2017
7:30 – 17:30
16:30
17:30 – 22:30
Audio Install – Concession Roof & All Systems Contingency
Day
All Systems show Ready
ARTIST SOUNDCHECK
Friday Jun 30, 2017
9:00-16:00
17:00-23:00
Artist Sound Check & Show Dress Rehearsal
Canada 150 NPS – Show Day #1
Sat July 1, 2017
8:00-12:00
14:00 – 23:00
Artist Sound Check
Canada 150 NPS – Show Day #2
Sun July 2, 2017
8:00 – 14:30
15:00-23:00
Artist Sound Check
Canada 150 NPS – Show Day #3
Mon July 3, 2017
8:00 – 14:30
15:00 – 23:00
Artist Sound Check
Canada 150 NPS – Show Day # 4
Tues July 4, 2017 7:30-18:00 Strike Stage & Site systems / Strike under square cabling
Wed July 5, 2017 7:30-15:30 Strike under square cabling
AUDIO SYSTEM REQUIRED EQUIPMENT – CANADA 150 MAIN STAGE AT NATHAN
PHILLIPS SQUARE
RFQ 3204-17-7139
Page 22 of 137
The full audio system at Nathan Phillips Square consists of 3 performance spaces:
Main Stage
Discovery Stage (on the West Lawn)
Pond Stage (a riser within the existing NPS Pond)
All these systems must be connected together into one full system. We will work with awarded vendor on
the specific details of this system.
A1: Main Stage Audio System
Notes:
The Main Stage Stereo System will consist of an area 400’ wide x 350’ long
Control of audio system's DSP processing (remote or at FOH), to include but not limited to; time
alignment, equalization, crossovers and level control with a WIFI controllable computer interface
that can be used anywhere in Nathan Phillips Square. This control matrix will feed all audio zones
and must be downstream of the FOH mixing console outputs. As an example, the following is a
preliminary zone matrix and will be finalized with the awarded vendor. The vendor may use
existing DSP which is built into their already packaged networks, but it must be remote capable
from FOH. Drive rack must be on a battery backup power supply. Digital drive system with analog
backup is preferred. A Meyer Galileo drive system is preferred, though other systems may be
suggested by the Vendor, pending approval.
The following site measurements are estimated, and will be confirmed with the awarded vendor.
These are intended to be a guide to assist with developing a coordinated cable and system
management plan.
o Stage to FOH – 330'
o Stage to Monitors – 150'
o Stage to North Delay Tower – 300' '
o Stage to Discovery Stage FOH – 330'
o North Delay Tower to South Delay Tower – 200'
o South Delay Tower to Queen Street Delay Position – 250'
o FOH to Bay Street Delay Position – 400'
o FOH to Pyro Zone – 600'
AUDIO ZONE FEED FROM
1 Main Stage PA Left Console Left
2 Main Stage PA Right Console Right
3 Main Stage Sub Left Matrix 1 or Aux 1
4 Main Stage Sub Right Matrix 2 or Aux 2
5 Main Stage Front Fills Matrix 3
6 Main Stage Out Fills Matrix 4
7 Concession Tower Left + Subs Console Left
8 Concession Tower Right + Subs Console Right
9 Concession Out Fills Console Right
10 Discovery Stage FOH Left Console Left
11 Discovery Stage FOH Right Console Right
12 Queen Street Left Console Left
13 Queen Street Right Console Right
14 Bay Street Left Console Left
15 Bay Street Right Console Right
RFQ 3204-17-7139
Page 23 of 137
16 Guest / Skate Change Roof Left Console Left
17 Guest / Skate Change Roof Right Console Right
18 Podium Roof Matrix 5
19 Media Riser / Smaart Feed Matrix 6
20 Video Feed Left Matrix 7
21 Video Feed Right Matrix 8
22 FOH Reference Monitor Left Local Output Left
23 FOH Reference Monitor Right Local Output Right
Rational Acoustics Smaart 7 Measurement Package, which will be used to time align and tune all
audio system components. The package should include dual reference point capability, located at
FOH but have the ability to measure the entire sound system as required. One wireless test mic to
be included along with a minimum of two wired test mics.
Any and all electrical distribution systems for the main stage audio system, delay system, Queen
Street system, Bay Street system, stage utility power, front fill, out fill, Guest Lounge, FOH and
Monitor equipment. All electrical distribution systems must be pass an ESA inspection and be
rated for outdoor use. A single 400amp, 3 phase, 120v/208v service will be provided.
UID QTY UNIT DESCRIPTION
A-0005 24 EACH Full-size Line Array Cabinets, (12) for each side. Approved
products: L-Acoustics K2, Clair I-3, D&B J Series, Adamson E15,
Meyer Milo, Mica, Leo
A-0010 16 EACH Dual 18 INCH Sub Loudspeakers. A sub arc array design is
preferred with 8 evenly spaced stacks of 2 high dual 18 INCH
subwoofers. Sub loudspeakers must be cardioid programmable,
upon request. Approved products: L-Acoustics SB28, Clair BT-
218, D&B B2, Adamson E219, Meyer 700HP. Subs must be
pinned or strapped together.
A-0015 8 EACH Small Line Array Front Fill Speakers. Speakers will be ground
stacked on the stage deck or on each sub stack (must be strapped
down if placed on subs). Approved products: L-Acoustics KARA,
Clair CO-8, D&B V8, Adamson S10, Meyer M’elodie, Mina.
A-0020 12 EACH Out Fill Loudspeakers on stands. All speakers require stands with
sandbags. Approved products: L-Acoustics 112P, Clair P2, EV-
1122, SX250A, ZLX-15P, D&B E12, Adamson P12, Meyer UPA-
1P (or approved equivalent)
A-0025 1 EACH Stereo FOH Near Field Speaker Package. Approved products: 2 x
Meyer UPJ-1P and 2 x Meyer USW-1P (or approved equivalent).
RFQ 3204-17-7139
Page 24 of 137
A-0030 1 EACH Digital FOH Mixing Console with capability of 96 inputs and
minimum 24 Outputs. Digital consoles and all supporting external
infrastructure must be connected to a UPS power supply. PLEASE
NOTE: The FOH main snake run will be approximately 330' and
must include a digital network solution with a redundant analog
back-up. Please include any and or all equipment needed to
facilitate this cable length with all associated technology for both
digital and analog. FOH console must not share stage or input
racks with any other console. Approved products: Digidesign
Profile – 96/24 (FOH Rack with 4 x DSP Cards & Stage Rack),
Yamaha CL5 (Rio included), Digico SD8, SD9 (stage racks
included) (or approved equivalent).
A-0035 1 EACH Digital Traffic Mixing Console, with capability of minimum 48
inputs and 24 outputs. Console should come complete with
adapters and headphones. Approved products: Digidesign Profile
48/24, Avid SC48 (or approved equivalent)
A-0040 8 EACH Channels of isolation transformer (line level) with ground lifts.
A-0045 1 EACH 16 channel active media feed (minimum 16 output – XLR & 1/8"
TRS output capability, Mic or Line Level Outputs with headphone
monitoring). Approved product: Whirlwind, Presspower 2 (or
approved equivalent). Vendor must also supply power to the
media riser.
A-0050 1 EACH Playback rack containing:
2 x CD Player / Recorder – approved product: Tascam,
CD901 (or approved equivalent). Must include blank
media for recording.
1 x iPod audio adaptor (1/8" TRS to TRS or XLR)
A-0055 1 EACH Sound Pressure Level monitoring system. Vendor must abide by
and respect the dB limits set by City of Toronto bylaws, including
any time the system is operated by a visiting or artist specific
technician. The vendor must advise the Production Manager if the
SPL exceeds these limits, as well as follow any direction given by
the Production Manager.
A-0060 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required) to make a
complete Main Stage Audio System
A2: Main Stage Communications System
UID QTY UNIT DESCRIPTION
A-0065 20 EACH Wired single channel beltpacks – approved products: Clear-Com
501, 601 (or approved equivalent)
A-0070 20 EACH Single muff headsets – approved product: Clear-Com CC-95,
Beyer DT 108 (or approved equivalent)
A-0075 4 EACH Wired dual channel beltpacks – approved products: Clear-Com
602, 602 (or approved equivalent)
A-0080 4 EACH Dual muff headsets – approved product: Clear-Com CC260, Beyer
DT 109 (or approved equivalent)
RFQ 3204-17-7139
Page 25 of 137
A-0085 6 EACH Channels of Wireless communication with antenna distribution,
batteries and single muff headsets – approved product – HME
DX210 (or approved equivalent)
A-0090 6 EACH Beacon flashers – approved product: Clear-Com FL-1 (or approved
equivalent)
A-0095 6 EACH Phone handsets - approved product: Clear-Com Handset (or
approved equivalent)
A-0100 1 EACH Four (4) channel communications main station – approved product:
Clear Com 440 (or approved equivalent)
A-0105 1 LOT All required cable for communications system
A3: Main Stage Monitor System
UID QTY UNIT DESCRIPTION
A-0110 1 EACH 96 Channel Digital MON Mixing Console with 48 Outputs. Digital
consoles and all supporting external infrastructure must be
connected to a UPS power supply. PLEASE NOTE: The monitor
main snake run will be approximately 150' and must include a
digital network solution with a redundant analog back-up. Please
include any and or all equipment needed to facilitate this cable
length with all associated technology. MON console must not
share stage or input racks with any other console. Approved
products: Digidesign Profile – 96/48 (FOH Rack with 4 x DSP
Cards & Stage Rack), , Yamaha CL5 (Rio included), Digico SD8,
SD9 (stage racks included) (or approved equivalent).
A-0115 14 EACH Bi-amped floor wedges on 10 mixes of amplification & processing.
Approved products: L'Acoustics 115XT, Clair 12AM, D&B M4,
EV XW12, XW15 (or approved equivalent)
A-0120 2 EACH Drum fill sub loudspeakers on 2 mix of amplification &
processing. Approved products: L'Acoustics SB18, Clair ML-18,
D&B QSub (or approved equivalent)
A-0125 1 EACH Stereo Side Fill package consisting of: 1 x Dual 18" Sub
Loudspeaker and 2 x Mid / High Loudspeakers. Approved
products – L-Acoustics SB218 or SB28 & ARCS, X-Array XB &
XF, Clair BT-218 & R4, Meyer 700HP (or approved equivalent).
A-0130 2 EACH Powered loudspeakers with speaker stands and sandbags.
Approved products: EV, SX-250A ZLX-15P, JBL Eon, Yorkville
NX55P (or approved equivalent).
A-0135 6 EACH Small powered loudspeakers. Approved products: Yamaha MS101,
Foxtex 6301, Anchor AN-30 (or approved equivalent)
A-0140 1 EACH 16 Channel analog talkback mixer. Approved products: Mackie
1604 VLZ (or approved equivalent). Console must have 6 monitor
mix outputs in both pre/post configuration
A-0145 6 EACH SM-58 Switched Microphones
A-0150 8 EACH Channels of stereo wireless In-Ear monitors with dual beltpacks,
generic headphones and a supply of batteries for rehearsal and
show periods. IEM package should also include an antenna
distribution system required cables and helical antenna(s), as
required. Approved products: Sennheiser G3 or 2000 Series, Shure
PSM 900 or 1000 Series.
RFQ 3204-17-7139
Page 26 of 137
A-0155 2 EACH In-Ear Hard Wire Beltpacks. Approved products: Shure, P6HW,
P9HW. IEM package should also contain a supply of batteries for
rehearsal and show periods.
A-0160 1 EACH RF Scanning and Monitoring equipment package for on-site RF
coordination of all show RF equipment. Off site RF coordination
should be completed and submitted five days before each event.
A-0165 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required) to make a
complete system.
A4: NPS Main Stage Festival Microphone Package
Note: Final microphone package with be reviewed with awarded vendor.
UID QTY UNIT DESCRIPTION
A-0170 10 EACH Shure, SM-58
A-0175 6 EACH Shure, Beta 58A
A-0180 12 EACH Shure, SM-57
A-0185 8 EACH Shure, SM81
A-0190 6 EACH Sennheiser, 604 – with Claws
A-0195 4 EACH Shure, B98A with Drum Hardware
A-0200 4 EACH Sennheiser, 609
A-0205 3 EACH Sennheiser, 421II
A-0210 3 EACH Shure, Beta 52A
A-0215 2 EACH KSM 32
A-0220 4 EACH AKG 414
A-0225 8 EACH Sennheiser, 416 Shotgun Microphones
A-0230 3 EACH Shure, Beta 91
A-0235 2 EACH Shure, MX-412 Podium Microphones
A-0240 20 EACH Passive Direct Boxes with ¼" to ¼" Cables
A-0245 10 EACH Active Direct Boxes with ¼” to ¼” Cables
A-0250 12 EACH Channels of wireless hand held microphones. RF package should
also include an active antenna distribution system with active
antennas, cables, windscreens and batteries for rehearsal and show
operations. Approved product: Shure, UHR wireless hand held
with SM-58 capsules and windscreens.
A-0255 1 LOT Microphone stands package for all microphones, RF hand-held's
and antenna's needs. Please include a large assortment of short, tall
and heavy stands with booms. Different varieties of round base
and tripod options should also be considered.
A-0260 1 LOT Microphone patching kit to include a large festival, multi artist
capability with an assortment of 10', 25', 50' & 100' XLR for all
patching requirements.
A-0265 1 LOT Stage power kit for a large festival deck with all quad box
distribution and GFCI power bars
A5: NPS Main Stage Orchestral Microphone Package
RFQ 3204-17-7139
Page 27 of 137
Note: The list below indicates a general guideline for miking a 70 piece orchestra, whose final
format is still TBC. We will work with the Vendor on finalizing this list to cater to actual
performance.
UID QTY UNIT DESCRIPTION
A-0270 16 EACH Neuman KM184 - Flutes, Clarinets, Bassoons, French Horns
A-0275 9 EACH Sennheiser E609 – Trumpets, Trombones, Tuba, Timpani
A-0280 7 EACH Sennheiser MD441 - Percussion
A-0285 4 EACH Sennheiser MKH40 – Harp, Celeste, Piano
A-0290 30 EACH DPA 4099 mics w/ DPAMS6001 clips – violins & violas
A-0295 11 EACH Sennheiser MKH40 – Cellos & Basses
A-0300 27 EACH Microphone stands – Medium Boom
A-0305 17 EACH Microphone stands – small boom
A-0310 5 EACH Microphone stands – large boom
A-0315 2 EACH Fostex Hotspot (or approved equivalent)
A-0320 1 LOT Microphone patching kit to include a large festival, multi artist
capability with an assortment of 10', 25', 50' & 100' XLR for all
patching requirements.
A6: Main Stage FOH/Monitor Snake Kit – FOR ALL AUDIO INPUTS AND OUTPUTS
PLEASE NOTE: Final audio snake and network design to be reviewed with awarded vendor
UID QTY UNIT DESCRIPTION
A-0325 1 EACH 96 Channel, 3-way transformer (broadcast) and isolated splitter
(FOH & Monitors) – Main Split Snake
A-0330 2 EACH 96 Channel Isolated 3-way splitter snakehead (Headliner, Opening
Acts)
A-0335 1 EACH 48 Channel traffic console 3-way splitter with snakehead to be
positioned at stage. Please advance this detail with City production
staff.
A-0340 1 EACH 48 Channel 330’ traffic console snake (Stage to FOH with
turnarounds)
A-0345 1 EACH 24 Channel 330' return snake for talkback, communication and
timecode
A-0350 1 EACH 330' 96 channel FOH digital main snake with returns (as required)
and FOH AC
A-0355 2 EACH 150 FOOT 48 channel digital monitor snake with AC
A-0360 1 EACH 330' 96 channel FOH analog main snake to be used as back-up to
digital network
A-0365 1 EACH 330' 48 channel Traffic analog traffic console snake to be used as
back-up to digital network
A-0370 1 LOT All required snake fan outs
A-0375 1 LOT All required return snakes needed to drive all audio system
components, video feeds, communication matrix, talkback system,
Pond Stage console feed and media feed.
A-0380 1 LOT 12 channel detachable stage boxes with assorted snakes lengths
and breakouts
RFQ 3204-17-7139
Page 28 of 137
A-0385 1 EACH 600 FOOT 8 channel XLR to XLR sub snake with turnarounds
(communications for pyro on podium roof)
A7: Delay System – Concession Delay Tower NORTH
Note: A stereo delay system covering an area 250’ wide x 300’ long. There will be two scaffold towers
adjacent to the concession building with the North tower being lower than the South tower due to sight
lines. PLEASE NOTE the North tower and South tower pa trim height will be approx. 24’. The subs will
be ground stacked inside the scaffolding towers. Subs must be pinned or strapped together. All power and
or amplification equipment should be contained within the scaffolding tower.
UID QTY UNIT DESCRIPTION
A-0395 8 EACH Full sized line array cabinets. Approved products: L-Acoustics,
K2, Clair I-3, D&B J Series, Adamson E15, Meyer Milo, Mica,
Leo (or approved equivalent).
A-0400 3 EACH Dual 18 INCH stereo delay sub-loudspeakers. Approved products:
L-Acoustics SB28, Clair BT-218, D&B B2, Jsub, Adamson E219,
Meyer 700HP (or approved equivalent). Sub loudspeakers must be
cardioid programmable, upon request.
A-0405 2 EACH Out Fill Loudspeakers on stands to fill the area North of the North
concession tower including control, amplification, time alignment,
equalization, cables and weather-proofing (as required). All
speakers require stands with sandbags. Approved products: L-
Acoustics 112P, Clair P2, EV-1122, SX250A, ZLX-15P, D&B
E12, Adamson P12, Meyer UPA-1P (or approved equivalent)
A-0410 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required)
A8: Delay System – Concession Delay Tower SOUTH
Note: See Notes in Section A7
UID QTY UNIT DESCRIPTION
A-0415 8 EACH Full sized line array cabinets. Approved products: L-Acoustics,
K2, Clair I-3, D&B J Series, Adamson E15, Meyer Milo, Mica,
Leo (or approved equivalent).
A-0420 3 EACH Dual 18 INCH stereo delay sub-loudspeakers. Approved products:
L-Acoustics SB28, Clair BT-218, D&B B2, Jsub, Adamson E219,
Meyer 700HP (or approved equivalent). Sub loudspeakers must be
cardioid programmable, upon request.
A-0425 2 EACH Out Fill Loudspeakers on stands to fill the area South of the South
concession tower including control, amplification, time alignment,
equalization, cables and weather-proofing (as required). All
speakers require stands with sandbags. Approved products: L-
Acoustics 112P, Clair P2, EV-1122, SX250A, ZLX-15P, D&B
E12, Adamson P12, Meyer UPA-1P (or approved equivalent)
A-0430 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required)
RFQ 3204-17-7139
Page 29 of 137
A9: Delay System – Queen Street Delays
Note: A stereo delay system will cover of an area 250’ wide x 100’ long. This audio system will be
ground stacked on top of sub loudspeakers. All ground stacking hardware should be included. All power
and or amplification equipment should be contained below the riser platform.
UID QTY UNIT DESCRIPTION
A-0435 4 EACH Medium size line array cabinets. Approved products: L-Acoustics,
KARA, DV-DOSC, Clair I-3, D&B V8, Adamson E12, S10,
Spektrix, EV XLD, Meyer Mica, Lyon (or approved equivalent).
A-0440 2 EACH Dual 18 INCH Stereo delay Sub-loudspeakers. Sub loudspeakers
must be cardioid programmable, upon request. Approved products:
L-Acoustics SB28, Clair BT-218, D&B B2, Jsub, Adamson E218,
E219, EV X-Sub, Meyer 700HP (or approved equivalent).
A-0445 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required)
A10: Delay System – Bay Street Delays
Note: A stereo delay system will cover of an area 250’ wide x 100’ long. This audio system will be
ground stacked on top of sub loudspeakers. All ground stacking hardware should be included. All power
and or amplification equipment should be contained below the riser platform.
UID QTY UNIT DESCRIPTION
A-0450 4 EACH Medium size line array cabinets. Approved products: L-Acoustics,
, KARA, Clair I-3, D&B V8, Adamson E12, S10, Spektrix, EV
XLD, Meyer Mica, Lyon (or approved equivalent).
A-0455 2 EACH Dual 18 INCH Stereo delay Sub-loudspeakers. Sub loudspeakers
must be cardioid programmable, upon request. Approved products:
L-Acoustics SB28, Clair BT-218, D&B B2, Jsub, Adamson E218,
E219, EV X-Sub, Meyer 700HP (or approved equivalent).
A-0460 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required)
A11: Delay System – Concession Building Roof Guest Lounge/POND Stage
Note: A stereo sound system to cover an area 50' wide x 75’ long. Vendor is responsible for providing
an operator for this sound system.
UID QTY UNIT DESCRIPTION
A-0465 4 EACH Speakers on stands with sandbags. Approved products: L-
Acoustics 112P, Clair P2, EV-1122, SX250A, ZLX-15P, D&B
E12, Adamson P12, Meyer UPA-1P (or approved equivalent).
A-0470 1 EACH Small analog sound mixer is required for audio level adjustments.
A12: Audio Package – POND Stage
UID QTY UNIT DESCRIPTION
RFQ 3204-17-7139
Page 30 of 137
A-0471 1 EACH 24 Channel Digital Console with capability of minimum 24 inputs
and 8 outputs. Console should have capability to be controlled
wirelessly via tablet or iPad. Console should come complete with
adapters and headphones. Approved products: Midas M32,
Behringer X32 (or approved equivalent)
A-0472 1 EACH Wireless router & tablet/iPad for controlling console wirelessly.
A-0473 1 EACH Stereo FOH Near Field Speaker Package. Approved products: 2 x
Meyer UPJ-1P and 2 x Meyer USW-1P (or approved equivalent).
A-0475 1 EACH 24 Channel input patch bay (to Pond Stage console) located within
North Delay Tower
A-0480 1 EACH 8 Channel return patch bay (from Pond Stage console) located
within North Delay Tower
A-0485 1 EACH 2 channel return, with redundant back up, to run to traffic console
patch bay at main stage
A-0490 1 EACH 12 Channel stage box which will need to run through temporary
plastic conduit. This snake will carry the stage inputs from the
Pond Stage to the North Delay Tower patch point.
A-0491 4 EACH SM58 or approved equivalent
A-0492 4 EACH SM57 or approved equivalent
A-0493 4 EACH Channels of wireless hand held microphones. RF package should
also include an active antenna distribution system with active
antennas, cables, windscreens and batteries for rehearsal and show
operations. Approved product: Shure, UHR wireless hand held
with SM-58 capsules and windscreens.
A-0494 4 EACH Channels of wireless, with ability to use either 4 x lavs, 4 x
headsets, 4 x instrument packs or any combination there of. RF
package should also include an active antenna distribution system
with active antennas, cables, windscreens and batteries for
rehearsal and show operations. Approved product: Shure,
Sennheiser or approved equivalent.
A-0495 1 LOT Microphone stands package for all microphones, RF hand-held's
and antenna's needs. Please include a large assortment of short, tall
and heavy stands with booms. Different varieties of round base
and tripod options should also be considered.
A-0496 1 LOT Microphone patching kit to include a large festival, multi artist
capability with an assortment of 10', 25', & 50' XLR for all
patching requirements.
A-0500 1 LOT 150' of cabling for antennas, for placement in either the North or
South Delay towers
A13: DISCOVERY Stage Audio System
Notes:
The DISCOVERY STAGE Stereo System will consist of an area 100’ wide x 150’ long
Control of audio system's DSP processing (remote or at FOH), to include but not limited to; time
alignment, equalization, crossovers and level control with a WIFI controllable computer interface
that can be used anywhere in Nathan Phillips Square. This control matrix will feed all audio zones
and must be downstream of the FOH mixing console outputs. As an example, the following is a
preliminary zone matrix and will be finalized with the awarded vendor. The vendor may use
existing DSP which is built into their already packaged networks, but it must be remote capable
RFQ 3204-17-7139
Page 31 of 137
from FOH. Drive rack must be on a battery backup power supply. Digital drive system with analog
backup is preferred. A Meyer Galileo drive system is preferred, though other systems may be
suggested by the Vendor, pending approval.
The following site measurements are estimated, and will be confirmed with the awarded vendor.
These are intended to be a guide to assist with developing a coordinated cable and system
management plan.
o Stage to FOH – 350'
o Stage to Monitors – 50'
o FOH to Main Stage PA – 300'
AUDIO ZONE FEED FROM
1 Discovery Stage PA Left Console Left
2 Discovery Stage PA Right Console Right
3 Discovery Stage Sub MONO Matrix 1 or Aux 1
4 Discovery Stage Front Fills Matrix 2 or Aux 2
5 Send to Main Stage PA L Matrix 3 (TBC)
6 Send to Main Stage PA R Matrix 4 (TBC)
7 Send to Out Fill Speakers Mono Matrix 5
Rational Acoustics Smaart 7 Measurement Package, which will be used to time align and tune all
audio system components. The package should include dual reference point capability, located at
FOH but have the ability to measure the entire sound system as required. One wireless test mic to
be included along with a minimum of two wired test mics.
Any and all electrical distribution systems for the West Lawn stage audio system, stage utility
power, front fill, out fill, FOH and Monitor equipment. All electrical distribution systems must
be pass an ESA inspection and be rated for outdoor use. A single 400amp, 3 phase, 120v/208v
service will be provided.
UID QTY UNIT DESCRIPTION
A-0505 16 EACH Full-size Line Array Cabinets, (8) for each side. Approved
products: L-Acoustics K2, Clair I-3, D&B J Series, Adamson E15,
Meyer Milo, Mica, Leo
A-0510 8 EACH Dual 18 INCH Sub Loudspeakers. A sub arc array design is
preferred with 4 evenly spaced stacks of 2 high dual 18 INCH
subwoofers. Sub loudspeakers must be cardioid programmable,
upon request. Approved products: L-Acoustics SB28, Clair BT-
218, D&B B2, Adamson E219, Meyer 700HP. Subs must be
pinned or strapped together.
A-0515 4 EACH Small Line Array Front Fill Speakers. Speakers will be ground
stacked on the stage deck or on each sub stack (must be strapped
down if placed on subs). Approved products: L-Acoustics KARA,
Clair CO-8, D&B V8, Adamson S10, Meyer M’elodie, Mina.
A-0520 1 EACH 48 Channel Digital FOH Mixing Console with 24 Outputs. Digital
consoles and all supporting external infrastructure must be
connected to a UPS power supply. PLEASE NOTE: The FOH
main snake run will be approximately 350'. Please include any and
or all equipment needed to facilitate this cable length with all
associated technology. FOH console must not share stage or input
RFQ 3204-17-7139
Page 32 of 137
racks with any other console. Approved products: Avid SC48, ,
CL5 (Rio included), Digico SD8, SD9 (stage racks included) (or
approved equivalent).
A-0525 1 EACH 16 channel active media feed (minimum 16 output – XLR & 1/8"
TRS output capability, Mic or Line Level Outputs with headphone
monitoring). Approved product: Whirlwind, Presspower 2 (or
approved equivalent). Vendor must also supply power to the
media riser.
A-0530 1 EACH Playback rack containing:
2 x CD Player – approved product: Tascam, CD901 (or
approved equivalent). 1 x iPod audio adaptor (1/8" TRS to
TRS or XLR)
A-0535 1 EACH Sound Pressure Level monitoring system. Vendor must abide by
and respect the dB limits set by City of Toronto bylaws, including
any time the system is operated by a visiting or artist specific
technician. The vendor must advise the Production Manager if the
SPL exceeds these limits, as well as follow any direction given by
the Production Manager.
A-0540 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required) to make a
complete Discovery Stage Audio System
A14: DISCOVERY Stage Monitor System
UID QTY UNIT DESCRIPTION
A-0545 1 EACH 48 Channel Digital MON Mixing Console with 16 Outputs. Digital
consoles and all supporting external infrastructure must be
connected to a UPS power supply. PLEASE NOTE: The monitor
main snake run will be approximately 50’. Please include any and
or all equipment needed to facilitate this cable length with all
associated technology. MON console must not share stage or input
racks with any other console. Approved products: Digidesign
SC48, , CL5 (Rio included), Digico SD8, SD9 (stage racks
included) (or approved equivalent).
A-0550 10 EACH Bi-amped floor wedges on 10 mixes of amplification & processing.
Approved products: L'Acoustics 115XT, Clair 12AM, D&B M4,
EV XW12, XW15 (or approved equivalent)
A-0555 1 EACH Drum fill sub loudspeakers on 2 mix of amplification &
processing. Approved products: L'Acoustics SB18, Clair ML-18,
D&B QSub (or approved equivalent)
A-0560 2 EACH Powered loudspeakers with speaker stands and sandbags.
Approved products: EV, SX-250A ZLX-15P, JBL Eon, Yorkville
NX55P (or approved equivalent).
A-0565 2 EACH SM-58 Switched Microphones
A-0570 4 EACH Channels of stereo wireless In-Ear monitors with dual beltpacks,
generic headphones and a supply of batteries for rehearsal and
show periods. IEM package should also include an antenna
distribution system required cables and helical antenna(s), as
RFQ 3204-17-7139
Page 33 of 137
required. Approved products: Sennheiser G3 or 2000 Series, Shure
PSM 900 or 1000 Series.
A-0575 2 EACH In-Ear Hard Wire Beltpacks. Approved products: Shure, P6HW,
P9HW. IEM package should also contain a supply of batteries for
rehearsal and show periods.
A-0580 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required) to make a
complete system.
A15: DISCOVERY Stage Equipment
UID QTY UNIT DESCRIPTION
A-0585 6 EACH Shure, SM-58
A-0590 4 EACH Shure, Beta 58A
A-0595 6 EACH Shure, SM-57
A-0600 2 EACH Shure, SM81
A-0605 3 EACH Sennheiser, 604 – with Claws
A-0610 2 EACH Shure, B98A with Drum Hardware
A-0615 3 EACH Sennheiser, 609
A-0620 2 EACH Sennheiser, 421II
A-0625 1 EACH Shure, Beta 52A
A-0630 2 EACH KSM 32
A-0635 1 EACH Shure, Beta 91
A-0640 6 EACH Passive Direct Boxes with ¼" to ¼" Cables
A-0645 6 EACH Active Direct Boxes with ¼” to ¼” Cables
A-0650 4 EACH Channels of wireless hand held microphones. RF package should
also include an active antenna distribution system with active
antennas, cables, windscreens and batteries for rehearsal and show
operations. Approved product: Shure, UHR wireless hand held with
SM-58 capsules and windscreens.
A-0655 1 LOT Microphone stands package for all microphones, RF hand-held's
and antenna's needs. Please include a large assortment of short, tall
and heavy stands with booms. Different varieties of round base and
tripod options should also be considered.
A-0660 1 LOT Microphone patching kit to include a large festival, multi artist
capability with an assortment of 10', 25', & 50' XLR for all patching
requirements.
A-0665 1 LOT Stage power kit for a large festival deck with all quad box
distribution and GFCI power bars
A16: DISCOVERY STAGE FOH/Monitor Snake Kit – FOR ALL AUDIO INPUTS AND OUTPUTS
PLEASE NOTE: Final audio snake and network design to be reviewed with awarded vendor
UID QTY UNIT DESCRIPTION
A-0670 1 EACH 48 Channel, 3-way transformer (broadcast) and isolated splitter
(FOH & Monitors) – Main Split Snake
A-0675 1 EACH 12 Channel 350' return snake for talkback and communications
RFQ 3204-17-7139
Page 34 of 137
A-0680 1 EACH 300' 48 channel FOH digital or analog main snake with returns (as
required) and FOH AC
A-0685 2 EACH 50' FOOT 48 channel digital or analog monitor snake with AC
A-0690 1 LOT All required snake fan outs
A-0695 1 LOT All required return snakes needed to drive all audio system
components, video feeds, communication matrix, talkback system,
and media feed.
A-0700 6 EACH 12 channel detachable stage boxes with assorted snakes lengths and
breakouts
A-0705 1 EACH 350' FOOT 8 channel XLR to XLR sub snake with turnarounds
(communications to main stage)
A17: DISCOVERY STAGE DJ System
A18: CONCESSION ROOF STAGE DJ System
UID QTY UNIT DESCRIPTION
A-0750 1 EACH Rane, TTM-62 DJ Mixer with TRS Booth Adaptors
A-0755 2 EACH Pioneer, CDJ-2000NXS CD Players with RCA Cables
A-0760 2 EACH Technic, SL-1200 MKII Turntables With Slips Matts, Cartridges and
Needles
A-0765 2 EACH Rave Stones (to prevent vibrations)
A-0770 1 EACH DJ Laptop Stand
A-0775 2 EACH Rane Serato Package (Complete – CD, Records, etc)
UID QTY UNIT DESCRIPTION
A-0710 1 EACH Pioneer DJM – 900 DJ Mixer with TRS Booth Adapters
A-0715 2 EACH Pioneer, CDJ-2000NXS CD Players with RCA Cables
A-0720 2 EACH Technic, SL-1200 MKII Turntables With Slip Matts, Cartridges and
Needles
A-0725 2 EACH Rave Stones (to prevent vibrations)
A-0730 1 EACH DJ Laptop Stand
A-0735 2 EACH Rane Serato Package (Complete – CD, Records, etc)
A-0740
2 EACH 2'x8'x40" JDI risers for a stage DJ table. Must include black surface
and black gabardine skirt package
A-0745 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required)
RFQ 3204-17-7139
Page 35 of 137
A-0780 2 EACH Powered DJ Monitor. Speaker must include a stand and sandbags.
Approved product: EV SX-250A, ZLX-15P, JBL Eon, Yorkville
NX55P (or approved equivalent).
A-0785 2 EACH 2'x8'x40" JDI risers for a stage DJ table. Must include black surface
and black gabardine skirt package
A-0790 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required)
A19: CANADA DAY "150 DRUMMERS" MIC/PATCH KIT – JULY 1
UID QTY UNIT DESCRIPTION
A-0795 3 EACH Beta 91
A-0800 6 EACH Shure SM57
A-0805 4 EACH Shure Beta57
A-0810 6 EACH Senn 604
A-0815 4 EACH Shure SM58
A-0815 3 EACH 12 channel stage boxes with 100' cabling to run from area just in
front of FOH booth back to traffic console
A-0820 1 LOT XLR cabling to patch in a drum group, minimum 24 channels
NATHAN PHILLIPS SQUARE - AUDIO SYSTEM LABOUR AND TRANSPORTATION
City of Toronto will provide fork operator and boom lift operator for both load in and load out.
Vendor should identify their requirements in advance of load in.
City of Toronto will provide an audio supervisor who is responsible for all audio activities on the
site. The audio supervisor must have full access and control over any and all audio processing,
delay, level, etc that is required to operate the sound system.
City of Toronto may provide technicians for the following positions: Main Stage FOH mixer (also
the audio supervisor), Main Stage Traffic mixer, Main Stage MON mixer, Main Stage Patch
technician & West Lawn FOH engineer.
Vendor must provide one main systems engineer, one site systems engineer, one West Lawn
systems engineer/MON engineer, and one West Lawn stage/patch engineer. During the install it
will be expected that two crews are running simultaneously to install the main stage, West Lawn
stage and delay equipment.
Please estimate based on the hours outlined below. The City of Toronto will not pay for additional
hours if you have under estimated your required labour. Any hours worked over and above the
times outlined MUST have authorization sign off from Toronto Special Events. Any unauthorized
overages will not be paid by the City of Toronto.
The below schedule is preliminary and does not depict the final hours of work
All times are estimates, and actual hours worked might operate on a 24 hour clock to align with
production schedules.
A20: Labour – Main Stage Audio Systems Engineer:
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-21 10 HOURS System Eng. – CABLING
INSTALL
1 Hand at 10 Hours
2017-06-26 12 HOURS System Eng. – AUDIO INSTALL 1 Hand at 12 Hours
2017-06-27 12 HOURS System Eng. – AUDIO INSTALL 1 Hand at 12 Hours
RFQ 3204-17-7139
Page 36 of 137
2017-06-28 12 HOURS System Eng. – AUDIO INSTALL 1 Hand at 12 Hours
2017-06-29 12 HOURS System Eng. – AUDIO INSTALL /
SOUNDCHECK
1 Hand at 12 Hours
2017-06-30 14 HOURS System Eng. - SHOW 1 Hand at 14 Hours
2017-07-01 14 HOURS System Eng. – SHOW 1 Hand at 14 Hours
2017-07-02 14 HOURS System Eng – SHOW 1 Hand at 14 Hours
2017-07-03 14 HOURS System Eng. – SHOW 1 Hand at 14 Hours
2017-07-04 12 HOURS System Eng. – STRIKE 1 Hand at 12 Hours
2017-07-05 8 HOURS System Eng. – CABLE STRIKE 1 Hand at 7 Hours
A21: Labour – Site Systems Technician:
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-21 10 HOURS System Eng. – CABLING
INSTALL
1 Hand at 10 Hours
2017-06-26 12 HOURS System Eng. – AUDIO INSTALL 1 Hand at 12 Hours
2017-06-27 12 HOURS System Eng. – AUDIO INSTALL 1 Hand at 12 Hours
2017-06-28 12 HOURS System Eng. – AUDIO INSTALL 1 Hand at 12 Hours
2017-06-29 12 HOURS System Eng. – AUDIO INSTALL /
SOUNDCHECK
1 Hand at 12 Hours
2017-06-30 14 HOURS System Eng. - SHOW 1 Hand at 14 Hours
2017-07-01 14 HOURS System Eng. – SHOW 1 Hand at 14 Hours
2017-07-02 14 HOURS System Eng. – SHOW 1 Hand at 14 Hours
2017-07-03 14 HOURS System Eng. - SHOW 1 Hand at 14 Hours
2017-07-04 12 HOURS System Eng. – STRIKE 1 Hand at 12 Hours
2017-07-05 8 HOURS System Eng. – CABLE STRIKE 1 Hand at 7 Hours
A22: Labour – Main Stage Audio Technician:
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-26 12 HOURS System Eng. – AUDIO INSTALL 1 Hand at 12 Hours
2017-06-27 12 HOURS System Eng. – AUDIO INSTALL 1 Hand at 12 Hours
2017-06-28 12 HOURS System Eng. – AUDIO INSTALL 1 Hand at 12 Hours
2017-06-29 12 HOURS System Eng. – AUDIO INSTALL /
SOUNDCHECK
1 Hand at 12 Hours
2017-06-30 28 HOURS System Eng. - SHOW 2 Hands at 14 Hours
2017-07-01 42 HOURS System Eng. – SHOW 3 Hands at 14 Hours
2017-07-02 28 HOURS System Eng. – SHOW 2 Hands at 14 Hours
2017-07-03 28 HOURS System Eng. - SHOW 2 Hands at 14 Hours
2017-07-04 16 HOURS System Eng. – STRIKE 2 Hands at 8 Hours
A23: Labour – Wireless/Comm Technician:
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-26 12 HOURS System Eng. – AUDIO INSTALL 1 Hand at 12 Hours
2017-06-27 12 HOURS System Eng. – AUDIO INSTALL 1 Hand at 12 Hours
2017-06-28 12 HOURS System Eng. – AUDIO INSTALL 1 Hand at 12 Hours
2017-06-29 14 HOURS System Eng. – AUDIO INSTALL /
SOUNDCHECK
1 Hand at 14 Hours
RFQ 3204-17-7139
Page 37 of 137
2017-06-30 14 HOURS System Eng. - SHOW 1 Hand at 14 Hours
2017-07-01 14 HOURS System Eng. – SHOW 1 Hand at 14 Hours
2017-07-02 14 HOURS System Eng. – SHOW 1 Hand at 14 Hours
2017-07-03 14 HOURS System Eng. - SHOW 1 Hand at 14 Hours
2017-07-04 4 HOURS System Eng. – STRIKE 1 Hand at 4 Hours
A24: Labour – Guest Lounge/Pool Stage Operator:
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-29 10 HOURS System Eng. – AUDIO INSTALL 1 Hand at 10 Hours
2017-06-30 14 HOURS System Eng. - SHOW 1 Hand at 14 Hours
2017-07-01 14 HOURS System Eng. – SHOW 1 Hand at 14 Hours
2017-07-02 14 HOURS System Eng. – SHOW 1 Hand at 14 Hours
2017-07-03 14 HOURS System Eng. - SHOW 1 Hand at 14 Hours
2017-07-04 4 HOURS System Eng. – STRIKE 1 Hand at 4 Hours
A25: Labour – Discovery Stage Systems Engineer/MON:
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-27 10 HOURS System Eng. – AUDIO INSTALL 1 Hand at 10 Hours
2017-06-28 8 HOURS System Eng. – AUDIO INSTALL 1 Hand at 8 Hours
2017-06-29 8 HOURS System Eng. – AUDIO INSTALL 1 Hand at 8 Hours
2017-06-30 10 HOURS System Eng. - SHOW 1 Hand at 10 Hours
2017-07-01 12 HOURS System Eng. – SHOW 1 Hand at 12 Hours
2017-07-02 10 HOURS System Eng. – SHOW 1 Hand at 10 Hours
2017-07-03 10 HOURS System Eng. - SHOW 1 Hand at 10 Hours
2017-07-04 8 HOURS System Eng. – STRIKE 1 Hand at 8 Hours
A26: Labour – West Lawn Stage Audio Tech/Patch:
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-27 10 HOURS System Eng. – AUDIO INSTALL 1 Hand at 10 Hours
2017-06-28 8 HOURS System Eng. – AUDIO INSTALL 1 Hand at 8 Hours
2017-06-29 8 HOURS System Eng. – AUDIO INSTALL 1 Hand at 8 Hours
2017-06-30 10 HOURS System Eng. - SHOW 1 Hand at 10 Hours
2017-07-01 12 HOURS System Eng. – SHOW 1 Hand at 12 Hours
2017-07-02 10 HOURS System Eng. – SHOW 1 Hand at 10 Hours
2017-07-03 10 HOURS System Eng. - SHOW 1 Hand at 10 Hours
2017-07-04 8 HOURS System Eng. – STRIKE 1 Hand at 8 Hours
A27: Labour –Install/Dismantle & General Show Labour:
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-21 40 HOURS Labour – CABLING INSTALL 4 Hand at 10 Hours
2017-06-26 60 HOURS Labour. – AUDIO INSTALL 6 Hand at 10 Hours
2017-06-27 60 HOURS Labour – AUDIO INSTALL 6 Hand at 10 Hours
2017-06-28 40 HOURS Labour – AUDIO INSTALL 4 Hand at 10 Hours
2017-06-29 40 HOURS Labour. – AUDIO INSTALL 4 Hand at 10 Hours
RFQ 3204-17-7139
Page 38 of 137
2017-06-30 28 HOURS Labour – SHOW 2 Hands at 14 Hours
2017-07-01 28 HOURS Labour – SHOW 4 Hands at 14 Hours
2017-07-02 28 HOURS Labour – SHOW 2 Hands at 14 Hours
2017-07-03 28 HOURS Labour – SHOW 2 Hands at 14 Hours
2017-07-04 100 HOURS Labour – STRIKE 10 Hands at 10 Hours
2017-07-05 28 HOURS Labour. – CABLE STRIKE 4 Hand at 7 Hours
A28: Transportation:
DATE QTY UNIT DESCRIPTION
2017-06-21 1 EACH DELIVERY – CABLING
2017-06-26 1 EACH DELIVERY – Audio Equipment – Main Stage/Delays
2017-06-27 1 EACH DELIVERY – Audio Equipment – West Lawn/Queen/Bay
2017-07-04 1 EACH PICKUP - All
2017-07-05 1 EACH PICKUP – CABLING
RFQ 3204-17-7139
Page 39 of 137
ITEM B –AUDIO SYSTEM FOR TO CANADA WITH LOVE – CANADA DAYS
HUMBER BAY PARK WEST
General Site Notes:
- Vendor agrees there is NO parking for staff and or delivery vehicles anywhere on-
site. All delivery vehicles must be removed from Humber Bay Park West following
loading/unloading.
- Vendor agrees and is responsible for removing empty cases and/or unused materials
form the site prior to the show and for returning to site for removal (if required). The
cost of this service must be built into the overall transportation costing
- When driving at Humber Bay Park West the vehicle must drive slowly, have its four
way flashers active and be escorted by a spotter wearing full PPE
- As there may be a width and weight restriction, all trucks may be required to only be
of 5-Ton, G classification or less. The awarded vendor MUST advance this detail with
the site's production manager.
City of Toronto's Responsibilities
Unless otherwise noted, the City of Toronto will be responsible for the following:
Provide an SL260 or equivalent as the performance stage
Provide Front of House operating position, including a 10 FOOT x 10 FOOT tent;
Provide side-stage Monitor operating position, underneath a covered wing, occupying a
minimum of 10'x8' space
Provide a secondary performance stage (size TBC). This space may or may not be covered;
Provide a single operating position for both FOH & MON for the secondary stage, positioned
side-stage. This space may or may not be covered.
Provide a barge, through our Pyrotechnics supplier, for the purposes of the fireworks display.
B1: HBPW Main Stage Audio System
B2: HBPW Main Stage Communications System
B3: HBPW Main Stage Monitor System
B4: HBPW Stage Equipment
B5: HBPW Main Stage FOH/Monitor Snake Kit
B6: Delay System
B7: HUMBER BAY PARK WEST 2nd Stage
B8: HBPW Site Performances System (DUSK DANCES)
B9: HBPW BARGE/PYRO PA SYSTEM
B10: HBPW DJ System
B11: Labour – HBPW Main Stage Audio Systems/FOH Engineer
B12: Labour – HBPW Main Stage Monitor Engineer
B13: Labour – HBPW Main Stage Patch Technician
B14: Labour – Main Stage Wireless/Comm Technician
B15: Labour – 2nd Stage FOH/MON engineer
B16: Labour – 2nd Stage Patch technician
B17: Labour –Install/Dismantle Labour
B18: Transportation
RFQ 3204-17-7139
Page 40 of 137
DATE TBC Production Meeting – Toronto City Hall, 100 Queen Street
West, 6th Floor, West Tower
Wed June 7, 2017 12:00 Vendor to Provide Audio Rigging Plot and Full System
Paperwork
9:00 – 17:00 Shop Prep – Vendor's Location (if required)
Fri June 30, 2017
7:00-11:00
10:00 – 22:00
23:00
Mobile Stage Delivery
Audio Install – MAIN STAGE & "B" STAGE
All Audio Systems Show Ready
Sat July 1, 2017 8:00-12:00 Artist Sound Check
Sat July 1, 2017 14:00 – 23:00 Canada 150 HBPW – SHOW
Sun July 2, 2017 7:30-18:00 Strike Stage & Site systems
B1: HBPW Main Stage Audio System
Notes:
The Main Stage Stereo System will consist of an area 150’ wide x 250’ long approx.
Control of audio system's DSP processing (remote or at FOH), to include but not limited to; time
alignment, equalization, crossovers and level control with a WIFI controllable computer interface
that can be used anywhere in HBPW. This control matrix will feed all audio zones and must be
downstream of the FOH mixing console outputs. As an example, the following is a preliminary
zone matrix and will be finalized with the awarded vendor. The vendor may use existing DSP
which is built into their already packaged networks, but it must be remote capable from FOH. Drive
rack must be on a battery backup power supply. Digital drive system with analog backup is
preferred. A Meyer Galileo drive system is preferred, though other systems can be suggested by
the Vendor, pending approval.
The following site measurements are estimated, and will be confirmed with the awarded vendor.
These are intended to be a guide to assist with developing a coordinated cable and system
management plan.
o Stage to FOH – 150'-200' (TBC)
o Stage to Monitors – 50'
AUDIO ZONE FEED FROM
1 Main Stage PA Left Console Left
2 Main Stage PA Right Console Right
3 Main Stage Sub Left Matrix 1 or Aux 1
4 Main Stage Sub Right Matrix 2 or Aux 2
5 Main Stage Front Fills Matrix 3
6 Main Stage Out Fills Matrix 4
7 Feed to Delay L Console Left
8 Feed to Delay R Console Right
7 Feed to "B" Stage PA (TBC) Console Left
8 Feed to "B" Stage PA (TBC) Console Right
RFQ 3204-17-7139
Page 41 of 137
Rational Acoustics Smaart 7 Measurement Package, which will be used to time align and tune all
audio system components. The package should include dual reference point capability, located at
FOH but have the ability to measure the entire sound system as required. One wireless test mic to
be included along with a minimum of two wired test mics.
Any and all electrical distribution systems for the main stage audio system, delay system, stage
utility power, front fill, out fill, FOH and Monitor equipment. All electrical distribution systems
must pass an ESA inspection and be rated for outdoor use.
UID QTY UNIT DESCRIPTION
B-0005 24 EACH Full-size Line Array Cabinets, (12) for each side. Approved products:
L-Acoustics K2, Clair I-3, D&B J Series, Adamson E15, Meyer Milo,
Mica, Leo
B-0010 12 EACH Dual 18 INCH Sub Loudspeakers. A sub arc array design is preferred
with 6 evenly spaced stacks of 2 high dual 18 INCH subwoofers. Sub
loudspeakers must be cardioid programmable, upon request. Subs will
be placed on the ground in front of the stage and Vendor should supply
skids/ply to assure no movement. Approved products: L-Acoustics
SB28, Clair BT-218, D&B B2, Adamson E219, Meyer 700HP. Subs
must be pinned or strapped together.
B-0015 6 EACH Small Line Array Front Fill Speakers. Speakers will be ground stacked
on the stage deck or on each sub stack (must be strapped down if
placed on subs). Approved products: L-Acoustics KARA, Clair CO-8,
D&B V8, Adamson S10, Meyer M’elodie, Mina.
B-0020 1 EACH 48 Channel Digital FOH Mixing Console with 24 Outputs. Digital
consoles and all supporting external infrastructure must be connected to
a UPS power supply. PLEASE NOTE: The FOH main snake run will
be approximately 330' ' and must include a digital network solution
with a redundant analog back-up. Please include any and or all
equipment needed to facilitate this cable length with all associated
technology. FOH console must not share stage or input racks with any
other console. Approved products: Digidesign Profile – 48/24 (FOH
Rack with 4 x DSP Cards & Stage Rack), Avid SC48,, Yamaha CL5
(Rio included), Digico SD8, SD9 (stage racks included) (or approved
equivalent).
B-0025 8 EACH Channels of isolation transformer (line level) with ground lifts.
B-0030 1 EACH 16 channel active media feed (minimum 16 output – XLR & 1/8" TRS
output capability, Mic or Line Level Outputs with headphone
monitoring). Approved product: Whirlwind, Presspower 2 (or approved
equivalent).
B-0035 1 EACH Playback rack containing:
2 x CD Player / Recorder – approved product: Tascam, CD901
(or approved equivalent). Must include blank media for
recording.
1 x iPod audio adaptor (1/8" TRS to TRS or XLR)
B-0040 1 EACH Sound Pressure Level monitoring system. Vendor must abide by and
respect the dB limits set by City of Toronto bylaws, including any time
RFQ 3204-17-7139
Page 42 of 137
the system is operated by a visiting or artist specific technician. The
vendor must advise the Production Manager if the SPL exceeds these
limits, as well as follow any direction given by the Production
Manager. B-0045 1 LOT All control, amplification, rigging, cable, time alignment, equalization
and weather proofing (as required) to make a complete Main Stage
Audio System
B2: HBPW Main Stage Communications System
UID QTY UNIT DESCRIPTION
B-0050 8 EACH Wired single channel beltpacks – approved products: Clear-Com 501,
601 (or approved equivalent)
B-0055 8 EACH Single muff headsets – approved product: Clear-Com CC-95, Beyer DT
108 (or approved equivalent)
B-0060 2 EACH Beacon flashers – approved product: Clear-Com FL-1 (or approved
equivalent)
B-0065 2 EACH Phone handsets - approved product: Clear-Com Handset (or approved
equivalent)
B-0070 1 EACH Two (2) channel communications main station – approved product:
Clear Com
B-0075 1 LOT All required cable for communications system
B3: HBPW Main Stage Monitor System
UID QTY UNIT DESCRIPTION
B-0080 1 EACH 48 Channel Digital MON Mixing Console with 24 Outputs. Digital
consoles and all supporting external infrastructure must be connected to
a UPS power supply. PLEASE NOTE: The monitor main snake run
will be approximately 150' and must include a digital network solution
with a redundant analog back-up. Please include any and or all
equipment needed to facilitate this cable length with all associated
technology. MON console must not share stage or input racks with any
other console. Approved products: Digidesign Profile – 48/24 (FOH
Rack with 4 x DSP Cards & Stage Rack), Avid SC48, Yamaha CL5
(Rio included), Digico SD8, SD9 (stage racks included) (or approved
equivalent).
B-0085 10 EACH Bi-amped floor wedges on 10 mixes of amplification & processing.
Approved products: L'Acoustics 115XT, Clair 12AM, D&B M4, EV
XW12, XW15 (or approved equivalent)
B-0090 1 EACH Drum fill sub loudspeakers on 2 mix of amplification & processing.
Approved products: L'Acoustics SB18, Clair ML-18, D&B QSub (or
approved equivalent)
B-0095 2 EACH Powered loudspeakers with speaker stands and sandbags. Approved
products: EV, SX-250A ZLX-15P, JBL Eon, Yorkville NX55P (or
approved equivalent).
B-0100 2 EACH SM-58 Switched Microphones
RFQ 3204-17-7139
Page 43 of 137
B-0105 6 EACH Channels of stereo wireless In-Ear monitors with dual beltpacks,
generic headphones and a supply of batteries for rehearsal and show
periods. IEM package should also include an antenna distribution
system required cables and helical antenna(s), as required. Approved
products: Sennheiser G3 or 2000 Series, Shure PSM 900 or 1000
Series.
B-0110 2 EACH In-Ear Hard Wire Beltpacks. Approved products: Shure, P6HW,
P9HW. IEM package should also contain a supply of batteries for
rehearsal and show periods.
B-0115 1 EACH RF Scanning and Monitoring equipment package for on-site RF
coordination of all show RF equipment. Off-site RF coordination
should be completed and submitted five days before each event.
B-0120 1 LOT All control, amplification, rigging, cable, time alignment, equalization
and weather proofing, including but not limited to sandbags, bungee
cords and tarps (as required) to make a complete system.
B4: HBPW Stage Equipment
UID QTY UNIT DESCRIPTION
B-0125 8 EACH Shure, SM-58
B-0130 6 EACH Shure, Beta 58A
B-0135 8 EACH Shure, SM-57
B-0140 6 EACH Shure, SM81
B-0145 4 EACH Sennheiser, 604 – with Claws
B-0150 4 EACH Shure, B98A with Drum Hardware
B-0155 4 EACH Sennheiser, 609
B-0160 2 EACH Sennheiser, 421II
B-0165 2 EACH Shure, Beta 52A
B-0170 2 EACH KSM 32
B-0175 2 EACH Beta 56
B-0180 2 EACH Shure, Beta 91
B-0185 10 EACH Passive Direct Boxes with ¼" to ¼" Cables
B-0190 4 EACH Active Direct Boxes with ¼” to ¼” Cables
B-0195 6 EACH Channels of wireless hand held microphones. RF package should also
include an active antenna distribution system with active antennas,
cables, windscreens and batteries for rehearsal and show operations.
Approved product: Shure, UHR wireless hand held with SM-58 capsules
and windscreens.
B-0200 1 LOT Microphone stands package for all microphones, RF hand helds' needs
and antenna's needs. Please include a large assortment of short, tall and
heavy stands with booms. Different varieties of round base and tripod
options should also be considered.
B-0205 1 LOT Microphone patching kit to include a large festival, multi artist
capability with an assortment of 10', 25', 50' & 100' XLR for all patching
requirements.
B-0210 1 LOT Stage power kit for a large festival deck with all quad box distribution
and GFCI power bars with CSA stickers.
RFQ 3204-17-7139
Page 44 of 137
B5: HBPW Main Stage FOH/Monitor Snake Kit – FOR ALL AUDIO INPUTS AND OUTPUTS
PLEASE NOTE: Final audio snake and network design to be reviewed with awarded vendor
UID QTY UNIT DESCRIPTION
B-0215 1 EACH 48 Channel, 3-way transformer (broadcast) and isolated splitter (FOH &
Monitors) – Main Split Snake
B-0220 1 EACH 12 Channel 300' return snake for talkback and communication
B-0225 1 EACH 350' 48 channel FOH digital or analog main snake with returns (as
required) and FOH AC
B-0230 2 EACH 50 FOOT 48 channel digital or analog monitor snake with AC
B-0235 1 LOT All required snake fan outs
B-0240 1 LOT All required return snakes needed to drive all audio system components,
video feeds, communication matrix, talkback system, and media feed.
B-0245 8 EACH 12 channel detachable stage boxes with assorted snakes lengths and
breakouts
B-0250 1 EACH 500 FOOT 8 channel XLR to XLR sub snake with turnarounds
(communications for pyro)
B6: Delay System
Note: A stereo delay system will cover of an area 250’ wide x 100’ long. This audio system will be
ground stacked on top of sub loudspeakers. All ground stacking hardware should be included.
UID QTY UNIT DESCRIPTION
B-0265 4 EACH Medium size line array cabinets. Approved products: L-Acoustics, ,
KARA, Clair I-3, D&B V8, Adamson E12, S10, Spektrix, EV XLD,
Meyer Mica, Lyon (or approved equivalent).
B-0270 2 EACH Dual 18 INCH Stereo delay Sub-loudspeakers. Sub loudspeakers must
be cardioid programmable, upon request. Approved products: L-
Acoustics SB28, Clair BT-218, D&B B2, Jsub, Adamson E218, E219,
EV X-Sub, Meyer 700HP (or approved equivalent).
B-0275 4 EACH Powered loudspeakers with speaker stands and sandbags. Approved
products: EV, SX-250A, ZLX-15P, JBL Eon, Yorkville NX55P (or
approved equivalent).
B-0280 1 LOT All control, amplification, rigging, cable, time alignment, equalization
and weather proofing (as required)
B7: HUMBER BAY PARK WEST 2nd Stage
Notes:
The HBPW "B" Stage Stereo System will consist of an area 100’ wide x 150’ long (TBC)
The following site measurements are estimated, and will be confirmed with the awarded vendor.
These are intended to be a guide to assist with developing a coordinated cable and system
management plan.
o Stage to FOH – 50'
AUDIO ZONE FEED FROM
1 GK PA Left Console Left
RFQ 3204-17-7139
Page 45 of 137
2 GK PA Right Console Right
3 GK Sub MONO Matrix 1 or Aux 1
4 Send to Main Stage PA Mono Matrix 2 or Aux 2
5 Monitor Mix 1 Aux 3
6 Monitor Mix 2 Aux 4
7 Monitor Mix 3 (TBC) Aux 5
8 Monitor Mix 4 (TBC) Aux 6
Any and all electrical distribution systems for the HBPW 2nd stage audio system, stage utility
power, front fill, out fill, FOH and Monitor equipment. All electrical distribution systems must be
pass an ESA inspection and be rated for outdoor use.
UID QTY UNIT DESCRIPTION
B-0285 12 EACH Powered loudspeakers with speaker stands and sandbags. Approved
products: EV, SX-250A, ZLX-15P, JBL Eon, Yorkville NX55P (or
approved equivalent).
B-0290 1 EACH 24 digital Channel FOH +MON Mixing Console with 8 Outputs.
Digital consoles and all supporting external infrastructure must be
connected to a UPS power supply. Please include any and or all
equipment needed to facilitate this cable length with all associated
technology. Approved products: Yamaha LS9, Digico SD9, M32, X32
(stage racks included) (or approved equivalent
B-0295 1 EACH Playback rack containing:
1 x CD Player– approved product: Tascam, CD901 (or
approved equivalent).
1 x iPod audio adaptor (1/8" TRS to TRS or XLR)
B-0300 1 LOT All control, amplification, rigging, cable, time alignment, equalization
and weather proofing (as required) to make a complete 2nd Stage Audio
System
B8: HBPW Site Performances System
Notes:
The HBPW "Site Performances" will occur in an area TBC
The following site measurements are estimated, and will be confirmed with the awarded vendor.
These are intended to be a guide to assist with developing a coordinated cable and system
management plan.
UID QTY UNIT DESCRIPTION
B-0320 4 EACH Powered loudspeakers with speaker stands and sandbags. Approved
products: EV, SX-250A, ZLX-15P, JBL Eon, Mackie SRM450,
Yorkville NX55P (or approved equivalent).
B-0325 1 EACH Small format 8-channel mixer with minimum 8 inputs and 2 channel
output
B-0330 4 EACH SM-58
B-0335 4 EACH Passive Direct Boxes with ¼" to ¼" Cables
B-0340 1 LOT Cabling for mics and speaker
B-0345 1 EACH 1 x iPod audio adaptor (1/8" TRS to TRS or XLR)
RFQ 3204-17-7139
Page 46 of 137
B9: HBPW BARGE/PYRO PA SYSTEM
Notes:
This will basically be a true Public Address system. It will be positioned on a barge in order to
make announcements across the water to other boats in the area. Power will be through a small
generator positioned on the barge.
UID QTY UNIT DESCRIPTION
B-0350 4 EACH Powered loudspeakers with speaker stands and sandbags. Approved
products: EV, SX-250A, ZLX-15P, JBL Eon, Yorkville NX55P (or
approved equivalent).
B-0355 1 EACH Small format 4-channel mixer with minimum 4 inputs and 2 channel
output
B-0360 1 EACH SM-58
B-0365 1 LOT Cabling for mics and speaker
B-0370 1 EACH 1 x iPod audio adaptor (1/8" TRS to TRS or XLR)
B10: HBPW DJ System
AUDIO SYSTEM LABOUR AND TRANSPORTATION
UID QTY UNIT DESCRIPTION
B-0375 1 EACH Pioneer DJM – 900 DJ Mixer with TRS Booth Adapters
B-0380 2 EACH Pioneer, CDJ-2000NXS CD Players with RCA Cables
B-0385 2 EACH Technic, SL-1200 MKII Turntables With Slip Matts, Cartridges and
Needles
B-0390 2 EACH Rave Stones (to prevent vibrations)
B-0395 1 EACH DJ Laptop Stand
B-0400 2 EACH Rane Serato Package (Complete – CD, Records, etc)
B-0405 2 EACH 2'x8'x40" JDI risers for a stage DJ table. Must include black surface
and black gabardine skirt package
B-0410 1 LOT All control, amplification, rigging, cable, time alignment, equalization
and weather proofing (as required)
RFQ 3204-17-7139
Page 47 of 137
City of Toronto will provide fork operator and boom lift operator for both load in and load out.
Vendor should identify their requirements in advance of load in.
Vendor provide
- one main stage systems engineer/ FOH engineer,
- one main stage monitor engineer,
- one main stage patch technician
- one site RF technician
- one "B" stage systems engineer/FOH/MON engineer,
- one "B" stage patch technician
- one Site Performances technician
Please estimate based on the hours outlined below. The City of Toronto will not pay for additional
hours if you have under estimated your required labour. Any hours worked over and above the
times outlined MUST have authorization sign off from Toronto Special Events, in advance of the
work taking place. Any unauthorized overages will not be paid by the City of Toronto.
The below schedule is preliminary and does not depict the final hours of work
All times are estimates, and actual hours worked might operate on a 24 hour clock to align with
production schedules.
B11: Labour – HBPW Main Stage Audio Systems/FOH Engineer
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-
30
12 HOURS System Eng. – AUDIO INSTALL 1 Hand at 12 Hours
2017-07-
01
15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
2017-07-
02
8 HOURS System Eng. – STRIKE 1 Hand at 8 Hours
B12: Labour – HBPW Main Stage Monitor Engineer
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS Main Stg MON. – AUDIO
INSTALL
1 Hand at 12 Hours
2017-07-01 15 HOURS Main Stg MON.. – SHOW 1 Hand at 15 Hours
2017-07-02 8 HOURS Main Stg MON.. – STRIKE 1 Hand at 8 Hours
B13: Labour – HBPW Main Stage Patch Technician
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS Main Stg Patch – AUDIO
INSTALL
1 Hand at 12 Hours
2017-07-01 15 HOURS Main Stg Patch. – SHOW 1 Hand at 15 Hours
2017-07-02 8 HOURS Main Stg Patch. – STRIKE 1 Hand at 8 Hours
B14: Labour – Main Stage Wireless/Comm Technician
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS RF/COMM. – AUDIO INSTALL 1 Hand at 12 Hours
RFQ 3204-17-7139
Page 48 of 137
2017-07-01 15 HOURS RF/COMM. – SHOW 1 Hand at 15 Hours
B15: Labour – 2nd Stage FOH/MON engineer
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS "B" Stg Audio – AUDIO INSTALL 1 Hand at 12 Hours
2017-07-01 15 HOURS "B" Stg Audio. – SHOW 1 Hand at 15 Hours
2017-07-02 8 HOURS "B" Stg Audio – STRIKE 1 Hand at 8 Hours
B16: Labour – 2nd Stage Patch technician
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-07-01 15 HOURS "B" Stg Patch – SHOW 1 Hand at 15 Hours
2017-07-02 8 HOURS "B" Stg Patch – STRIKE 1 Hand at 8 Hours
B17: Labour –Install/Dismantle Labour
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS Labour – AUDIO INSTALL 2 Hand at 10 Hours
2017-07-02 16 HOURS Labour – SHOW 2 Hands at 8 Hours
B18: Transportation
DATE QTY UNIT DESCRIPTION
2017-06-30 1 EACH DELIVERY – ALL AUDIO EQUIPMENT
2017-07-02 1 EACH PICKUP - ALL
ITEM C - AUDIO SYSTEM FOR TO CANADA WITH LOVE
CANADA DAYS - SCARBOROUGH CIVIC CENTRE
General Site Notes:
- Vendor agrees there is NO parking for staff and or delivery vehicles anywhere on-
site. All delivery vehicles must be removed from Scarborough Civic Centre following
loading/unloading.
- Vendor agrees and is responsible for removing empty cases and/or unused materials
form the site prior to the show and for returning to site for removal (if required). The
cost of this service must be built into the overall transportation costing
- When driving at Scarborough Civic Centre the vehicle must drive slowly, have its
four way flashers active and be escorted by a spotter wearing full PPE
- Delivery method needs to be advanced with the site's Production Manager.
- Main stage power will be provided by generator.
- Bandshell stage electrical equipment tails will be delivered and picked up prior to and
following event date for installation and removal by City of Toronto electrician. This
detail should be advanced with the site Production Manager.
City of Toronto's Responsibilities
RFQ 3204-17-7139
Page 49 of 137
Unless otherwise noted, the City of Toronto will be responsible for the following:
Provide an SL260 or equivalent as the Main Stage performance stage
May provide a FOH Engineer / Operator who will oversee and execute the operation of the
main sound system;
May provide a Monitor Engineer who will oversee and execute the operation of the Monitor
System;
May provide a stage technician, patch lead on the main stage;
Provide a Lighting Designer who will create and maintain the necessary lighting
documentation as well as direct the installation of the Lighting System;
May provide a Lighting operator who will oversee and execute the control of all elements of
the Lighting System;
Provide Front of House operating position, including a 10 FOOT x 10 FOOT tent;
Provide side-stage Monitor operating position, underneath a covered wing, occupying a
minimum of 10'x8' space
Provide a secondary performance stage within the existing site infrastructure (bandshell
stage)
Provide a single operating position for both FOH & MON for the secondary stage, including
a 10 FOOT x 10 FOOT tent.
C1: Main Stage Audio System
C2: Main Stage Communications System
C3: Main Stage Monitor System
C4: Stage Equipment
C5: Main Stage FOH/Monitor Snake Kit
C6: Delay System
C7: SCARBOROUGH CIVIC CENTRE "B" Stage
C8: SCC DJ System
C9: Labour – Main Stage Audio Systems/FOH Engineer
C10: Labour – Main Stage Monitor Engineer:
C11: Labour – Main Stage Patch Technician:
C12: Labour – Main Stage Wireless/Comm Technician
C13: Labour – 2nd Stage FOH engineer
C14: Labour – 2nd Stage Stage Technician
C15: Labour –Install/Dismantle Labour
C16: Transportation
Production Schedule (subject to change)
TBC Production Meeting – Toronto City Hall, 100 Queen Street
West, 6th Floor, West Tower
Wed June 7, 2017 12:00 Vendor to Provide Audio Rigging Plot and Full System
Paperwork
9:00 – 17:00 Shop Prep – Vendor's Location (if required)
Fri June 30, 2017
7:00-11:00
10:00 – 22:00
23:00
Staging Delivery
Audio Install – MAIN STAGE & "B" STAGE
All Audio Systems Show Ready
RFQ 3204-17-7139
Page 50 of 137
Sat July 1, 2017
8:00-12:00
14:00 – 23:00
23:00 – 06:00
Artist Sound Check
Canada 150 SCC – SHOW
Strike Audio system from street
Sun July 2, 2017
8:00
8:00-17:00
Street clear
Strike any remaining audio system infrastructure
C1: Main Stage Audio System
Notes:
The Main Stage Stereo System will consist of an area 50’ wide x 300’ long
Control of audio system's DSP processing (remote or at FOH), to include but not limited to; time
alignment, equalization, crossovers and level control with a WIFI controllable computer interface
that can be used anywhere in Scarborough Civic Centre. This control matrix will feed all audio
zones and must be downstream of the FOH mixing console outputs. As an example, the
following is a preliminary zone matrix and will be finalized with the awarded vendor. The
vendor may use existing DSP which is built into their already packaged networks, but it must be
remote capable from FOH. Drive rack must be on a battery backup power supply. Digital drive
system with analog backup is preferred. A Meyer Galileo drive system is preferred, though
other systems can be suggested by the Vendor, pending approval.
The following site measurements are estimated, and will be confirmed with the awarded vendor.
These are intended to be a guide to assist with developing a coordinated cable and system
management plan.
o Stage to FOH – 200' (TBC)
o Stage to Monitors – 50'
AUDIO ZONE FEED FROM
1 Main Stage PA Left Console Left
2 Main Stage PA Right Console Right
3 Main Stage Sub Left Matrix 1 or Aux 1
4 Main Stage Sub Right Matrix 2 or Aux 2
5 Main Stage Front Fills Matrix 3
6 Main Stage Out Fills Matrix 4
7 Feed to Pyro Audio Matrix 5
8 Feed to Pyro Timecode Matrix 6
9 Feed to "B" Stage (audio) Matrix 7
Rational Acoustics Smaart 7 Measurement Package, which will be used to time align and tune all
audio system components. The package should include dual reference point capability, located at
FOH but have the ability to measure the entire sound system as required. One wireless test mic to
be included along with a minimum of two wired test mics.
Any and all electrical distribution systems for the main stage audio system, delay system, stage
utility power, front fill, out fill, FOH and Monitor equipment. All electrical distribution systems
must be pass an ESA inspection and be rated for outdoor use.
RFQ 3204-17-7139
Page 51 of 137
UID QTY UNIT DESCRIPTION
C-0005 24 EACH Full-size Line Array Cabinets, (12) for each side. Approved
products: L-Acoustics K2, Clair I-3, D&B J Series, Adamson E15,
Meyer Milo, Mica, Leo. Please Note: Final configuration of PA will
be confirmed with awarded vendor which may include a small side
hang.
C-0010 12 EACH Dual 18 INCH Sub Loudspeakers. A sub arc array design is
preferred with 6 evenly spaced stacks of 2 high dual 18 INCH
subwoofers. Sub loudspeakers must be cardioid programmable, upon
request. Approved products: L-Acoustics SB28, Clair BT-218, D&B
B2, Adamson E219, Meyer 700HP. Subs must be pinned or strapped
together.
C-0015 6 EACH Small Line Array Front Fill Speakers. Speakers will be ground
stacked on the stage deck or on each sub stack (must be strapped
down if placed on subs). Approved products: L-Acoustics KARA,
Clair CO-8, D&B V8, Adamson S10, Meyer M’elodie, Mina.
C-0020 1 EACH 48 Channel Digital FOH Mixing Console with 24 Outputs. Digital
consoles and all supporting external infrastructure must be
connected to a UPS power supply. PLEASE NOTE: The monitor
main snake run will be approximately 150' and must include a digital
network solution with a redundant analog back-up. Please include
any and or all equipment needed to facilitate this cable length with
all associated technology. FOH console must not share stage or input
racks with any other console. Approved products: Digidesign Profile
– 48/24 (FOH Rack with 4 x DSP Cards & Stage Rack), Avid SC48,
Yamaha CL5 (Rio included), Digico SD8, SD9 (stage racks
included) (or approved equivalent). C-0025 8 EACH Channels of isolation transformer (line level) with ground lifts.
C-0030 1 EACH 16 channel active media feed (minimum 16 output – XLR & 1/8"
TRS output capability, Mic or Line Level Outputs with headphone
monitoring). Approved product: Whirlwind, Presspower 2 (or
approved equivalent).
C-0035 1 EACH Playback rack containing:
1 x CD Player– approved product: Tascam, CD901 (or
approved equivalent).
1 x iPod audio adaptor (1/8" TRS to TRS or XLR)
C-0040 1 EACH Sound Pressure Level monitoring system. Vendor must abide by and
respect the dB limits set by City of Toronto bylaws, including any
time the system is operated by a visiting or artist specific technician.
The vendor must advise the Production Manager if the SPL exceeds
these limits, as well as follow any direction given by the Production
Manager.
C-0045 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required) to make a complete
Main Stage Audio System
C2: Main Stage Communications System
RFQ 3204-17-7139
Page 52 of 137
UID QTY UNIT DESCRIPTION
C-0050 8 EACH Wired single channel beltpacks – approved products: Clear-Com
501, 601 (or approved equivalent)
C-0055 8 EACH Single muff headsets – approved product: Clear-Com CC-95,
Beyer DT 108 (or approved equivalent)
C-0060 2 EACH Beacon flashers – approved product: Clear-Com FL-1 (or
approved equivalent)
C-0065 2 EACH Phone handsets - approved product: Clear-Com Handset (or
approved equivalent)
C-0070 1 EACH Two (2) channel communications main station – approved product:
Clear Com (or approved equivalent)
C-0075 1 LOT All required cable for communications system
C3: Main Stage Monitor System
UID QTY UNIT DESCRIPTION
C-0080 1 EACH 48 Channel Digital MON Mixing Console with 24 Outputs. Digital
consoles and all supporting external infrastructure must be
connected to a UPS power supply. PLEASE NOTE: The monitor
main snake run will be approximately 150' and must include a
digital network solution with a redundant analog back-up. Please
include any and or all equipment needed to facilitate this cable
length with all associated technology. MON console must not
share stage or input racks with any other console. Approved
products: Digidesign Profile – 48/24 (FOH Rack with 4 x DSP
Cards & Stage Rack), Avid SC48, Yamaha CL5 (Rio included),
Digico SD8, SD9 (stage racks included) (or approved equivalent). C-0085 12 EACH Bi-amped floor wedges on 12 mixes of amplification &
processing. Approved products: L'Acoustics 115XT, Clair 12AM,
D&B M4, EV XW12, XW15 (or approved equivalent)
C-0090 1 EACH Drum fill sub loudspeakers on 2 mix of amplification &
processing. Approved products: L'Acoustics SB18, Clair ML-18,
D&B QSub (or approved equivalent)
C-0095 2 EACH Powered loudspeakers with speaker stands and sandbags.
Approved products: EV, SX-250A ZLX-15P, JBL Eon, Yorkville
NX55P (or approved equivalent).
C-0100 2 EACH SM-58 Switched Microphones
C-0105 4 EACH Channels of stereo wireless In-Ear monitors with dual beltpacks,
generic headphones and a supply of batteries for rehearsal and
show periods. IEM package should also include an antenna
distribution system required cables and helical antenna(s), as
required. Approved products: Sennheiser G3 or 2000 Series, Shure
PSM 900 or 1000 Series.
C-0110 2 EACH In-Ear Hard Wire Beltpacks. Approved products: Shure, P6HW,
P9HW. IEM package should also contain a supply of batteries for
rehearsal and show periods.
C-0115 1 EACH RF Scanning and Monitoring equipment package for on-site RF
coordination of all show RF equipment. Off-site RF coordination
should be completed and submitted five days before each event.
RFQ 3204-17-7139
Page 53 of 137
C-0120 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required) to make a
complete system.
C4: Main Stage Equipment
UID QTY UNIT DESCRIPTION
C-0125 8 EACH Shure, SM-58
C-0130 6 EACH Shure, Beta 58A
C-0135 8 EACH Shure, SM-57
C-0140 4 EACH Shure, SM81
C-0145 4 EACH Sennheiser, 604 – with Claws
C-0150 4 EACH Shure, B98A with Drum Hardware
C-0155 4 EACH Sennheiser, 609
C-0160 2 EACH Sennheiser, 421II
C-0165 2 EACH Shure, Beta 52A
C-0170 2 EACH KSM 32
C-0175 2 EACH Shure, Beta 91
C-0180 10 EACH Passive Direct Boxes with ¼" to ¼" Cables
C-0185 6 EACH Active Direct Boxes with ¼” to ¼” Cables
C-0190 6 EACH Channels of wireless hand held microphones. RF package should
also include an active antenna distribution system with active
antennas, cables, windscreens and batteries for rehearsal and show
operations. Approved product: Shure, UHR wireless hand held
with SM-58 capsules and windscreens.
C-0195 1 LOT Microphone stands package for all microphones, RF hand held's
and antenna's needs. Please include a large assortment of short,
tall and heavy stands with booms. Different varieties of round
base and tripod options should also be considered.
C-0200 1 LOT Microphone patching kit to include a large festival, multi artist
capability with an assortment of 10', 25', 50' & 100' XLR for all
patching requirements.
C-0205 1 LOT Stage power kit for a large festival deck with all quad box
distribution and GFCI power bars
C5: Main Stage FOH/Monitor Snake Kit – FOR ALL AUDIO INPUTS AND OUTPUTS
PLEASE NOTE: Final audio snake and network design to be reviewed with awarded vendor
UID QTY UNIT DESCRIPTION
C-0210 1 EACH 48 Channel, 3-way transformer (broadcast) and isolated splitter
(FOH & Monitors) – Main Split Snake
C-0215 1 EACH 12 Channel 300' return snake for talkback, communication and
timecode
C-0220 1 EACH 300' 48 channel FOH fiber-optic or digital main snake with returns
(as required) and FOH AC
C-0225 2 EACH 100’ FOOT 48 channel fiber-optic or digital monitor snake with
AC
C-0230 1 LOT All required snake fan outs
RFQ 3204-17-7139
Page 54 of 137
C-0235 1 LOT All required return snakes needed to drive all audio system
components, video feeds, communication matrix, talkback system,
ice rink DJ feeds and media feed.
C-0240 1 EACH 500 FOOT 8 channel XLR to XLR sub snake with turnarounds
(communications for pyro)
C-0245 8 EACH 12 channel detachable stage boxes with assorted snakes lengths
and breakouts
C6: Delay System
Note: A stereo delay system will cover of an area 65’ wide x 200’ long. This audio system will be ground
stacked on top of sub loudspeakers. All ground stacking hardware should be included. All power and or
amplification equipment should be contained below the riser platform.
UID QTY UNIT DESCRIPTION
C-0250 4 EACH Medium size line array cabinets. Approved products: L-Acoustics,
KUDO, KARA, Clair I-3, D&B V8, Adamson E12, S10, Spektrix,
EV XLD, Meyer Mica, Lyon (or approved equivalent).
C-0255 2 EACH Dual 18 INCH Stereo delay Sub-loudspeakers. Sub loudspeakers
must be cardioid programmable, upon request. Approved products:
L-Acoustics SB28, Clair BT-218, D&B B2, Jsub, Adamson E218,
E219, EV X-Sub, Meyer 700HP (or approved equivalent).
C-0260 4 EACH Powered loudspeakers with speaker stands and sandbags.
Approved products: EV, SX-250A, ZLX-15P, JBL Eon, Yorkville
NX55P (or approved equivalent).
C-0265 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required)
C7: SCARBOROUGH CIVIC CENTRE "B" Stage
Notes:
The SCC "B" Stage Stereo System will consist of an area 100’ wide x 150’ long.
The following site measurements are estimated, and will be confirmed with the awarded vendor.
These are intended to be a guide to assist with developing a coordinated cable and system
management plan.
o Stage to FOH – 150' approx.
AUDIO ZONE FEED FROM
1 PA Left Console Left
2 PA Right Console Right
3 Sub MONO Matrix 1 or Aux 1
4 Front Fills Matrix 2 or Aux 2
5 Send to Main Stage PA L (TBC) Matrix 3
6 Send to Main Stage PA R (TBC) Matrix 4
7 Monitor Mix 1 Aux 5
8 Monitor Mix 2 Aux 6
9 Monitor Mix 3 Aux 7
10 Monitor Mix 4 Aux 8
RFQ 3204-17-7139
Page 55 of 137
Any and all electrical distribution systems for the SCC “B” stage audio system, stage utility
power, front fill, out fill, FOH and Monitor equipment. All electrical distribution systems must
be pass an ESA inspection and be rated for outdoor use.
UID QTY UNIT DESCRIPTION
C-0270 8 EACH Ground stack full-size line array Cabinets, (4) for each side.
Approved products: L-Acoustics K2, Clair I-3, D&B V Series,
Adamson E15, Meyer Milo, Mica, Leo
C-0275 4 EACH Dual 18 INCH Sub Loudspeakers. Approved products: L-Acoustics
SB28, Clair BT-218, D&B B2, Adamson E219, Meyer 700HP. Subs
must have ability to be pinned or strapped together.
C-0280 2 EACH Out Fill Loudspeakers on stands. All speakers require stands with
sandbags. Approved products: L-Acoustics 112P, Clair P2, EV-
1122, SX250A, ZLX-15P, D&B E12, Adamson P12, Meyer UPA-
1P (or approved equivalent)
C-0285 4 EACH Powered loudspeaker as stage monitors. Approved products: EV
SX-250A, ZLX-15P, JBL Eon, Mackie SL450, Yorkville NX55P
(or approved equivalent).
C-0290 1 EACH 32 Channel Digital FOH Mixing Console with 16 Outputs. Digital
consoles and all supporting external infrastructure must be
connected to a UPS power supply. PLEASE NOTE: The FOH main
snake run will be approximately 150' and must include a digital
network solution with a redundant analog back-up. Please include
any and or all equipment needed to facilitate this cable length with
all associated technology. Approved products:Behringer X32,
Midas M32, Yamaha LS9 (or approved equivalent).
C-0295 1 EACH Playback rack containing:
1 x CD Player – approved product: Tascam, CD901 (or
approved equivalent).
1 x iPod audio adaptor (1/8" TRS to TRS or XLR)
C-0300 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required) to make a
complete "B" Stage Audio System
C4: "B" Stage Equipment
UID QTY UNIT DESCRIPTION
C-0305 6 EACH Shure, SM-58
C-0310 6 EACH Shure, SM-57
C-0315 4 EACH Shure, SM81
C-0320 4 EACH Sennheiser, 604 – with Claws
C-0325 4 EACH Sennheiser, 609
C-0330 2 EACH Shure, Beta 52A
C-0335 2 EACH KSM 32
C-0340 1 EACH Shure, Beta 91
C-0345 6 EACH Passive Direct Boxes with ¼" to ¼" Cables
C-0350 6 EACH Active Direct Boxes with ¼” to ¼” Cables
RFQ 3204-17-7139
Page 56 of 137
C-0355 4 EACH Channels of wireless hand held microphones. RF package should
also include an active antenna distribution system with active
antennas, cables, windscreens and batteries for rehearsal and show
operations. Approved product: Shure, UHR wireless hand held
with SM-58 capsules and windscreens.
C-0360 1 LOT Microphone stands package for all microphones, RF hand held's
and antenna's needs. Please include a large assortment of short,
tall and heavy stands with booms. Different varieties of round
base and tripod options should also be considered.
C-0365 1 LOT Microphone patching kit to include a large festival, multi artist
capability with an assortment of 10', 25', 50' & 100' XLR for all
patching requirements.
C-0370 1 LOT Stage power kit for a large festival deck with all quad box
distribution and GFCI power bars
C8: SCC DJ System
UID QTY UNIT DESCRIPTION
C-0375 1 EACH Pioneer DJM – 900 DJ Mixer with TRS Booth Adapters
C-0380 2 EACH Pioneer, CDJ-2000NXS CD Players with RCA Cables
C-0385 2 EACH Technic, SL-1200 MKII Turntables With Slip Matts, Cartridges
and Needles
C-0390 2 EACH Rave Stones (to prevent vibrations)
C-0395 1 EACH DJ Laptop Stand
C-0400 2 EACH Rane Serato Package (Complete – CD, Records, etc)
C-0405 2 EACH 2'x8'x40" JDI risers for a stage DJ table. Must include black
surface and black gabardine skirt package
C-0410 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required)
AUDIO SYSTEM LABOUR AND TRANSPORTATION
City of Toronto will provide fork operator and boom lift operator for both load in and load out.
Vendor should identify their requirements in advance of load in.
City of Toronto may provide technicians for the following positions:
- Main Stage FOH mixer
- Main Stage Monitor engineer
- Main Stage Patch Technician
Vendor must provide
- one main stage systems engineer,
- one site RF technician
- one "B" stage systems engineer/FOH/MON engineer,
- one "B" stage patch technician
During the install it will be expected that two crews are running simultaneously to install the main stage
and "B" stage.
Please estimate based on the hours outlined below. The City of Toronto will not pay for additional
hours if you have under estimated your required labour. Any hours worked over and above the
times outlined MUST have authorization sign off from Toronto Special Events. Any unauthorized
overages will not be paid by the City of Toronto.
RFQ 3204-17-7139
Page 57 of 137
The below schedule is preliminary and does not depict the final hours of work
All times are estimates, and actual hours worked might operate on a 24 hour clock to align with
production schedules.
Note that due to the fact that the main stage is on a road closure, we are obliged to strike the stage
and system overnight, in order to reopen the road by 8AM Sunday July 2.
C9: Labour – Main Stage Audio Systems/FOH Engineer
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS System Eng. – AUDIO
INSTALL
1 Hand at 12 Hours
2017-07-01 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
2017-07-01 8 HOURS System Eng. – POST SHOW
STRIKE
1 Hand at 8 Hours
C10: Labour – Main Stage Monitor Engineer:
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS System Eng. – AUDIO
INSTALL
1 Hand at 12 Hours
2017-07-01 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
2017-07-01 8 HOURS System Eng. – POST-
SHOW STRIKE
1 Hand at 8 Hours
C11: Labour – Main Stage Patch Technician:
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS System Eng. – AUDIO
INSTALL
1 Hand at 12 Hours
2017-07-01 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
2017-07-01 8 HOURS System Eng. – POST-
SHOW STRIKE
1 Hand at 8 Hours
C12: Labour – Main Stage Wireless/Comm Technician
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS System Eng. – AUDIO
INSTALL
1 Hand at 12 Hours
2017-07-01 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
C13: Labour – 2nd Stage FOH engineer
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS System Eng. – AUDIO
INSTALL
1 Hand at 12 Hours
2017-07-01 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
RFQ 3204-17-7139
Page 58 of 137
2017-07-01 4 HOURS System Eng. – POST
SHOW + STRIKE
(Overnight)
1 Hand at 4 Hours
C14: Labour – 2nd Stage - Stage Technician
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 8 HOURS System Eng. – AUDIO
INSTALL
1 Hand at 8 Hours
2017-07-01 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
2017-07-01 4 HOURS System Eng. –STRIKE
(Overnight)
1 Hand at 4 Hours
C15: Labour –Install/Dismantle Labour
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS Labour – AUDIO INSTALL 2 Hand at 10 Hours
2017-07-01 32 HOURS Labour – STRIKE
(evening/overnight)
4 Hands at 8 Hours
C16: Transportation
DATE QTY UNIT DESCRIPTION
2017-06-30 1 EACH DELIVERY – ALL AUDIO EQUIPMENT
2017-07-02 1 EACH PICKUP – ALL (7:00AM at latest)
ITEM D –AUDIO SYSTEM FOR TO CANADA WITH LOVE
MEL LASTMAN SQUARE
General Site Notes:
- Vendor agrees there is NO parking for staff and or delivery vehicles anywhere on-
site. All delivery vehicles must be removed from Mel Lastman Square following
loading/unloading.
- Vendor agrees and is responsible for removing empty cases and/or unused materials
form the site prior to the show and for returning to site for removal (if required). The
cost of this service must be built into the overall transportation costing
- When driving on Mel Lastman Square the vehicle must drive slowly, have its four
way flashers active and be escorted by a spotter wearing full PPE
- All trucks should be of 5-Ton, G classification or less due to site weight restrictions
- Electrical equipment tails will be delivered and picked up prior to and following event
date for installation and removal by City of Toronto electrician
City of Toronto's Responsibilities
Unless otherwise noted, the City of Toronto will be responsible for the following:
Provide Front of House operating position, based on existing infrastructure;
RFQ 3204-17-7139
Page 59 of 137
Provide side-stage Monitor operating position, including a 10 FOOT x 10 FOOT tent at
ground level
D1: Main Stage Audio System
D2: Main Stage Communications System
D3: Main Stage Monitor System
D4: Stage Equipment
D5: Main Stage FOH/Monitor Snake Kit
D6: DJ System
D7: Delay Audio System
D8: Delay System Staging
D9: MEL LASTMAN Site Animation Stage
D10: Labour – Main Stage Systems/ FOH Engineer
D11: Labour – Main Stage Monitor Engineer:
D12: Labour – Main Stage Patch Technician
D13: Labour – Site Activation Audio Technician/Operator
D14: Labour – Site Audio Technician
D15: Labour –Install/Dismantle Labour
D16: Transportation
Production Schedule (subject to change)
Date TBC Production Meeting – Toronto City Hall, 100 Queen Street
West, 6th Floor, West Tower
Wed June 7, 2017 12:00 Vendor to Provide Audio Design, Coverage Plots and Full
System Paperwork
Mon June 26, 2017 9:00 – 17:00 Shop Prep – Vendor's Location (if required)
Tues. June 27, 2017 9:00 – 17:00 Shop Prep – Vendor's Location (if required)
Thurs. June 29,
2017 8:00 – 16:30 Main Stage & Delay Audio & Staging Delivery & Installation
Thurs. June 29,
2017 16:30 – 18:00 Audio Tuning Period
Fri. June 30, 2017 8:00 – 16:30 Second Stage & Site Activation Audio & Staging Installation.
Main Stage Install Continues (as required)
Fri. June 30, 2017 16:30 All Audio & Staging Systems Complete & Show Ready
Fri. June 30, 2017 16:30 – 18:00 Audio Tuning Period
Fri. June 30, 2017 18:00 – 19:00 Artist Load-in & Set-up
Fri June 30, 2017 19:00 – 21:00 Artist Sound Check
Sat July 1, 2017 8:00-14:30 Artist Sound Check & Show Rehearsal
Sat July 1, 2017 14:30 – 23:00 Mel Lastman Square Canada Day Show
Sat July 1, 2017 23:00 – 01:00 Removal of Site Activation, Second Stage, FOH, Monitors,
Stage Equipment & Street Audio & Staging Equipment
Sun July 2, 2017 8:00-18:00 Audio & Staging Equipment Removal
AUDIO SYSTEM EQUIPMENT– CANADA 150 AT MEL LASTMAN SQUARE
RFQ 3204-17-7139
Page 60 of 137
D1: Main Stage Audio System
Notes:
The Main Stage Stereo System will consist of an area 200’ wide x 300’ long
Control of audio system's DSP processing (remote or at FOH), to include but not limited to; time
alignment, equalization, crossovers and level control with a WIFI controllable computer interface
that can be used anywhere in Mel Lastman Square. This control matrix will feed all audio zones
and must be downstream of the FOH mixing console outputs. As an example, the following is a
preliminary zone matrix and will be finalized with the awarded vendor. The vendor may use
existing DSP which is built into their already packaged networks, but it must be remote capable
from FOH. Drive rack must be on a battery backup power supply. Digital drive system with analog
backup is preferred. A Meyer Galileo drive system is preferred, though other systems can be
suggested by the Vendor, pending approval.
The following site measurements are estimated, and will be confirmed with the awarded vendor.
These are intended to be a guide to assist with developing a coordinated cable and system
management plan.
o Stage to FOH – 330'
o Stage to Monitors – 50'
o Stage to Second Stage – 200'
o Stage to Site Activation Stage – 500'
o Stage to Pyrotechnic Control – 500'
o FOH to Delay Position #1 – 300'
o Delay Position #2 to Delay Position #2 – 300'
o Delay Position #1 to Power Panel – 250'
AUDIO ZONE FEED FROM
1 Main Stage PA Left Console Left
2 Main Stage PA Right Console Right
3 Main Stage Sub Left Matrix 1 or Aux 1
4 Main Stage Sub Right Matrix 2 or Aux 2
5 Main Stage Front Fills Matrix 3
6 Main Stage Out Fills Matrix 4
7 Delay System #1 Matrix 5
8 Delay System #2 Matrix 6
9 Feed to "B" Stage PA Left Matrix 7
10 Feed to "B" Stage PA Right Matrix 8
11 Media Feed / Smaart Feed Main Left / Right Mono Sum
12 Video Feed Left Console Left
13 Video Feed Right Console Right
14 Pyrotechnics Feed – Timecode TBA
15 Pyrotechnics Feed – Program
Monitor
TBA
Rational Acoustics Smaart 7 Measurement Package, which will be used to time align and tune all
audio system components. The package should include dual reference point capability, located at
FOH but have the ability to measure the entire sound system as required. One wireless test mic to
be included along with a minimum of two wired test mics.
RFQ 3204-17-7139
Page 61 of 137
Any and all electrical distribution systems for the main stage audio system, delay system, stage
utility power, front fill, out fill, FOH and Monitor equipment. All electrical distribution systems
must be pass an ESA inspection and be rated for outdoor use.
Stage power service is camlock based, 100amp, 3 Phase, 120/208v
The delay power service is camlock based, 60amp, Single Phase, 120/208v
Please note, Mel Lastman Square stage includes a Yamaha, CL5 FOH Digital Mixing Console
complete with:
o 1 x Yamaha, CL-5 (64 Inputs, 8 Local Inputs, 8 Local Outputs)
o Digital main snake between FOH & Amplifier Rack
o 4 x Yamaha, RIO RI8-D Digital Modules (in amplifier rack)
o 2 x Yamaha, RIO Ri8-D Digital Modules (onstage)
o 1 x Yamaha, RIO 1608-D Digital Module (onstage)
o 1 x SymNet EDGE Digital Processing Package
UID QTY UNIT DESCRIPTION
D-0005 12 EACH Full-size Line Array Cabinets, (6) for each side. Approved
products: L-Acoustics K2, Clair I-3, D&B J Series, Adamson
E15, Meyer Milo, Mica, Leo
D-0010
8 EACH Dual 18 INCH Sub Loudspeakers. A sub arc array design is
preferred with 8 evenly spaced stacks of 2 high dual 18 INCH
subwoofers. Sub loudspeakers must be cardioid
programmable, upon request. Approved products: L-Acoustics
SB28, Clair BT-218, D&B B2, Adamson E219, Meyer 700HP.
Subs must be pinned or strapped together and include plastic
skids to elevate off the ground.
D-0015 4 EACH Small Line Array Front Fill Speakers. Speakers will be ground
stacked on the stage deck or on each sub stack (must be
strapped down if placed on subs). Approved products: L-
Acoustics KARA, Clair CO-8, D&B V8, Adamson S10,
Meyer M’elodie, Mina.
D-0020 4 EACH Out Fill Loudspeakers on stands. All speakers require stands
with sandbags. Approved products: L-Acoustics 112P, Clair
P2, EV-1122, SX250A, ZLX-15P, D&B E12, Adamson P12,
Meyer UPA-1P (or approved equivalent)
D-0025 8 EACH Channels of isolation transformer (line level) with ground lifts.
D-0030 1 EACH 16 channel active media feed (minimum 16 output – XLR &
1/8" TRS output capability, Mic or Line Level Outputs with
headphones for monitoring and LED level display. Approved
product: Whirlwind, Presspower 2 (or approved equivalent).
Vendor must also supply power to the media area.
D-0035
1 EACH Playback rack containing:
RFQ 3204-17-7139
Page 62 of 137
2 x CD Player / Recorder – approved product: Tascam,
CD901 (or approved equivalent). Must include blank
media for recording.
1 x iPod audio adaptor (1/8" TRS to TRS or XLR)
D-0040 1 EACH 32 Channel Traffic Digital Mixing Console complete with
adaptors and headphones. Approved products: Midas M32,
Behringer X32, Yamaha LS9 (or approved equivalent)
D-0045 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required) to make a
complete the audio system
D2: Main Stage Communications System
UID QTY UNIT DESCRIPTION
D-0050 8 EACH Wired single channel beltpacks – approved products: Clear-
Com 501, 601 (or approved equivalent)
D-0055 8 EACH Single muff headsets – approved product: Clear-Com CC-95,
Beyer DT 108 (or approved equivalent)
D-0060 2 EACH Beacon flashers – approved product: Clear-Com FL-1 (or
approved equivalent)
D-0065 2 EACH Phone handsets - approved product: Clear-Com Handset (or
approved equivalent)
D-0070 1 EACH Four (4) channel communications main station – approved
product: Clear Com 440 (or approved equivalent)
D-0075 1 LOT All required cable for communications system
D3: Main Stage Monitor System
UID QTY UNIT DESCRIPTION
D-0080 1 EACH 48 Channel Digital MON Mixing Console with 24 Outputs.
Digital consoles and all supporting external infrastructure must
be connected to a UPS power supply. PLEASE NOTE: The
monitor main snake run will be approximately 50'. Please
include any and or all equipment needed to facilitate this cable
length with all associated technology. Monitor console must
not share stage or input racks with any other console.
Approved products: Digidesign, SC-48 (48/24), Yamaha
PM5D, CL5 (Rio included), Digico SD8, SD9 (stage racks
included) (or approved equivalent).
D-0085 10 EACH Bi-amped floor wedges on 8 mixes of amplification &
processing. Approved products: L'Acoustics 115XT, Clair
12AM, D&B M4, EV XW12, XW15 (or approved equivalent)
D-0090 1 EACH Drum fill sub loudspeakers on 1 mix of amplification &
processing. Approved products: L'Acoustics SB18, Clair ML-
18, D&B QSub (or approved equivalent)
D-0095 2 EACH Powered loudspeakers with speaker stands and sandbags.
Approved products: EV, SX-250A ZLX-15P, JBL Eon,
Yorkville NX55P (or approved equivalent).
RFQ 3204-17-7139
Page 63 of 137
D-0100 3 EACH Small powered loudspeakers for stage talkback
communications. Approved products: Yamaha MS101,
Foxtex 6301, Anchor AN-30 (or approved equivalent)
D-0105 3 EACH SM-58 Switched Microphones
D-0110 1 EACH 14 Channel analog talkback mixer. Approved products:
Mackie 1402 VLZ (or approved equivalent)
D-0115 6 EACH Channels of stereo wireless In-Ear monitors with dual
beltpacks, generic headphones and a supply of batteries for
rehearsal and show periods. IEM package should also include
an antenna distribution system required cables and helical
antenna(s), as required. Approved products: Sennheiser G3 or
2000 Series, Shure PSM 900 or 1000 Series.
D-0120 2 EACH In-Ear Hard Wire Beltpacks. Approved products: Shure,
P6HW, P9HW. IEM package should also contain a supply of
batteries for rehearsal and show periods.
D-0125 1 EACH RF scanning and monitoring equipment package for on-site RF
coordination of all show RF equipment. Off site RF
coordination should be completed and submitted five days
before the event. All wireless equipment should be shipped to
the event site with preprogrammed RF coordination.
D-0130 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required) to make a
complete system.
D4: Stage Equipment
UID QTY UNIT DESCRIPTION
D-0135 10 EACH Shure, SM-58
D-0140 6 EACH Shure, Beta 58A
D-0145 8 EACH Shure, SM-57
D-0150 4 EACH Shure, SM81
D-0155 4 EACH Sennheiser, 604 – with Claws
D-0160 4 EACH Shure, B98A with Drum Hardware
D-0165 4 EACH Sennheiser, 609
D-0170 2 EACH Sennheiser, 421II
D-0175 2 EACH Shure, Beta 52A
D-0180 2 EACH KSM 32
D-0185 2 EACH AKG 414
D-0190 2 EACH Shure, Beta 91
D-0195 2 EACH Shure, MX-412 Podium Microphones
D-0200 12 EACH Passive Direct Boxes with ¼" to ¼" Cables
D-0205 6 EACH Active Direct Boxes with ¼” to ¼” Cables
D-0210 8 EACH Channels of wireless hand held microphones. RF package
should also include an active antenna distribution system with
active antennas, cables, windscreens and batteries for rehearsal
and show operations. Approved product: Shure, UHR wireless
hand held with SM-58 capsules and windscreens.
D-0215 1 LOT Microphone stands package for all microphones, RF hand
held's and antenna's needs. Please include a large assortment
RFQ 3204-17-7139
Page 64 of 137
of short, tall and heavy stands with booms. Different varieties
of round base and tripod options should also be considered.
D-0220 1 LOT Microphone patching kit to include a large festival, multi
artist capability with an assortment of 10', 25', 50' & 100' XLR
for all patching requirements.
D-0225 1 LOT Stage power kit for a large festival deck with all quad box
distribution and GFCI power bars
D5: Main Stage FOH/Monitor Snake Kit – FOR ALL AUDIO INPUTS AND OUTPUTS
PLEASE NOTE: Final audio snake and network design to be reviewed with awarded vendor
UID QTY UNIT DESCRIPTION
D-0230 1 EACH 48 Channel, 3-way transformer (broadcast) and isolated splitter
(FOH & Monitors) – Main Split Snake
D-0235 2 EACH 48 Channel snakehead (headliner & festival)
D-0240 1 EACH 32 Channel traffic console 3-way splitter snake with snakehead
D-0245 1 EACH 32 Channel 330' traffic console snake (stage to FOH)
D-0250 1 EACH 12 Channel 330' return snake for talkback, communication and
timecode
D-0255 1 EACH 200' 16 Channel second stage subsnake (box to tails)
D-0260 1 EACH 330' 48 channel FOH digital main snake with returns (as
required) and FOH AC
D-0265 2 EACH 50 FOOT 48 channel digital monitor snake with AC
D-0270 1 LOT All required snake fan outs
D-0275 1 LOT All required return snakes needed to drive all audio system
components, video feeds, communication matrix, talkback
system, pool stage and media feed.
D-0280 1 LOT 12 channel detachable stage boxes with assorted snakes
lengths and breakouts for a large festival stage
D-0285 1 EACH 500 FOOT 8 channel XLR to XLR sub snake with turnarounds
and UGD AC (communications for pyro on roof)
D6: DJ System
UID QTY UNIT DESCRIPTION
D-0290 1 EACH Rane, TTM-62 DJ Mixer with TRS Booth Adaptors
D-0295 2 EACH Pioneer, CDJ-2000NXS CD Players with RCA Cables
D-0300 2 EACH Technic, SL-1200 MKII Turntables With Slips Matts,
Cartridges and Needles
D-0305 2 EACH Rave Stones (to prevent vibrations)
D-0310 1 EACH DJ Laptop Stand
D-0315 2 EACH Rane Serato Package (Complete – CD, Records, etc)
D-0320 2 EACH Powered DJ Monitor. Speaker must include a stand and
sandbags. Approved product: EV SX-250A, ZLX-15P, JBL
Eon, Yorkville NX55P (or approved equivalent).
D-0325 2 EACH 2'x8'x40" JDI risers for a stage DJ table. Must include black
surface and black gabardine skirt package
RFQ 3204-17-7139
Page 65 of 137
D-0330 1 LOT All control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required)
D7: Delay Audio System
Note: The delay audio package will consist of two ground stacked line array systems, build on two
staging platforms. The platform height will be between 32"- 48" and will be supplied by the audio
vendor.
