RFQ Table of Contents RFQ 3204-17-7139 · 2021. 1. 14. · RFQ 3204-17-7139 Page 1 of 137 Table of...

134
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

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 96 of 137

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: