REQUEST FOR QUOTATIONS Title: BOULEVARD RESTORATION SERVICES Reference No.: 1220-41-38-09 FOR THE SUPPLY OF SERVICES REQUEST FOR QUOTATIONS TABLE OF CONTENTS Request for Quotations Invitation .................................................................................................01 General Requirements .................................................................................................................02 Schedule A Schedule A – Scope of Services ..................................................................................................05 Schedule B Schedule B – Sample Agreement ................................................................................................07 Schedule B – Appendix 1 - Special Provisions .............................................................................12 Schedule B – Appendix 2 – Method of Measurement and Payment .............................................18 Schedule B – Appendix 3 – Supplementary Specifications (Project) ............................................20 Schedule B – Appendix 4 – Schedule of Prices............................................................................26 Schedule B – Appendix 5 – Key Personnel, Equipment, and Subcontractors...............................27 Schedule B – Appendix 6 – Prime Contractor Designation ...........................................................28 Schedule B – Appendix 7 – Risk, Health and Safety ....................................................................30 Schedule C Schedule C – Form of Quotation ..................................................................................................32 RFQ (Goods and Services) No.: 1220-41-38-09 i CITY OF SURREY REQUEST FOR QUOTATIONS REFERENCE No. 1220-41-38-09 Quotations are invited for RFQ #1220-41-38-09 – Boulevard Restoration Services generally involving a program of restoring boulevards and related landscape services as per specifications attached. Quotations, marked as to content “Request For Quotations #1220-41-38-09 – Boulevard Restoration Services” will be received at the office of the Manager, Purchasing and Payments, 6645 – 148th Street, Surrey, BC V3S 3C7. The City would prefer to receive Quotations on or before Friday, February 5th, 2010. The City's office hours are 8:30 a.m. to 4:00 p.m., Monday to Friday, except statutory holidays. All inquiries shall be directed to Manager, Purchasing & Payments, Telephone: 604-590-7274 and written questions should be submitted to purchasing@surrey.ca or by facsimile transmission to 604-599-0956. If the value of the contract(s) resulting from this request for quotation exceeds the thresholds stipulated in Annex 502.4 of the Agreement on Internal Trade, then all provision of Annex 502.4 of the Agreement on Internal Trade will apply. Submissions will be evaluated based on the Contractors’ (and their subcontractors) qualifications and track record, recent experience with similar scope of work projects, overall project cost, schedules of work, demonstrated ability to complete the project with the proposed schedule, as well as any other factors the City deems to be relevant to the project success. The City of Surrey reserves the right to reject any or all quotations, and to waive informalities in any or all quotations. RFQ (Goods and Services) No.: 1220-41-38-09 1 REQUEST FOR QUOTATIONS – GENERAL REQUIREMENTS 1. INTRODUCTION The City of Surrey (the “City”) invites contractors to provide a quotation on the form attached as Schedule C (the "Quotation") for the supply of the goods (if any) and services described in Schedule A (the "Goods and Services"). The description of the Goods and Services sets out the minimum requirements of the City. A person that submits a Quotation (the "Contractor") should prepare a Quotation that meets the minimum requirements, and as it may choose, in addition, also include goods, services or terms that exceed the minimum requirements. 2. ADDRESS FOR DELIVERY The Quotation should be submitted to the City at the office of: Manager, Purchasing & Payments City of Surrey Purchasing Section 6645 – 148th Street Surrey, British Columbia V3S 3C7 CANADA Fax: 604-599-0956 Faxed Quotations are permitted, but a Contractor bears all risk that the City's fax equipment functions properly so that the City receives the Quotation. Contractors preferring to submit hardcopies of their quote should provide the original unbound and one bound (1) copy. 3. DATE The City would prefer to receive Quotations on or before Friday, February 5th, 2010. The City's office hours are 8:30 a.m. to 4:00 p.m., Monday to Friday, except statutory holidays. 4. INQUIRIES All inquiries related to this Request for Quotation ("RFQ") should be directed in writing to the contact person in section 2. 5. ADDENDA If the City determines that an amendment is required to this RFQ, the City will post a written addendum on the City website at www.surrey.ca (the "City Website") and upon posting will be deemed to form part of this RFQ. Upon submitting a Quotation, Contractors will be deemed to have received notice of all addenda that are posted on the City Website. 6. DURATION OF QUOTATION The Quotation will be open for acceptance by the City until: (a) (b) 7. the date specified in this RFQ or in a Quotation; or as described in a subsequent written notice which the Contractor may send to the City. NO CONTRACT This RFQ is simply an invitation for quotations (including prices and terms) for the convenience of all parties. It is not a tender and no obligations of any kind will arise from this RFQ or the submission of Quotations. The City may negotiate changes to any terms of a Quotation, including RFQ (Goods and Services) No.: 1220-41-38-09 2 terms in Schedules A and B and including prices, and may negotiate with one or more Contractors or may at any time invite or permit the submission of quotations (including prices and terms) from other parties who have not submitted Quotations. 8. ACCEPTANCE A Quotation will be an offer to the City which, subject to Section 7, the City may accept at any time by signing the copy of the Quotation and delivering it to the Contractor. A Quotation is not accepted by the City unless and until both the Authorized Signatory and the Purchasing Representative have signed on behalf of the City. Delivery of the signed Quotation by the City may be by fax. In that event, the contract will be comprised of the documents included in the definition of Agreement in Schedule B – General Terms and Conditions. 9. CONTRACTOR'S EXPENSES Contractors are solely responsible for their own expenses in preparing and submitting Quotations, and for any meetings, negotiations or discussions with the City or its representatives and contractors, relating to or arising from the RFQ. The City will not be liable to any Contractor for any claims, whether for costs, expenses, losses or damages, or loss of anticipated profits, incurred by the Contractor in preparing and submitting a Quotation, or participating in negotiations for a contract, or other activity related to or arising out of this RFQ. 10. CONTRACTOR'S QUALIFICATIONS By submitting a Quotation, a Contractor represents that it has the expertise, qualifications, resources, and relevant experience to supply the Goods and Services. 11. CONFLICT OF INTEREST A Contractor must disclose in its Quotation any actual or potential conflicts of interest and existing business relationships it may have with the City, its elected or appointed officials or employees. The City may rely on such disclosure. 12. SOLICITATION OF COUNCIL MEMBERS AND CITY STAFF Contractors and their agents will not contact any member of the City Council or City staff with respect to this RFQ, other than the contact person named in Section 3, at any time prior to the award of a contract or the cancellation of this RFQ. 13. CONFIDENTIALITY All Quotations become the property of the City and will not be returned to the Contractor. All Quotations will be held in confidence by the City unless otherwise required by law. Contractors should be aware the City is a "public body" defined by and subject to the Freedom of Information and Protection of Privacy Act of British Columbia. 14. SIGNATURE The legal name of the person or firm submitting the Quotation should be inserted in the Quotation. The Quotation should be signed by a person authorized to sign on behalf of the Contractor and include the following: (a) If the Contractor is a corporation then the full name of the corporation should be included, together with the names of authorized signatories. The Quotation should be executed by RFQ (Goods and Services) No.: 1220-41-38-09 3 all of the authorized signatories or by one or more of them provided that a copy of the corporate resolution authorizing those persons to execute the Quotation on behalf of the corporation is submitted; 15. (b) If the Contractor is a partnership or joint venture then the name of the partnership or joint venture and the name of each partner or joint venturer should be included, and each partner or joint venturer should sign personally (or, if one or more person(s) have signing authority for the partnership or joint venture, the partnership or joint venture should provide evidence to the satisfaction of the City that the person(s) signing have signing authority for the partnership or joint venture). If a partner or joint venturer is a corporation then such corporation should sign as indicated in subsection (a) above; or (c) If the Contractor is an individual, including a sole proprietorship, the name of the individual should be included. INFORMATION SITE MEETING An information meeting will be hosted by the Engineering Operations representative to discuss the City’s requirements under this RFQ (the “Information Site Meeting”). While attendance is at the discretion of Contractors, Contractors who do not attend will be deemed to have attended the Information Site Meeting and to have received all of the information given at the Information Site Meeting. Date: Thursday, January 28th, 2010 Time: 10:00 a.m. Location: 129B St & 14A Ave Surrey, BC RFQ (Goods and Services) No.: 1220-41-38-09 4 SCHEDULE A SCOPE OF SERVIECES BOULEVARD RESTORATION SERVICES AT VARIOUS CITY LOCATIONS BOULEVARD RESTORATION SERVICES REFERENCE No.: 1220-41-38-09 RFQ (Goods and Services) No.: 1220-41-38-09 5 SCHEDULE A SCOPE OF SERVICES 1. SCOPE OF SERVICES Provide all labour, materials, tools, equipment, layout, survey, permits, inspections, and on site supervision to complete boulevard restoration services program at various locations as per Scope of Services. General components of work include the preparation of the subgrade for placement of topsoil, the placement of imported topsoil to a minimum thickness as specified, the supply and placement of Canada No. 1 nursery sod, and the maintenance (including watering) of the sodded area until it has grown sufficiently. Persons or firms submitting a Quotation shall be actually engaged in the lines of work required by the specifications, and shall be able to refer to work of a similar character performed by them. The detailed scope of work is as described in the MMCD Specifications (standard document – not included), Special Provisions (Schedule B – Appendix 1) and Supplementary Specifications (Schedule B- Appendix 2). The following terms are additional to the terms and conditions contained in the MMCD – Instructions to Tenderers – Part II: 2. PRICES (section 10.4) If a Contractor has omitted to enter a price for an item of Work set out in the quotation, unless the Contractor indicates to the contrary, the Contractor shall be deemed to have allowed elsewhere in the quotation for the cost to carry out that item of Work and no increase will be allowed on account of such omission. RFQ (Goods and Services) No.: 1220-41-38-09 6 SCHEDULE B SAMPLE SERVICES AGREEMENT between CITY OF SURREY and __________________________ (Contractor) for BOULEVARD RESTORATION SERVICES REFERENCE No.: 1220-41-38-09 RFQ (Goods and Services) No.: 1220-41-38-09 7 BOULEVARD RESTORATION SERVICES REFERENCE No.: 1220-41-38-09 SAMPLE AGREEMENT THIS AGREEMENT made this _____ day of __________________, 2010. BETWEEN: CITY OF SURREY 14245 - 56th Avenue, Surrey, British Columbia, V3X 3A2 (the "Owner") AND: CONTRACTOR (the "Contractor") WHEREAS: A. The City desires to engage the services of the Contractor for: “BOULEVARD RESTORATION SERVICES, SURREY, BC” B. The Contractor has previously provided services to others of a similar nature and has the expertise to provide boulevard restoration services for the Owner. THEREFORE, in consideration of $1.00 and other good and valuable consideration paid by each of the parties to each other (the receipt and sufficiency of which hereby acknowledged) the Owner and the Contractor agree as follows: 1. THE WORK 1.1 The Contractor will perform all Work and provide all labour, equipment and material and do all things strictly as required by the Contract Documents. 1.2 The Contractor will commence the Work in accordance with the Notice to Proceed. The Contractor will proceed with the Work diligently, will perform the Work generally in accordance with the Schedules as required by the Contract Documents and will achieve Substantial Performance of the Work on or before (various dates on an as needed basis) subject to the provisions of the Contract Documents for adjustments to the Contract Time. 1.3 Time shall be of the essence of the Contract. 2. CONTRACT DOCUMENTS 2.1 The Contract Documents consist of the documents listed or referred to in Schedule 1, entitled "Schedule of Contract Documents", which is attached and forms a part of this Agreement, and includes any and all additional and amending documents issued in accordance with the provisions of the Contract Documents. All of the Contract Documents shall constitute the entire Contract between the Owner and the Contractor. RFQ (Goods and Services) No.: 1220-41-38-09 8 2.2 The Contract supersedes all prior negotiations, representations or agreements, whether written or oral, and the Contract may be amended only in strict accordance with the provisions of the Contract Documents. 3. CONTRACT PRICE 3.1 The price for the Work ("Contract Price") shall be the sum in Canadian dollars of the following: a) the product of the actual quantities of the items of Work listed in the Schedule C which are incorporated into or made necessary by the Work and the unit prices listed in the Schedule C; plus b) all lump sums, if any, as listed in the Schedule C, for items relating to or incorporated into the Work; plus c) any adjustments, including any payments owing on account of Change Orders and agreed to Extra Work, approved in accordance with the provisions of the Contract Documents. 3.2 The Contract Price shall be the entire compensation due to the Contractor for the Work and this compensation shall cover and include all profit and all costs of supervision, labour, material, equipment, overhead, financing, and all other costs and expenses whatsoever incurred in performing the Work. 4. CONTRACT PRICE ADJUSTMENT The parties agree that all prices as set out in Appendix 4 will remain firm until December 31st. 2010 and thereafter the fees will be subject to an increase during the term once per Year of the Term by a percentage which shall not be greater than the percentage increase in the Consumer Price Index (All items) for Vancouver, British Columbia as published by Statistics Canada ("CPI"), or any successor government agency for the Calendar Year immediately preceding the applicable January 1st of the current Calendar Year. Contractor will be responsible to request in writing to the City for any such adjustment. 5. PAYMENT 5.1 Subject to applicable legislation and the provisions of the Contract Documents, the Owner shall make payments to the Contractor. 6. RIGHTS AND REMEDIES 6.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 6.2 Except as specifically set out in the Contract Documents, no action or failure to act by the Owner, Contract Administrator or Contractor shall constitute a waiver of any of the parties’ rights or duties afforded under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach under the Contract. 7. NOTICES 7.1 Communications among the Owner and the Contractor, including all written notices required by the Contract Documents, may be delivered by hand, or by fax, or by pre-paid registered mail to the addresses as set out below: RFQ (Goods and Services) No.: 1220-41-38-09 9 The Owner: City of Surrey Engineering Department, Operations Division 14245 - 56 Avenue, Surrey, BC V3X 3A2 Fax: 604-591-7836 Attention: Mr. Brennan Sharma, Engineering Asst. The Contractor: ___________________________ 7.2 Fax: ___________________________ Attention: ___________________________ A communication or notice that is addressed as above shall be considered to have been received: a) immediately upon delivery, if delivered by hand; or b) immediately upon transmission if sent and received by fax; or c) after 5 Days from date of posting if sent by registered mail. 7.3 The Owner or the Contractor may, at any time, change it address for notice by giving written notice to the other at the address then applicable. Similarly, if the Contract Administrator changes its address for notice, then the Owner will give or cause to be given written notice to the Contractor. 7.4 The sender of a notice by fax assumes all risk that the fax will be received properly. 8. GENERAL 8.1 This Contract shall be construed according to the laws of British Columbia. 8.2 The Contractor shall not, without the express written consent of the Owner which can be unreasonably withheld, assign this Contract, or any portion of this Contract. 8.3 The headings included in the Contract Documents are for convenience only and do not form part of this Contract and will not be used to interpret, define or limit the scope of intent of this Contract or any of the provision of the Contract Documents. 8.4 A word in the Contract Documents in the singular includes the plural and, in each case, vice versa. 8.5 This agreement shall enure to the benefit of and be binding upon the parties and their successors, executors, administrators and assigns. IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and year first above written. CITY OF SURREY [CONTRACTOR] Per: ______________________________ Per: ______________________________ Date: ______________________________ Date: ______________________________ RFQ (Goods and Services) No.: 1220-41-38-09 10 SCHEDULE B – SAMPLE AGREEMENT AGREEMENT SCHEDULE 1 - SCHEDULE OF CONTRACT DOCUMENTS The following is an exact and complete list of Contract Documents, as referred to in Article 2.1 of the Agreement. NOTE: The documents noted with “*” are contained in the “Master Municipal Construction Documents - General Conditions, Specifications and Standard Detail Drawings Volume II”, (“MMCD”) edition dated 1996. All section of this publication are included in the Contract Documents. The documents noted with “**” are contained in the City of Surrey Supplementary Master Municipal Construction Documents, latest edition. All sections of these publications are included in the Contract Documents. 1. 2. 3. 4. 5. 5. 7. 8. 9. 10. 11. Agreement Addenda Supplementary General Conditions; if any, General Conditions* Special Provisions Supplementary Specifications (Projects) MMCD Specifications* Contract Drawings, if any, Supplementary Standard Drawings** MMCD Standard Detail Drawings* RFQ Document RFQ (Goods and Services) No.: 1220-41-38-09 11 SCHEDULE B APPENDIX 1 SPECIAL PROVISIONS BOULEVARD RESTORATION SERVICES AT VARIOUS CITY LOCATIONS BOULEVARD RESTORATION SERVICES REFERENCE No.: 1220-41-38-09 RFQ (Goods and Services) No.: 1220-41-38-09 12 SCHEDULE B – APPENDIX 1 SPECIAL PROVISIONS S.P.1 Definitions In these Special Provisions, unless the context otherwise requires, “Section” means section of the Specifications or the Conditions of Contract. “Item” means item of the Schedule of Prices. S.P.2 Contract Time TIME IS OF THE ESSENCE in the performance of this Contact. S.P.3 Work with Engineer The work shall be done in accordance with the Contract Documents and to the satisfaction of the City’s Engineer. The Contractor shall coordinate the Work with the City Engineer. The Contractor shall have no cause to claim against the City whatsoever with respect to delays or other interruption of the Scope of Services by City forces or due to the above requirement to coordinate the Scope of Services with the Engineer. S.P.4 W.C.B. Coverage and Contractor to Be Prime Contractor The Contractor agrees that it shall, at its own expense, procure and carry or cause to be procured and carried and paid for, full Workers Compensation Board coverage for itself and all workers, employees, servants and others engaged in or upon any work or service which is the subject of the Contract. The Contractor agrees that the City of Surrey has the unfettered right to set off the amount of the unpaid premiums and assessments for such Workers Compensation Board coverage against any monies owing by the City of Surrey to the Contractor. The City of Surrey shall have the right to withhold payment under the Contract until the Workers Compensation Boards premiums, assessments or penalties in respect of work done or service performed in fulfilling the Contract have been paid in full. The Contractor agrees that it is the Prime Contractor for the purposes of the Workers Compensation Boards Occupational Health and Safety Regulation for the Province of British Columbia. The Contractor shall have a safety program that meets the requirements of the Workers Compensation Board, shall provide first aid services, and shall ensure that all Workers Compensation safety rules and regulations are observed during performance of the Contract, not only by the Contractor by all subcontractors, workers, material personnel and others engaged in the performance of the Contract. Prior to commencement of construction, the Contractor shall complete and file a Construction Notice of Project with the Workers Compensation Board and shall provide a copy of the same to the City of Surrey confirming that the Contractor shall be the Prime Contractor responsible for coordination of safety and health under 20.2 Notice of Project; 20.3 Coordination of Multiple Employer Workplaces; and Section 118 Coordination of Multiple Employer Workplaces of the Workers Compensation Board Occupational Health and Safety Regulation. The Contractor shall provide the City with the Contractors Workers Compensation Board registration number and letter from the Workers Compensation Board confirming that the RFQ (Goods and Services) No.: 1220-41-38-09 13 Contractor is registered in good standing with the Workers Compensation Board and that all assessments have been paid to the date thereof to the City of Surrey having any obligation to pay monies under the Contract. The Contractor shall appoint a designated, qualified Coordinator to ensure the coordination of Health and Safety activities for the work locations, provide assurance of a written safety program in accordance with the Occupational Health & Safety Regulation, and to conduct weekly toolbox safety meetings and monthly formal safety meetings with the minutes forwarded to the City’s project contractor. The safety program, all written safe work procedures and site maps are to be available at the work site prior to the commencement of the work. The Contractor shall indemnify the City of Surrey and hold harmless the City of Surrey from all manner of claims, demands, costs, losses, sanctions and penalties and proceedings arising out of, or in any way related to, unpaid Workers Compensation Board assessments owing from any person or corporation engaged in the performance of the Contract or arising out of or in any way related to the failure to observe safety rules, regulations and practices of the Workers Compensation Board, including penalties levied by the Workers Compensation Board. S.P.5 CHANGES TO THE WORK If additional or different work is required but is not listed in the Schedule C, the Contractor shall notify the City prior to commencing the work, and document the exact work required. No change to