UID QTY UNIT DESCRIPTION
D-0335 8 EACH Full sized line array cabinets. Approved products: L-Acoustics,
K2, Clair I-3, D&B J Series, Adamson E15, Meyer Milo, Mica,
Leo (or approved equivalent).
D-0340 4 EACH Dual 18 INCH stereo delay sub-loudspeakers. Approved
products: L-Acoustics SB28, Clair BT-218, D&B B2, JSub,
Adamson E219, Meyer 700HP (or approved equivalent). Sub
loudspeakers must be cardioid programmable, upon request.
D-0345 1 LOT All DSP control, amplification, rigging, cable, time alignment,
equalization and weather proofing (as required)
D8: Delay System Staging
UID QTY UNIT DESCRIPTION
D-0350 4 EACH 4'x8'x24"-40" (varying height capability) decks which will be
used to support the delay audio systems. The decking can be
constructed of scaffold, smart stage, ultra stage and/or JDI risers
with tubular design and rigid construction
D-0355 1 LOT The platform must have ¾" shims at each point of contact with
the ground
D-0360 1 LOT The platform will have the necessary internal ballast and bracing
as required by an engineer and to be located within the structure,
not outside.
D-0365 1 LOT The platforms surface must be painted black and include black
gabardine skirting
D9: MEL LASTMAN Site Animation Stage
Notes:
The Mel Lastman Site Activation Stage Stereo System will consist of an area 150’ wide x
150’ long and operate independently of the other audio systems
Any and all electrical distribution systems for the site activation audio system, stage utility power.
All electrical distribution systems must be pass an ESA inspection and be rated for outdoor use.
UID QTY UNIT DESCRIPTION
D-0370
4 EACH Loudspeakers on stands. All speakers require stands with
sandbags. Approved products: L-Acoustics 112P, Clair P2, EV-
1122, SX250A, ZLX-15P, D&B E12, Adamson P12, Meyer
UPA-1P (or approved equivalent)
RFQ 3204-17-7139
Page 66 of 137
D-0375 1 EACH 16 Channel Digital FOH Mixing Console with 16 Outputs.
Digital consoles and all supporting external infrastructure must
be connected to a UPS power supply. Approved products:
Midas M32, Behinger X32, Yamaha LS9
D-0380 1 EACH Playback rack containing:
1 x CD Player – approved product: Tascam, CD901 (or
approved equivalent).
1 x iPod audio adaptor (1/8" TRS to TRS or XLR)
D-0385 4 EACH Channels of wireless microphones which need to include
options for LAV, Headset and Handheld with SM-58. RF
package should also include an active antenna distribution
system with active antennas, cables, windscreens and batteries
for rehearsal and show operations. Approved product: Shure,
UHR wireless
D-0390 4 EACH Shure, SM58
D-0395 4 EACH Shure, SM57
D-0400 4 EACH Passive DI Boxes with ¼" to ¼" Cables
D-0405 1 LOT Microphone stands package for all microphones, RF hand held's
and antenna's needs. Please include a large assortment of short,
tall and heavy stands with booms. Different varieties of round
base and tripod options should also be considered.
D-0410 1 LOT Microphone patching kit to include a small festival, stage with
an assortment of 10', 25', 50' & 100' XLR for all patching
requirements.
D-0415 1 LOT Stage power kit for a small stage with all quad box distribution
and GFCI power bars
D-0420 1 LOT All control, amplification, cable, time alignment, equalization
and weather proofing (as required) to make a complete Site
Activation Audio System
AUDIO SYSTEM LABOUR AND TRANSPORTATION
City of Toronto may provide an audio supervisor who is responsible for all audio activities on the
site. The audio supervisor must have full access and control over any and all audio processing,
delay, level, etc that is required to operate the sound system.
Vendor will provide
- One (1) main stage systems/FOH engineer;
- one (1) main stage monitor engineer;
- one (1) main stage patch technician;
- one (1) site animation audio technician/operator;
- One (1) general site audio technician;
- one (1) complement of stage hand labour for installation & removal of all equipment
provided;
Please estimate based on the hours outlined below. The City of Toronto will not pay for additional
hours if you have under estimated your required labour. Any hours worked over and above the
times outlined MUST have authorization sign off from Toronto Special Events. Any unauthorized
overages will not be paid by the City of Toronto.
RFQ 3204-17-7139
Page 67 of 137
The below schedule is preliminary and does not depict the final hours of work
All times are estimates, and actual hours worked might operate on a 24 hour clock to align with
production schedules.
D10: Labour – Main Stage Systems/ FOH Engineer:
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-29 10 HOURS System Eng. – AUDIO INSTALL
& Turning
1 Hand at 10 Hours
2017-06-30 10 HOURS Systems Eng. – AUDIO
INSTALL CONT. & Rehearsal
1 Hand at 10 Hours
2017-07-01 16 HOURS System Eng. – SHOW 1 Hand at 16 Hours
2017-07-02 6 HOURS System Eng. – AUIDO
REMOVAL
1 Hand at 6 Hours
D11: Labour – Main Stage Monitor Engineer:
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-29 10 HOURS Monitor Eng. – AUDIO
INSTALL
1 Hand at 10 Hours
2017-06-30 10 HOURS Monitor Eng. – AUDIO
INSTALL CONT. &
REHEARSAL
1 Hand at 10 Hours
2017-07-01 16 HOURS Monitor Eng. – SHOW 1 Hand at 16 Hours
2017-07-02 6 HOURS Monitor Eng. – AUDIO
REMOVAL
1 Hand at 6 Hours
D12: Labour – Main Stage Patch Technician
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-29 10 HOURS Patch Tech. AUDIO INSTALL 1 Hand at 10 Hours
2017-06-30 10 HOURS Patch Tech. – REHEARSAL 1 Hand at 10 Hours
2017-07-01 16 HOURS Patch Tech. – SHOW 1 Hand at 16 Hours
D13: Labour – Site Activation Audio Technician/Operator
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 4 HOURS System Eng. – AUDIO INSTALL 1 Hand at 4 Hours
2017-07-01 16 HOURS System Eng. – SHOW 1 Hand at 16 Hours
D14: Labour – Site Audio Technician
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-29 10 HOURS Audio Tech – AUDIO INSTALL 1 Hand at 10 Hours
2017-06-30 10 HOURS Audio Tech – REHEARSAL 1 Hand at 10 Hours
2017-07-01 16 HOURS Audio Tech – SHOW 1 Hand at 16 Hours
2017-07-02 6 HOURS Audio Tech – AUDIO
REMOVAL
1 Hand at 16 Hours
RFQ 3204-17-7139
Page 68 of 137
D15: Labour –Install/Dismantle Labour:
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-29 10 HOURS Labour – AUDIO INSTALL 6 Hands at 10 Hours
2017-06-30 10 HOURS Labour – AUDIO INSTALL
CONT.
2 Hands at 8 Hours
2017-07-02 6 HOURS Labour – AUDIO REMOVAL 6 Hands at 6 Hours
D16: Transportation:
DATE QTY UNIT DESCRIPTION
2017-06-29 1 EACH DELIVERY – ALL AUDIO & STAGING EQUIPMENT
2017-07-02 1 EACH PICKUP – ALL AUDIO & STAGING EQUIPMENT
ITEM E: LIGHTING SYSTEM FOR TO CANADA WITH LOVE
NATHAN PHILLIPS SQUARE
General Site Notes:
- Vendor agrees there is NO parking for staff and or delivery vehicles anywhere on-
site. All delivery vehicles must be removed from Nathan Phillips Square following
loading/unloading.
- Vendor agrees and is responsible for removing empty cases and/or unused materials
form the site prior to the show and for returning to site for removal (if required). The
cost of this service must be built into the overall transportation costing
- When driving at Nathan Phillips Square the vehicle must drive slowly, have its four
way flashers active and be escorted by a spotter wearing full PPE
- All trucks should be of 5-Ton, G classification or less due to site weight restrictions
- Electrical equipment tails will be delivered and picked up prior to and following event
date for installation and removal by City of Toronto electrician
City of Toronto's Responsibilities
Unless otherwise noted, the City of Toronto will be responsible for the following:
Provide rigging points on the Nathan Phillips Square main stage and in all temporary
structures;
Provide Front of House operating position for the main stage, including a 20 FOOT x 20
FOOT tent on an elevated surface;
Provide side-stage Monitor operating position for the main stage, including a 10 FOOT x
20 FOOT tent on an elevated surface;
Provide an SL100 or equivalent as a secondary performance stage on the West Lawn (called
Discovery Stage);
Provide a Lighting Programmer who will oversee and execute the control of all elements of
the Lighting System;
Provide a Front of House operating position for the West Lawn ("Discovery") stage,
including a 10 FOOT x 10 FOOT tent at ground level;
RFQ 3204-17-7139
Page 69 of 137
E1: MAIN STAGE LIGHTING – STAGE LEFT POD
E2: MAIN STAGE LIGHTING – CENTER POD
E3: MAIN STAGE LIGHTING – STAGE RIGHT POD
E4: MAIN STAGE LIGHTING – TRUSS #1
E5: MAIN STAGE LIGHTING – TRUSS #2
E6: MAIN STAGE LIGHTING – TRUSS #3
E7: MAIN STAGE LIGHTING – TRUSS #4
E8: MAIN STAGE LIGHTING – DECK ELECTRICS
E9: MAIN STAGE LIGHTING – SIGNAGE
E10: SITE LIGHTING – POOL TOWER SOUTH
E11: SITE LIGHTING – POOL TOWER NORTH
E12: SITE LIGHTING – FRONT OF HOUSE
E13: SITE LIGHTING – GENERAL
E14: MAIN STAGE LIGHTING – MEDIA SERVER
E15: MAIN STAGE & SITE LIGHTING – CONTROL
E16: DISCOVERY (B) STAGE LIGHTING
E17: DISCOVERY (B) STAGE LIGHTING – CONTROL
E18: PODIUM ROOF LX FIXTURES – CONTROL
E19: Labour – Main Stage Systems/Dimmer Tech
E20: Labour – DISCOVERY STAGE “B” Stage LX Tech
E21: Labour –Install/Dismantle/Run-Of-Show Labour
E22: Transportation
CANADA DAYS – NATHAN PHILLIPS SQUARE – PRELIMINARY PRODUCTION
SCHEDULE
(Subject to change)
Thurs June 1, 2017 TBC Production Meeting – Toronto City Hall, 100 Queen Street
West, 6th Floor, West Tower
Mon Jun 19, 2017 9:00 – 17:00 Shop Prep – Vendor's Location
Tues June 20, 2017
7:00
7:30 – 17:30
Deliver All LX Under-Square Cabling, Rigging and Power
Distribution
Installation of Audio Under-Square Cabling
June 22 – 23, 2017 Shop Prep – Vendor's Location
Mon Jun 26, 2017 7:30 – 17:30 LX Install – Main Stage & Delay Tower Systems
Tues Jun 27, 2017 7:30—17:30 LX Install – Main Stage, Pond Stage
Wed Jun 28, 2017 7:30 – 17:30 LX Install – Podium Roof, Main Stage Cont'd
Thurs Jun 29, 2017
7:30 – 17:30
16:30
17:30 – 22:30
LX Install – Discovery Stage
All Systems show Ready
ARTIST SOUNDCHECK (TBC)
Friday Jun 30, 2017
9:00-16:00
17:00-23:00
Artist Sound Check & Show Dress Rehearsal
Canada 150 NPS – Show Day #1
RFQ 3204-17-7139
Page 70 of 137
Sat July 1, 2017
8:00-12:00
14:00 – 23:00
Artist Sound Check
Canada 150 NPS – Show Day #2
Sun July 2, 2017
8:00 – 14:30
15:00-23:00
Artist Sound Check
Canada 150 NPS – Show Day #3
Mon July 3, 2017
8:00 – 14:30
15:00 – 23:00
Artist Sound Check
Canada 150 NPS – Show Day # 4
Tues July 4, 2017 7:30-18:00 Strike Stage & Site systems / Strike under square cabling
Wed July 5, 2017 7:30-17:30 Strike under square cabling
Thurs July 6, 2017 7:30 – 17:30 Strike Contingency Day
E1: MAIN STAGE LIGHTING – STAGE LEFT POD
The following site measurements are estimated, and will be confirmed with the awarded vendor.
These are intended to be a guide to assist with developing a coordinated cable and system
management plan.
o Stage to FOH – 330'
o Stage to North Delay Tower – 300' '
o North Delay Tower to South Delay Tower – 200'
o South Delay Tower to Queen Street Delay Position – 250'
o FOH to Pyro Zone – 600'
UID QTY UNIT DESCRIPTION
E-0005 17 EACH Elation ACL 360i (or approved equivalent)
E-0010 6 EACH Martin Mac Aura (or approved equivalent)
E-0015 3 EACH Clay Paky Sharpy (or approved equivalent)
E-0020 6 EACH Elar Par 108v RGBW (or approved equivalent)
E-0025 2 EACH Christie Lites 8' A Type 12" Box truss (black powder coat)
E-0030 2 EACH Christie Lites 6' A Type 12" Box truss (black powder coat)
E-0035 2 EACH Christie Lites 1' A Type 12" Box truss (black powder coat)
E-0040 1 EACH Christie Lites Corner Block A Type 12" Box truss (black powder coat)
E-0045 6 EACH Christie Lites 30 degree A Type 12" Box truss (black powder coat)
E-0050 2 EACH Christie Lites 45 degree A Type 12" Box truss ((black powder coat)
E-0055 2 EACH Christie Lites 5" A Type 12" Box truss (black powder coat)
E-0060 2 EACH Black Powder Coated Aluminum 2" Circular pipe 5'
E-0065 2 EACH Black Powder Coated Aluminum 2" Circular pipe 7.5'
E-0070 2 EACH Black Powder Coated Aluminum 2" Circular pipe 10'
E-0075 3 EACH 1-Ton TourRig motors with distribution, control and all required
rigging
E-0080 2 EACH Beam Clamp 2-Ton
E-0085 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E2: MAIN STAGE LIGHTING – CENTER POD
RFQ 3204-17-7139
Page 71 of 137
UID QTY UNIT DESCRIPTION
E-0090 17 EACH Elation ACL 360i (or approved equivalent)
E-0095 4 EACH Martin Mac Aura (or approved equivalent)
E-0100 2 EACH Clay Paky Sharpy (or approved equivalent)
E-0105 6 EACH Elar Par 108v RGBW (or approved equivalent)
E-0110 2 EACH Christie Lites 8' A Type 12" Box truss (black powder coat)
E-0115 2 EACH Christie Lites 6' A Type 12" Box truss (black powder coat)
E-0120 2 EACH Christie Lites 1' A Type 12" Box truss (black powder coat)
E-0125 1 EACH Christie Lites Corner Block A Type 12" Box truss (black powder coat)
E-0130 6 EACH Christie Lites 30 degree A Type 12" Box truss (black powder coat)
E-0135 2 EACH Christie Lites 45 degree A Type 12" Box truss (black powder coat)
E-0140 2 EACH Christie Lites 5" A Type 12" Box truss ((black powder coat)
E-0145 2 EACH Black Powder Coated Aluminum 2" Circular pipe 5'
E-0150 2 EACH Black Powder Coated Aluminum 2" Circular pipe 7.5'
E-0155 2 EACH Black Powder Coated Aluminum 2" Circular pipe 10'
E-0160 3 EACH 1-Ton TourRig motors with distribution, control and all required
rigging
E-0165 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E3: MAIN STAGE LIGHTING – STAGE RIGHT POD
UID QTY UNIT DESCRIPTION
E-0170 17 EACH Elation ACL 360i (or approved equivalent)
E-0175 6 EACH Martin Mac Aura (or approved equivalent)
E-0180 3 EACH Clay Paky Sharpy (or approved equivalent)
E-0185 6 EACH Elar Par 108v RGBW (or approved equivalent)
E-0190 2 EACH Christie Lites 8' A Type 12" Box truss (black powder coat)
E-0195 2 EACH Christie Lites 6' A Type 12" Box truss (black powder coat)
E-0200 2 EACH Christie Lites 1' A Type 12" Box truss (black powder coat)
E-0205 1 EACH Christie Lites Corner Block A Type 12" Box truss (black powder coat)
E-0210 6 EACH Christie Lites 30 degree A Type 12" Box truss (black powder coat)
E-0215 2 EACH Christie Lites 45 degree A Type 12" Box truss (black powder coat)
E-0220 2 EACH Christie Lites 5" A Type 12" Box truss (black powder coat)
E-0225 2 EACH Black Powder Coated Aluminum 2" Circular pipe 5'
E-0230 2 EACH Black Powder Coated Aluminum 2" Circular pipe 7.5'
E-0235 2 EACH Black Powder Coated Aluminum 2" Circular pipe 10'
E-0240 3 EACH 1-Ton TourRig motors with distribution, control and all required
rigging
E-0245 2 EACH Beam Clamp 2-Ton
E-0250 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E4: MAIN STAGE LIGHTING – TRUSS #1
UID QTY UNIT DESCRIPTION
E-0255 8 EACH Martin Mac Aura (or approved equivalent)
E-0260 12 EACH ETC Source Four 26 Degree Leko (or approved equivalent)
RFQ 3204-17-7139
Page 72 of 137
E-0265 4 EACH Martin Viper Profile (or approved equivalent)
E-0270 8 EACH 4 Lite Linear Blinder (or approved equivalent)
E-0275 5 EACH Christie Lites 8' A Type 12" Box Truss (black powder coat)
E-0280 4 EACH 1 Ton TourRig Motor with distribution, control and all rigging
E-0285 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E5: MAIN STAGE LIGHTING – TRUSS #2
UID QTY UNIT DESCRIPTION
E-0290 6 EACH Martin Mac Aura (or approved equivalent)
E-0295 4 EACH Martin Viper Profile (or approved equivalent)
E-0300 5 EACH Christie Lites 8' A Type 12" Box truss (black powder coat)
E-0305 3 EACH Elation Protron 3K Color LED Strobe (or approved equivalent)
E-0310 4 EACH 1 Ton TourRig Motor with distribution, control and all rigging
E-0315 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E6: MAIN STAGE LIGHTING – TRUSS #3
UID QTY UNIT DESCRIPTION
E-0320 2 EACH Martin Mac Aura (or approved equivalent)
E-0325 4 EACH Martin Viper Profile (or approved equivalent)
E-0330 5 EACH Christie Lites 8' A Type 12" Box truss (black powder coat)
E-0335 4 EACH Elation Protron 3K Color LED Strobe (or approved equivalent)
E-0340 4 EACH 1 Ton TourRig Motor with distribution, control and all rigging
E-0345 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E7: MAIN STAGE LIGHTING – TRUSS #4
UID QTY UNIT DESCRIPTION
E-0350 6 EACH Martin Mac Aura (or approved equivalent)
E-0355 4 EACH Martin Viper Profile (or approved equivalent)
E-0360 5 EACH Christie Lites 8' A Type 12" Box truss (black powder coat)
E-0365 3 EACH Elation Protron 3K Color LED Strobe (or approved equivalent)
E-0370 4 EACH 1 Ton TourRig Motor with distribution, control and all rigging
E-0375 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E8: MAIN STAGE LIGHTING – DECK ELECTRICS
UID QTY UNIT DESCRIPTION
E-0380 9 EACH Chroma-Q Color Force 72 LED Fixtures w CYC Lens (or approved
equivalent)
E-0385 4 EACH 20.5" Square Base Plate (black powder coat)
E-0390 4 EACH 12' Threaded Steel Pipe (black powder coat)
E-0395 32 EACH Elation ACL 360i (or approved equivalent)
E-0400 6 EACH Clay Paky Sharpy (or appoved equivalent)
RFQ 3204-17-7139
Page 73 of 137
E-0405 4 EACH Radiance Hazer & Versa Fan
E-0410 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E9: MAIN STAGE LIGHTING – SIGNAGE
UID QTY UNIT DESCRIPTION
E-0415 2 EACH 3' Square Base Plate
E-0420 4 EACH ETC Source 4 Leko w 10 degree lens
E-0425 2 EACH Christie Lites 8' A Type 12" Box truss (black)
E-0430 2 EACH Christie Lites 2' A Type 12" Box truss (black)
E-0435 4 EACH Fixture Floor Base
E-0440 4 EACH ETC Source 4 Leko w 50 degree lens
E-0445 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E10: SITE LIGHTING – POOL TOWER SOUTH
UID QTY UNIT DESCRIPTION
E-0450 4 EACH Bar of 6 Par 64 Complete
E-0455 6 EACH Chroma-Q Color Force 72 LED Fixtures
E-0460 4 EACH ETC Source 4 Leko w 10 degree lens
E-0465 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E11: SITE LIGHTING – POOL TOWER NORTH
UID QTY UNIT DESCRIPTION
E-0470 4 EACH Bar of 6 Par 64 Complete
E-0475 6 EACH Chroma-Q Color Force 72 LED Fixtures
E-0480 4 EACH ETC Source 4 Leko w 10 degree lens
E-0485 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E12: SITE LIGHTING – FRONT OF HOUSE
UID QTY UNIT DESCRIPTION
E-0490 2 EACH Lycian 1295 ELT Followspot w/all accessories (or approved
equivalent)
E-0495 2 EACH Super Tower ST-25
E-0500 2 EACH Bar of 6 Par 64 Complete
E-0505 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E13: SITE LIGHTING – GENERAL
UID QTY UNIT DESCRIPTION
E-0510 2 EACH Super Tower ST-25
RFQ 3204-17-7139
Page 74 of 137
E-0515 2 EACH Bar of 6 Par 64 Complete
E-0520 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E14: MAIN STAGE LIGHTING – MEDIA SERVER
UID QTY UNIT DESCRIPTION
E-0525 2 EACH Arkaos Media Server with, but not limited to, multi-layer playback,
capable of outputting 1080p HD, complete with Barco Image Pro
scaling switcher, SDI Input
E15: MAIN STAGE & SITE LIGHTING – CONTROL
UID QTY UNIT DESCRIPTION
E-0530 2 EACH MA Lighting GrandMA2 Full Size 8192Ch Complete
E-0535 2 EACH MA Lighting GrandMA2 NPU
E-0540 2 EACH 304' RJ-45 Ethernet Cable FOH Lighting Main Snake including FOH
Power (vendor to confirm final length)
E-0545 1 EACH 304' Multiconductor FOH Lighting Main Snake including (8) XLR5,
(4) XLR4, FOH Power (Vendor to confirm final length)
E-0550 4 EACH Widescreen LCD Monitors of GrandMA2 Consoles (Min. size 21.5")
E-0555 2 EACH Rolling Office Chairs
E-0560 1 LOT All network related systems, software and hardware to control and
operate large scale networks (Including, but not limited to: MAnet,
ArtNet, Cat5, & Fibre systems)
E16: DISCOVERY (B) STAGE LIGHTING
UID QTY UNIT DESCRIPTION
E-0565 12 EACH Martin Mac 101 or approved equivalent)
E-0570 8 EACH Elation Platinum Beam 5R (or approved equivalent)
E-0575 4 EACH Elation Protron 3K Color LED Strobe (or approved equivalent)
E-0580 2 EACH Bar of 6 Par 64 Complete
E-0585 6 EACH 2 Lite Blinder
E-0590 3 EACH Christie Lites 8' A Type 12" Box truss (black powder coat)
E-0595 2 EACH Chain Fall 1 Ton Kito 35
E-0600 1 EACH Radiance Hazer & Versa Fan
E-0605 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E17: DISCOVERY (B) STAGE LIGHTING – CONTROL
The following site measurements are estimated, and will be confirmed with the awarded
vendor. These are intended to be a guide to assist with developing a coordinated cable
and system management plan.
o Stage to FOH – 350'
UID QTY UNIT DESCRIPTION
E-0610 2 EACH MA Lighting GrandMA2 on PC Command wing & Computer Kit
RFQ 3204-17-7139
Page 75 of 137
E-0615 2 EACH Rolling Office Chairs
E-0620 1 LOT All required cabling, dimming, power distribution, data distribution,
feeder, cable, safeties, cable management and consumables to make a
complete system. Cable lengths required should be confirmed with
awarded vendor.
E18: PODIUM ROOF LX FIXTURES – CONTROL
UID QTY UNIT DESCRIPTION
E-0625 12 EACH Martin Mac 2K XB
E-0630 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
E-0635 LOT All required cabling, dimming, power distribution, data distribution,
feeder, cable, safeties, cable management and consumables to make a
complete system. Cable lengths required should be confirmed with
awarded vendor
LIGHTING SYSTEM LABOUR AND TRANSPORTATION
City of Toronto will provide fork operator and boom lift operator for both load in and
load out. Vendor should identify their requirements in advance of load in.
City of Toronto will provide a Lighting Designer who is responsible for all LX activities
on the site. The Lighting Designer must have full access and control over any and all
lighting equipment that is required to operate the lighting system.
City of Toronto will provide technicians for the following positions:
- Main Stage Lighting Board Operator
- Main Stage Crew Chief
Vendor provide
- one main stage dimmer tech
- one Discovery Stage (“B” stage) lighting systems tech
- all required knowledgeable lighting hands for install,run of show & strike of
system
Please estimate based on the hours outlined below. The City of Toronto will not pay
for additional hours if you have under estimated your required labour. Any hours
worked over and above the times outlined MUST have authorization sign off from
Toronto Special Events. Any unauthorized overages will not be paid by the City of
Toronto.
The below schedule is preliminary and does not depict the final hours of work
All times are estimates, and actual hours worked might operate on a 24 hour clock to
align with production schedules.
E19: Labour – Main Stage Systems/Dimmer Tech
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-20 8 HOURS Labour – Under Square cabling 1 Hand at 8 Hours
2017-06-26 10 HOURS Labour – LX INSTALL 1 Hand at 10 Hours
2017-06-27 10 HOURS Labour – LX INSTALL 1 Hand at 10 Hours
2017-06-28 10 HOURS Labour – LX INSTALL 1 Hand at 10 Hours
2017-06-29 15 HOURS Labour – LX INSTALL & FOCUS 1 Hand at 15 Hours
RFQ 3204-17-7139
Page 76 of 137
2017-06-30 15 HOURS Labour – Main Stage Show 1 Hand at 15 Hours
2017-07-01 15 HOURS Labour – Main Stage Show 1 Hand at 15 Hours
2017-01-02 15 HOURS Labour – Main Stage Show 1 Hand at 15 Hours
2017-01-03 15 HOURS Labour – Main Stage Show 1 Hand at 15 Hours
2017-01-04 10 HOURS Labour – STRIKE 1 Hand at 10 Hours
2017-01-05 8 HOURS Labour – Under Square Cabling 1 Hand at 8 Hours
2017-01-06 8 HOURS Labour – Strike Contingency Day 1 Hands at 8 Hours
E20: Labour – DISCOVERY STAGE “B” Stage LX Tech
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-29 8 HOURS System Eng. – LX INSTALL 1 Hand at 8 Hours
2017-06-30 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
2017-07-01 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
2017-07-02 15 HOURS System Eng. - SHOW 1 Hand at 15 Hours
2017-07-03 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
2017-07-04 10 HOURS System Eng. – STRIKE 1 Hand at 10 Hours
E21: Labour –Install/Dismantle/Run-Of-Show Labour
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-20 48 HOURS Labour – Under Square cabling 6 Hands at 8 Hours
2017-06-26 80 HOURS Labour – LX INSTALL 8 Hands at 10 Hours
2017-06-27 80 HOURS Labour – LX INSTALL 8 Hands at 10 Hours
2017-06-28 60 HOURS Labour – LX INSTALL 6 Hands at 10 Hours
2017-06-29 60 HOURS Labour – LX INSTALL 6 Hands at 10 Hours
2017-06-30 30 HOURS Labour – Main Stage Show 2 Hands at 15 Hours
2017-07-01 30 HOURS Labour – Main Stage Show 2 Hands at 15 Hours
2017-01-02 30 HOURS Labour – Main Stage Show 2 Hands at 15 Hours
2017-01-03 30 HOURS Labour – Main Stage Show 2 Hands at 15 Hours
2017-01-04 80 HOURS Labour – STRIKE 8 Hands at 10 Hours
2017-01-05 48 HOURS Labour – Under Square Cabling 6 Hands at 8 Hours
2017-01-06 48 HOURS Labour – Strike Contingency Day 6 Hands at 8 Hours
E22: Transportation
DATE QTY UNIT DESCRIPTION
2017-06-20 1 EACH DELIVERY – ALL LX CABLING
2017-06-26 1 EACH DELIVERY – ALL LX EQUIPMENT
2017-07-04 1 EACH PICKUP – ALL LX EQUIPMENT
2017-04-05 1 EACH PICKUP – ALL
RFQ 3204-17-7139
Page 77 of 137
ITEM F: LIGHTING SYSTEM FOR TO CANADA WITH LOVE
HUMBER BAY PARK WEST
General Site Notes:
- Vendor agrees there is NO parking for staff and or delivery vehicles anywhere on-
site. All delivery vehicles must be removed from Humber Bay Park West following
loading/unloading.
- Vendor agrees and is responsible for removing empty cases and/or unused materials
form the site prior to the show and for returning to site for removal (if required). The
cost of this service must be built into the overall transportation costing
- When driving at Humber Bay Park West the vehicle must drive slowly, have its four
way flashers active and be escorted by a spotter wearing full PPE
- As there may be a width and weight restriction, all trucks may be required to only be
of 5-Ton, G classification. The awarded vendor MUST advance this detail with the
site's production manager.
City of Toronto's Responsibilities
Unless otherwise noted, the City of Toronto will be responsible for the following:
Provide an SL260 or equivalent as the performance stage;
Provide a Lighting Designer who will create and maintain the necessary lighting
documentation as well as direct the installation of the Lighting System;
Provide a Lighting Programmer who will oversee and execute the control of all elements of
the Lighting System;
Provide Front of House operating position, including a 10 FOOT x 10 FOOT tent;
Provide side-stage Monitor operating position, underneath a covered wing, occupying a
minimum of 10'x8' space
Provide a secondary performance stage (size TBC). This space may or may not be covered;
Provide a single operating position for both FOH & MON for the secondary stage, positioned
side-stage. This space may or may not be covered.
F1: MAIN STAGE LIGHTING – Truss #1
F2: MAIN STAGE LIGHTING – Truss #2
F3: MAIN STAGE LIGHTING – Truss #3
F4: MAIN STAGE LIGHTING – Truss #4
F5: B STAGE LIGHTING – STRUCTURE
F6: B STAGE LIGHTING – LIGHTING
F7: HBPW LIGHTING – BOAT RAMP (CANOE LAUNCH)
F8: HBPW LIGHTING – SIGNAGE
F9: STAGE LIGHTING – CONTROL
F10: Labour – Main Stage Systems/Dimmer Tech
F11: Labour – “B” Stage LX Tech
F12: Labour –Install/Dismantle/Run-Of-Show Labour
F13: Transportation
CANADA DAYS – HUMBER BAY PARK WEST – PRELIMINARY PRODUCTION SCHEDULE
RFQ 3204-17-7139
Page 78 of 137
(Subject to change)
TBC Production Meeting – Toronto City Hall, 100 Queen Street
West, 6th Floor, West Tower
9:00 – 17:00 Shop Prep – Vendor's Location (if required)
Thurs June 29, 2017 7:00-17:00 LX Delivery, B Stage Structure Build, B stage LX hang
Fri June 30, 2017
7:00-11:00
10:00 – 22:00
23:00
Mobile Stage Delivery
LX Install – MOBILE STAGE / FOH CONTROL
All LX Systems Show Ready
Sat July 1, 2017 8:00-12:00 Artist Sound Check
Sat July 1, 2017 14:00 – 23:00 Canada 150 HBPW – SHOW
Sun July 2, 2017 7:30-18:00 Strike Stage & Site systems
F1: MAIN STAGE LIGHTING – Truss #1
UID QTY UNIT DESCRIPTION
F-0005 3 EACH Christie Lites 8' B Type 16" Box truss (black powder coat)
F-0010 1 EACH Christie Lites 4' B Type 16" Box truss (black powder coat)
F-0015 3 EACH Bar of 6 Par 64 Complete
F-0020 6 EACH ETC Source Four 36 Degree Leko (or approved equivalent)
F-0025 6 EACH 4 Lite Linear Blinder (or approved equivalent)
F-0030 2 EACH 1-Ton TourRig motors with distribution, control and all required
rigging
F-0035 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
F2: MAIN STAGE LIGHTING – Truss #2
UID QTY UNIT DESCRIPTION
F-0040 3 EACH Christie Lites 8' B Type 16" Box truss (black powder coat)
F-0045 1 EACH Christie Lites 4' B Type 16" Box truss (black powder coat)
F-0050 2 EACH Martin Mac Quantum Profile (or approved equivalent)
F-0055 6 EACH Martin Mac Quantum Wash (or approved equivalent)
F-0060 3 EACH Elation Protron 3K Color LED Strobe (or approved equivalent)
F-0065 2 EACH 1-Ton TourRig motors with distribution, control and all required
rigging
F-0070 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
F3: MAIN STAGE LIGHTING – Truss #3
UID QTY UNIT DESCRIPTION
F-0075 3 EACH Christie Lites 8' B Type 16" Box truss (black powder coat)
F-0080 1 EACH Christie Lites 4' B Type 16" Box truss (black powder coat)
F-0085 4 EACH Martin Mac Quantum Profile (or approved equivalent)
RFQ 3204-17-7139
Page 79 of 137
F-0090 6 EACH Martin Mac Quantum Wash (or approved equivalent)
F-0095 3 EACH Elation Protron 3K Color LED Strobe (or approved equivalent)
F-0100 2 EACH 1-Ton TourRig motors with distribution, control and all required
rigging
F-0105 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
F4: MAIN STAGE LIGHTING – Truss #4
UID QTY UNIT DESCRIPTION
F-0110 3 EACH Christie Lites 8' B Type 16" Box truss (black powder coat)
F-0115 1 EACH Christie Lites 4' B Type 16" Box truss (black powder coat)
F-0120 6 EACH Martin Mac Quantum Profile (or approved equivalent)
F-0125 6 EACH Martin Mac Quantum Wash (or approved equivalent)
F-0130 3 EACH Elation Protron 3K Color LED Strobe (or approved equivalent)
F-0135 2 EACH 1-Ton TourRig motors with distribution, control and all required
rigging
F-0140 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
F5: B STAGE LIGHTING – STRUCTURE
UID QTY UNIT DESCRIPTION
F-0145 18 EACH Christie Lites 8' B Type 24" Box truss
F-0150 10 EACH Christie Lites 4' B Type 16" Box truss
F-0155 4 EACH Christie Lites 2' B Type 16" Box truss
F-0160 8 EACH Christie Lites Corner 6-way B Type 16" Box truss
F-0165 20 EACH Christie Lites End Plate B Type 16" Box truss
F-0170 8 EACH 16' Threaded Steel Pipe
F-0175 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
F6: B STAGE LIGHTING – LIGHTING
UID QTY UNIT DESCRIPTION
F-0180 34 EACH Elar Par 108v RGBW (or approved equivalent)
F-0185 4 EACH 48' Clear white screw base Festoon (or approved equivalent)
F-0190 1 EACH MA Lighting GrandMA2 on PC Command Wing & computer Kit
F-0195 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
F7: HBPW LIGHTING – BOAT RAMP (CANOE LAUNCH)
UID QTY UNIT DESCRIPTION
F-0200 2 EACH L-16 Crank Stand
F-0205 2 EACH Bar of 6 Par 64 Complete
F-0210 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
RFQ 3204-17-7139
Page 80 of 137
F8: HBPW LIGHTING – SIGNAGE
UID QTY UNIT DESCRIPTION
F-0215 2 EACH Chroma-Q Color Force 72 LED Fixtures
F-0220 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
F9: STAGE LIGHTING – CONTROL
UID QTY UNIT DESCRIPTION
F-0225 2 EACH MA Lighting GrandMA2 Light 4096ch Complete
F-0230 2 EACH 304' RJ-45 Ethernet Cable FOH Lighting Main Snake including
FOH Power (vendor to confirm final length)
F-0235 4 EACH Widescreen LCD Monitors for GrandMA2 Consoles (min. size
21.5")
F-0240 1 EACH Rolling Office Chair
F-0245 1 LOT All network related systems, software, and hardware to control and
operate large scale networks (Including, but not limited to: MAnet,
ArtNet, Cat5, & Fibre systems)
LIGHTING SYSTEM LABOUR AND TRANSPORTATION
City of Toronto will provide fork operator and boom lift operator for both load in and load out.
Vendor should identify their requirements in advance of load in.
City of Toronto will provide a Lighting Designer who is responsible for all LX activities on the
site. The Lighting Designer must have full access and control over any and all lighting equipment
that is required to operate the lighting system.
City of Toronto will provide technicians for the following positions:
- Main Stage Lighting Board Operator
- Main Stage Crew Chief
Vendor provide
- one main stage dimmer tech
- one "B" stage lighting systems tech
- all required lighting hands for install & strike of system
Please estimate based on the hours outlined below. The City of Toronto will not pay for additional
hours if you have under estimated your required labour. Any hours worked over and above the
times outlined MUST have authorization sign off from Toronto Special Events. Any unauthorized
overages will not be paid by the City of Toronto.
The below schedule is preliminary and does not depict the final hours of work
All times are estimates, and actual hours worked might operate on a 24 hour clock to align with
production schedules.
F10: Labour – Main Stage Systems/Dimmer Tech
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS System Eng. – LX INSTALL/FOCUS 1 Hand at 12 Hours
2017-07-01 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
2017-07-02 8 HOURS System Eng. –STRIKE 1 Hand at 8 Hours
RFQ 3204-17-7139
Page 81 of 137
F11: Labour – “B” Stage LX Tech
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-29 8 HOURS System Eng. – LX INSTALL 1 Hand at 8 Hours
2017-06-30 8 HOURS System Eng. – LX INSTALL SITE 1 Hand at 8 Hours
2017-07-01 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
2017-07-02 8 HOURS System Eng. –STRIKE 1 Hand at 8 Hours
F12: Labour –Install/Dismantle/Run-Of-Show Labour
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-29 24 HOURS Labour – “B” Stage build 3 Hands at 8 Hours
2017-06-30 40 HOURS Labour – AUDIO INSTALL 4 Hand at 10 Hours
2017-07-01 30 HOURS Labour – SHOW 2 Hands at 15 Hours
2017-07-02 40 HOURS Labour –STRIKE 4 Hand at 10 Hours
F13: Transportation
DATE QTY UNIT DESCRIPTION
2017-06-29 1 EACH DELIVERY – ALL LX EQUIPMENT
2017-07-02 1 EACH PICKUP – ALL LX EQUIPMENT
ITEM G: LIGHTING SYSTEM FOR TO CANADA WITH LOVE
SCARBOROUGH CIVIC CENTRE
General Site Notes:
- Vendor agrees there is NO parking for staff and or delivery vehicles anywhere on-
site. All delivery vehicles must be removed from Scarborough Civic Centre following
loading/unloading.
- Vendor agrees and is responsible for removing empty cases and/or unused materials
form the site prior to the show and for returning to site for removal (if required). The
cost of this service must be built into the overall transportation costing
- When driving at Scarborough Civic Centre the vehicle must drive slowly, have its
four way flashers active and be escorted by a spotter wearing full PPE
- Delivery method needs to be advanced with the site's Production Manager.
- Main stage power will be provided by generator.
- Bandshell stage electrical equipment tails will be delivered and picked up prior to and
following event date for installation and removal by City of Toronto electrician. This
detail should be advanced with the site Production Manager.
City of Toronto's Responsibilities
Unless otherwise noted, the City of Toronto will be responsible for the following:
Provide an SL260 or equivalent as the performance stage;
RFQ 3204-17-7139
Page 82 of 137
Provide a Lighting Designer who will create and maintain the necessary lighting
documentation as well as direct the installation of the Lighting System;
Provide a Lighting Programmer who will oversee and execute the control of all elements of
the Lighting System;
Provide Front of House operating position, including a 10 FOOT x 10 FOOT tent;
Provide side-stage Monitor operating position, underneath a covered wing, occupying a
minimum of 10'x8' space
Provide a secondary performance stage within the existing site infrastructure (bandshell)
Provide a single operating position for both FOH & MON for the secondary stage, including
10 FOOT x 10 FOOT tent.
G1: MAIN STAGE LIGHTING – Truss #1
G2: MAIN STAGE LIGHTING – Truss #2
G3: MAIN STAGE LIGHTING – Truss #3
G4: MAIN STAGE LIGHTING – Truss #4
G5: "B" STAGE (BANDSHELL) LIGHTING EQUIPMENT
G6: STAGE LIGHTING – BACKSTAGE
G7: STAGE LIGHTING – SIGNAGE
G8: STAGE LIGHTING – CONTROL
G9: Labour – Main Stage Systems/Dimmer Tech
G10: Labour – Main Stage Crew Chief
G11: Labour – “B” Stage LX Tech
G12: Labour –Install/Dismantle/Run-Of-Show Labour
G13: Transportation
CANADA DAYS – SCARBOROUGH CIVIC CENTRE – PRELIMINARY PRODUCTION
SCHEDULE
(Subject to change)
TBC Production Meeting – Toronto City Hall, 100 Queen Street
West, 6th Floor, West Tower
9:00 – 17:00 Shop Prep – Vendor's Location (if required)
Thurs June 29,
2017 7:00-17:00
Friday June 30,
2017
7:00-11:00
10:00 – 22:00
23:00
Mobile Stage Delivery
LX Install – MOBILE STAGE / FOH CONTROL
All LX Systems Show Ready
Sat July 1, 2017 8:00-12:00 Artist Sound Check
Sat July 1, 2017 14:00 – 23:00 Canada 150 SCC – SHOW
Sun July 2, 2017 00:00-08:00 Strike Stage & Site systems (overnight)
Sun July 2, 2017 08:00 ALL SYSTEMS STRUCK
G1: MAIN STAGE LIGHTING – Truss #1
RFQ 3204-17-7139
Page 83 of 137
UID QTY UNIT DESCRIPTION
G-0005 3 EACH Christie Lites 8' B Type 16" Box truss
G-0010 1 EACH Christie Lites 4' B Type 16" Box truss
G-0015 3 EACH Bar of 6 Par 64 Complete
G-0020 6 EACH ETC Source Four 36 Degree Leko
G-0025 6 EACH 4 Lite Linear Blinder
G-0030 2 EACH 1-Ton TourRig motors with distribution, control and all required
rigging
G-0035 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
G2: MAIN STAGE LIGHTING – Truss #2
UID QTY UNIT DESCRIPTION
G-0040 3 EACH Christie Lites 8' B Type 16" Box truss
G-0045 1 EACH Christie Lites 4' B Type 16" Box truss
G-0050 2 EACH Martin Mac Quantum Profile (or approved equivalent)
G-0055 6 EACH Martin Mac Quantum Wash (or approved equivalent)
G-0060 3 EACH Elation Protron 3K Color LED Strobe (or approved equivalent)
G-0065 2 EACH 1-Ton TourRig motors with distribution, control and all required
rigging
G-0070 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
G3: MAIN STAGE LIGHTING – Truss #3
UID QTY UNIT DESCRIPTION
G-0075 3 EACH Christie Lites 8' B Type 16" Box truss
G-0080 1 EACH Christie Lites 4' B Type 16" Box truss
G-0085 4 EACH Martin Mac Quantum Profile (or approved equivalent)
G-0090 6 EACH Martin Mac Quantum Wash (or approved equivalent)
G-0095 3 EACH Elation Protron 3K Color LED Strobe (or approved equivalent)
G-0100 2 EACH 1-Ton TourRig motors with distribution, control and all required
rigging
G-0105 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
G4: MAIN STAGE LIGHTING – Truss #4
UID QTY UNIT DESCRIPTION
G-0110 3 EACH Christie Lites 8' B Type 16" Box truss
G-0115 1 EACH Christie Lites 4' B Type 16" Box truss
G-0120 6 EACH Martin Mac Quantum Profile (or approved equivalent)
G-0125 6 EACH Martin Mac Quantum Wash (or approved equivalent)
G-0130 3 EACH Elation Protron 3K Color LED Strobe (or approved equivalent)
G-0135 2 EACH 1-Ton TourRig motors with distribution, control and all required
rigging
G-0140 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
RFQ 3204-17-7139
Page 84 of 137
G5: "B" STAGE (BANDSHELL) LIGHTING EQUIPMENT
UID QTY UNIT DESCRIPTION
G-0145 1 EACH Super Tower ST-25
G-0150 1 EACH Bar of 6 Par 64 Complete
G-0155 2 EACH L-16 Crank Stand
G-0160 1 EACH 12' Steel Threaded Pipe
G-0165 8 EACH Elar Par 108v RGBW (or approved equivalent)
G-0170 1 EACH LP 612 12 Ch. Leprecon Console (or approved equivalent)
G-0175 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
G6: MAIN STAGE LIGHTING – BACKSTAGE
UID QTY UNIT DESCRIPTION
G-0180 2 EACH Super Tower ST-25
G-0185 2 EACH Bar of 6 Par 64 Complete
G-0190 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
G7: MAIN STAGE LIGHTING – SIGNAGE
UID QTY UNIT DESCRIPTION
G-0195 2 EACH Chroma-Q Color Force 72 LED Fixtures
G-0200 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
G8: MAIN STAGE LIGHTING – CONTROL
UID QTY UNIT DESCRIPTION
G-0205 2 EACH MA Lighting GrandMA2 Light 4096ch Complete
G-0210 2 EACH 304' RJ-45 Ethernet Cable FOH Lighting Main Snake including FOH
Power (vendor to confirm final length)
G-0215 2 EACH Widescreen LCD Monitors for GrandMA2 Consoles (min. size
21.5")
G-0220 1 EACH Rolling Office Chair
G-0225 1 LOT All network related systems, software, and hardware to control and
operate large scale networks (Including, but not limited to: MAnet,
ArtNet, Cat5, & Fibre systems)
LIGHTING SYSTEM LABOUR AND TRANSPORTATION
City of Toronto will provide fork operator and boom lift operator for both load in and load out.
Vendor should identify their requirements in advance of load in.
City of Toronto will provide a Lighting Designer who is responsible for all LX activities on the
site. The Lighting Designer must have full access and control over any and all lighting equipment
that is required to operate the lighting system.
RFQ 3204-17-7139
Page 85 of 137
City of Toronto will aim to provide technicians for the following positions:
- Main Stage Lighting Board Operator
Vendor provide
- one main stage dimmer tech
- one "B" stage lighting systems tech
- all required lighting hands for install & strike of system
Please estimate based on the hours outlined below. The City of Toronto will not pay for additional
hours if you have under estimated your required labour. Any hours worked over and above the
times outlined MUST have authorization sign off from Toronto Special Events. Any unauthorized
overages will not be paid by the City of Toronto.
The below schedule is preliminary and does not depict the final hours of work
All times are estimates, and actual hours worked might operate on a 24 hour clock to align with
production schedules.
Note that due to the fact that the main stage is on a road closure, we are obliged to strike the stage
and system overnight, in order to reopen the road by 8AM Sunday July 2.
G9: Labour – Main Stage Systems/Dimmer Tech
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS System Eng. – LX
INSTALL/FOCUS
1 Hand at 12 Hours
2017-07-01 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
2017-07-02 8 HOURS System Eng. –STRIKE
(Overnight)
1 Hand at 8 Hours
G10: Labour – Main Stage Crew Chief
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 12 HOURS System Eng. – LX
INSTALL/FOCUS
1 Hand at 12 Hours
2017-07-01 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
2017-07-02 8 HOURS System Eng. –STRIKE
(Overnight)
1 Hand at 8 Hours
G11: Labour – “B” Stage LX Tech
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 8 HOURS System Eng. – LX INSTALL 1 Hand at 8 Hours
2017-07-01 15 HOURS System Eng. – SHOW 1 Hand at 15 Hours
2017-07-02 8 HOURS System Eng. –STRIKE
(overnight)
1 Hand at 8 Hours
G12: Labour –Install/Dismantle/Run-Of-Show Labour
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-30 40 HOURS Labour – LX INSTALL 4 Hand at 10 Hours
2017-07-01 30 HOURS Labour – SHOW 2 Hands at 15 Hours
2017-07-02 40 HOURS Labour –STRIKE (Overnight) 4 Hand at 10 Hours
RFQ 3204-17-7139
Page 86 of 137
G13: Transportation
DATE QTY UNIT DESCRIPTION
2017-06-30 1 EACH DELIVERY – ALL LX EQUIPMENT
2017-07-02 1 EACH PICKUP – ALL LX EQUIPMENT (7:00AM)
ITEM H: LIGHTING SYSTEM FOR TO CANADA WITH LOVE
MEL LASTMAN SQUARE
General Site Notes:
- Vendor agrees there is NO parking for staff and or delivery vehicles anywhere on-
site. All delivery vehicles must be removed from Mel Lastman Square following
loading/unloading.
- Vendor agrees and is responsible for removing empty cases and/or unused materials
form the site prior to the show and for returning to site for removal (if required). The
cost of this service must be built into the overall transportation costing
- When driving on Mel Lastman Square the vehicle must drive slowly, have its four
way flashers active and be escorted by a spotter wearing full PPE
- All trucks should be of 5-Ton, G classification due to site weight restrictions
- Electrical equipment tails will be delivered and picked up prior to and following event
date for installation and removal by City of Toronto electrician
City of Toronto's Responsibilities
Unless otherwise noted, the City of Toronto will be responsible for the following:
Provide Front of House operating position, based on existing infrastructure;
Provide side-stage Monitor operating position, including a 10 FOOT x 10 FOOT tent at
ground level
Provide access to the venue installed theatrical lighting equipment including:
o 1 - ETC, Ion 1000 Console (ETC NET)
o 1 – ETC, Fader Wing, 2 x 20
o 1 – ETC, Unison Paradigm Architectural Processor
o 1 – ETC, Net DMX Input Node
o 3 – ETC, Net DMX Output Notes
o 8 – Chauvet, Colorado 1 LED RGBW Wash Fixtures (stage focused general wash)
o 8 – Chauvet, Colorado 2 LED RGBW Zoom Fixtures (stage focused general wash)
o 20 – Philips, Color Reach Compact LED RGB Fixtures (site architectural wash)
o 5 – Philips, IW Rach Compact LED RGBW Fixtures (site architectural wash)
H1: MAIN STAGE LIGHTING
H2: SITE LIGHTING
H3: MAIN STAGE LIGHING TECHNICIAN
H4: LABOUR STAGE HANDS
RFQ 3204-17-7139
Page 87 of 137
CANADA DAYS – MEL LASTMAN SQUARE – PRELIMINARY PRODUCTION SCHEDULE
(subject to change)
DATE TBC Production Meeting – Toronto City Hall, 100 Queen Street
West, 6th Floor, West Tower
Wed June 7, 2017 12:00 Vendor to provide Lighting System Paperwork
Mon June 26, 2017 9:00 – 17:00 Shop Prep – Vendor's Location (if required)
Tues. June 27, 2017 9:00 – 17:00 Shop Prep – Vendor's Location (if required)
Thurs. June 29,
2017 8:00 – 16:30 Main Stage & Site Lighting Equipment Delivery & Installation
Thurs. June 29,
2017 16:30 – 22:00 Lighting Focus
Fri. June 30, 2017 14:00 – 18:00 Installation Continues (as required)
Fri. June 30, 2017 18:00 All Lighting Equipment Installation Complete & Show Ready
Fri. June 30, 2017 18:00 – 19:00 Artist Load-in & Set-up
Fri. June 30, 2017 19:00 – 21:00 Artist Sound Check
Sat. July 1, 2017 8:00 – 14:30 Artist Sound Check & Show Rehearsal
Sat. July 1, 2017 14:30 – 23:00 Mel Lastman Square Canada Day Show
Sat. July 1, 2017 23:00 – 01:00 Removal of Site and Stage Lighting
Sun. July 2, 2017 8:00 – 12:00 Lighting Equipment Removal
H1: MAIN STAGE LIGHTING
UID QTY UNIT DESCRIPTION
H-0005 6 EACH Martin, MAC Aura
H-0010 8 EACH Color Force 12, RGBW with floor bases
H-0015 2 EACH Christie Lites 4' A Type 12" Box Truss with floor bases, ratchet
straps and sand bags
H-0020 2 EACH Christie Lites 6' A Type 12" Box Truss with floor bases, ratchet
straps and sand bags
H-0025 1 NOTE Additional stage lighting fixtures will be controlled by the house
installed lighting console
H-0030 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
H2: MAIN STAGE LIGHTING – SITE LIGHTING
UID QTY UNIT DESCRIPTION
H-0035 24 EACH PAR 36, IP 65 RGBW or equivalent including power supply and
floor bases. Fixture must be able to be programmed internally
(colour, intensity, on, off). Fixtures must be 15amp, UGD
compatible.