the Contract, either in the Contract price or the Work will be permitted unless it is covered by a formal written change order in accordance with the General Conditions. The City reserves the right to deny or approve of any additional work. If the Contractor has completed any additional work without a formal written change order, the City will not be responsible for those additional costs and the Contractor shall be responsible for the costs. S.P.6 NOTIFICATION/SCHEDULE OF WORK The Contractor shall notify the City of his work schedule twenty-four [24] hours in advance, based on Monday to Friday work week. The hours of work will be within the City of Surrey by-laws or as approved by the City. The City shall be informed one week in advance of any stoppage or restart of work. Operation for each of the items may be separate and may involve several mobilizations, setting ups, and demobilization. Payment for these services and works is deemed to be included in the Unit Rates. RFQ (Goods and Services) No.: 1220-41-38-09 14 S.P.7 PROTECTION OF WATER COURSES The Contractor shall carry out his work in such a manner so as not to cause damage to creeks, ditches, or, other watercourses. Services and/or materials that will cause silting, or, which is deleterious to aquatic life shall not be allowed to enter the stream flow. The Contractor shall note that the Fisheries Act and the B.C. Water Act may require special provision to be taken for the protection of any specific watercourses. Work adjacent to creeks shall be in accordance with the regulations of the Provincial Wildlife Branch of the Ministry of Water, Land and Air Protection (MWLAP). All work and situations shall conform to Fisheries & Oceans and the MWLAP, Land Development guideline for the Protection of Aquatic habit. In the event of an environmental spill, the Contractor is required to contact B.C. Environment, Pollution Prevention & Remediation Branch, Special Wastes Unit at 1-800863-3456. S.P.8 MAINTENANCE OF ROADS AND TRAFFIC CONTROL During the execution of the Work(s), the Contractor shall be responsible for maintenance of the traveled road so that it is preserved in a reasonable condition to allow continuous safe public vehicular travel and pedestrian movement. The Work(s) shall be carried out in a manner that will not prohibit travel along the road or prevent access to property fronting the road. Emergency traffic such as Police, Fire and Disaster units shall be provided reasonable access at all times. The Contractor shall be liable for any damages, which may result from his failure to provide such reasonable access. The Contractor shall also provide, at the Contractors expense, maintain all requisite barriers, fences or other proper protection as may be ordered by the City, in order to ensure safety to the public as well as to those engaged about the premises or Works. Signs, detours and flagging are to be in conformity with the latest edition of the Ministry of Transportation & Highways “Traffic Control Manual for Work on Roadways”, and to the satisfaction of the City. Further to the instructions of the traffic control manual, flag persons working during hours of darkness shall be illuminated in a manner acceptable to the City. When any work is carried out at night, the Contractor must supply, at the Contractor’s expense, a sufficient number of electric or other approved lights to enable the work to be done in an efficient and safe manner, and the City shall have the power to order additional lights at the Contractor’s expense if, in the opinion of the City, they are, or may be required. Total Quotation Price to include flagging services. RFQ (Goods and Services) No.: 1220-41-38-09 15 S.P.9 DAMAGE The Contractor will be responsible for any and all damages to property or persons and for any losses or costs to repair or remedy the Services as a result of any negligent act or omission, or misconduct in the performance of the Services and its subcontractor’ work and shall indemnify and hold harmless the City, its officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever resulting therefrom unless such loss, damage, injury or loss results from or arises out of the error, omission and/or negligent acts of the City, or its officers, employees or agents. Acceptance of the Services will not relieve the Contractor of the responsibility for subsequent correction of any such error, omission and/or negligent acts or of its liability for loss or damage resulting therefrom. Except as to professional liability, these indemnities shall not be limited by the listing of any insurance coverage. S.P.10 CORRECTION OF THE SERVICES PERFORMED In the event the City determines that any portion of the Services is not in accordance with the requirements of this RFQ, and the City determines in its sole discretion that reperformance of the defective work will adversely impact the time schedule, the City may either 1) direct the Contractor to reperform the work without cost to the City or adjustment in the time schedule or 2) accept the defective work and reduce the contract sum by an amount which, in the City’s reasonable discretion, is appropriate and equitable. Such adjustment will be effected whether or not final payment has been made and shall not require the acceptance of the Contractor. S.P.11 PERMITS AND FEES (Where Applicable) The Contractor is to secure and pay for all permits, and governmental fees, licenses and inspections necessary for proper execution and completion of the Services which are customarily secured after execution of an agreement and which are legally required when Quotations are received or negotiations are concluded. The Contractor is to comply with and give notices required by Laws applicable to performance of the Services. S.P.12 WORKSITE CONDUCT All labourers and workers, while working in and around the City’s facilities, shall act in a professional manner. The Contractor is to enforce proper discipline and decorum among all labourers and workers on the worksite and is to control, among other things: 1) noise, including music; 2) the use of offensive language; 3) smoking or drinking of alcoholic beverages on the worksite; 4) physical violence; 5) thievery; and 6) the transportation of articles or materials deemed hazardous. If the City determines, in its sole discretion, that any labourer need to be removed due to his or her failure to comply with the terms of this provision, the Contractor will remove such labourer form the worksite immediately. Alcohol and drugs are not tolerated on this site at any time including anyone deemed to be under the influence shall be escorted off site. RFQ (Goods and Services) No.: 1220-41-38-09 16 S.P.13 WORKSITE CLEAN-UP The Contractor is to at all times keep the premises free from accumulations of waste materials or rubbish caused by the Contractor’s work. At the completion of the Services, the Contractor is to remove all project signs and all rubbish and temporary work, of every nature, from and about the worksite. The Contractor is to remove all tools, scaffolding and surplus materials and is to leave the worksite broom clean or its equivalent. If the Contractor fails to clean up as required by this RFQ, the City may do so, and the costs associated with such clean up is to be charged to the Contractor. S.P.14 FINAL COMPLETION AND PAYMENT When the Services is finally complete and the Contractor is ready for a final inspection, the Contractor is to notify the City in writing. Thereupon, the City will perform a final inspection of the Services. If the City confirms that the Project is complete in full accordance with this RFQ and the Contractor has performed all of its obligations to the City hereunder, the City will furnish a final approval for payment. S.P.15 QUALIFICATIONS OF CONTRACTOR (Where Applicable) By submitting a Quotation, a Contractor represents that it has the expertise, qualifications, resources, and relevant experience to supply the Goods and Services. Tradesmen engaged in the performance of the Services shall be qualified in accordance with the requirements of the Tradesman Qualification Act and all pertinent licensing requirements required by the Ministry of Municipal Affairs. S.P.16 ACCIDENTS; EQUIPMENT SAFETY Any and all accidents, regardless of how minor, involving another person, private property, or vehicle, shall be reported immediately to the Surrey R.C.M.Police and a report requested. The City shall also be contacted immediately and be provided a copy of any reports. The Contractor shall assume all responsibility for damages to property or injuries to persons, including accidental death, attorneys fee and costs of defence which may be caused by Contractor’s performance of this Agreement, whether such performance be by itself, its subcontractor, or anyone directly or indirectly employed by Contractor or its subcontractors and whether such damage shall accrue or be discovered before or after termination of this Agreement. The Contractor’s equipment operators shall maintain good safety and driving records, and use extreme caution during the performance of the work. S.P.17 TERM AND RENEWALS The Contractor will provide the Scope of Services set out in the RFQ for the period of one year. Renewal Term: The agreement will not automatically renew. The City may at any time prior to thirty (30) days before the end of the Term, by written notice to the Contractor, extend the Term of a period of time not to exceed four (4) additional twelve (12) month periods. If the City elects to extend the Term, the provisions of this Agreement will remain in force, including the fees payable under Schedule C, except where amended in writing by the parties. RFQ (Goods and Services) No.: 1220-41-38-09 17 SCHEDULE B APPENDIX 2 METHOD OF MEASUREMENT AND PAYMENT BOULEVARD RESTORATION SERVICES AT VARIOUS CITY LOCATIONS BOULEVARD RESTORATION SERVICES REFERENCE No.: 1220-41-38-09 RFQ (Goods and Services) No.: 1220-41-38-09 18 SCHEDULE B - APPENDIX 2 METHOD OF MEASUREMENT AND PAYMENT The work in this contract is to be completed in accordance with the Master Municipal Construction Document (MMCD) Specifications. 1.0 General The method of measurement and payment as described in Section 02100 of the MMCD will not apply to the work in this contract. This section replaces Section 02100 of the MMCD in its entirety. 1.1 Payment .1 All payment for work within this Contract is included in the lump sum(s) and unit prices listed in Schedule C - Schedule of Prices. No separate or extra payment will be made for the work described as part of the work in the Contract documents. .2 The work includes all materials, labour, equipment, plant, cut and waste, specified testing, other incidentals, and miscellaneous materials necessary to complete the work in conformance with the Contract documents and specifications. .3 The determination of the percentage of the work complete for the purposes of a progress payment will be made by the City in consultation with the Contractor and will be determined to an accuracy of plus or minus 5% RFQ (Goods and Services) No.: 1220-41-38-09 19 SCHEDULE B APPENDIX 3 SUPPLEMENTARY SPECIFICATIONS (PROJECT) BOULEVARD RESTORATION SERVICES AT VARIOUS CITY LOCATIONS REFER TO MASTER MUNICIPAL CONSTRUCTION DOCUMENT VOLUME II FOR STANDARD SPECIFICATIONS BOULEVARD RESTORATION SERVICES REFERENCE No.: 1220-41-38-09 RFQ (Goods and Services) No.: 1220-41-38-09 20 SUPPLEMENTARY SPECIFICATIONS (PROJECT) The Supplementary Specifications (Project) shall be read in conjunction with the Master Municipal Construction Documents (MMCD) Volume II – General Conditions, Specifications and Standard Detail Drawings 2000, as amended (not included herein); and the City of Surrey Supplementary Master Municipal Construction Documents: Supplementary General Conditions, Supplementary Specifications and Supplementary Standard Drawing, May 2004. SERVICES PURSUANT TO GENERAL CONDITIONS The Contractor is required, as part of his obligation under the Agreement, to perform the various services and activities described in the General Conditions and the Supplementary Specifications (Project) SSP1 to SSP27 hereunder. SSP 1 Description of Work The City’s Boulevard Restoration contract involves the supply and delivery of labour, equipment and material to restore boulevards and provide landscaping related to our in-house construction crews for capital construction work. SSP 2 Scope of Work Supply & place material and provide services for the items 1.1 to 1.10 listed in Schedule C. Provide any other works incidental to the proposed improvements. The work may consist of the following: - Topsoil and Finish Grading Seeding Hydraulic Seeding Sodding Placing Shoulder Gravel Planting SSP 3 General Requirements All work to conform to the City of Surrey Supplementary Master Municipal Construction 04 Edition. Also, to the Master Municipal Construction Document Standards and Specifications Volume II (MMCD). All materials incorporated into the work to conform to the Contract, to the City’s Engineering Standards and to the latest edition of the BC Landscape Standard. Goods & Services incorporated in the work, which are not specifically covered in the specifications are to be of good quality and acceptable to the City. SSP 4 Goods and Materials to be furnished by the Contractor The Contractor is to furnish all goods, materials and equipment required to complete the work(s). The Contractor to be required to find, load, haul, unload, store and care for all of the goods and materials whether furnished by the Contractor or by the City. The cost of loading, hauling, unloading, storing and caring for the goods and materials required to be furnished by the Contractor is to be included in the prices as quoted in Schedule C under the items for which the goods and materials are required. SSP 5 Locations of Work Locations for work items described are to be determined by the City of Surrey on an “as needed” basis. SSP 6 Schedule of Quantities and Prices (refer to Schedule C) Refer to the attached Schedule C - Schedule of Quantities and Prices for a full list of descriptions and unit of measures for each item. Rates for each item are to be quoted per unit of measure and corresponding ranges if applicable. SSP 7 Quantity Ranges Quantity Ranges for quoting Unit Prices are to be based on the number of units accomplished per site. Unit prices are to include costs for mobilization and demobilization per project. RFQ (Goods and Services) No.: 1220-41-38-09 21 SSP 8 Unit Price The respective amounts of work and service to be done and carried out and materials to be furnished in Schedule C is an estimate for purpose of comparing quotations only. The City does not expressly nor by implication agree that the actual amounts of work or material of any class will correspond even approximately to this estimate, but reserves the right to increase or decrease the amounts of any class or portion of the Work, or to omit portions of the Work that may be deemed necessary or expedient by the City. The Contractor to make no claim for anticipated profits, for loss of profit, for damages, or for any extra payment whatsoever, except as provided for herein, because of any difference between the amount of actual work done and material actually furnished and the quantities stated in Schedule C. SSP 9 Force Account Rates The Contractor shall provide hourly rates for equipment and personnel on the corresponding Force Account Rate tables in Schedule C, tables 2a & 2b. Force Account Equipment and Labour are to be performed in accordance with MMCD 10.1, 10.2 and 10.3. The City will use the unit price per item listed in Schedule C and/or Force Account Rates to conduct the required work. Force Account Rates are rates for equipment and personnel related to items listed in Schedule C and shall only be used when the City has approved that additional work is required, other than that already included in the unit rates, to complete the work. Contractor shall provide an estimate of the work to be performed using Force Account Rates. City approval shall be obtained prior to commencing any work under Force Account Rates. SSP 10 Consumer Price Index (CPI) The parties agree that all fees as set out in this Agreement will remain in force until December 31, 2010 and thereafter the fees will be subject to an increase during the term once per Year of the Term be a percentage which shall not be greater than the percentage increase in the Consumer Price Index (All items) for Vancouver, British Columbia as published by Statistics Canada (“CPI”), or any successor government agency for the Calendar Year immediately preceding the applicable January 1 st of the current Calendar Year. SSP 11 Topsoil All Topsoil and Finish Grading and any Items in Schedule C containing placement of topsoil performed under the Contract is to conform to section 02921 of the Master Municipal Construction Documents. Topsoil and Finish grading (Item 1.4), Topsoil and Sodding (Item 1.1), Topsoil and Seeding (Item 1.2) and Topsoil and Hydraulic Seeding (Item 1.3) of Schedule C shall include any work related to sub-grade preparation including, but not limited to, trimming patch area edges, clearing debris and roots from patch area, disposing of debris and any other work incidental to preparing the site for placing topsoil. Payment for items in Schedule C containing Topsoil shall be in square meters and placed at a minimum depth of 150mm or 6 inches. If patch area is not left at a minimum of 150 mm depth than payment shall be made to remove excess material under item 1.10, Common Excavation. SSP 12 Seeding All Seeding performed under the Contract is to conform to section 02933 of the Master Municipal Construction Documents. Payment for Item 1.5, Seeding shall be made in square meters. SSP 13 Sodding All Sodding performed under the Contract is to conform to section 02938 of the Master Municipal Constructions Documents. Payment for Item 1.6, Sodding shall be made in square meters. SSP 14 Hydraulic Seeding All Hydraulic Seeding performed under the Contract is to conform to section 02934 of the Master Municipal Constructions Documents. Payment for Item 1.7, Hydraulic Seeding shall be made in square meters. RFQ (Goods and Services) No.: 1220-41-38-09 22 SSP 15 Top Dressing Top Dressing shall include placement of topsoil at a depth of 25 to 50 mm or 1 to 2 inches for aesthetic repairs to match surrounding surfaces. For instance, Top Dressing item shall be utilized for repairing areas that been damaged by equipment, causing ruts or depressions on the surface. Payment for Item 1.8, Top Dressing shall be made in square meters SSP 16 Shoulder Gravel Shoulder Gravel shall be placed at a sufficient grade sloped perpendicular to the road in areas where the existing boulevard contained granular material and/or placed in areas that have been requested by the City. The majority of the work performed under this item will consist of placing 19mm Roadbase, but may also, include the placement of 19mm Clear Crush, Limestone, or similar graded granular base materials. Depth of placement may vary and is site specific. Shoulder gravel placement methods, which do not lead to segregation and compaction of degradation of aggregate shall be used. Compact to density not less than 95% Modified Proctor density. Payment for Item 1.9, Shoulder Gravel, shall be made by the tonne and the Contractor shall be required to submit a copy of the weigh ticket for verifying the units placed. SSP 17 Common Excavation Common Excavation shall conform to MMCD Section 02224. Removal of surplus material suitable for fill from the site shall be disposed at a City approved disposal area or relocated to another project site. Unapproved material shall be disposed of at the Contractors expense. All granular material will be re-used and is not to be disposed of by the Contractor. Payment for Common Excavation shall be made in cubic meters under Item 1.10 in Schedule C. Alternatively, payment can be calculated by truck count, where agreed to by the Contractor and the City. For this method suitable for small locations, the following truck volumes will be used; o o Tandem truck = 6.8 m3 PUP = 4.2 m3 SSP 18 Disposal Site The Contractor is responsible for transporting all suitable material shall be taken to a City of Surrey location (Works Yard, Cloverdale Yard, Stokes Pit, Project Site) or to a location directed by the City or agreed upon. Disposal of all unsuitable material shall be the Contractors responsibility. SSP 19 Planting All Planting of Trees, Shrubs and Ground Covers performed under the Contract are to conform to section 02950 of the Master Municipal Constructions Documents. This item may be required by the City on an “as needed” basis. The City has the right to acquire other quotes for planting requirements or may utilize the force account rates as established in Schedule C plus material costs. SSP 20 Timing of Work The Contractor, on short-term notifications from the City, is to perform work for all items listed in Schedule C. SSP 21 Equipment The Contractor is to provide and maintain in good operating condition, all equipment necessary to comply with the requirements of this specification throughout the course of work. The Contractor is to ensure that his equipment meets the requirements of the current Pollution Control Act and Workers’ Compensation Board Regulations. SSP 22 Work Hours and Overtime Work The Contractor shall not schedule construction work requiring inspection in excess of the standard 40hour working week. RFQ (Goods and Services) No.: 1220-41-38-09 23 With the approval of the Engineer, extended working hours on working days will be permitted for operations, which must reasonably be completed on that day. On the infrequent occasion that the Contractor finds it necessary to work on Saturday, Sunday or holidays, which are observed by the construction industry in British Columbia, the Contractor shall obtain the Engineer’s approval forty-eight (48) hours in advance. He shall also be charged for the overtime portion of inspection costs. Such costs shall be deducted from monthly progress payments. SSP 23 Notification / Schedule of Work The Contractor shall notify the City Representative, Brennan Sharma, Engineering Technologist, Engineering Department, Operations Division and Operations Dispatch of his work schedule twenty-four (24) hours in advance. The hours of work will be from 7:00 a.m. to 4:00 p.m. Monday to Friday or as approved by the City’s Representative, Weekend work will be considered upon written notice received by the City Representative. Overtime rates do not apply to scheduled work within the Agreement. The City Representative shall be informed one week in advance of any stoppage or restart of work. SSP 24 Working in Proximity to Overhead Power Lines All work shall be in strict compliance with WCB, Industrial Health and Safety regulations, Section 24, which includes the minimum requirements and clearance applying to all persons working in proximity to overhead power lines. SSP 25 Correction or Removal of Defective Work (1 Year Maintenance) When directed by the City Representative, the Contractor shall promptly, without cost to the City and as specified by the City Representative, correct the defective Work remove it from site and replace it with non-defective Work. If the Contractor does not correct such defective Work or remove and replace such defective Work within a reasonable time, all as specified in a written notice from the City Representative, the City may have the deficiency corrected. All direct and indirect costs of such correction shall be paid by the Contractor or deducted from payment to the Contractor. The Contractor will also bear the expense of correcting or removing and replacing all Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work. If, after approval of final payment and prior to the expiration of one year after the date of Substantial Completion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work is found to be defective, incomplete, or otherwise not in accordance with the Contract Documents, the Contractor shall promptly, without cost to the City and in accordance with the City’s written instructions, either correct such defective Work, or if it has been rejected by the City, remove it from the Site and replace it with non-defective Work. If the Contractor does not promptly comply with the terms of such instructions, the City may have the defective Work corrected, removed, or replaced. All direct and indirect costs of such action will be paid by the Contractor. SSP 26 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, the City prefers to accept it, the City may do so. In such case, if acceptance occurs prior to approval of final payment, a Change Order incorporating the necessary revisions in the Contract Documents, including an appropriate reduction in the Contract Price, shall be issued. If the acceptance occurs after approval of final payment, the Contractor shall pay to the City an appropriate sum to compensate for the defect in the Work. SSP 27 Weather & Job Conditions No construction shall be undertaken during snow, heavy rain, freezing temperatures or other unsuitable conditions. SSP 28 Environmental Protection All work shall be conducted in accordance with all applicable legislation, guidelines and best management practices of both the Ministry of Environment Lands and Parks and Department of Fisheries and Oceans. The deposit or release of debris or deleterious substances into the drainage system (storm sewer and downstream watercourse) will not be permitted. RFQ (Goods and Services) No.: 1220-41-38-09 24 The Contractor shall take adequate precautions and actions to prevent pollution of the air, watercourses, groundwater and adjoining lands from the works conducted under this Agreement. The Contractor shall not operate within the pit area in a manner, which will contaminate any material or area nor leave the pit in a condition, which will limit its future use. RFQ (Goods and Services) No.: 1220-41-38-09 25 SCHEDULE B APPENDIX 4 SCHEDULE OF PRICES BOULEVARD RESTORATION SERVICES AT VARIOUS CITY LOCATIONS (DOCUMENTS FROM SCHEDULE C OF THE RFQ TO BE INSERTED AT CONTRACT AWARD) BOULEVARD RESTORATION SERVICES REFERENCE No.: 1220-41-38-09 RFQ (Goods and Services) No.: 1220-41-38-09 26 SCHEDULE B APPENDIX 5 KEY PERSONNEL, EQUIPMENT, AND SUBCONTRACTORS BOULEVARD RESTORATION SERVICES AT VARIOUS CITY LOCATIONS (DOCUMENTS FROM SCHEDULE C OF THE RFQ TO BE INSERTED AT CONTRACT AWARD) BOULEVARD RESTORATION SERVICES REFERENCE No.: 1220-41-38-09 RFQ (Goods and Services) No.: 1220-41-38-09 27 SCHEDULE B APPENDIX 6 PRIME CONTRACTOR DESIGNATION BOULEVARD RESTORATION SERVICES AT VARIOUS CITY LOCATIONS BOULEVARD RESTORATION SERVICES REFERENCE No.: 1220-41-38-09 RFQ (Goods and Services) No.: 1220-41-38-09 28 SCHEDULE B - APPENDIX 6 PRIME CONTRACTOR DESIGNATION (LETTER OF UNDERSTANDING) As per the requirements of the Workers’ Compensation Act Part 3, Division 3, Section 118 (1-3), which states: Coordination of multiple-employer workplaces 118 (1) In this section: “multiple-employer workplace” means a workplace where workers of 2 or more employers are working at the same time: “prime Contractor” means in relation to a multiple-employer workplace, (a) the directing Contractor, employer or other person who enters into a written proposal with the City of that workplace to be the prime Contractor for the purposes of this Part, or (b) if there is no proposal referred to in paragraph (a), the City of the workplace. (2) The prime Contractor of a multiple-employer workplace must (a) ensure that the activities of employers, workers and other persons at the workplace relating to occupational health and safety are coordinated, and (b) do everything that is reasonably practicable to establish and maintain a system or process that will ensure compliance with this Part and the regulation in respect to the workplace. (3) Each employer of workers at a multiple-employer workplace must give to the prime Contractor the name of the person the employer has designated to supervise the employer’s workers at that workplace. The Contractor accepts all responsibilities of a Prime Contractor as outlined in the Workers’ Compensation Act, and WCB OH&S Regulation. By signing this Agreement, the Contractor is agreeing that your Company, Management staff, Supervisory staff and workers will comply with the Workers’ Compensation Board (WCB) Occupational Health and Safety Regulation and the Workers’ Compensation (WC) Act. Any WCB violation by the Prime Contractor may be considered a breach of contract resulting in possible termination or suspension of the contract and/or any other actions deemed appropriate at the discretion of the City. Any penalties, sanctions or additional costs levied against the City, as a result of the actions of the Prime Contractor are the responsibility of the Prime Contractor. I, the undersigned, acknowledge having read and understand the information above. I agree as a representative of the firm noted below, to accept all responsibilities of the Prime Contractor for this project. I fully understand and accept the responsibilities of the prime Contractor designation in accordance with the Workers’ Compensation Act while contracted by the City of Surrey for project and will abide by all Workers’ Compensation Board Regulation requirements. Project File No.: 1220-41-38-09 Project Title: BOULEVARD RESTORATION SERVICES RFQ (Goods and Services) No.: 1220-41-38-09 29 SCHEDULE B APPENDIX 7 RISK, HEALTH AND SAFETY BOULEVARD RESTORATION SERVICES AT VARIOUS CITY LOCATIONS BOULEVARD RESTORATION SERVICES REFERENCE No.: 1220-41-38-09 RFQ (Goods and Services) No.: 1220-41-38-09 30 SCHEDULE B - APPENDIX 7 RISK, HEALTH & SAFETY Responsibility of Contractor(s) The City of Surrey strives to maintain a safe work environment for employees and Contractors and insists upon the enforcement of safe practices and procedures in all premises and in all work activities. It is essential that all Contractors and their employees and Sub-contractor(s) perform in the same manner. As a Contractor to the City of Surrey, you are expected to conform to the requirements of the Workers’ Compensation Act, the WCB Occupational Health and Safety Regulation and to all federal, provincial and local laws and regulations. Any City of Surrey employee has the authority to order an unsafe act to cease or to have an unsafe piece of equipment removed from the premises or, in extreme situations, to shut down a job entirely. The following information is provided as typical City of Surrey requirements, but does not relieve the Contractor from complying with all applicable local, provincial and federal laws, regulations and bylaws. PERSONNEL 1. You are expected to inform your employees of any potential hazard in the workplace and advise of appropriate action to be taken should a hazard be found or a fire or accident occur. 2. Contractors will restrict persons invited on the premises to employees only. No families or friends are permitted. 3. The Contractor will advise the City of any on-site accidents involving the Contractor’s employees, or injuries to others caused by the Contractor’s business. GENERAL SAFETY RULES 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. Horseplay, gambling and the use of alcohol or narcotics will not be tolerated. Orderliness and good housekeeping are basic requirements and must be maintained at all times. Any equipment, which could create a hazard, must be maintained in good condition. Restricted and controlled products will be labelled, used and stored in accordance with the associated regulations, e.g. WHMIS. Contractors will use a regular system of inspections to detect and correct hazardous conditions, safety violations and unsafe working practices on the job site. Contractors will ensure their employees utilize proper safety equipment and clothing as required for job site activities. Contractors must follow and have on site proper written safe work procedures for hazardous work, e.g. confined space entry, lockout, excavations and shoring, etc. All ladders must be of an approved type and length. Unacceptable ladders must be removed immediately from the premises. All vehicles and equipment on City property must be kept in safe mechanical condition at all times, and be operated only by persons with a valid driver’s license and/or proper training and qualifications. Contractors will not operate any equipment, valves, switches, etc., which are part of the City’s operation, unless specific permission is received from the Department Representative. Accumulation of oily rags, combustible refuse or similar fire hazards will not be tolerated. Your safety record and attitude are important criteria used to judge your qualification for future bidding on solicitations with the City of Surrey. You can help ensure employee safety and your eligibility for future business with the City if you exhibit and practice a “Safe Work - Safe City” attitude. RFQ (Goods and Services) No.: 1220-41-38-09 31 SCHEDULE C FORM OF QUOTATION BOULEVARD RESTORATION SERVICES REFERENCE No.: 1220-41-38-09 RFQ (Goods and Services) No.: 1220-41-38-09 32 QUOTATION SCHEDULE C RFQ Title: BOULEVARD RESTORATION SERVICES RFQ: 1220-41-38-09 CONTRACTOR CITY OF SURREY Legal Name:_______________________________________ City’s Representative: Manager, Purchasing & Payments Address: __________________________________________ Address: 6645 – 148 St., Surrey, BC V3S 3C7 Phone: ____________________ Fax: __________________ Phone: 604-590-7274 Fax: 604-599-0956 Email: ____________________________________________ 1. The Contractor offers to supply to the City of Surrey the Goods and Services for the prices plus applicable taxes as follows: TABLE A: PRICES: F.O.B: Payment Terms: Freight Prepaid A cash discount of ____% will be allowed if invoices are paid within ___ days, or Destination the ___ day of the month following, or net 30 days, on a best effort basis. Item 1.1 1.2 1.3 1.4 1.5 DESCRIPTION Topsoil & Sodding Topsoil & Sodding Topsoil & Hydraulic Seeding Topsoil & Finish Grading Sodding RFQ (Goods and Services) No.: 1220-41-38-09 UNIT UNIT PRICE Ship Via: QUANTITY RANGE sq.m. $ ____________________ <50 sq.m. $ ____________________ 50 – 100 sq.m. $ ____________________ >100 sq.m. $ ____________________ <50 sq.m. $ ____________________ 50 – 100 sq.m. $ ____________________ >100 sq.m. $ ____________________ <50 sq.m. $ ____________________ 50 – 100 sq.m. $ ____________________ >100 sq.m. $ ____________________ <50 sq.m. $ ____________________ 50 – 100 sq.m. $ ____________________ >100 sq.m. $ ____________________ <50 sq.m. $ ____________________ 50 – 100 sq.m. $ ____________________ >100 33 1.6 Seeding 1.7 sq.m. Hydraulic Seeding $ ____________________ <50 sq.m. $ ____________________ 50 – 100 sq.m. $ ____________________ >100 sq.m. $ ____________________ <50 sq.m. $ ____________________ 50 – 100 sq.m. $ ____________________ >100 1.8 Top Dressing sq.m. $ ____________________ All 1.9 Shoulder Gravel tonnes $ ____________________ All 1.10 Common Excavation cu.m. $ ____________________ All TABLE B: FORCES ACCOUNT RATES: a) Labour Rates: Type of Labour Regular Hourly Rate Overtime Hourly Rate Foreman $ _______________ $ _________________ Operator $ _______________ $ _________________ Labourer $ _______________ $ _________________ b) Equipment Rates: Type of Equipment with Operator Regular Hourly (Bobcat, Backhoe, etc.) 2. 3. Rate Overtime Hourly Rate $ _______________ $ _________________ $ _______________ $ __________________ $ _______________ $ _________________ If this offer is accepted by the City, such offer and acceptance will create a contract as described in: (a) the RFQ; (b) the specifications set out above and in Schedule A and Schedule B – Appendix 1 of the RFQ; (c) the General Terms and Conditions; (d) this Quotation; and (e) other terms, if any, that are agreed to by the parties in writing Capitalized terms used and not defined in this Quotation will have the meanings given to them in the RFQ. Except as specifically modified by this Quotation, all terms, conditions, representations, warranties and covenants as set out in the RFQ will remain in full force and effect. RFQ (Goods and Services) No.: 1220-41-38-09 34 4. In addition to the warranties provided in the General Terms and Conditions this offer includes the following warranties: 5. I/We have reviewed the Schedule B – Sample Agreement. If requested by the City, I/we would be prepared to enter into an agreement that incorporates the General Terms and Conditions, amended by the following departures (list, if any): Section 6. Departure/Alternative The City requires that the successful Contractor have the following in place before providing the Goods and Services: Workers’ Compensation Board coverage in good standing and further, if an “Owner Operator” is involved, personal operator protection (P.O.P.) will be provided, Workers' Compensation Registration Number _________________________________________; (a) Insurance coverage for the amounts required in the General Terms and Conditions as a minimum, naming the City as additional insured and generally in compliance with the City’s sample insurance certificate form (available on the City's web site at www.surrey.ca (search "revenue and risk") titled City of Surrey Certificate of Insurance Standard Form); (b) City of Surrey business license; and (c) If the Contractor is a company, the company name indicated above is registered with the Registrar of Companies in the Province of British Columbia, Canada, Incorporation Number _____________. As of the date of this Quotation, we advise that we have the ability to meet all of the above requirements except as follows (list, if any): Section 7. Departure/Alternative Contractor's relevant experience and qualifications in delivering Goods and Services similar to those required by the RFQ (use the spaces provided and/or attach additional pages, if necessary): 8. Contractor should provide a list of previous projects undertaken and completed involving similar scope of work (use the spaces provided and/or attach additional pages, if necessary): YEAR DESCRIPTION OF CONTRACT FOR WHOM WORK PERFORMED RFQ (Goods and Services) No.: 1220-41-38-09 PHONE & SCOPE OF CONTACT WORK BUDGET ORIGINAL ACTUAL SCHEDULE PROPOSED ACTUAL 35 9. Contractor should provide information on the background and experience of all key personnel proposed to provide the Goods and Services (use the spaces provided and/or attach additional pages, if necessary): 10. Name: Name: Years of Experience: ______________________ Years of Experience: Responsibility: ___________________________ Responsibility: Contractor should provide the following information on the plant and equipment that will be utilized in the performance of the Services (use the spaces provided and/or attach additional pages, if necessary): Plant Under Contractors Control: 1. 2. 3. 4. 5. 6. Plant to be Rented: 1. 2. 3. 4. 5. 6. Plant to be Purchased: 11. 1. 2. 3. 4. 5. 6. Contractor should provide the following information on the background and experience of all sub-contractors proposed to undertake a portion of the Services (use the spaces provided and/or attach additional pages, if necessary): DESCRIPTION OF PARTS SUB-CONTRACTORS YEARS OF WORKING TELEPHONE NUMBER OF WORK TO BE SUBLET NAME WITH CONTRACTOR AND EMAIL TO SUB-CONTRACTORS. 12. The Contractor confirms that this Quotation will be open for acceptance by the City until ___________________. 13. I/We the undersigned duly authorized representatives of the Contractor, having received and carefully reviewed the RFQ including without limitation the General Terms and Conditions, submit this Quotation in response to the RFQ. This Quotation is offered by the Contractor this ___________ day of ___________________, 2010. CONTRACTOR I/We have the authority to bind the Contractor. ____________________________________________ (Legal Name of Contractor) ____________________________________________ (Signature of Authorized Signatory) ____________________________________________ (Print Name and Position of Authorized Signatory) RFQ (Goods and Services) No.: 1220-41-38-09 _______________________________________ (Signature of Authorized Signatory) _______________________________________ (Print Name and Position of Authorized Signatory) 36