RFQ 3204-17-7139
Page 88 of 137
H-0040 1 LOT All required dimming, power distribution, data distribution, feeder,
cable, safeties, cable management and consumables
LIGHTING SYSTEM LABOUR AND TRANSPORTATION
City of Toronto will provide a Lighting Designer who is responsible for all LX activities on the
site. The Lighting Designer must have full access and control over any and all lighting equipment
that is required to operate the lighting system.
Vendor provide
- one main stage lighting technician for installation, operation and removal
- all required lighting hands for install & strike of system
Please estimate based on the hours outlined below. The City of Toronto will not pay for additional
hours if you have under estimated your required labour. Any hours worked over and above the
times outlined MUST have authorization sign off from Toronto Special Events. Any unauthorized
overages will not be paid by the City of Toronto.
The below schedule is preliminary and does not depict the final hours of work
All times are estimates, and actual hours worked might operate on a 24 hour clock to align with
production schedules.
Note that due to the fact that the main stage is on a road closure, we are obliged to strike the stage
and system overnight, in order to reopen the road by 8AM Sunday July 2.
H3: Labour – Main Stage Lighting Technician
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-29 12 HOURS Light Tech. – LX
INSTALL/FOCUS
1 Hand at 12 Hours
2017-06-30 8 HOURS Light Tech. – LX
INSTALL/REHEARSAL
1 Hand at 8 Hours
2017-07-01 12 HOURS Light Tech. LX OPERATION 1 Hand at 12 Hours
H4: Labour – Stage Hands
DATE QTY UNIT ROLE/FUNCTION DESCRIPTION
2017-06-29 8 HOURS Installation Stage Hand 1 Hand at 8 Hours
2017-07-01 4 HOURS Removal Stage Hand 1 Hand at 4 Hours
9.3 Overtime
9.3.1 All overtime shall be paid at the expense of the Vendor unless required and authorized in writing
by the designated City contract.
9.3.2 In the event that the Vendor fails to meet the minimum staffing required per shift and staff are
required to work additional hours to cover the staffing gap, or in the event that staff are required to
work an additional shift in order to meet the minimum staffing requirements, the Vendor shall
assume any and all additional costs.
9.3.3 Bidders are advised to factor in any potential overtime costs into their submitted quotation. The
final calculation of overtime is the vendor's sole responsibility and cannot be revised after the
closing date.
10.0 Quantity
RFQ 3204-17-7139
Page 89 of 137
10.1 Quantities provided are estimates only and should not be interpreted as indicating a minimum or
maximum order quantity. The quantities shall be used as a basis for comparison upon which the
award will be made. These quantities are not guaranteed to be accurate and are furnished without
any liability to the City whether decreased or increased.
11.0 Material Safety Data Sheets (MSDS)
11.1 The Vendor must provide Material Safety Data Sheets (MSDS) for each item in Appendix “C” –
Price Form within five (5) business days when requested by the City. The MSDS must be sent
electronically to the following email account: [email protected], with the corresponding RFQ # in
the following format: "RFQ: 3204-17-7139" in the email subject line. Failure to submit all MSDSs
to the City within the specified time frame by the City may result in the Vendor being deemed in
breach of the Contract.
12.0 Delivery and Installation
12.1 The Vendor agrees to supply a detailed equipment list and to update that equipment list promptly
in the event of approved changes post-tender.
12.2 The Vendor shall provide staff who are qualified to undertake the installation services required
under the terms of this RFQ. The staff must be certified to install and set-up the Products listed in
Appendix “C” – Price Form. Operation shall follow within the parameters of the production
schedule to be supplied to the Vendor by Toronto Cultural Events, upon award.
12.3 Delivery will be to City of Toronto locations as per the Contract/Contract Release Order
12.4 Late Delivery, partial shipments or shipment of unauthorized Product may result in the Contract
being cancelled.
12.5 The Vendor is required to ensure and maintain all equipment in proper working order throughout
each event date. Equipment spares should also be included to prevent any downtime on-site.
12.6 The Vendor shall restore all property temporarily removed, damaged, or destroyed during the
supply, delivery, and installation, of Products to the satisfaction of the City and at no cost to the
City. The Vendor, before final payment, shall remove all surplus materials and any debris of every
nature resulting from its operation and put the site(s) in a neat, orderly condition; thoroughly clean.
If the Vendor fails to clean up at the completion of the supply, delivery, and installation of the
Products, then the City may do so and charge the Vendor for the costs thereof, or deduct said costs
from any monies still owing to the Vendor.
12.7 The Vendor shall furnish all labour, materials, services, supplies, tools, equipment, apparatus,
transportation, facilities and incidentals required and perform all operations necessary to
accomplish the complete installation of the Product(s).
12.8 A hard copy packing slip must accompany the products delivered and include at a minimum, the
purchase order number, the requisitioner's name and address, a description of the items delivered
complete with serial numbers, part numbers, and quantity shipped.
12.9 The Vendor must send valid Material Safety Data Sheet(s) sent with the first shipment of each new
order.
RFQ 3204-17-7139
Page 90 of 137
12.10 Before commencing any installation Work, the Vendor shall provide the City with a valid clearance
certificate from the Workplace Safety & Insurance Board (WSIB), and shall continue to provide
valid clearance certificates from the WSIB for the duration of the Contract. Prior to the release of
final monies owing by the City of Toronto, the Vendor will be required to produce a certificate
issued by the Board to the effect that it has paid in full their assessment based on a true statement
of the amount of payrolls. If such a certificate cannot be provided because the Vendor is considered
by WSIB to be an independent operator without coverage, a letter to this effect from the WSIB
shall be provided by the Vendor.
13.0 Return of Products
13.1 Should the Product fail to work upon arrival the Product will be returned for a complete exchange
of new working Product (same make and model), at no cost to the City.
13.2 If the Product(s) do not function as warranted and the problem cannot be resolved to the satisfaction
of the City, then the Product(s) may, at the sole discretion of the City, be returned for a full refund.
14.0 Warranty
14.1 The Vendor must maintain all equipment and ensure that all equipment is in proper working order
throughout the entirety of the contract. Assessment of malfunction and failure is to be done in
conjunction with the City technical representative.
14.2 A spare equipment package should be reserved and standing either on-site (where critical) or at
the vendors warehouse, should the need arise for its usage as a result of a vendor primary
equipment failure.
14.3 In the event of equipment malfunction/failure, the Vendor is responsible to replace the unit with
an approved equivalent within three (3) hours of assessment with approval from the City of
Toronto.
14.4 All mechanical hoisting equipment must be inspected and certified by a qualified technician (as
defined by equipment manufacturer) within the previous 12 month period. Inspection of hoisting
system and supporting structure by qualified vendor representative (as defined by equipment
manufacturer) and City Site Manager will precede use of hoist. Inspection will be done at no
additional cost to the City.
14.5 All electrical equipment must meet Ontario Electrical Safety Authority standards and bear
appropriate markings (ie. ESA, ULC, CSA decals) where applicable. . It is the Vendors sole cost to
ensure compliance of the appropriate rules and regulations.
15.0 Insurance (Refer to Appendix B – General Contract Terms and Conditions)
16.0 Performance Security (Not Applicable)
17.0 Occupational Health and Safety
RFQ 3204-17-7139
Page 91 of 137
17.1 Bidders are required to submit a properly commissioned (**) Occupational Health and Safety
Statutory Declaration (“OHSA Declaration”) in the form attached to this Quotation Request
prior to award. (Form can be found in Appendix "D" – Supplementary Forms).
17.2 If a properly commissioned OHSA Declaration is not submitted with your Quotation, the City may
provide a Bidder with an opportunity to submit the required OHSA Declaration within five (5)
working days of such written request. Failure to submit the OHSA Declaration in response to that
written request or the inability of the Bidder to satisfy the requirements set out in the OHSA
Declaration are grounds for default. The City may also consider previous OHSA violations as
grounds for rejection of a Quotation and the City may terminate any contract arising from this
Request for Quotation if the Bidder is continuously in violation of OHSA requirements.
17.3 In the event that a Bidder is unable to satisfy the OHSA Declarations requirements, Bidders are
advised Occupational Health and Safety training is available to Ontario contractors through the
Construction Safety Association. That training should enable Bidders to identify whether further
training is necessary to satisfy the requirements of the OHSA Declaration on future
Tender/Quotation/Request for Proposal submissions.
17.4 The vendor must provide on-site proof of workplace training as required under the OHSA along with
all mandatory submissions and postings.
17.5 The Vendor must perform daily worksite inspections and identify, remove any hazards which were
impact the Vendors work
17.6 In addition to the Vendor's responsibilities pertaining to Occupational Health & Safety Act identified
in Article 2 Section 1 of the Request for Quotation, the vendor must provide the name of a worker-
appointed Health and Safety representative from and/or among the workers at the workplace who do
not exercise managerial functions as identified in the OHSA, Part II, section 8(1) a minimum of seven
business days prior to commencing on-site work.
17.7 The Vendor shall promptly report to the City Representative all incidents and/or accidents involving
personal injury or property damage that occur in connection with the work.
17.8 The following persons, by virtue of their office, are Commissioners for taking affidavits in Ontario:
Members of the Legislative Assembly, Provincial judges and justices of the peace, and barristers and
solicitors entitled to practise law in Ontario.
18.0 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,
RFQ 3204-17-7139
Page 92 of 137
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.
RFQ 3204-17-7139
Page 93 of 137
a. Supplier Diversity Requirements
As part of the Social Procurement Program, the City encourages Bidders to develop
or provide an adopted supplier diversity policy that details the Bidder's means to
improve supplier diversity in the City's supply chain. This is not a mandatory
requirement and will not be considered as part of the award. A supplier diversity
policy may demonstrate its commitment to diversity by (but not limited to):
Describing the Bidder's commitment to an active supplier diversity program,
including providing a company approved policy related to supplier diversity;
Describing the Bidder's commitment to a pro-active employment diversity
program, including providing the company approved employee diversity policy;
or,
Including proof of certification by a Supplier Certification Organization.
For more information on the City of Toronto Social Procurement Program, visit:
http://www.toronto.ca/legdocs/mmis/2016/ex/bgrd/backgroundfile-91818.pdf
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.
RFQ 3204-17-7139
Page 94 of 137
18.1 Social Procurement Program – Workforce Development Requirement
Not applicable
RFQ 3204-17-7139
Page 95 of 137
APPENDIX “A” REQUEST FOR QUOTATIONS PROCESS TERMS AND CONDITIONS
1. Bidder’s Responsibility
(1) It shall be the responsibility of each Bidder:
a) to examine all the components of this Request for Quotations (RFQ), including all appendices, forms
and Addenda;
b) to acquire a clear and comprehensive knowledge of the required Deliverables before submitting a
Quotation;
c) to become familiar and (if it becomes a successful Bidder) comply with all of the terms and conditions
contained in this RFQ and the City’s Policies and Legislation set out on the City of Toronto website
at:
http://www1.toronto.ca/wps/portal/contentonly?vgnextoid=e831db1bab811410VgnVCM10
000071d60f89RCRD
(2) The failure of any Bidder to receive or examine any document, form, addendum, or policy shall not
relieve the Bidder of any obligation with respect to its Quotation or any purchase order issued based on
the Bidder’s Quotation.
2. City Contact and Questions
(1) All contact and questions concerning this RFQ should be directed in writing to the City employee(s)
designated as “Buyer” in the RFQ.
(2) No City representative, whether an official, agent or employee, other than those identified as “Buyer”
or the Chief Purchasing Official or his/her delegate are authorized to speak for the City with respect to
this RFQ, and any Bidder who uses any information, clarification or interpretation from any other
representative does so entirely at the Bidder’s own risk.
(3) Not only shall the City not be bound by any representation made by an unauthorized person, but any
attempt by a Bidder to bypass the RFQ process may be grounds for rejection of its Quotation.
(4) Commencing from the issue date of this RFQ until the time of any ensuing Award, no communication
shall be made by any person, including potential Bidders, or its representatives, including a third-
person representative employed or retained by it (or any unpaid representatives acting on behalf of
either), to promote its Quotation or oppose any competing Quotation, nor shall any potential Bidder,
or its representatives, including a third-person representative employed or retained by it (or any unpaid
representatives acting on behalf of either), discuss this RFQ or its Quotation with any City staff, City
officials or Council member(s), other than a communication with the "City Contact" identified on page
1 on this RFQ.
(5) Communications in relation to this RFQ outside of those permitted by the applicable procurement
policies and this RFQ document contravene the Lobbying By-law, an offence for which a person is
liable to a maximum fine of $25,000.00 on a first conviction and $100,000.00 on each subsequent
conviction. In addition, the City's Supplier Code of Conduct (Article 13 of Chapter 195, Purchasing
By-law) provides that any Bidder found in breach of the policy may be subject to disqualification from
the call or suspended from future call or calls at the discretion of the Chief Purchasing Official or
Council.
(6) Notwithstanding anything to the contrary set out in this document, the obligations with respect to
lobbying as set out in the City of Toronto Municipal Code, Chapter 140 shall apply. More information
on the Lobbying By-Law can be found at the Office of the Lobbyist Registrar's website.
RFQ 3204-17-7139
Page 97 of 137
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.
8. Post-Submission Adjustments and Withdrawal of Quotations
RFQ 3204-17-7139
Page 98 of 137
(1) No unilateral adjustments by Bidders to submitted Quotations will be permitted.
(2) A Bidder may withdraw its Quotation prior to the Closing Deadline any time by notifying the Buyer
designated in this RFQ in writing.
(3) A Bidder who has withdrawn a Quotation may submit a new Quotation, but only in accordance with
the terms of this RFQ.
9. Binding Bid
(1) After the Closing Deadline each submitted Quotation shall be irrevocable and binding on Bidders
for a period of 90 days
10. Supplier Code of Conduct
(1) Honesty and Good Faith
Bidders must respond to the City's RFQ in an honest, fair and comprehensive manner that accurately
reflects their capacity to satisfy the requirements stipulated in the RFQ. Bidders shall submit a Bid only
if they know they can satisfactorily perform all obligations of the contract in good faith. Bidders shall
alert the Buyer to any factual errors, omissions and ambiguities that they discover in the RFQ as early
as possible in the process to avoid the RFQ being cancelled.
(2) Confidentiality and Disclosure
Bidders must maintain confidentiality of any confidential City information disclosed to the Bidder as
part of the RFQ.
(3) Conflicts of Interest and Unfair Advantage
Bidders must declare and fully disclose any actual or potential conflict of interest or unfair advantage
related to the preparation of their bid or where the Bidder foresees an actual or potential conflict of
interest in the performance of the contract.
(4) Collusion or Unethical Bidding Practices
No Bidder may discuss or communicate, directly or indirectly, with any other Bidder or their Affiliated
Persons about the preparation of their Bid including, but not limited to, any connection, comparison of
figures or arrangements with, or knowledge of any other supplier making a submission for the same
work. Bidders shall disclose to the Buyer any affiliations or other relationships with other Bidders that
might be seen to compromise the principle of fair competition, including any proposed subcontracting
relationships.
(5) Illegality
A Bidder shall disclose to the Buyer any previous convictions of itself or its Affiliated Persons for
collusion, bid-rigging, price-fixing, bribery, fraud or other similar behaviours or practices prohibited
under the Criminal Code, the Competition Act or other applicable law, for which they have not received
a pardon.
(6) Interference Prohibited
No Bidder may threaten, intimidate, harass, or otherwise interfere with any City employee or public
office holder in relation to their procurement duties. No Bidder may likewise threaten, intimidate,
harass, or otherwise interfere with an attempt by any other prospective Bidder to bid for a City contract
or to perform any contract awarded by the City.
(7) Gifts of Favours Prohibited
RFQ 3204-17-7139
Page 99 of 137
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.
12. Acceptance of Quotations
(1) The City shall not be obliged to accept any Quotation in response to this RFQ.
RFQ 3204-17-7139
Page 100 of 137
(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
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.
RFQ 3204-17-7139
Page 101 of 137
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
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.
RFQ 3204-17-7139
Page 102 of 137
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.
RFQ 3204-17-7139
Page 103 of 137
APPENDIX "B" GENERAL CONTRACT TERMS AND CONDITIONS
In addition to any other terms and conditions contained elsewhere in this RFQ, the following terms and
conditions shall form part of the Contract between the City and the Vendor and are deemed to be
incorporated into and take precedence over the terms of any purchase order(s) issued in connection with
this RFQ. The order of precedence shall be:
(i) the RFQ, including any appendices, schedules and Addenda;
(ii) the purchase order; and
(iii) the Quotation;
1. Compliance with Laws
The Vendor will be required to comply, at its sole expense, with all applicable Requirements of Law
(including, without limitation, the City's Fair Wage and other policies or by-laws applicable to the City's
vendors, the Ontario Fire Code, the Ontario Employment Standards Act, the Ontario Human Rights Code,
the Ontario Labour Relations Act, the Workplace Safety and Insurance Act, the Income Tax Act and
Occupational Health and Safety requirements) in relation to the provision of any Services, including the
obtaining of all necessary permits and licences, and shall submit proof of such compliance to the City, upon
request, and the Vendor shall indemnify and save the City harmless from any liability or cost suffered by it
as a result of the vendor's failure to comply with this provision.
2. Non-Exclusivity
The awarding of a Contract to a Vendor shall not be a guarantee of exclusivity.
3. Confidentiality
The Vendor shall treat as confidential all information of any kind which comes to the attention of the Vendor
in the course of carrying out the Services and shall not disseminate such information for any reason without
the express written permission of the City or otherwise in accordance with MFIPPA or other applicable
privacy law. The Vendor may be required to enter into a detailed confidentiality and conflict of interest
agreement in a form satisfactory to the City Solicitor.
4. Conflict of Interest
The Vendor shall: (a) avoid any Conflict of Interest in the performance of its contractual obligations; (b)
disclose to the City without delay any actual or potential Conflict of Interest that arises during the
performance of its contractual obligations; and (c) comply with any requirements prescribed by the City
to resolve any Conflict of Interest. In addition to all other contractual rights or rights available at law or
in equity, the City may immediately terminate the Contract upon giving notice to the Vendor where: (a)
the Vendor fails to disclose an actual or potential Conflict of Interest; (b) the Vendor fails to comply with
any requirements prescribed by the City to resolve or manage a Conflict of Interest; or (c) the Vendor’s
Conflict of Interest cannot be resolved to the City's reasonable satisfaction.
5. Indemnities
(1) The Vendor shall indemnify and save harmless the City of Toronto, its Mayor, Members of Council,
officers, employees, and agents from and against any losses, liens, charges, claims, demands, suits,
proceedings, recoveries and judgments (including legal fees and costs) arising from or related to the
Vendor's performance or non-performance of its obligations, including payment obligations to its
RFQ 3204-17-7139
Page 104 of 137
approved subcontractors and suppliers and others, and including or breach of any confidentiality
obligations under the Contract or infringement, actual or alleged of any Canadian, American or other
copyright, moral right, trade-mark, patent, trade secret or other thing with respect to which a right in the
nature of intellectual/industrial property exists.
(2) Upon assuming the defence of any action covered under this sub-article the Vendor shall keep City of
Toronto reasonably informed of the status of the matter, and the Vendor shall make no admission of
liability or fault on City of Toronto's part without City of Toronto's written permission.
Intellectual Property Indemnity
The Vendor shall indemnify and save harmless the City of Toronto, its Mayor, Members of Council,
officers, employees, and agents from and against any losses, liens, charges, claims, demands, suits,
proceedings, recoveries and judgements (including legal fees and costs) arising from infringement,
actual or alleged, by the Quotation, its use or misuse, or by any of the deliverables developed or
provided or supplied under or used in connection with the Services (including the provision of the
Services themselves), of any Canadian, American or other copyright, moral right, trade-mark, patent,
trade secret or other thing with respect to which a right in the nature of intellectual/industrial property
exists.
Employment & WSIB Indemnity
Nothing under this Agreement shall render the City responsible for any employment, benefit or
termination liability (including those under or in connection with the Workplace Safety and Insurance
Act, 1997 or any successor legislation ("WSIA"), whether statutorily required, at common law or
otherwise, resulting from Services supplied under this Agreement by persons employed or otherwise
engaged by the Vendor. In the event that employment related costs, or other related responsibility falls
to the City for any reason whatsoever, the Vendor agrees to indemnify the City for such costs.
6. Insurance
The successful Vendor agrees to purchase and maintain in force, at its own expense and for the duration
of the services, the following policies of insurance, which policies shall be in a form and with an insurer
acceptable to the City. A certificate evidencing these policies signed by the insurer or an authorized
agent of the insurer must be delivered to the City prior to the commencement of services:
(Limits of coverage shown below are standard minimal, in 1, 2 and 3)
1. Commercial General Liability provided that the policy:
(i) is in the amount of not less than Five Million Dollars ($5,000,000.00), per occurrence;
(ii) adds the City of Toronto as an additional insured;
(iii) includes Non-Owned Automobile Liability, Employer's Liability and/or Contingent Employer's
Liability, and any other provision relevant to the services;
(iv) includes a clause which will provide the City with thirty (30) days' prior written notice of
cancellation (15 days if cancellation is due to non-payment of premium).
RFQ 3204-17-7139
Page 105 of 137
Notwithstanding anything to the contrary contained in this Agreement, kept in full force and effect
for a period of time ending no sooner than TWO YEARS after the termination or expiry of this
Agreement, as the case may be.
2. Automobile Liability insurance with a minimum limit of Two Million Dollars ($2,000,000) for all
owned or leased licensed motorized vehicles used in the performance of services.
It is understood and agreed that the coverage and limits of liability noted above are not to be construed as
the limit of liability of the vendor in the performance of services. It is also agreed that the above insurance
policies may be subject to reasonable deductible amounts, which deductible amounts shall be borne by the
vendor. At the expiry of the policies of insurance, original signed Certificates evidencing renewal will be
provided to the City without notice or demand.
The successful vendor is responsible for any loss or damage whatsoever to any of its materials, goods,
equipment or supplies and will maintain appropriate all-risk coverage as any prudent owner of such
materials, goods, supplies and equipment. The successful vendor shall have no claim against the City or
the City’s insurers for any damage or loss to its property and shall require its property insurers to waive
any right of subrogation against the City.
7. No Assignment
The Vendor shall not assign any part of the Contract nor any interest therein without the prior written
consent of the City, which consent shall not be unreasonably withheld. However, such written consent
shall not under any circumstances relieve the Vendor of its liabilities and obligations under this RFQ
and the Contract, including the terms of this RFQ.
8. Subcontractors
(1) The Vendor shall be solely responsible for the payment of every subcontractor employed, engaged, or
retained by it for the purpose of assisting it in the performance of its obligations under the contract. The
Vendor shall coordinate the provision of the Deliverables by its subcontractors in a manner acceptable
to the City, and ensure that they comply with all the relevant requirements of the Contract.
(2) The Vendor shall be liable to the City for all costs or damages arising from acts, omissions,
negligence or willful misconduct of its subcontractors.
9. Personnel and Performance
(1) The Vendor must make available appropriately skilled workers, consultants or subcontractors, as
appropriate, and must be able to provide the necessary materials, tools, machinery and supplies to
fulfill its obligations under the Contract.
(2) The Vendor shall be responsible for its own staff resources and for the staff resources of any
subcontractors and third-party service providers.
(3) The Vendor will ensure that its personnel (including those of approved subcontractors), when using
any City buildings, premises, equipment, hardware or software shall comply with all security policies,
regulations or directives relating to those buildings, premises, equipment, hardware or software.
(4) Personnel assigned by the Vendor to provide the deliverables (including those of approved
subcontractors) may also, in the sole discretion of the City, be required to sign confidentiality and
conflict of interest agreement(s) satisfactory to the City Solicitor.
10. Independent Contractor
RFQ 3204-17-7139
Page 106 of 137
The Vendor and the City agree and acknowledge that the relationship of the City and the Vendor is one of
owner and independent contractor and not one of employer-employee. Neither is there any intention to create
a partnership, joint venture or joint enterprise between the Vendor and the City.
11. Warranties and Covenants
The Vendor represents, warrants and covenants to the City (and acknowledges that the City is relying thereon)
that any deliverable resulting from or to be supplied or developed under the Contract will be in accordance
with the City’s functional and technical requirements (as set out in the RFQ) and, if applicable, will function
or otherwise perform in accordance with such requirements.
12. Ownership of Intellectual Property and Deliverables
The City will own all intellectual property rights, including (without limitation) copyright, in and to all
deliverables provided by the Vendor and its subcontractors. All information, data, plans, specifications,
reports, estimates, summaries, photographs and all other documentation prepared by the Vendor in the
connection with the provision of the Deliverables under the Contract, whether they be in draft or final format,
shall be the property of the City.
13. Termination Provisions
(1) Upon giving the Vendor not less than 30 days’ prior written notice, the City may, at any time and
without cause, cancel the Contract, in whole or in part. In the event of such cancellation, the City
shall not incur any liability to the Vendor apart from the payment for the Deliverables that have been
satisfactorily delivered or performed by the Vendor at the time of cancellation.
(2) Failure of the Vendor to perform its obligations under the Contract shall entitle the City to terminate
the Contract upon ten (10) calendar days’ written notice to the Vendor if a breach which is remediable
is not rectified in that time. In the event of such termination, the City shall not incur any liability to
the Vendor apart from the payment for the Deliverables that have been satisfactorily delivered or
performed by the Vendor at the time of termination.
(3) All rights and remedies of the City for any breach of the Vendor's obligations under the Contract shall
be cumulative and not exclusive or mutually exclusive alternatives and may be exercised singularly,
jointly or in combination and shall not be deemed to be in exclusion of any other rights or remedies
available to the City under the Contract or otherwise at law.
(4) No delay or omission by the City in exercising any right or remedy shall operate as a waiver of them
or of any other right or remedy, and no single or partial exercise of a right or remedy shall preclude
any other or further exercise of them or the exercise of any other right or remedy.
14. Liquidated Damages
If the vendor at any time fails to supply all goods or services to the City as specified within the Contract, or
fails to replace goods or services rejected by the City, then the City shall be permitted to procure such goods
or services elsewhere and charge any additional costs incurred by the City to the vendor as liquidated damages,
unless otherwise specified, and deduct such amounts from payments due to the vendor or to otherwise collect
such costs from the vendor by any other method permitted by law.
15. Right to Retain Monies
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.
RFQ 3204-17-7139
Page 107 of 137
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;
i. The Vendor must take all appropriate measures to protect its workers by
supplying (as required) and overseeing the proper use of personal
protective equipment (PPE) including, but not limited to: CSA Class 1 hard
hats (Vertex best for climbing), CSA Class 2 (6") steel toed footwear, CSA
Class 2 high visibility clothing and fall protection in compliance with the
Occupational Health and Safety Act for Ontario (OHSA), Construction
Projects – Regulation 213/91. Personnel found to have inadequate or
missing PPE or to be using it in a manner that is inconsistent with the
OHSA or its regulations will not be permitted to work on any City job site.
ii. Any Vendor-provided staff member who fails to meet the minimum
requirement for personal protective equipment (PPE) shall not be
permitted to work and any resultant costs will be borne entirely by the
Vendor.
iii. The Vendor will ensure that all personnel have, at minimum, completed
the Ontario Ministry of Labour's "Worker Health and Safety Awareness in
4 Steps" training program. Per the Terms and Conditions of this Request
for Quotation, if requested, the Vendor shall provide proof of training.
iv. The Vendor will ensure that all personnel designated as Supervisors have,
at minimum, completed the Ontario Ministry of Labour's "Supervisor
Health and Safety Awareness in 5 Steps" training program. Per the Terms
and Conditions of this Request for Quotation, if requested, the Vendor shall
provide proof of training.
v. The Vendor will ensure that all personnel have completed the Canadian
Centre for Occupational Health & Safety, WHMIS training program (or
approved equivalent).
vi. The Vendor will ensure that all personnel who will be working at heights
comply with the Ministry of Labour's New Safety Training Standard for
Working at Heights and that all personnel are adhering to the regulations
RFQ 3204-17-7139
Page 108 of 137
set out in the Occupational Health and Safety Act for Ontario (OSHA),
Construction Projects – Regulation 213/91. Per the Terms and Conditions
of this Request for Quotation, if requested, the Vendor shall provide proof
of training.
vii. The Vendor will ensure that all personnel assigned to operate machinery
have been properly trained and certified in operation of said machinery.
The Vendor is also responsible for ensuring that all applicable
certifications are current and that personnel carry their certifications on
their person at all times when working. Personnel who do not conform to
this requirement may be excused from the jobsite. Per the Terms and
Conditions of this Request for Quotation, if requested, the Vendor shall
provide proof of training.
viii. The Vendor will ensure that all personnel wear clothing appropriate to
their work, as prescribed in the Occupational Health and Safety Act for
Ontario (OSHA), Construction Projects – Regulation 213/91.
Additionally, work clothing must be free from offensive slogans or
imagery and must respect the open and public environment in which the
work will be executed.
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 Production Manager/Production Supervisor or their
designate, the following as proof of the representations made in paragraph d(i) and d(iv):
a) documentation regarding the training programs provided or to be provided during the Work (i.e.
types of training, frequency of training and re-training); and
b) the occupational health and safety policy.
(6) The Vendor shall immediately advise the Production Manager/Supervisor or their 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
RFQ 3204-17-7139
Page 109 of 137
circumstance for the purposes of extending the time for performance of the Work or entitling the
Vendor to additional compensation, and the Vendor shall take all necessary steps to avoid delay in the
final completion of the Work without additional cost to the City.
(8) The parties acknowledge and agree that employees of the City, including senior officers, have no
authority to direct, and will not direct, how employees, workers or other persons employed or
engaged by the Vendor do work or perform a task that is the subject of this agreement.
17. Workplace Safety and Insurance Board
The Vendor shall secure, maintain and pay all costs for Workplace Safety and Insurance Board ("WSIB")
workers’ compensation coverage for its employees providing Services under this contract, whether required
statutorily or not under the Workplace Safety and Insurance Act, 1997.
The Vendor represents and warrants that it shall be in good standing with the WSIB throughout the Term of
this Contract. Prior to supplying the Services and prior to receiving payment, the Vendor shall produce a
Clearance Certificate issued by the WSIB confirming that the Vendor has paid its assessment based on a true
statement of the amount of its current payroll in respect of the Services and that the City is relieved of financial
liability. Thereafter, throughout the period of Services being supplied, a new Clearance Certificate will be
obtained from the WSIB by the Vendor and provided to the City every 90 days or upon expiry of the
Certificate's validity period whichever comes first.
The Vendor shall ensure that any and all persons, including but not limited to volunteers, students,
subcontractors and independent contractors, providing services under this Contract have secured WSIB
coverage, whether required statutorily or not, for the term of this Contract.
18. Accessibility Standards for Customer Service Training Requirements
The Vendor shall require all applicable personnel (including those of its subcontractors) to fulfill the training
requirements set out in the City's policy on Accessible Customer Service Requirements for Contractors,
Consultants and other Service Providers.
19. City of Toronto – Invoice/Billing Requirements
To assist in prompt payment, it is essential that all required billing information is provided on the invoice
submitted to the City of Toronto. If billing information is missing from an invoice it will result in a
payment delays.
It is the Vendor's responsibility to submit accurate invoices for goods /services delivered to the City of
Toronto divisions. If an inaccurate invoice (i.e.: 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
RFQ 3204-17-7139
Page 110 of 137
Accounting Services Division
Corporate Accounts Payable
55 John Street
14th Floor, Metro Hall
Toronto, ON
M5V 3C6; or
2). Electronic Invoices
To support an electronic payable environment, the City of Toronto Corporate Accounts Payable unit will
accept electronic vendor invoices submitted via email to [email protected] . Electronic invoices
submitted must be in a PDF format with either single or multiple invoice(s) per attachment.
Note: Do not send statements or past due invoices to this email address, only current invoices will
be accepted. Do not send hard copy invoices to Corporate Accounts Payable if you have submitted
an electronic invoice. If you have any questions regarding this process, please contact AP Customer
Service at 416-397-5235 and follow the prompts.
3) Invoice/s submitted to the City of Toronto must have complete ship to information including:
I. Name of City Division,
II. The City Division’s contact name and phone number (the person ordering or picking up
the goods and/or services),
III. Delivery location of goods and/or services (excluding pick-up order),
IV. Purchasing document information on the invoice (blanket contract number, contract
release order number (CRO) purchase order (PO) or Divisional Purchase Order (DPO)
must be clearly indicated on the invoice.
V. Complete "Remit To" address is required on all submitted vendor invoices
A purchasing document number must be provided by City Staff at time of order for goods or
services.
4) City purchases with the use of a credit card/PCard, are NOT to be sent to Corporate Accounts Payable.
These invoices are considered paid.
5) Vendors are encouraged to provide packing slips and/or goods receipt confirmations directly to the
ordering Division for goods/services delivered.
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.
RFQ 3204-17-7139
Page 111 of 137
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*)
RFQ 3204-17-7139
Page 112 of 137
APPENDIX “C” PRICE FORM
UNIT PRICES QUOTED SHALL INCLUDE THE NON-EXCLUSIVE SUPPLY, DELIVERY, INSTALLATION,
OPERATION, DISMANTLING AND REMOVAL OF AUDIO AND LIGHTING EQUIPMENT FOR TO CANADA
WITH LOVE - CANADA DAYS, WHICH WILL OCCUR BETWEEN JUNE 19 AND JULY 7, 2017, AS DETAILED
IN THE RFQ'S TECHNICAL SPECIFICATIONS AND DELIVERY TRANSPORTATION AND INSTALLATION
SCHEDULE, AS REQUIRED BY THE CITY OF TORONTO'S (CITY) ECONOMIC DEVELOPMENT AND
CULTURE (EDC) DIVISION, EXCLUDING HARMONIZED SALES TAX (HST)
IN THE EVENT OF MATHEMATICAL ERRORS FOUND IN THE PRICING PAGES, THE UNIT PRICES
QUOTED SHALL PREVAIL. EXTENSIONS AND TOTALS WILL BE CORRECTED ACCORDINGLY AND
ADJUSTMENTS RESULTING FROM THE CORRECTION WILL BE APPLIED TO THE TOTAL PRICE
QUOTED.
TABLE 1 (Include following Items A, B, C, D, E, F, G, & H)
ITEM A – NATHAN PHILLIPS SQUARE AUDIO SYSTEM
ITEM PRICE
A1: Main Stage Audio System
A2: Main Stage Communications System
A3: Main Stage Monitor System
A4: NPS Main Stage Festival Microphone Package
A5: NPS Main Stage Orchestral Microphone Package
A6: Main Stage FOH/Monitor Snake Kit
A7: Delay System – Concession Delay Tower NORTH
A8: Delay System – Concession Delay Tower SOUTH
A9: Delay System – Queen Street Delays
A10: Delay System – Bay Street Delays
A11: Delay System – Concession Building Roof Lounge/POND Stage
A12: Mic & RF Package – POND Stage
A13: DISCOVERY Stage Audio System
A14: DISCOVERY Stage Monitor System
A15: DISCOVERY Stage Equipment
RFQ 3204-17-7139
Page 113 of 137
A16: DISCOVERY STAGE FOH/Monitor Snake Kit
A17: DISCOVERY STAGE DJ System
A18: CONCESSION ROOF STAGE DJ System
A19: CANADA DAY "150 DRUMMERS" MIC/PATCH KIT – JULY 1
A20: Labour – Main Stage Audio Systems Engineer
A21: Labour – Site Systems Technician
A22: Labour – Main Stage Audio Technician
A23: Labour – Wireless/Comm Technician
A24: Labour – Guest Lounge Operator
A25: Labour – West Lawn Stage Systems Engineer/MON
A26: Labour – DISCOVERY Stage Audio Tech/Patch
A27: Labour –Install/Dismantle & General Show Labour
A28: TRANSPORTATION
SUBTOTAL: A1 – A28
CONTINGENCY: 15% of SUBTOTAL
GRAND TOTAL
RFQ 3204-17-7139
Page 114 of 137
ITEM B – HUMBER BAY PARK WEST AUDIO SYSTEM
ITEM PRICE
B1: HBPW Main Stage Audio System
B2: HBPW Main Stage Communications System
B3: HBPW Main Stage Monitor System
B4: HBPW Stage Equipment
B5: HBPW Main Stage FOH/Monitor Snake Kit
B6: Delay System
B7: HUMBER BAY PARK WEST 2nd Stage
B8: HBPW Site Performances System (DUSK DANCES)
B9: HBPW BARGE/PYRO PA SYSTEM
B10: HBPW DJ System
B11: Labour – HBPW Main Stage Audio Systems/FOH Engineer
B12: Labour – HBPW Main Stage Monitor Engineer
B13: Labour – HBPW Main Stage Patch Technician
B14: Labour – Main Stage Wireless/Comm Technician
B15: Labour – 2nd Stage FOH/MON engineer
B16: Labour – 2nd Stage Patch technician
B17: Labour –Install/Dismantle & General Show Labour
B18: Transportation
SUB-TOTAL: B1-B18
CONTINGENCY: 15% of SUB-TOTAL
GRAND TOTAL
RFQ 3204-17-7139
Page 115 of 137
ITEM C – SCARBOROUGH CIVIC CENTRE AUDIO SYSTEM
ITEM PRICE
C1: Main Stage Audio System
C2: Main Stage Communications System
C3: Main Stage Monitor System
C4: Stage Equipment
C5: Main Stage FOH/Monitor Snake Kit
C6: Delay System
C7: SCARBOROUGH CIVIC CENTRE "B" Stage
C8: SCC DJ System
C9: Labour – Main Stage Audio Systems Engineer
C10: Labour – Main Stage Monitor Engineer:
C11: Labour – Main Stage Patch Technician:
C12: Labour – Main Stage Wireless/Comm Technician
C13: Labour – 2nd Stage FOH engineer
C14: Labour – 2nd Stage Stage Technician
C15: Labour –Install/Dismantle & General Show Labour
C16: Transportation
SUB-TOTAL: C1-C16
CONTINGENCY: 15% of SUB-TOTAL
GRAND TOTAL
RFQ 3204-17-7139
Page 116 of 137
ITEM D – MEL LASTMAN SQUARE AUDIO SYSTEM
ITEM PRICE
D1: Main Stage Audio System
D2: Main Stage Communications System
D3: Main Stage Monitor System
D4: Stage Equipment
D5: Main Stage FOH/Monitor Snake Kit
D6: DJ System
D7: Delay Audio System
D8: Delay System Staging
D9: MEL LASTMAN Site Animation Stage
D10: Labour – Main Stage Systems/ FOH Engineer
D11: Labour – Main Stage Monitor Engineer:
D12: Labour – Main Stage Patch Technician
D13: Labour – Site Activation Audio Technician/Operator
D14: Labour – Site Audio Technician
D15: Labour –Install/Dismantle & General Show Labour
D16: Transportation
SUB-TOTAL: D1-D16
CONTINGENCY: 15% of SUB-TOTAL
GRAND TOTAL
RFQ 3204-17-7139
Page 117 of 137
ITEM E – NATHAN PHILLIPS SQUARE LIGHTING SYSTEM
ITEM PRICE
E1: MAIN STAGE LIGHTING – STAGE LEFT POD
E2: MAIN STAGE LIGHTING – CENTER POD
E3: MAIN STAGE LIGHTING – STAGE RIGHT POD
E4: MAIN STAGE LIGHTING – TRUSS #1
E5: MAIN STAGE LIGHTING – TRUSS #2
E6: MAIN STAGE LIGHTING – TRUSS #3
E7: MAIN STAGE LIGHTING – TRUSS #4
E8: MAIN STAGE LIGHTING – DECK ELECTRICS
E9: MAIN STAGE LIGHTING – SIGNAGE
E10: SITE LIGHTING – POOL TOWER SOUTH
E11: SITE LIGHTING – POOL TOWER NORTH
E12: SITE LIGHTING – FRONT OF HOUSE
E13: SITE LIGHTING – GENERAL
E14: MAIN STAGE LIGHTING – MEDIA SERVER
E15: MAIN STAGE & SITE LIGHTING – CONTROL
E16: DISCOVERY (B) STAGE LIGHTING
E17: DISCOVERY (B) STAGE LIGHTING – CONTROL
E18: PODIUM ROOF LX FIXTURES – CONTROL
E19: Labour – Main Stage Systems/Dimmer Tech
E20 Labour – DISCOVERY STAGE “B” Stage LX Tech:
E21: Labour –Install/Dismantle/Run-Of-Show Labour
RFQ 3204-17-7139
Page 118 of 137
E22: Transportation
SUB-TOTAL: E1-E22
CONTINGENCY: 15% of SUB-TOTAL
GRAND TOTAL
ITEM F – HUMBER BAY PARK WEST LIGHTING SYSTEM
ITEM PRICE
F1: MAIN STAGE LIGHTING – Truss #1
F2: MAIN STAGE LIGHTING – Truss #2
F3: MAIN STAGE LIGHTING – Truss #3
F4: MAIN STAGE LIGHTING – Truss #4
F5: B STAGE LIGHTING – STRUCTURE
F6: B STAGE LIGHTING – LIGHTING
F7: HBPW LIGHTING – BOAT RAMP (CANOE LAUNCH)
F8: HBPW LIGHTING – SIGNAGE
F9: STAGE LIGHTING – CONTROL
F10: Labour – Main Stage Systems/Dimmer Tech
F11: Labour – “B” Stage LX Tech
F12: Labour –Install/Dismantle/Run-Of-Show Labour
F13: Transportation
SUB-TOTAL: F1-F13
CONTINGENCY: 15% of SUB-TOTAL
GRAND TOTAL
RFQ 3204-17-7139
Page 119 of 137
ITEM G – SCARBOROUGH CIVIC CENTRE LIGHTING SYSTEM
ITEM PRICE
G1: MAIN STAGE LIGHTING – Truss #1
G2: MAIN STAGE LIGHTING – Truss #2
G3: MAIN STAGE LIGHTING – Truss #3
G4: MAIN STAGE LIGHTING – Truss #4
G5: B STAGE LIGHTING – LIGHTING
G6: STAGE LIGHTING – BACKSTAGE
G7: STAGE LIGHTING – SIGNAGE
G8: STAGE LIGHTING – CONTROL
G9: Labour – Main Stage Systems/Dimmer Tech
G10: Labour – “B” Stage LX Tech
G11: Labour –Install/Dismantle/Run-Of-Show Labour
G12: Transportation
SUB-TOTAL: G1-G12
CONTINGENCY: 15% of SUB-TOTAL
GRAND TOTAL
RFQ 3204-17-7139
Page 120 of 137
ITEM H – MEL LASTMAN SQUARE LIGHTING SYSTEM
ITEM PRICE
H1: MAIN STAGE LIGHTING
H2: SITE LIGHTING
H3: LIGHING TECHNICIAN
H4: LABOUR
H5: TRANSPORTATION
SUB-TOTAL: H1-H5
CONTINGENCY: 15% of SUB-TOTAL
GRAND TOTAL
TABLE 2: Additional Pricing
Hourly rate shall be provided for the Services detailed in the RFQ document as applicable. Overtime
rates shall not apply in these rate calculations.
Position Standard Rate ($/hr)
Audio Technician $
Audio Operator $
Lighting Technician $
Lighting Operator $
APPENDIX “D” – SUPPLEMENTARY FORMS
1) Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy
Page 2 of 137
2) Statutory Declaration (Occupational Health & Safety)
3) Bidder References Form
4) Product/Service Specifications Response Form
Page 123 of 137
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
dor/
Indiv
idu
al N
am
e:
Date
: F
or
Offic
e U
se O
nly
DE
CL
AR
AT
ION
OF
CO
MP
LIA
NC
E W
ITH
AN
TI-
HA
RA
SS
ME
NT
/DIS
CR
IMIN
AT
ION
LE
GIS
LA
TIO
N &
CIT
Y P
OL
ICY
Multilingual Services: 311 and TTY 416-338-0889.Further information: www.toronto.ca/diversity.ca
RFQ 3204-17-7139
Page 124 of 137
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
RFQ 3204-17-7139
Page 125 of 137
City of Toronto upon request by the City and will be available for inspection at the City of Toronto, solely for the
purposes of
the above noted Contract.
4._______________________________ since__________________ had in place a Workplace Violence and a
(Company Name) (Insert Date)
Workplace Harassment Policy under Section 32.0.1(1) of the Occupational Health and Safety Act, R.S.O. 1990,
c. 0.1 as amended, (the “Act”) and has/have developed and maintain(s) on an annual basis a program to implement
the written Workplace Violence and Workplace Harassment Policy. A copy of the policy and program
for________________________ (Insert Company Name) will be delivered to the City of Toronto upon request
by the City and will be available for inspection at the City of Toronto, solely for the purposes of the above noted
Contract.
5._______________________________ (Insert Company Name) will employ for the Work under this
Contract a supervisor or supervisors who are competent persons as defined by section 1(1) of the Act,
and specifically a person or persons who:
(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
RFQ 3204-17-7139
Page 126 of 137
THIS DAY OF 20___. )
)
A Commissioner etc. )
1. Company Name: ______________________________
Contact Name/Title: ______________________________
Telephone Number: ______________________________
Email: ______________________________
Supplied [PRODUCT] Yes No
Provided [PRODUCT] installation Services Yes No
2. Company Name: ______________________________
Contact Name/Title: ______________________________
Telephone Number: ______________________________
Email: ______________________________
Supplied [PRODUCT] Yes No
Provided [PRODUCT] installation Services Yes No
3. Company Name: ______________________________
Contact Name/Title: ______________________________
Telephone Number: ______________________________
Email: ______________________________
Supplied [PRODUCT] Yes No
Provided [PRODUCT] installation Services Yes No
RFQ 3204-17-7139
Page 127 of 137
PRODUCT/SERVICE SPECIFICATIONS RESPONSE FORM
General Product / Service Specifications
Item
No. DESCRIPTION
MINIMUM
SPECIFICATION
CONFIRM
(YES) SPECIFY
Product Information
RFQ 3204-17-7139
Page 128 of 137
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.
RFQ 3204-17-7139
Page 129 of 137
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:
RFQ 3204-17-7139
Page 130 of 137
(1) Engaging current or former City employees or public office holders to take any part in the
preparation of the proposal or the performance of the contract if awarded, any time within two
(2) years of such persons having left the employ or public office of the City;
(2) Engaging any family members, friends or private business associates of any public office
holder which may have, or appear to have, any influence on the procurement process or
performance of the contract, if awarded;
(3) Prior involvement by the supplier or affiliated persons in developing the technical
specifications or other evaluation criteria for the solicitation;
(4) Prior access to confidential City information by the supplier, or affiliated persons, that is
materially related to the solicitation and that was not readily accessible to other prospective
Bidders; or
(5) The Bidder or its affiliated persons are indebted to or engaged in ongoing or proposed
litigation with the City in relation to a previous contract.
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:
RFQ 3204-17-7139
Page 131 of 137
(Repeat above for each identified individual. Bidders may include this information on a
separate sheet if more space is required)
The Bidder agrees that, upon request, the Bidder shall provide the City with additional
information from each individual identified above in a form prescribed by the City.
PURCHASE OF PRODUCTS MANUFACTURED IN FACTORIES WHERE
CHILDREN ARE USED AS SLAVE LABOUR OR OTHER EXPLOITIVE
CIRCUMSTANCES WHICH IMPEDES CHILD DEVELOPMENT (if applicable)
Purpose:
To advise suppliers that the City of Toronto does not wish to encourage the use of products manufactured
in factories where children are used as slave labour or other exploitive circumstances which impedes child
development.
Policy:
Bidders must state where the products offered have been made. City Council does not wish to see products
used that have been made in factories in countries where children are used as slave labour or other exploitive
circumstances, which impedes child development. Therefore, preference will be given to bidders that
obtain products from any country other than the aforementioned, but this criteria will not be used to
disqualify any bidder.
Bidders must state where the products offered have been made: _______________________
(Specify)
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:
____________________________________________________________________________________
RFQ 3204-17-7139
Page 132 of 137
ACCESSIBILITY FOR ONTARIANS WITH DISABILITIES STANDARDS
The Bidder acknowledges that it shall deliver, as appropriate for each Deliverable, accessible and
inclusive Services consistent with the Ontario Human Rights Code (OHRC), the Ontarians with
Disabilities Act, 2001 (ODA) and Accessibility for Ontarians with Disabilities Act, 2005
(AODA) and its regulations in order to achieve accessibility for Ontarians with disabilities.
Bidders are also required to comply with the City’s accessibility standards, policies, practices,
and procedures, which may be in effect during the Term of the Agreement and which apply to
the Deliverables. The accessible customer service training requirements which are applicable to
the Deliverables may be reviewed at: https://www.ontario.ca/laws/regulation/110191
DISCLOSURE OF BID INFORMATION
The Bidder hereby agrees that any information provided in this Bid, even if it is identified as
being supplied in confidence, may be disclosed where required by law or if required by order of
a court or tribunal. The Bidder hereby consents to the disclosure, on a confidential basis, of this
Bid by the City to the City’s advisers retained for the purpose of evaluating or participating in
the evaluation of this Bid.
The Bidder shall provide the City with ongoing disclosure, should the Bidder be awarded a
contract and any of the information or representations provided in this form no longer be
accurate.
___________________________________________________
SIGNATURE OF AUTHORIZED SIGNING OFFICER
___________________________________________________
PRINTED NAME OF SIGNING OFFICER
I have authority to bind the Bidder and attest to the
accuracy of the information provided in this Bid
THIS FORM IS A MANDATORY SUBMISSION REQUIREMENT
Page 133 of 137
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
Page 134 of 137
APPENDIX “E2” – FAIR WAGE SCHEDULE
The Fair Wage Schedule that is applicable to this Call is the:
3204-17-7139
Please review a copy of the Fair Wage Schedule applicable to this Call. The Fair Wage Schedules can be found
at the following website:
http://www.toronto.ca/fairwage
In the event that other Fair Wage Schedules may overlap the work covered by this Contract or if you have any
questions with respect to the Fair Wage Policy or the Fair Wage Schedules please contact the Fair Wage Office
by:
Tel: (416) 392-7300
Fax:(416) 392-0801
E-Mail: [email protected]
NOTICE OF "NO BID"
RFQ#: 3204-17-7139 DD
CLOSING
DEADLINE: April 28, 2017
IMPORTANT - PLEASE READ THIS
It is important to the City to receive a reply from all Bidders. There is no obligation to submit a Bid; however, should you
choose not to bid, completion of this form will assist the City in determining the type of goods or services you are
interested in bidding on in the future in order to ascertain a better understanding of why a Quotation was not provided to
the City to consider.
INSTRUCTIONS: If you are unable, or do not wish to quote on this RFQ, please complete the following portions of this form. State your
reason for not bidding by checking applicable box(es) or by explaining briefly in the space provided. It is not necessary
to return any other quotation documents. Return the completed form by email or fax to the Official Point of Contact prior
to the Closing Deadline.
Company Name:
Address:
Signature of Company
Representative:
Position:
Date: Telephone :
1. We do not manufacture/supply this commodity 6. We do not manufacture/supply to this
specification
2. Unable to quote competitively 7. Cannot handle due to present plant loading
3. Quantity/job too large 8. Quantity/job too small
4. Cannot meet delivery/completion requirements 9. Licensing restrictions
5. Agreements with distributors/dealers do not
permit us to sell direct 10. Conditions too restrictive
Yes No
Do you wish to quote on these goods/services in the future?
Please take the opportunity to tell us how we can improve upon this call: